Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2025.06.18 District Board Agenda Packet
50VTH TAHOF Se tet, AEI M'er 1950 ' 44a 6��c t1TILITY SOUTH TAHOE PUBLIC UTILITY DISTRICT REGULAR BOARD MEETING AGENDA Wednesday, June 18, 2025 - 2:00 p.m. District Board Room 1275 Meadow Crest Drive, South Lake Tahoe, California 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. Luther Pass Pump Station Pump Rebuild (Chris Stanley, Field Operations Manager and Jeremy Rutherdale, Field Operations Supervisor) Authorize the purchase of a rebuilt 700 horsepower pump for the Luther Pass Pump Station from Flowserve in the amount of $248,847, plus tax and shipping. b. C-Line Agreement Addendum No. 1 (Adrian Combes, Director of Operations) Authorize Master C-Line Agreement Addendum No.I with Alpine County. C. Al Tahoe/Bayview Well Backup Power and Al Tahoe Rehabilitation (Mark Seelos, Water Resources Manager) (1) Find minor irregularities in the bid from Resource Development Company, LLC to be immaterial, and waive minor irregularities; and (2) Award the project to the lowest responsive, responsible bidder, Resource Development Company, LLC, in the amount of $5,503,000. REGULAR BOARD MEETING AGENDA-June 18, 2025 PAGE-2 d. Aeration Blower System Improvements Project (Brent Goligoski,Senior Engineer) 1) Approve staff's recommended list of pre-qualified system integrators for bidding; 2) Approve the list of named products to be listed without alternative in the Contract documents; and 3) Authorize staff to advertise for construction bids for the Aeration Blower System Improvements Project. e. Herbert Walkup Pipeline Replacement Project (Brent Goligoski,Senior Engineer) 1) Approve Change Order No. 1 to Vinciguerra Construction, Inc., in the amount of <$339,056.79>; and 2) Authorize the General Manager to execute Change Order No. 1. f. Upper Truckee Pump Station Rehabilitation Project (Brent Goligoski,Senior Engineer) 1) Approve Change Order No. 1 to T&S Construction Co., Inc., in the amount of $171,665.71; and 2) Authorize the General Manager to execute Change Order No. 1 . g. Return Activated Sludge Pump Station Building Rehabilitation Project- Environmental Permitting (Megan Colvey, Director of Engineering) Authorize the General Manager to execute Amendment B to Task Order No. 31 under the Master Services Agreement with Sierra Ecotone Solutions in the amount of $48,466.42 for additional environmental permitting services. h. Sensus Automated Metering Infrastructure Base Station (Ross Cole, Inspections Supervisor) 1) Authorize exception to bidding procedures as outlined in the Purchasing Policy, and 2) Authorize South Tahoe Public Utility District to enter into Contract for the purchase and installation of an additional Automated Metering Infrastructure system from Western Nevada Supply in an amount not to exceed $123,870.40. 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.) a. Water Conservation Incentives Update (Lauren Benefield, Water Conservation Specialist) b. Customer Service Assistance Program (Ryan Lee, Customer Service Manager) 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 06/05/2025-2:00 p.m. Regular Board Meeting at the District 06/10/2025-3:30 p.m. Operations Committee Meeting at the District 06/1 1/2025- 10:00 a.m. El Dorado Water Agency Meeting in Placerville 06/18/2025- 12:00 p.m. Finance Committee Meeting at the District Future Meetings/Events 06/19/2025-Juneteenth Holiday District Offices Closed 07/04/2025-July 4th Holiday District Offices Closed 07/08/2025-3:30 p.m. Operations Committee Meeting at the District 07/09/2025- 10:00 a.m. El Dorado Water Agency Meeting in Placerville REGULAR BOARD MEETING AGENDA-June 18, 2025 PAGE -3 07/09/2025-3:30 p.m. System Efficiency and Sustainability Committee Meeting at the District 07/17/2025-2:00 p.m. Regular Board Meeting at the District 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, July 17,2025, 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-June 18, 2025 PAGE -4 50uT H rA HOF AGe`,C r 1 9 5 o UTILITY D SOUTH TAHOE PUBLIC UTILITY DISTRICT CONSENT CALENDAR Wednesday, June 18, 2025 ITEMS FOR CONSENT a. 2025 VEGETATION MANAGEMENT PROJECT (Laura Hendrickson,Associate Engineer) Authorize the General Manager to amend Task Order No. 1 in an amount not to exceed $94,300 with Dudek Consulting. b. RECEIVE AND FILE PAYMENT OF CLAIMS (Greg Dupree, Accounting Manager) Receive and file Payment of Claims in the amount of $2,403,301 .06. c. REGULAR BOARD MEETING MINUTES: June 5, 2025 (Melonie Guttry, Executive Services Manager/Clerk of the Board) Approve June 5, 2025, Minutes 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 4a TO: Board of Directors FROM: Laura Hendrickson, Associate Engineer MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: 2025 Vegetation Management Project REQUESTED BOARD ACTION: Authorize the General Manager to amend Task Order No. 1 in an amount not to exceed $94,300 with Dudek Consulting. DISCUSSION: The 2025 Vegetation Management Project (Project) is a grant funded project that will reduce fire fuels and create defensible space at critical facilities managed by South Tahoe Public Utility District (District), Tahoe City Public Utility District (TCPUD), and North Tahoe Public Utility District (NTPUD) that are on and adjacent to United States Forest Service (USFS) Lands. In 2021, the Tahoe Water for Fire Suppression Partnership utilized planning funds from the California Tahoe Conservancy (CTC) to develop a Fire Vulnerability Assessment (FVA) that analyzed the fire risk to water and sewer facilities owned by eight Lake Tahoe basin utilities. In 2023, using additional CTC planning funds, the District worked with Dudek Consulting (Dudek) to develop a Vegetation Management Plan (VMP) for the highest- priority infrastructure sites within the service areas of the water/wastewater districts on the California side of the Lake Tahoe basin that participated in the FVA. The final VMP resulted in the identification of forty prioritized treatment sites: twenty-one in the District's service area, eight in TCPUD's service area, and eleven in NTPUD's service area. The plan also included recommended treatment strategies, specific treatment methods, and maps for each site. The District is continuing to work with the USFS and Dudek to ensure that all trees for either removal or thinning and treatment site extents are marked in accordance with USFS standards. Dudek will also be performing biological resource surveys at all forty sites to delineate environmentally sensitive areas and any other work avoidance areas. At the District's request, $10,000 for as-needed work is included in the proposed amendment to cover any additional forestry or biological resource work that falls outside the parameters of their defined tasks. Laura Hendrickson June 18,2025 Page 2 The District has secured a USFS grant amounting to $500,500 and has applied for a separate CTC grant totaling $417,514 for implementation of this Project. Out of those grants, $125,000 of the USFS grant and $35,000 of the CTC grant have been set aside for pre-implementation resource surveys, totaling $160,000 for the work described in Dudek's existing Task Order and proposed amendment. Staff expects to have a finalized Contract with the CTC in mid-July. The District is working jointly with both TCPUD and NTPUD to complete the fuel reduction on the forty identified sites, including establishing a Memoranda of Understanding (MOU) to define financial and management responsibilities and grant access to the sites. The District will finalize bid documents and advertise for bids in July, once the CTC funding has been secured. Work will commence in late August, after the sensitive bird species have fledged so that a biologist will not be required on site, and conclude by the end of 2025. SCHEDULE: Upon Board Approval COSTS: $94,300 ACCOUNT NO: 1030/2030-6042/TREES3 BUDGETED AMOUNT AVAILABLE: $500,500 IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes N No ❑ N/A ATTACHMENTS: Contract Amendment-STPUD Vegetation Management Plan CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water GENERAL MANAGER: YES 146 NO Aa CHIEF FINANCIAL OFFICER: YES �J NO June 10, 2025 Subject: Contract Amendment - STPUD Vegetation Management Plan To: Laura Hendrickson, P.E., Associate Engineer, South Tahoe Public Utility District From: Jeremy Cawn Dudek Project #: 15334.01 This request is submitted based on STPUD's request for Dudek to perform additional services for the Lake Tahoe Basin Utility Infrastructure Vegetation Management Plan in the service territories of the North Tahoe Public Utilities District,Tahoe City Public Utilities District, and the South Tahoe Public Utilities District. As part of the project implementation and vegetation treatment activities,STPUD is requesting that Dudek perform the following services: tree removal and trimming marking,treatment area marking, marking sensitive habitat, and conducting nesting bird surveys.The anticipated scopes of work are summarized below, along with a cost estimate for each task. Scope of Work Task 1 Tree and Treatment Area Marking Dudek arborists and foresters will visit the treatment sites in the Lake Tahoe Basin Utility Infrastructure Vegetation Management Plan(VMP)to perform the following tasks: 1. Trees' Marking-Dudek will mark trees identified in the VMP for removal and trimming. 2. Treatment area boundary marking-Dudek will mark the boundary of the treatment area around each treatment site. Task 1 .1 Tree Marking: Based on the information in the VMP,there are 23 treatment sites where tree work was recommended.Tree work includes tree removal and tree trimming. Dudek will mark trees within 100 feet of a water infrastructure facility or 15 feet of an access road to the facility that are recommended for treatment in the Vegetation Management Plan. This would include trees that meet the following conditions: • Removal o Trees that posed a high risk2 of falling onto a structure, equipment, or falling across and blocking an access road. o Dead trees within 100 feet of a water infrastructure facility or 15 feet of an access road to a facility. 1 Dudek defines a tree using the International Society of Arboriculture Definition-"woody perennial usually having one dominant trunk and a mature height greater than 5 meters(16 feet). 2 High risk trees includes trees with substantial cracks or splits in the trunk and trees with substantial evidence of uprooting,e.g.soil cracking or heaving,exposed roots,and uncorrected leans. WRI���I�I�\� SUBJECT: CONTRACT AMENDMENT: LAKE TAHOE BASIN UTILITY INFRASTRUCTURE VEGETATION MANAGEMENT PLAN o Live trees twelve inches in diameter or less growing within the dripline of a healthy, mature tree within 100 feet of a water infrastructure facility. o Live trees twelve inches in diameter or less growing in a dense cluster within 100 feet of a water infrastructure facility. 0 • Trimming o Live,stable trees of any diameter within 100 feet of a water infrastructure facility that meet one or more of the following criteria: ■ Have branches on the lower trunk that are less than six feet above the ground or top of the surface vegetation beneath the tree. ■ Have branches in the crown within 10 feet of the exterior of a structure (e.g., water tank, pump house, communications equipment, etc.). Each marked tree will be painted according to the methodology outlined in Task 1.1.1 below,subject to approval by STPUD and the USDA Forest Service prior to performing the work. Trees identified for removal will be mapped and measured in addition to being marked. Each tree identified for removal will have its location mapped using a Bluetooth GPS receiver(Arrow 100).The Arrow 100 offers resource-grade accuracy, making it suitable for treatment work and monitoring.The Arrow will connect wirelessly to either a smartphone or tablet running ArcGIS Field Maps.The tree location will be automatically added to the treatment site map in Field Maps when the point is logged on the Arrow 100. Concurrently with tree mapping, Dudek will measure tree diameter and record the species for each removed tree.This data will be logged alongside the tree location point map in Field Maps, allowing for the simultaneous collection and recording of tree location and tree data.Trees identified for trimming will be marked only, and no tree points or tree data will be collected. Task 1 .1 .1 Tree Marking Methodology Based on conversations with STPUD and USDA Forest Service staff, Dudek will utilize the methodology described below for marking trees identified for removal and trimming. Removal • Removal trees will be marked with Red tree paint by a bar around the circumference of the trunk at 4.5 feet above the ground (diameter at standard height DSH). Trimming • Trimming trees will be marked with White tree paint by a bar around the circumference of the trunk. Dudek will attempt to place all markings at 4.5 feet above the ground (diameter at standard height DSH). Where branches block access to the trunk, Dudek will mark a clear portion of the trunk below DSH. Only trees that are recommended for tree work will be painted.Trees that do not require removal or trimming will not be marked with tree paint. However,they may be flagged to identify treatment site boundaries,sensitive habitat, work avoidance areas, etc.As a part of the tree marking effort, Dudek will take representative photos of each type of tree marking for reference for STPUD staff, USDA Forest Service staff, and contractors. D U D E K JUNE 2025 2 SUBJECT: CONTRACT AMENDMENT: LAKE TAHOE BASIN UTILITY INFRASTRUCTURE VEGETATION MANAGEMENT PLAN Task 1 .2 Treatment Site Marking Dudek will mark the treatment area boundaries for the 40 treatment sites3 . Dudek will use the treatment site boundaries developed for the VMP, which is generally defined as 100 feet from a structure and within 15 feet of either side of an access road.Actually marked boundaries will be limited by private property lines, environmentally sensitive areas, streamside exclusion zones, etc. Dudek will coordinate marking with STPUD and USDA Forest Service Staff to identify additional exclusion areas or treatment site modifications. Dudek intends to utilize the existing treatment site boundary GIS data we collected for the preparation of the VMP. Dudek field staff will utilize a Bluetooth GPS receiver(Arrow 100)for determining their location and have the treatment site boundaries uploaded into the Field Maps software on their smartphone or tablet. Dudek field staff will follow the treatment site boundaries shown in Field Maps and flag trees or other prominent features along the site boundary. Field staff will utilize Pink flagging to identify treatment area boundaries.The treatment site boundary around each of the structures at the forty treatment sites will be marked with pink flagging. Dudek will mark the treatment site boundaries along access roads for the sites where specific vegetation treatment is recommended (12 sites). Dudek will not mark along access roads, where no work has been recommended (28 sites). Dudek anticipates that two foresters/forestry technicians can complete the work described in Task 1 in three days, including travel to the region and travel between the forty treatment sites. Task 1 Assumptions • The number of treatment sites is based on the information in the VMP. • The sites where tree work is required is based on the information in the VMP. • Dudek will work with STPUD to identify constraints to treatment site boundaries. • STPUD and the USDA Forest Service will approve Dudek's tree and treatment site marking methods prior to performing the field work. • STPUD will assist Dudek with gaining access to secured treatment sites. Task 1 Deliverables • Marked (painted) removal and trimming of trees at treatment sites. • Marked (flagged)treatment site boundaries. • Maps and tree data tables of the Trees identified for removal. Costfor Task 1...................................................................................................................................................$13,100.00 Task 2 Biological Resource Surveys Dudek Labor • • Rates ProjectRole. SpecialistTOTAL DUDEK • THER DUDEK LABOR DIRECT Billable 1 11 $105.00 HOURS COSTS • TOTAL FEE Survey and Flagging(Full Day) 1 5 5 1 10 $1,575.00 $164.50 $1,739.50 3 The Fallen Leaf Lake Main Generator site has been relocated since 2023 and no longer requires treatment. D U D E K JUNE 2025 3 SUBJECT: CONTRACT AMENDMENT: LAKE TAHOE BASIN UTILITY INFRASTRUCTURE VEGETATION MANAGEMENT PLAN Rates for full day surveys are presented as two 5-hour days to allow for a blended rate that captures a range of different Dudek biologists who might participate in the surveys;survey time is anticipated to take up to 8 hours and travel up to 2 hours. Note that these represent our best estimates for work effort but will ultimately depend on the number of mobilizations for the treatment team as surveys will need to be coordinated with their activities. If additional survey visits are necessary,the daily rate above will apply. Task 2 Assumptions • Up to 40 survey mobilizations at$1,739.50 per full day • This scope assumes that no treatment activities would occur within a California spotted owl Primary Activity Center(PAC) from March 1 - August 15 or within a northern goshawk PAC from March 15 - August 15. Further, no treatment activities would occur within suitable nesting habitat for willow flycatcher from May 1 - August 31. As such,this scope does not include protocol-level (multi-day) field surveys for California spotted owl, northern goshawk, or willow flycatcher. • The approximately 50-acre study area consists of up to 40 treatment sites, including a 100-foot buffer surrounding each site. • The appropriate PUD will grant access to each treatment site as needed and prior to each survey of a given treatment site or group of treatment sites. No appointments or escorts will be required, unless the entirety of the site is not accessible on foot nor visible with binoculars, as determined by the appropriate PUD. • It is assumed that one Dudek biologist can survey up to 20 acres in one 8-hour day, depending on location, access, and resources encountered. • Up to 18 treatment sites necessitate the establishment of 25 to 500-foot ESA buffers surrounding rare plant habitat and/or aquatic resources,to be flagged by the biologist. If smaller buffer widths are necessary to achieve project goals, Dudek can adjust these buffers on a site-specific basis in coordination with the appropriate PUD prior to or during a given survey. • It is assumed that no more than 10 active bird nests would be detected during each full-day survey. Task 2 Deliverables • Flagged sensitive habitat/work avoidance areas at up to 40 treatment sites Costfor Task 2.........................................................................................................................................up to$71,200.00 Task 3 As Needed Work Dudek will be available to support the STPUD and perform additional project-level work in preparation for vegetation management activities for the treatment sites in the VMP on an as-needed basis.This may include additional forestry or biological resource work that falls within the parameters of the tasks described above , or additional site-specific environmental studies or documentation required prior to project implementation, such as protocol-level surveys. Costfor Task 3........................................................................................................................................ up to$10,000.00 D U D E K JUNE 2025 4 SUBJECT: CONTRACT AMENDMENT: LAKE TAHOE BASIN UTILITY INFRASTRUCTURE VEGETATION MANAGEMENT PLAN Cost Estimate Dudek estimates the total cost to complete the scope of work outlined for Tasks 1 and 2 is$94,300.00. Dudek will initiate tasks once authorization to proceed has been provided and a task order has been executed.The project will be billed on a time-and-materials basis according to our 2025 rate schedule (attached).The time and materials fee provided in this proposal represents an estimate of the anticipated level of effort required to complete the tasks described in the proposal.Should the actual effort to complete the proposed tasks be greater than anticipated and include out of scope requests, additional fee authorizations will be requested. No work in excess of the proposed fee or outside of the proposed scope of work will be performed without written authorization from the client, where practical. Dudek will coordinate individual project task efforts so that Dudek staff visits each treatment site the minimum number of times to complete the above tasks.Where practical, Dudek's bio and forestry teams will assist each other with their project tasks to eliminate the need for redundant site visits or reduce the amount of time required at each treatment site. Should you have any questions or require additional information, please do not hesitate to contact me at (510) 227-9567. 1 appreciate the opportunity to submit this proposal and look forward to working with you on this project. Sincerely, Jeremy aw , RPF Fire Preven ion Planner D U D E K JUNE 2025 5 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 June 5, 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, Exline Staff: Paul Hughes, Andrea Salazar, Ryan Jones, Melonie Guttry, Shannon Chandler, Megan Colvey, Laura Hendrickson, Taylor Jaime, John Sheridan, Chris Stanley, Greg Dupree, Brent Goligoski, Donielle Morse, Lauren Benefield, Shelly Thomsen, IV Jones, Ryan Lee, Sarah Newsome, Rachel Kallas, Trevor Coolidge, Star Glaze, Cavin Ross, Jennifer Marshall 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 Sheehan/Second Exline/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline Yes to approve the Consent Calendar as presented. a. 2025/2026 BULK SODIUM HYPOCHLORITE SUPPLIES (Aaron Buckman, Manager of Plant Operations) Awarded Contract for Fiscal Year 2025/2026, for bulk supply sodium hypochlorite pursuant to the one-year option to extend, to Olin Corporation dba Olin Chlor Alkali Products, in the estimated amount of $388,591.69* including sales tax and U.S. Superfund Excise Tax Surcharge. b. 2025/2026 SODIUM HYPOCHLORITE TOTES (Chris Stanley, Field Operations Manager and Jeremy Rutherdale, Pump Stations Supervisor) Authorized Contract extension option for fiscal year 2025/2026 for sodium hypochlorite mini bulk/tote supplies, pursuant to the 1-year options to extend, to Thatcher Company of Nevada, Inc., in the estimated amount of $60,555.* REGULAR BOARD MEETING MINUTES: June 5, 2025 PAGE-2 c. 2025/2026 SODIUM HYPOCHLORITE DRUMS (Chris Stanley, Field Operations Manager and Jeremy Rutherdale, Pump Stations Supervisor) Authorized Contract extension option for fiscal year 2025/2026 for sodium hypochlorite drum supplies, pursuant to the 1-year options to extend, to Thatcher Company of Nevada, Inc., in the estimated amount of $60,000.* d. REVISION OF MAINTENANCE DEFINITION IN THE MAINTENANCE AND NON-PUBLIC WORKS PURCHASING POLICY IN ACCORDANCE WITH PUBLIC CONTRACT CODE 22002(d) (Andrea Salazar, Chief Financial Officer). Received and acknowledged the change in definition of "Maintenance" in the Maintenance and Non-Public Works Purchasing Policy as denoted in Public Contract Code 22002(d). e. ANNUAL ADOPTION OF STATEMENT OF INVESTMENT POLICY (Greg Dupree,Accounting Manager) Adopted Resolution No. 331 1-25, (superseding Resolution No. 3279-24) adopting the Statement of Investment Policy. f. SEWER AND WATER ENTERPRISE 2025/2026 APPROPRIATIONS SUBJECT TO LIMITATION (Greg Dupree,Accounting Manager) Adopted Resolution No. 3312-25 setting the limitation on Appropriations for Fiscal Year 2025/2026. g. CALPERS REQUIRED PAY LISTING BY POSITION (Greg Dupree,Accounting Manager) Adopted Resolution No. 3313-25 which incorporates the Pay Listing by Position for the pay listing effective May 22, 2025. h. RECEIVE AND FILE PAYMENT OF CLAIMS (Greg Dupree, Accounting Manager) Received and filed Payment of Claims in the amount of $2,634,082.92 i. REGULAR BOARD MEETING MINUTES: MAY 15 and MAY 21, 2025 (Melonie Guttry, Executive Services Manager/Clerk of the Board) Approved May 15 and May 21, 2025, Minutes 5. CONSENT ITEMS BROUGHT FORWARD FOR SEPARATE DISCUSSION/ACTION: None 6. ITEMS FOR BOARD ACTION: a. Pioneer Trail Waterline and Pressure Regulating Valve Upgrades Project (Laura Hendrickson, Associate Engineer) - President Romsos opened the Public Hearing at 2:01 p.m. to receive public comments regarding the Negative Declaration of Environmental Impact for the Pioneer Trail Waterline and Pressure Regulating Valve Upgrades Project. Laura Hendrickson provided details regarding the Project and she and Trevor Coolidge addressed questions from the Board. Donielle Morse provided information regarding grant funding for the project. No public comments were received, and the Public Hearing was closed at 2:06 p.m. Moved Sheehan/Second Romsos/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline Yes to adopt the Negative Declaration of Environmental Impact for the Pioneer Trail Waterline and Pressure Regulating Valve Upgrades Project; and authorize the filing of a Notice of Determination with the El Dorado County Clerk. REGULAR BOARD MEETING MINUTES: June 5, 2025 PAGE-3 b. Award Rebid Contract- 2025 Gardner Mountain Tanks Recoating Project (Taylor Jaime,Staff Engineer and Megan Colvey, Principal Engineer) —Taylor Jaime provided details regarding the Award Rebid Contract- 2025 Gardner Mountain Tanks Recoating Project and he and Megan Colvev addressed questions from the Board. Moved Haven/Second Sheehan/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline Yes to 1) Find the three minor irregularities in the bid from Unified Field Services Corporation to be immaterial and waive immaterial irregularities; and 2) Award the 2025 Gardner Mountain Tanks Recoating Project - REBID to the lowest responsive, responsible bidder, Unified Field Services Corporation, in the amount of $417,724. c. Award Rebid Contract - 2025 Emergency Pump Station Submersible Pumps & Variable Frequency Drives (John Sheridan, Operations Supervisor and Heidi Baugh, Purchasing Agent) —John Sheridan provided details regarding the Award Rebid Contract- 2025 Emergency Pump Station Submersible Pumps & Variable Frequency Drives and addressed questions from the Board. Moved Exline/Second Henderson/Henderson Yes/Haven Yes/Romsos Yes/Sheehan Yes/Exline Yes to 1) Find the lowest bid to be non-responsive; 2) Award Contract to the lowest responsive, responsible bidder, Pac Machine Company, Inc., in the amount of $188,980 for procurement of pumps, composite hose, and variable frequency drives for the District's Emergency Pump Station. 7. STANDING AND AD-HOC COMMITTEES AND LIAISON REPORTS: None 8. BOARD MEMBER REPORTS: Trevor Coolidge provided a brief Solar Project update. The Board acknowledged staff efforts in bringing this project forward. 9. STAFF/ATTORNEY REPORTS: Donielle Morse provided a Grants and State Revolving Fund Loans Update and addressed questions from the Board. The Board acknowledged staff efforts and the leadership on several of these funding programs. Shelly Thomsen provided information regarding support from Congressman Kiley for infrastructure. Megan Colvev introduced Sarah Newsome, new Geographical Information Systems Specialist. 10. GENERAL MANAGER REPORT: Paul Hughes reported on several items: • Introduced Megan Colvev, Director of Engineering as of June 4, 2025. • On Thursday, May 22, District crews supported Tahoe Douglas Sewer District in a disaster situation they were experiencing and Chris Stanley provided details regarding the issue. He acknowledged IV Jones, Cavin Ross, and Sean Mitchell for their extra efforts into the early morning hours on a holiday weekend. The Board acknowledged staff for their efforts and President Romsos mentioned that he received a phone call from Fallen Leaf Marina staff commending District staff's efforts in the opening of their summer season. 11. NOTICE OF PAST AND FUTURE MEETINGS/EVENTS 12. BREAK AND ADJOURN TO CLOSED SESSION: 2:55 p.m. REGULAR BOARD MEETING MINUTES: June 5, 2025 PAGE-4 RECONVENE TO OPEN SESSION: 4:50 p.m. 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 No reportable Board Action ADJOURNMENT: 4:51 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 PAYMENT OF CLAIMS FOR APPROVAL June 18, 2025 Payroll 6/10/25 935,265.37 Total Payroll 935,265.37 ADP & Insight eTools 627.20 AFLAC/WageWorks claims and fees 250.20 PNC Bank 196,074.44 Ameritas - Insurance Payments 5,457.95 Total Vendor EFT 202,409.79 Weekly Approved Check Batches Water Sewer Total Wednesday, June 4, 2025 359,182.90 897,234.34 1,256,417.24 Total Accounts Payable Checks 1,259,435.99 Utility Management Refunds 6,189.91 Total Utility Management Checks 6,189.91 Grand Total $Z403,301.06 Payroll EFTS & Checks 6/10/2025 EFT CA Employment Taxes &W/H 45,709.00 EFT Federal Employment Taxes & W/H 214,655.14 EFT CalPERS Contributions 101,027.54 EFT Empower Retirement-Deferred Comp 66,523.23 EFT Stationary Engineers Union Dues 3,299.69 EFT CDHP Health Savings (HSA) 8,187.32 EFT Retirement Health Savings 41,879.04 EFT Employee Direct Deposits 451,466.49 CHK Employee Garnishments 409.94 CHK Employee Paychecks 2,107.98 Total 935,265.37 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 43721-ACWA/JPIA 0706064 ACWA Medical/Vision Insurance Paid by EFT#4179 06/01/2025 06/04/2025 06/30/2025 06/04/2025 258,138.78 Vendor 43721-ACWA/JPIA Totals Invoices 1 $258,138.78 Vendor 44039-AFLAC 131586 Insurance Supplement Payable Paid by EFT#4180 05/01/2025 06/04/2025 05/31/2025 06/04/2025 892.88 Vendor 44039-AFLAC Totals Invoices 1 $892.88 Vendor 48605-AIRGAS USA LLC 9161298757 Field,Shop&Safety Supplies Paid by EFT#4181 05/20/2025 05/30/2025 05/31/2025 06/04/2025 459.17 Inventory Vendor 48605-AIRGAS USA LLC Totals Invoices 1 $459.17 Vendor 50362-ALCORN GENERAL ENGINEERING 25-02A Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 27,976.88 25-02AR Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 (1,398.85) Retainage 25-02B Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 1,392.19 25-02BR Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 (69.61) Retainage 25-02C Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 4,494.60 25-02CR Asphalt Patching Contract Paid by EFT#4182 05/18/2025 06/04/2025 05/31/2025 06/04/2025 (224.73) Retainage Vendor 50362-ALCORN GENERAL ENGINEERING Totals Invoices 6 $32,170.48 Vendor 43949-ALPEN SIERRA COFFEE ROASTING CO 247043 Office Supply Issues Paid by EFT#4183 05/20/2025 05/30/2025 05/31/2025 06/04/2025 134.00 247044 Office Supply Issues Paid by EFT#4183 05/20/2025 05/30/2025 05/31/2025 06/04/2025 75.75 Vendor 43949-ALPEN SIERRA COFFEE ROASTING CO Totals Invoices 2 $209.75 Vendor 49337-AMAZON CAPITAL SERVICES INC. 1CKF-LDVP-Y3MG District Computer Supplies Paid by EFT#4184 05/05/2025 05/30/2025 05/31/2025 06/04/2025 31.53 1CTD-PXY7-7RN3 Office Supplies Paid by EFT#4184 05/06/2025 05/30/2025 05/31/2025 06/04/2025 543.86 17JH-G4X4-4R9G Safety Equipment-Physicals Paid by EFT#4184 05/13/2025 05/30/2025 05/31/2025 06/04/2025 78.26 16PR-L7NW-JNPG District Computer Supplies Paid by EFT#4184 05/19/2025 05/30/2025 05/31/2025 06/04/2025 152.23 Vendor 49337-AMAZON CAPITAL SERVICES INC.Totals Invoices 4 $805.88 Vendor 49625-AMERICAN AVK COMPANY SI-170518 Fire Hydrants&Parts Paid by EFT#4185 04/10/2025 05/30/2025 05/31/2025 06/04/2025 43,059.52 Vendor 49625-AMERICAN AVK COMPANY Totals Invoices 1 $43,059.52 Vendor 49951-ARIAT INTERNATIONAL INC 9000228992 Safety Equipment-Physicals Paid by EFT#4186 05/16/2025 05/30/2025 05/31/2025 06/04/2025 886.90 Vendor 49951-ARIAT INTERNATIONAL INC Totals Invoices 1 $886.90 Vendor 45202-AT&T MOBILITY 287257798939 525 Telephone Paid by EFT#4187 05/19/2025 05/28/2025 05/31/2025 06/04/2025 184.37 Vendor 45202-AT&T MOBILITY Totals Invoices 1 $184.37 Vendor 48000-AT&T/CALNET 3 000023509949 Telephone Paid by EFT#4188 05/20/2025 05/28/2025 05/31/2025 06/04/2025 31.49 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 1 of 9 500-fH TA"oF Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 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 000023509951 Telephone Paid by EFT#4188 05/20/2025 05/28/2025 05/31/2025 06/04/2025 921.85 000023509952 Telephone Paid by EFT#4188 05/20/2025 05/28/2025 05/31/2025 06/04/2025 115.63 000023510205 Telephone Paid by EFT#4188 05/20/2025 05/28/2025 05/31/2025 06/04/2025 31.57 Vendor 48000-AT&T/CALNET 3 Totals Invoices 4 $1,100.54 Vendor 48612-AUTOMATION DIRECT 17880296 Buildings Paid by EFT#4189 05/15/2025 05/30/2025 05/31/2025 06/04/2025 245.78 Vendor 48612-AUTOMATION DIRECT Totals Invoices 1 $245.78 Vendor 50103-AZUL ELECTRIC SUPPLY LLC 008597 Buildings Paid by EFT#4190 04/29/2025 05/30/2025 05/31/2025 06/04/2025 1,014.77 008851 Buildings Paid by EFT#4190 05/15/2025 05/30/2025 05/31/2025 06/04/2025 83.06 008927 Buildings&Wells Paid by EFT#4190 05/21/2025 05/30/2025 05/31/2025 06/04/2025 203.49 008928 Repair-Maintenance Water Paid by EFT#4190 05/21/2025 05/30/2025 05/31/2025 06/04/2025 26.56 Tanks Vendor 50103-AZUL ELECTRIC SUPPLY LLC Totals Invoices 4 $1,327.88 Vendor 49419-BEND GENETICS LLC ST2505 Monitoring Paid by EFT#4191 05/20/2025 05/30/2025 05/31/2025 06/04/2025 275.00 Vendor 49419-BEND GENETICS LLC Totals Invoices 1 $275.00 Vendor 45009-BENTLY RANCH 213081 Biosolid Disposal Costs Paid by EFT#4192 05/12/2025 05/30/2025 05/31/2025 06/04/2025 1,069.35 213107 Biosolid Disposal Costs Paid by EFT#4192 05/16/2025 05/30/2025 05/31/2025 06/04/2025 1,089.75 213128 Biosolid Disposal Costs Paid by EFT#4192 05/21/2025 05/30/2025 05/31/2025 06/04/2025 1,005.60 Vendor 45009-BENTLY RANCH Totals Invoices 3 $3,164.70 Vendor 50356-BESST INC STPUD033126 Test Wells(x3) Paid by EFT#4193 03/31/2025 05/30/2025 05/31/2025 06/04/2025 12,560.00 STPUD042825 Test Wells(x3) Paid by EFT#4193 04/28/2025 05/30/2025 05/31/2025 06/04/2025 4,390.00 Vendor 50356-BESST INC Totals Invoices 2 $16,950.00 Vendor 48767-CALIFORNIA LAB SERVICE 5050913 Monitoring Paid by EFT#4194 05/21/2025 05/30/2025 05/31/2025 06/04/2025 88.00 Vendor 48767-CALIFORNIA LAB SERVICE Totals Invoices 1 $88.00 Vendor 50370-CALTEST ANALYTICAL LAB 729900 Wells Paid by EFT#4195 05/08/2025 05/30/2025 05/31/2025 06/04/2025 744.00 730125 Wells Paid by EFT#4195 05/16/2025 05/30/2025 05/31/2025 06/04/2025 496.00 Vendor 50370-CALTEST ANALYTICAL LAB Totals Invoices 2 $1,240.00 Vendor 49220-CAMPORA PROPANE 9782248 Propane Paid by EFT#4196 05/07/2025 05/30/2025 05/31/2025 06/04/2025 652.20 Vendor 49220-CAMPORA PROPANE Totals Invoices 1 $652.20 Vendor 48037-CLEAN HARBORS ENVIR SRVS INC 1005458524 Service Contracts Paid by EFT#4197 04/28/2025 05/30/2025 05/31/2025 06/04/2025 1,707.10 Vendor 48037-CLEAN HARBORS ENVIR SRVS INC Totals Invoices 1 $1,707.10 Vendor 44739-CYBER SECURITY SOURCE 12670 District Computer Supplies Paid by EFT#4198 05/15/2025 05/30/2025 05/31/2025 06/04/2025 2,904.52 Vendor 44739-CYBER SECURITY SOURCE Totals Invoices 1 $2,904.52 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 2 of 9 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 50393-CONNOR DAVIS BOOTS 25 REIMB Safety Equipment-Physicals Paid by EFT#4199 05/18/2025 05/30/2025 05/31/2025 06/04/2025 162.07 Vendor 50393-CONNOR DAVIS Totals Invoices 1 $162.07 Vendor 48791-DICKSON INVI219516 Water Meters&Parts Paid by EFT#4200 05/09/2025 05/30/2025 05/31/2025 06/04/2025 920.50 Vendor 48791-DICKSON Totals Invoices 1 $920.50 Vendor 48685-ECORP CONSULTING INC 106064 Gardner Mountain&Wildwood Paid by Check#114944 02/06/2025 03/12/2025 02/28/2025 06/04/2025 3,400.00 Waterline 106377 Gardner Mountain&Wildwood Paid by Check#114944 03/06/2025 03/19/2025 03/31/2025 06/04/2025 867.50 Waterline Vendor 48685-ECORP CONSULTING INC Totals Invoices 2 $4,267.50 Vendor 48312-ERS INDUSTRIAL SERVICES INC 24-06A Filters 3,4 Rehab Paid by EFT#4201 04/30/2025 05/30/2025 05/31/2025 06/04/2025 182,114.10 24-06AR Filters 3,4 Rehab Retainage Paid by EFT#4201 04/30/2025 05/30/2025 05/31/2025 06/04/2025 (9,105.70) Vendor 48312-ERS INDUSTRIAL SERVICES INC Totals Invoices 2 $173,008.40 Vendor 18550-EUROFINS EATON ANALYTICAL LLC 3800085271 Monitoring Paid by EFT#4202 05/19/2025 05/30/2025 05/31/2025 06/04/2025 225.00 3800085381 Monitoring Paid by EFT#4202 05/20/2025 05/30/2025 05/31/2025 06/04/2025 61.80 Vendor 18550-EUROFINS EATON ANALYTICAL LLC Totals Invoices 2 $286.80 Vendor 14890-FEDEX 8-856-37338 Postage Expenses Paid by EFT#4203 05/09/2025 05/30/2025 05/31/2025 06/04/2025 59.08 8-863-72758 Postage Expenses Paid by EFT#4203 05/16/2025 05/30/2025 05/31/2025 06/04/2025 23.11 Vendor 14890-FEDEX Totals Invoices 2 $82.19 Vendor 48715-FLEETCREW-ANELLE MGMT SRV 60417 Automotive Paid by EFT#4204 05/01/2025 05/30/2025 05/31/2025 06/04/2025 764.00 Vendor 48715- FLEETCREW-ANELLE MGMT SRV Totals Invoices 1 $764.00 Vendor 48402-FLYERS ENERGY LLC 25-368984 Gasoline&Diesel Fuel Inventory Paid by EFT#4205 05/15/2025 05/30/2025 05/31/2025 06/04/2025 6,854.34 25-374081 Gasoline Fuel Inventory Paid by EFT#4205 05/22/2025 05/30/2025 05/31/2025 06/04/2025 2,651.32 25-375950 Diesel Fuel Inventory Paid by EFT#4205 05/23/2025 05/30/2025 05/31/2025 06/04/2025 3,173.27 Vendor 48402-FLYERS ENERGY LLC Totals Invoices 3 $12,678.93 Vendor 43111-GFS CHEMICALS INC CINV-162803 Laboratory Supplies Paid by EFT#4206 05/12/2025 05/30/2025 05/31/2025 06/04/2025 333.53 CINV-163128 Laboratory Supplies Paid by EFT#4206 05/16/2025 05/30/2025 05/31/2025 06/04/2025 204.97 Vendor 43111-GFS CHEMICALS INC Totals Invoices 2 $538.50 Vendor 50390-DAVID GONSALVES 3661101 Clothes Washer Rebate Program Paid by EFT#4207 05/19/2025 05/30/2025 05/31/2025 06/04/2025 200.00 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 3 of 9 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 50390-DAVID GONSALVES Totals Invoices 1 $200.00 Vendor 15600-GRAINGER 9501067269 Small Tools Paid by EFT#4208 05/08/2025 05/30/2025 05/31/2025 06/04/2025 29.02 9517392552 Buildings Paid by EFT#4208 05/22/2025 05/30/2025 05/31/2025 06/04/2025 478.60 Vendor 15600-GRAINGER Totals Invoices 2 $507.62 Vendor 50394-TAZ HARVEY 2590113 Toilet Rebate Program Paid by EFT#4209 05/27/2025 05/30/2025 05/31/2025 06/04/2025 200.00 Vendor 50394-TAZ HARVEY Totals Invoices 1 $200.00 Vendor 44430-HIGH SIERRA BUSINESS SYSTEMS 146322 Service Contracts Paid by EFT#4210 05/15/2025 05/30/2025 05/31/2025 06/04/2025 663.42 Vendor 44430-HIGH SIERRA BUSINESS SYSTEMS Totals Invoices 1 $663.42 Vendor 44110-J&L PRO KLEEN INC 40072 Janitorial Services Paid by EFT#4211 05/14/2025 05/30/2025 05/31/2025 06/04/2025 4,992.83 Vendor 44110-XL PRO KLEEN INC Totals Invoices 1 $4,992.83 Vendor 47947-JACK HENRY&ASSOC.INC 4942981 Service Contracts Paid by EFT#4212 04/30/2025 05/30/2025 05/31/2025 06/04/2025 355.98 Vendor 47947-JACK HENRY&ASSOC.INC Totals Invoices 1 $355.98 Vendor 43694-KIMBALL MIDWEST 103371328 Shop Supplies Paid by EFT#4213 05/15/2025 05/30/2025 05/31/2025 06/04/2025 100.49 Vendor 43694- KIMBALL MIDWEST Totals Invoices 1 $100.49 Vendor 49725-LAKESIDE TERMITE&PEST CONTROL 019242693 Buildings Paid by EFT#4214 05/23/2025 05/30/2025 05/31/2025 06/04/2025 150.00 Vendor 49725-LAKESIDE TERMITE&PEST CONTROL Totals Invoices 1 $150.00 Vendor 50361-LAYNE CHRISTENSEN COMPANY 2937208 Replace Arrowhead Well Media Paid by EFT#4215 05/05/2025 05/30/2025 05/31/2025 06/04/2025 129,842.33 Vendor 50361-LAYNE CHRISTENSEN COMPANY Totals Invoices 1 $129,842.33 Vendor 22550-LIBERTY UTILITIES 200008909257 425 Electricity Paid by EFT#4221 04/29/2025 05/28/2025 05/31/2025 06/04/2025 1,816.26 200008909455 425 Electricity Paid by EFT#4221 04/30/2025 05/28/2025 05/31/2025 06/04/2025 31.12 200008895548 425 Street Lighting Expense Paid by EFT#4219 05/02/2025 05/28/2025 05/31/2025 06/04/2025 29.56 200008899169 425 Electricity Paid by EFT#4220 05/08/2025 05/28/2025 05/31/2025 06/04/2025 56.57 200008899391 425 Electricity Paid by EFT#4217 05/08/2025 05/28/2025 05/31/2025 06/04/2025 597.49 200008899649 425 Electricity Paid by EFT#4217 05/08/2025 05/28/2025 05/31/2025 06/04/2025 236.57 200008913424 425 Electricity Paid by EFT#4217 05/08/2025 05/28/2025 05/31/2025 06/04/2025 987.42 200008913614 425 Electricity Paid by EFT#4218 05/08/2025 05/28/2025 05/31/2025 06/04/2025 88.46 200008913887 425 Electricity Paid by EFT#4217 05/08/2025 05/28/2025 05/31/2025 06/04/2025 122.20 200008919025 425 Electricity Paid by EFT#4218 05/08/2025 05/28/2025 05/31/2025 06/04/2025 506.75 200008919983 425 Electricity Paid by EFT#4217 05/08/2025 05/28/2025 05/31/2025 06/04/2025 4,573.82 200008899490 425 Electricity Paid by EFT#4218 05/09/2025 05/28/2025 05/31/2025 06/04/2025 11,363.36 200008913952 425 Electricity Paid by EFT#4217 05/12/2025 05/28/2025 05/31/2025 06/04/2025 115.11 200008919124 425 Electricity Paid by EFT#4218 05/12/2025 05/28/2025 05/31/2025 06/04/2025 532.03 200008919298 425 Electricity Paid by EFT#4217 05/12/2025 05/28/2025 05/31/2025 06/04/2025 190.69 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 4 of 9 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 200008923183 425 Electricity Paid by EFT#4218 05/12/2025 05/28/2025 05/31/2025 06/04/2025 447.72 200008932903 425 Electricity Paid by EFT#4218 05/12/2025 05/28/2025 05/31/2025 06/04/2025 2,651.36 200008904415 425 Electricity Paid by EFT#4218 05/13/2025 05/28/2025 05/31/2025 06/04/2025 8,964.37 200008919389 425 Electricity Paid by EFT#4217 05/13/2025 05/28/2025 05/31/2025 06/04/2025 418.05 200008923282 425 Electricity Paid by EFT#4218 05/13/2025 05/28/2025 05/31/2025 06/04/2025 13,736.26 200008928612 425 Electricity Paid by EFT#4218 05/13/2025 05/28/2025 05/31/2025 06/04/2025 474.60 200008904753 425 Electricity Paid by EFT#4217 05/14/2025 05/28/2025 05/31/2025 06/04/2025 1,112.92 200008923498 425 Electricity Paid by EFT#4220 05/14/2025 05/28/2025 05/31/2025 06/04/2025 2,358.30 200008937159 425 Electricity Paid by EFT#4218 05/15/2025 05/28/2025 05/31/2025 06/04/2025 93.20 200008895860 425 Electricity Paid by EFT#4222 05/16/2025 05/28/2025 05/31/2025 06/04/2025 734.11 200008895969 425 Electricity Paid by EFT#4222 05/16/2025 05/28/2025 05/31/2025 06/04/2025 7,120.42 200008919454 425 Electricity Paid by EFT#4216 05/16/2025 06/04/2025 05/31/2025 06/04/2025 241.08 200008928315 425 Electricity Paid by EFT#4222 05/16/2025 05/28/2025 05/31/2025 06/04/2025 12,132.01 200008923563 525 Electricity Paid by EFT#4222 05/19/2025 05/28/2025 05/31/2025 06/04/2025 4,175.44 200008904043 525 Electricity Paid by EFT#4222 05/20/2025 05/28/2025 05/31/2025 06/04/2025 618.40 200008919603 525 Electricity Paid by EFT#4222 05/20/2025 05/28/2025 05/31/2025 06/04/2025 373.49 200008923399 525 Electricity Paid by EFT#4223 05/20/2025 05/28/2025 05/31/2025 06/04/2025 3,858.69 Vendor 22550-LIBERTY UTILITIES Totals Invoices 32 $80,757.83 Vendor 47903-LINDE GAS&EQUIPMENT INC 49885291 Shop Supplies Paid by EFT#4224 05/22/2025 05/30/2025 05/31/2025 06/04/2025 78.00 Vendor 47903-LINDE GAS&EQUIPMENT INC Totals Invoices 1 $78.00 Vendor 48984-MAVERICK NETWORKS INC 2501455 District Computer Supplies Paid by EFT#4225 05/21/2025 05/30/2025 05/31/2025 06/04/2025 1,145.14 Vendor 48984- MAVERICK NETWORKS INC Totals Invoices 1 $1,145.14 Vendor 21701-THE MCCLATCHY COMPANY LLC 290025 Ads-Legal Notices Paid by EFT#4226 02/28/2025 05/30/2025 05/31/2025 06/04/2025 3,124.32 298311 Ads-Legal Notices Paid by EFT#4226 04/30/2025 05/30/2025 05/31/2025 06/04/2025 3,673.70 Vendor 21701-THE MCCLATCHY COMPANY LLC Totals Invoices 2 $6,798.02 Vendor 43889-MME MUNICIPAL MAINTENANCE 034991 Contractual Services Paid by EFT#4227 04/09/2025 05/30/2025 05/31/2025 06/04/2025 1,595.61 036201 Automotive Paid by EFT#4227 05/09/2025 05/30/2025 05/31/2025 06/04/2025 1,589.21 036204 Automotive Paid by EFT#4227 05/09/2025 05/30/2025 05/31/2025 06/04/2025 819.63 036424 Automotive Paid by EFT#4227 05/14/2025 05/30/2025 05/31/2025 06/04/2025 763.46 036541 Automotive Paid by EFT#4227 05/19/2025 05/30/2025 05/31/2025 06/04/2025 83.92 Vendor 43889-MME MUNICIPAL MAINTENANCE Totals Invoices 5 $4,851.83 Vendor 40274-NEVADA DIV OF FORESTRY 25-10-0039 Grounds&Maintenance Paid by EFT#4228 05/13/2025 05/30/2025 05/31/2025 06/04/2025 2,816.32 FP25-033 Grounds&Maintenance Paid by EFT#4228 05/13/2025 05/30/2025 05/31/2025 06/04/2025 744.60 Vendor 40274-NEVADA DIV OF FORESTRY Totals Invoices 2 $3,560.92 Vendor 19355-NEWARK IN ONE 37945370 Buildings Paid by EFT#4229 05/16/2025 05/30/2025 05/31/2025 06/04/2025 131.10 37964007 Buildings Paid by EFT#4229 05/26/2025 05/30/2025 05/31/2025 06/04/2025 935.28 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 5 of 9 S0U-T " TA Payment of Claims Payment Date Range 05/29/25 - 06/11/25 - Report By Vendor - Invoice t 00, 0" r - 195a 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 19355-NEWARK IN ONE Totals Invoices 2 $1,066.38 Vendor 49806-OUTSIDE INTERACTIVE INC 49445 Public Relations Expense Paid by EFT#4230 05/01/2025 05/30/2025 05/31/2025 06/04/2025 2,086.00 Vendor 49806-OUTSIDE INTERACTIVE INC Totals Invoices 1 $2,086.00 Vendor 49945-PAPE MACHINERY INC 16067129 Grounds&Maintenance Paid by EFT#4231 05/05/2025 05/30/2025 05/31/2025 06/04/2025 2,496.77 Vendor 49945- PAPE MACHINERY INC Totals Invoices 1 $2,496.77 Vendor 49961-PLATINUM ADVISORS LLC 38481 Public Relations Expense Paid by EFT#4232 05/01/2025 05/30/2025 05/31/2025 06/04/2025 1,000.00 Vendor 49961- PLATINUM ADVISORS LLC Totals Invoices 1 $1,000.00 Vendor 49497-REGULATORY INTELLIGENCE LLC STPUD525 Advisory Paid by EFT#4233 05/21/2025 05/30/2025 05/31/2025 06/04/2025 6,412.99 Vendor 49497-REGULATORY INTELLIGENCE LLC Totals Invoices 1 $6,412.99 Vendor 49819-JEFFREY SHANE ROMSOS MILEAGE 051325B Travel-Meetings-Education Paid by EFT#4234 05/19/2025 05/30/2025 05/31/2025 06/04/2025 400.54 PER DIEM 051325A Travel-Meetings-Education Paid by EFT#4234 05/21/2025 05/28/2025 05/31/2025 06/04/2025 54.00 Vendor 49819-JEFFREY SHANE ROMSOS Totals Invoices 2 $454.54 Vendor 50395-CHRISTIE SANCHEZ 2363101 Clothes Washer Rebate Program Paid by EFT#4235 05/27/2025 05/30/2025 05/31/2025 06/04/2025 200.00 Vendor 50395-CHRISTIE SANCHEZ Totals Invoices 1 $200.00 Vendor 49911-SEARCHPROS STAFFING LLC 25052033 Contractual Services Paid by EFT#4236 05/20/2025 05/30/2025 05/31/2025 06/04/2025 809.80 25052734 Contractual Services Paid by EFT#4236 05/27/2025 05/30/2025 05/31/2025 06/04/2025 850.29 Vendor 49911-SEARCHPROS STAFFING LLC Totals Invoices 2 $1,660.09 Vendor 48622-SIERRA ECOTONE SOLUTIONS 1221 Contractual Services Paid by EFT#4237 04/30/2025 05/30/2025 05/31/2025 06/04/2025 3,250.00 Vendor 48622-SIERRA ECOTONE SOLUTIONS Totals Invoices 1 $3,250.00 Vendor 22731-SIGNS OF TAHOE 250527 Grounds&Maintenance Paid by EFT#4238 05/20/2025 05/30/2025 05/31/2025 06/04/2025 65.00 Vendor 22731-SIGNS OF TAHOE Totals Invoices 1 $65.00 Vendor 48735-SILVER STATE ANALYTICAL LAB LV329434 Monitoring Paid by EFT#4239 05/18/2025 05/30/2025 05/31/2025 06/04/2025 258.00 Vendor 48735-SILVER STATE ANALYTICAL LAB Totals Invoices 1 $258.00 Vendor 50355-SILVER STATE TOWING 25240 Automotive Paid by EFT#4240 05/15/2025 05/30/2025 05/31/2025 06/04/2025 1,575.00 Vendor 50355-SILVER STATE TOWING Totals Invoices 1 $1,575.00 Vendor 48944-CHRISTOPHER SKELLY PER DIEM 42725 Travel-Meetings-Education Paid by EFT#4241 04/22/2025 05/30/2025 05/31/2025 06/04/2025 51.00 PER DIEM 43025 Travel -Meetings-Education Paid by EFT#4241 04/22/2025 05/30/2025 05/31/2025 06/04/2025 168.00 Vendor 48944-CHRISTOPHER SKELLY Totals Invoices 2 $219.00 Vendor 45168-SOUTHWEST GAS 910000183539 525 Natural Gas Paid by EFT#4242 05/16/2025 05/28/2025 05/31/2025 06/04/2025 11.00 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 6 of 9 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 910000426082 525 Natural Gas Paid by EFT#4242 05/19/2025 05/28/2025 05/31/2025 06/04/2025 39.41 910000175915 525 Natural Gas Paid by EFT#4242 05/21/2025 05/28/2025 05/31/2025 06/04/2025 23.64 910000639911 525 Natural Gas Paid by EFT#4242 05/21/2025 05/28/2025 05/31/2025 06/04/2025 11.00 910000416139 525 Natural Gas Paid by EFT#4242 05/22/2025 05/28/2025 05/31/2025 06/04/2025 51.63 910000192416 525 Natural Gas Paid by EFT#4242 05/23/2025 06/04/2025 05/31/2025 06/04/2025 211.71 910000421501 525 Natural Gas Paid by EFT#4242 05/27/2025 06/04/2025 05/31/2025 06/04/2025 514.16 910000421502 525 Natural Gas Paid by EFT#4242 05/27/2025 06/04/2025 05/31/2025 06/04/2025 928.76 910000429959 525 Natural Gas Paid by EFT#4242 05/27/2025 06/04/2025 05/31/2025 06/04/2025 65.24 910000429960 525 Natural Gas Paid by EFT#4242 05/27/2025 06/04/2025 05/31/2025 06/04/2025 5,617.10 Vendor 45168-SOUTHWEST GAS Totals Invoices 10 $7,473.65 Vendor 48617-STEEL-TOE-SHOES.COM STP052225 Safety Equipment-Physicals Paid by EFT#4243 05/22/2025 05/30/2025 05/31/2025 06/04/2025 141.36 Vendor 48617-STEEL-TOE-SHOES.COM Totals Invoices 1 $141.36 Vendor 50018-SUMMIT FIRE&SECURITY LLC 2890362 Pump Stations Paid by EFT#4244 12/16/2024 05/30/2025 05/31/2025 06/04/2025 1,140.00 3148634 Pump Stations Paid by EFT#4244 04/02/2025 05/30/2025 05/31/2025 06/04/2025 (1,140.00) 3237096 Luther Pass Pump Station Paid by EFT#4244 05/06/2025 05/30/2025 05/31/2025 06/04/2025 1,230.00 Vendor 50018-SUMMIT FIRE&SECURITY LLC Totals Invoices 3 $1,230.00 Vendor 48511-SWRCB/DWOCP PHILLIPS REEXAM2 Dues-Memberships- Paid by Check#114945 05/20/2025 05/30/2025 05/31/2025 06/04/2025 399.00 Certification Vendor 48511-SWRCB/DWOCP Totals Invoices 1 $399.00 Vendor 47798-T&S CONSTRUCTION CO INC 23-20A Upper Truckee Sewer PS Rehab Paid by EFT#4245 04/30/2025 05/30/2025 05/31/2025 06/04/2025 395,750.00 23-20AR Upper Truckee Sewer PS Rehab Paid by EFT#4245 04/30/2025 05/30/2025 05/31/2025 06/04/2025 (19,787.50) Retainage Vendor 47798-T&S CONSTRUCTION CO INC Totals Invoices 2 $375,962.50 Vendor 49420-THATCHER COMPANY OF NEVADA INC 2025400102173 Hypochlorite Paid by EFT#4246 05/22/2025 05/30/2025 05/31/2025 06/04/2025 1,994.00 Vendor 49420-THATCHER COMPANY OF NEVADA INC Totals Invoices 1 $1,994.00 Vendor 48477-THOMAS SCIENTIFIC 3609281 Laboratory Supplies Paid by EFT#4247 05/15/2025 05/30/2025 05/31/2025 06/04/2025 767.03 Vendor 48477-THOMAS SCIENTIFIC Totals Invoices 1 $767.03 Vendor 42546-TRUCKEE OVERHEAD DOOR INC 54239 Wells Paid by EFT#4248 05/14/2025 05/30/2025 05/31/2025 06/04/2025 350.00 Vendor 42546-TRUCKEE OVERHEAD DOOR INC Totals Invoices 1 $350.00 Vendor 48262-UPS FREIGHT 0000966628205 Postage Expenses Paid by EFT#4249 05/17/2025 05/30/2025 05/31/2025 06/04/2025 42.48 0000966628215 Postage Expenses Paid by EFT#4249 05/24/2025 05/30/2025 05/31/2025 06/04/2025 43.33 Vendor 48262-UPS FREIGHT Totals Invoices 2 $85.81 Vendor 50287-V&T ROCK INC V25-5446 Base,Spoils,and Hauling Paid by EFT#4250 05/15/2025 05/30/2025 05/31/2025 06/04/2025 757.36 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 7 of 9 " TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 Report By Vendor - Invoice 1950 `�� �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 50287-V&T ROCK INC Totals Invoices 1 $757.36 Vendor 45243-VELOCITY VEHICLE GROUP XA261153256:01 Automotive Paid by EFT#4251 05/05/2025 05/30/2025 05/31/2025 06/04/2025 3,234.79 XA261153807:01 Automotive Paid by EFT#4251 05/13/2025 05/30/2025 05/31/2025 06/04/2025 2,319.96 XA261154603:01 Automotive Paid by EFT#4251 05/22/2025 05/30/2025 05/31/2025 06/04/2025 (3,234.79) Vendor 45243-VELOCITY VEHICLE GROUP Totals Invoices 3 $2,319.96 Vendor 44580-VESTIS SERVICES LLC 5980294748 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 79.19 5980294749 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 39.89 5980294750 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 24.33 5980294751 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 16.82 5980294752 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 13.75 5980294753 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 15.14 5980294754 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 103.38 5980294755 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 61.15 5980294757 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 4.64 5980294758 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 86.48 5980294759 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 105.56 5980294760 Uniform Payable Paid by EFT#4252 05/21/2025 05/30/2025 05/31/2025 06/04/2025 105.88 Vendor 44580-VESTIS SERVICES LLC Totals Invoices 12 $656.21 Vendor 49540-WATER SYSTEMS CONSULTING INC 10746 Contractual Services Paid by EFT#4253 02/28/2025 05/30/2025 05/31/2025 06/04/2025 14,113.00 10850 Bijou PS Rehab Paid by EFT#4253 03/31/2025 05/30/2025 05/31/2025 06/04/2025 1,463.00 10872 Contractual Services Paid by EFT#4253 03/31/2025 05/30/2025 05/31/2025 06/04/2025 1,240.00 10923 Bijou PS Rehab Paid by EFT#4253 04/30/2025 05/30/2025 05/31/2025 06/04/2025 4,843.00 10942 Contractual Services Paid by EFT#4253 04/30/2025 05/30/2025 05/31/2025 06/04/2025 4,005.12 Vendor 49540-WATER SYSTEMS CONSULTING INC Totals Invoices 5 $25,664.12 Vendor 25850-WESTERN NEVADA SUPPLY 11740208 Pipe-Covers &Manholes Paid by EFT#4254 05/07/2025 05/30/2025 05/31/2025 06/04/2025 1,176.29 11742969 Wells Paid by EFT#4254 05/09/2025 05/30/2025 05/31/2025 06/04/2025 1,185.51 11628480-1 Saddles&Fittings Inventory Paid by EFT#4254 05/12/2025 05/30/2025 05/31/2025 06/04/2025 315.44 11746987 Saddles&Fittings Inventory Paid by EFT#4254 05/12/2025 05/30/2025 05/31/2025 06/04/2025 2,449.81 31740169 Shop Supplies Paid by EFT#4254 05/15/2025 05/30/2025 05/31/2025 06/04/2025 161.73 11721165 Repair Clamps Inventory Paid by EFT#4254 05/19/2025 05/30/2025 05/31/2025 06/04/2025 8,390.57 11744057 Valve&Hydrant Replacements Paid by EFT#4254 05/19/2025 05/30/2025 05/31/2025 06/04/2025 362.77 11759148 Pipe-Covers &Manholes Paid by EFT#4254 05/20/2025 05/30/2025 05/31/2025 06/04/2025 1,082.69 11759150 Boxes-Lids-Extensions Inventory Paid by EFT#4254 05/20/2025 05/30/2025 05/31/2025 06/04/2025 5,112.60 11759185 Pipe-Covers &Manholes Paid by EFT#4254 05/20/2025 05/30/2025 05/31/2025 06/04/2025 3,710.96 11763746 Repair Clamps Inventory Paid by EFT#4254 05/21/2025 05/30/2025 05/31/2025 06/04/2025 2,452.49 CM11759185 Pipe-Covers &Manholes Paid by EFT#4254 05/21/2025 05/30/2025 05/31/2025 06/04/2025 (2,452.49) 11745561 Water Meters&Parts Paid by EFT#4254 05/27/2025 05/30/2025 05/31/2025 06/04/2025 547.35 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 8 of 9 11 TA Payment of Claims _ Payment Date Range 05/29/25 - 06/11/25 m 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 25850-WESTERN NEVADA SUPPLY Totals Invoices 13 $24,495.72 Grand Totals Invoices 181 $1,256,417.24 El Dorado-County Recorder Clerk CA#114946 3,018.755 0411712025 P_0_C.Total $ 1,259,435.99 Run by Erika Franco on 06/11/2025 03:35:21 PM Page 9 of 9 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: Chris Stanley, Field Operations Manager Jeremy Rutherdale, Field Operations Supervisor MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Luther Pass Pump Station Pump Rebuild REQUESTED BOARD ACTION: Authorize the purchase of a rebuilt 700 horsepower pump for the Luther Pass Pump Station from Flowserve in the amount of $248,847, plus tax and shipping. DISCUSSION: Luther Pass Pump Station exports treated effluent out of the Tahoe Basin. There are four pumps at this station, two 1,000 horsepower (HP) pumps and two 700 HP pumps. The firm capacity of the pump station is to run on a 1,000 HP pump and two 700 HP pumps, and during peak pumping conditions, it has been necessary to operate the Station at that level. In the past ten years, two 700 HP pumps and one 1,000 HP pump have been replaced. During the Luther Pass Power and Controls Project (2015-2017), all four of the motors for these pumps were replaced with modern high-efficiency motors. This past year, the Luther Pass Pump Station experienced a 1,000 HP motor failure and a 700 HP pump failure and was only operating with one 700 HP pump and one 1,000 HP pump. In the past twenty years, the Pumps Department has never experienced failures of two pumps at the same time. The best solution for avoiding this issue in the future is to have spare pumps and motors on hand to ensure the operation of the District's most critical sewer station. Flowserve is the original equipment manufacturer for the Luther Pass pumps and has previously been approved by the Board as the sole source vendor. In February of this year, the two old 700 HP pumps that were replaced with new pumps were sent to Flowserve to identify which of the cases and which parts were able to be used to build the District a reliable pump as a spare. Flowserve performed their testing on the two pumps and concluded that most of the parts in both pumps were too worn for rebuild, other than the impeller set of one pump and one pump case. Jeremy Rutherdale June 18,2025 Page 2 Flowserve presented staff with a quote with four options (See attached quote from Flowserve). • Option One: Pump repair, reusing the impellers with mechanical seals and refurbishing the casing for a net price of $248,847 (not including tax and shipping costs) with a 16-week lead time upon receipt of order. • Option Two: Pump repair, reusing the impellers with packing and refurbishing the casing for a net price of $248,500 with a 16-week lead time upon receipt of order. • Option Three: Pump repair, reusing the impellers with new CA6NM pump casing with mechanical seals for a net price of $470,500 with a 50-week lead time upon receipt of order. • Option Four: New pump with upgraded parts for a net price of $478,948 with a 55-week lead time upon receipt of order. SCHEDULE: Upon Board Approval COSTS: $248,847 (not including tax and shipping) ACCOUNT NO: 10.26.8315 BUDGETED AMOUNT AVAILABLE: $106,800 (Remaining funding from 25/26 Sewer Equipment Repair budget) IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes M No ❑ N/A ATTACHMENTS: Proposal from Flowserve CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer GENERAL MANAGER: YES AL NO CHIEF FINANCIAL OFFICER: YES NO Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT F� E11E Flowserve Quote 262841 SERVICES AND SOLUTIONS Flowserve 154245/0400472026 Reference CJP250019 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT Customer Reference Site Name SOUTH TAHOE PUBLIC UTILITY DISTRICT Site Location SOUTH LAKE TAHOE Flowserve Quote # 262841 Flowserve Reference 154245/0400472026 Quote Date 06-May-2025 Quote Revision 1 Service Center Manager David Saldivar Equipment Type DVMX Equipment Size 4X6X10C Equipment Serial Number 661-S-0878 &661-S-0879 Customer Tag 1740 GPM; 700 HP Pumps Order Type Repairs-OEM Order Description Repairs-OEM Flowserve Contact Chuck Caskey +13032490485 ccaskey@flowserve.com RanchoFlowserve Facility Dominguez Flow Solutions • • •1• E. Cashdan Rancho Dominguez, Flowserve • 310-667-4221 FLOWSERVE PROP WETARY i TechnIcal Services I EducatWnantl Training I Asso Management and Oplimizalion Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- 06-May-2025 1275 MEADOW CREST DR SOUTH LAKE TAHOE, California USA 96150 ATTN: Subject: gP250019 Flowserve is pleased to submit our proposal in response to the above referenced project. This proposal is described in the enclosed commercial and technical sections. Flowserve is one of the worlds leading providers of equipment and services for the global infrastructure and process industries. Over the years, Flowserve has transformed itself in both size and structure to meet the increasing needs of our customers. Armed with broad product lines and technical services, Flowserve is uniquely positioned to serve your life cycle equipment needs. From inquiry to installation and start-up of the equipment, Flowserves product and industry specialists can offer expert support during every step of the process. We remain at your disposal to discuss any aspect of our offering. Please do not hesitate to contact us with any questions or if you require additional information. Thank you. Sincerely, Sujith Peringalloor Chuck Caskey Quote Creator Sales Engineer Flowserve Corporation Flowserve Corporation speringalloor@flowserve.com ccaskey@flowserve.com +17809803355 +13032490485 California Proposition 65 t WARNING: Cancer and Reproductive Harm- www.P65Warnings.ca.gov This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOWSERVE Flowserve Quote 262841 SERVICES AND '%*A"w00*4 # Flowserve 154245/0400472026 Reference ---- __ #1 - Repair I TAG # 1740 GPM; 700 HP Pumps I SN : 661- S-0878 & 661-S-0879 SOUTH TAHOE PUBLIC UTILITY DISTRICT • SOUTH LAKE TAHOE • 154245/6400472026/ 10 • Jeremy Rutherdale - .- DVMX • - 775-901-1067 • • - 4X6X10C • - •- 661-S-0878 & 661-S-0879 • 1 • - .• 1740 GPM; 700 HP Pumps Chuck Caskey •- • .•- 4 • - +13032490485 - ccaskey@flowserve.com Disassembly. Clean, Inspect(DCI) Scope Quantity: 2 • RECEIVE PUMP AND MAKE NOTE IF A RUHRPUMPEN PRODUCT AND IF ANY SPARE PARTS. INVENTORY CUSTOMER PROVIDED SPARE PARTS. NOTE IF NEW OR USED. (REFER TO FLOWSERVE PROCEDURE ADM-8 REV 0-JAN 30 2004 AMD NAAM-WI-009 - REV 0 -SEPT 9 2013) • RECEIVE PUMP AND NOTE IF ANY SPARE PARTS. INVENTORY CUSTOMER PROVIDED SPARE PARTS. NOTE IF NEW OR USED. • TAKE PICTURES PRIOR TO DISASSEMBLY INCLUDING PUMP TAG • GATHER ALL PARTS/COMPONENTS AND PERFORM PRE JOB BRIEF AND WORK AREA REVIEW • MATCH MARK PUMP PRIOR TO DISASSEMBLY • DISASSEMBLE HORIZONTAL PUMP AS PER THE BELOW: DISASSEMBLE PUMP COMPLETE AND REMOVE PLUGS. DISASSEMBLE BEARING HOUSINGS. REMOVE MECHANICAL SEALS AND MOVE TO SHIPPING. TAKE PICTURES DURING DISASSEMBLY. DOCUMENT ALL LOOSE PARTS • IF DAMAGE ON THE PUMP IS FOUND THAT WOULD CAUSE EXTRA DCI HOURS, NOTIFY SUPERVISION • POLISH SHAFT AND CHECK T.I.R'S AND DOCUMENT ALL CRITICAL DIMENSIONS • SAND BLAST/CLEAN ALL PUMP COMPONENTS • VISUALLY AND DIMENSIONALLY INSPECT ALL CRITICAL FITS AND FACES AND DOCUMENT ALL FINDINGS ON AS FOUND REPORT. • FOR SPLIT PUMPS, MEASURE SEAL GLAND BOLT HOLE CIRCLE • LIQUID PENETRANT TEST CASING(S)AND IMPELLER(S)AS PER FLOWSERVE PROCEDURE CORP-ENG-0022 (REV 3- SEPT 15 2014)AND ACCEPTANCE AS PER CORP-ENG-0093 (REV 6- MAY 29 2009) • MAGNETIC PARTICLE TEST CASINGS AND IMPELLERS AS PER FLOWSERVE PROCEDURE CORP-ENG-0023 (REV 1 - DEC 13 2006) AND ACCEPTANCE AS PER CORP-ENG-0024 (REV 3 - DEC 13 2006) • PMI [INSERT COMPONENT]AS PER FLOWSERVE PROCEDURE IC-8203 (REV H)TO DETERMINE MATERIAL • PERFORM HARDNESS TEST ON CASES AND IMPELLERS • ULTRASONIC TEST CASE AS PER [INSERT SPECIFICATION]AND ACCEPTANCE AS PER[INSERT SPECIFICATION]TO DETERMINE WALL THICKNESS Proposed Repair Scope TOP AND BOTTOM CASE Quantity: 2 • BRING OV TO APPLY COAT THE SEALING AREAS WITH BELZONA *****LEAVE WITNESS POINTS IN THE STUFFING BOX BORE FOR ALIGNMENT***** This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- ***SEE ENGINEERING IF ANY QUESTIONS*** • HAND DRESS AND BLEND COATING AT ALL AREAS THAT ARE NOT TO BE MACHINED • SET UP ON MILL AND INSPECT: -VISUALLY INSPECT SPLIT LINES COMPLETE -RECORD SURFACE FINISH OF TOP AND BOTTOM SPLIT LINE • "SET-UP AND FINISH MACHINE SPLIT LINE FACES (250 RMS WITH CROSS HATCH)AND SKIM FEET - TAKE MINIMUM TO CLEAN • TAP ALL HOLES • "ALIGN THE BOTTOM HALF THEN BOLT THE TWO HALVES TOGETHER USING XXX THK GASKET AND REDOWEL USE 50% OF STUDS AND NUTS EQUALLY DISTRIBUTED AROUND CASE AND TORQUE TO 50% OF FINAL HYDRO-TEST TORQUE. USE ALL THE STUDS NEAR STUFFING BOX AND TORQUE THOSE TO 100%. " • "ROUGH MACHINE BORES *LEAVE ON MILL" • "ALIGN THE BOTTOM HALF CASE BOLT THE TWO HALVES TOGETHER WITH XXX""THK GASKET AND THREE SOLID ALIGNMENT RINGS (CENTER AND BOTH ENDS, WITH TOUNGES TO ENSURE GROOVES FACES ARE ALIGNED)AND REDOWEL USE 100%OF STUDS AND NUTS EQUALLY DISTRIBUTED AROUND CASE AND TORQUE TO 100%OF FINAL HYDRO-TEST TORQUE." • "FINISH MACHINE CASING: -ALL BORES TO CLEAN -SKIM ALL CRITICAL FACES TO CLEAN -SKIM FLANGES TO CLEAN • SKIM STUFFING BOX FACES AND BEARING HOUSING MOUNTING FACES TO CLEAN BORE STUFFING BOXES • SKIM FLANGE FACES (125 TO 250 RMS WITH CONCENTRIC OR SPIRAL GROOVES), SKIM BOLTING FACES TO MAINTIAIN REQUIRED STAND-OFF" • TAP STUFFING BOX STUD HOLES MEASURE AND RECORD STUFFING BOX STUD HOLES PER DRAWING (THREAD, DEPTH, B.C.) • INSPECT: -VISUALLY INSPECT COMPLETE -USING INSIDE MIC VERIFY ID OF ALL BORES ACROSS THE SPLITS -USING DEPTH DIAL GAUGE VERIFY DEPTH OF ALL BORES -VERIFY ID OR DEPTH OF ALL GROOVES -VERIFY WIDTH OF ALL GROOVES -VERIFY DEPTH OF MILLED POCKETS OF SPLIT LINE -VERIFY STUFFING BOX STUD HOLES PER DRAWING (THREAD, DEPTH, B.C.) • HAND DRESS AND DEBURR • BRING OV TO APPLY BELZONA 1341 SUPERMETALGLIDE COATING ON THE WATER WAYS • VENDOR COST • ***" Due to the poor condition of the casing and limited ability to repair the pressure boundary integrity via weld build-up due to the material being cast iron the hydrotest will be handle as follows.The pump case will be hydrotested by slowly increasing pressure by 50 psi at a time, if the casing leaks at any point the hydrotest will stop for engineering review. If the pressure holds at a lower than the original hydrotest pressure engineering will provide a lower pressure range of operation for the casing for customer approval or will present additional scope requirements to attempt to pass the hydrotest, additional scope will be approved by customer before proceeding and may impact lead time and pricing" *** HYDROTEST CASE AS PER CORP-ENG-0028 PRESSURE: XXX [PSI] FOR 30 MINUTES BOLT TORQUE: XXX TORQUE TO 100%OF VALUES LISTED AND HYDROTEST CASE AS PER CORP-ENG-0028 (F2-6) This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. AftermarK-;L ral LJ al IU _)M VILCJ I LI lyll icm II ly al IU I CLI II Ill.al -Im VILCJ I LUU._..UI1 al IU I I all III ly I h1JJCL I°ia,iagement and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- *PRESSURE GAUGE RANGE TO BE 1.5 TO 4 X THE HYDRO-TEST PRESSURE • STEAM CLEAN AND STAGE FOR ASSEMBLY ELEMENT Quantity: 1 • CLEAN AND VISUALLY INSPECT ALL PARTS AND LAYOUT ELEMENT COMPLETE • "ASSURE THAT ALL PARTS AND CRITICAL PASSAGES ARE FREE FROM FOREIGN MATERIAL PER THE FLOWSERVE PROCEDURE CORP-AMSS-5032 (JUL 27 2012), USE BORE SCOPE WHERE REQUIRED SUCH AS SMALL BORE PIPING AND INTERNAL HYDRAULIC PASSAGEWAYS" • ELEMENT ROTATION FROM DE: ASSEMBLE THE ELEMENT PER THE FOLLOWING INSTRUCTIONS,TAKE PICTURES AT ALL STAGES OF ASSEMBLY: -element should be built 2 stages at the time from the center and moving to either end of the shaft checking TIR after each pair is installed -ASSEMBLE THE ELEMENT COMPLETE AND FILL OUT ASSEMBLY CHECKLIST -SET-UP ON V-BLOCKS ON LAYOUT TABLE AND PERFORM AS-BUILT INSPECTION AND FILL OUT AS-BUILT FORM (RECORD ALL TIR OF WEAR COMPONENTS, RECORD ALL ROTATING WEAR COMPONENT SIZES,AND RECORD ALL IMPELLER TRIMS) • BALANCE ELEMENT PER CORP-ENG-0232 3600 RPM • STEAM CLEAN NDE BEARING HOUSING Quantity: 1 • WELD PADS ON THE CASE FIT(9.00)AS PER CORP-ENG-1001 (1\11-1, GTAW), CORP-ENG-1002 (1\11-2, SMAW), • P.O. # H.T. # INV. # • SEND TO O.V.TO PRE-MACHINE AND CHROME AND THRUST BEARING BORE ( 5.115)AS PER CORP-ENG-0181 • VENDOR COST THRUST BEARING BORE ID : 5.5115"-5.5125" • VISUALLY AND DIMESIONALLY INSPECT MEASURED THRUST BEARING BORE ID : ................................. • -MACHINE THE WELDED PADS TO DRAWING SKIM BOTH MATING FACES TO MAINTAIN THE FLATNESS • VISUALLY AND DIMESIONALLY INSPECT • CLEAN, PREP,TAP ALL THREADED HOLES,AND GLYPTAL BEARING HOUSING AND ALL HOUSING COVERS AS PER CORP-ENG- 0190 (D16-1) • VISUALLY INSPECT RADIAL/THRUST INBOARD COVERS Quantity: 2 • TIR INSPECT BORE AND FACES SKIM FACES TRUE • CLEAN THE COVER APPLY GLPTAL • DIMENSIONALLY INSPECT AND RECORD ON AS BUILT REPORT This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- RADIAL END COVER Quantity: 1 • TIR INSPECT BORE AND FACES SKIM FACES TRUE • CLEAN THE COVER APPLY GLPTAL • DIMENSIONALLY INSPECT AND RECORD ON AS BUILT REPORT RADIAL BEARING HOUSING Quantity: 1 • WELD PADS ON THE CASE FIT(9.00)AS PER CORP-ENG-1001 (N1-1, GTAW), CORP-ENG-1002 (N1-2, SMAW), CORP-ENG-1059 (N1-59, GMAW), CORP-ENG-1018 (FCAW) • P.O. # H.T. # INV. # • SEND TO O.V.TO PRE-MACHINE AND CHROME AND RADIAL BEARING BORE ( 120)AS PER CORP-ENG-0181 • VENDOR COST THRUST BEARING BORE ID : 5.5115"-5.5125" • VISUALLY AND DIMESIONALLY INSPECT MEASURED RADIAL BEARING BORE ID : ................................. • -MACHINE THE WELDED PADS TO DRAWING SKIM BOTH MOUNTING FACES TO MAINTAIN THE FLATNESS • VISUALLY AND DIMESIONALLY INSPECT • CLEAN, PREP,TAP ALL THREADED HOLES,AND GLYPTAL BEARING HOUSING AND ALL HOUSING COVERS AS PER CORP-ENG- 0190 (D16-1) • VISUALLY INSPECT INBOARD COVER Quantity: 1 THRUST END COVER Quantity: 2 • TIR INSPECT BORE AND FACES SKIM FACES TRUE • CLEAN THE COVER APPLY GLPTAL • DIMENSIONALLY INSPECT AND RECORD ON AS BUILT REPORT 1ST STAGE IMPELLER Quantity: 1 • ALL THE LINEAR INDICATIONS WILL BE LEFT AS IS • INSTALL NEW MODIFIED WEAR RINGS AND TIG TO SECURE AS PER LSC 5.1 (07/21/2010) • DIMENSIONALLY AND VISUALLY INSPCT MEASURED 1ST EYE DE WEAR RING OD : ............................. MEASURED 1ST EYE NDE WEAR RING OD : ................................ • 1ST STG IMPELLER EYE WEAR RING = 1ST STG IMPELLER HUB WEAR RINGS= • BALANCE IMPELLERS TO CORP-ENG-0232 MEASURE AND RECORD TIR OF WEAR RING(S) This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- 1ST STG EYE WEAR RING TIR: 1ST STG HUB WEAR RING TIR: • STEAM CLEAN 2ND STAGE IMPELLER Quantity: 1 • ALL THE LINEAR INDICATIONS WILL BE LEFT AS IS • INSTALL NEW MODIFIED WEAR RINGS AND TIG TO SECURE AS PER LSC 5.1 (07/21/2010) • DIMENSIONALLY AND VISUALLY INSPCT MEASURED 2ND EYE DE WEAR RING OD : ............................. MEASURED 2ND EYE NDE WEAR RING OD : ................................ • 2ND STG IMPELLER EYE WEAR RING = 2ND STG IMPELLER HUB WEAR RINGS= • BALANCE IMPELLERS TO CORP-ENG-0232 MEASURE AND RECORD TIR OF WEAR RING(S) 2ND STG EYE WEAR RING TIR: 2ND STG HUB WEAR RING TIR: • STEAM CLEAN 3RD STAGE IMPELLER Quantity: 1 • ALL THE LINEAR INDICATIONS WILL BE LEFT AS IS • INSTALL NEW MODIFIED WEAR RINGS AND TIG TO SECURE AS PER LSC 5.1 (07/21/2010) • DIMENSIONALLY AND VISUALLY INSPCT MEASURED 3RD STAGE EYE DE WEAR RING OD : ............................. MEASURED 3RD STAGE EYE NDE WEAR RING OD : ................................ • 3RD STG IMPELLER EYE WEAR RING = 3RD STG IMPELLER HUB WEAR RINGS= • BALANCE IMPELLERS TO CORP-ENG-0232 MEASURE AND RECORD TIR OF WEAR RING(S) 3RD STG EYE WEAR RING TIR: 3RD STG HUB WEAR RING TIR: • STEAM CLEAN 4TH STAGE IMPLELLER Quantity: 1 • ALL THE LINEAR INDICATIONS WILL BE LEFT AS IS • INSTALL NEW MODIFIED WEAR RINGS AND TIG TO SECURE AS PER LSC 5.1 (07/21/2010) • DIMENSIONALLY AND VISUALLY INSPCT MEASURED 4TH STAGE EYE DE WEAR RING OD : ............................. MEASURED 4TH STAGE EYE NDE WEAR RING OD : ................................ • 4TH STG IMPELLER EYE WEAR RING = 4TH STG IMPELLER HUB WEAR RINGS= • BALANCE IMPELLERS TO CORP-ENG-0232 MEASURE AND RECORD TIR OF WEAR RING(S) 4TH STG EYE WEAR RING TIR: 4TH STG HUB WEAR RING TIR: • STEAM CLEAN CASE RINGS Quantity: 8 This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOWSERVE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- • MACHINE ALL THE CASE RING ID TO BELOW SIZES TO • VISUALLY AND DIMESINALLY INSPECT ID • 1ST STAGE RING ID EYE : ................................... 1ST STAGE RING ID HUB : ................................... 2ND STAGE RING ID EYE : ................................... 2ND STAGE RING ID HUB : ................................... 3RD STAGE RING ID EYE : ................................... 3RD STAGE RING ID HUB : ................................... 4TH STAGE RING ID EYE : ................................... 4TH STAGE RING ID HUB : ................................... • STEAM CLEAN CENTER STAGE PEICE Quantity: 1 • SKIM THE ID OF CENETER STAGE PEICE TO MIANTAIN THE REQUEIRED CLERANCE • VISUALLY AND DIMNESIONALLY INSPCET MEASURED CENETER STAGE PEICE : ............................ • CENETER STAGE PEICE ID : ........................................ Assembly Quantity: 1 • REVIEW AND ENSURE ALL ROUTE SHEETS AND DIMENSIONAL INSPECTIONS ARE COMPLETED AND SIGNED OFF • GATHER ALL PARTS/COMPONENTS AND PERFORM PRE JOB-BRIEF AND WORK AREA REVIEW • ASSURE THAT ALL PARTS AND CRITICAL PASSAGES ARE FREE FROM FOREIGN MATERIAL PER THE FLOWSERVE PROCEDURE CORP-AMSS-5032 (JUL 27, 2012) • BORESCOPE ALL INTERNAL PASSAGEWAYS ASSEMBLE PUMP COMPLETE PER THE BELOW INSTRUCTIONS AND TAKE PICTURES DURING ASSEMBLY • INSPECT AND RECORD AS BUILT DIMENSIONS. INSTALL ROTOR IN BOTTOM HALF INSTALL DUMMY BEARINGS AND CHECK AXIAL FLOAT. SET THE ROTOR IN THE RUNNING POSITION AND PERFORM ALIGN IN EACH STUFFING BOX VERIFY IMPELLER "RUNNING" POSITION TO VOLUTE AXIALLY VERIFY CLEARANCE BETWEEN IMPELLER RINGS AND IMPELLER SHROUDS INSTALL SPLIT LINE GASKET AND TOP HALF OF CASE TORQUE CASE NUTS/CAP SCREWS TO OEM SPECIFICATION (50/75/100 PERCENT) • INSTALL BEARING HOUSINGS, CHECK AND RECORD ELEMENT LIFT. CHECK AND RECORD THE FLOAT. SET THE RUNNING POSITION. • ALIGN THE ROTOR TO STUFFING BOX BORE AND SWEEP THE SEAL FACE, REAM AND DOWEL THE BEARING HOUSINGS. PERFORM DROP CHECK • DROP THE BEARING HOUSINGS AND INSTALL MECHANICAL SEALS • INSTALL BEARING HOUSINGS, SET FINAL FIXED FLOAT AT 0.003-0.005 AND COMPLETE FINAL ASSEMBLY. RECORD END FLOAT HERE • PERFORM AIR TEST AS PER PROCEDURE CORP-ENG-0290 AND DOCUMENT ALL DATA ON THE FINAL REPORT 25 PSIG FOR 30 MINUTES • PLASTIGAUGE THE FOLLOWING AS REQUIRED: SLEEVE BEARING TO SHAFT BEARING SHELLS TO BEARING HOUSING FIT • PAINT PUMP FLOWSERVE STANDARD GRAY • COMPLETE FLOWSERVE CHECKLIST CORP-QAL-0013.TAG PUMP AS NEEDED. INSTALL NEW ROTATION ARROW, OIL LUBRICATION TAG AND NEW REPAIR TAG. • ASSURE THAT ALL PARTS AND CRITICAL PASSAGES ARE FREE FROM FOREIGN MATERIAL PER THE FLOWSERVE PROCEDURE CORP-AMSS-5032 (JUL 27 2012) This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. AftermarKcL F01 L0 allu _)M VI LC3 I LI1y11IcclIlly aIlu ICLIIII ll.aI -3m VII_CD I Luul.allull allu I laIIIIIly I F13JCL I,a,iagement and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- Shipping Quantity: 1 • VISUALLY INSPECT,TAKE PICTURES OF ALL THE ITEMS BEING SHIPPED, MAKE DETAILED PACKING SLIP OF ALL ITEMS **TAKE INVENTORY AND PACK INSTALLATION KITS PER PARTS PAGE, ENGINEERING TO REVIEW BEFORE CLOSING KITS** ***SEND BACK ALL NEW PARTS NOT USED IN THIS REPAIR*** ***SCRAP ALL OLD PARTS*** ***SEE ENGINEERING IF ANY QUESTIONS*** *** PACK INSTALLATION KITS AS PER ATTACHED DETAILED PARTS SHEET*** ***SEE ENGINEERING IF ANY QUESTIONS*** • WRAP AND CRATE USING NEW • OV COSTS FOR WRAPPING OR CRATING OR SUPPORTING • LOAD ON SHIPPING TRUCK AND TAKE PICTURES AND UPLOAD ALL SHIPPING PICTURES TO THE DRIVE • CLOSE SHOP FILE AND FORWARD TO PROJECT ADMINISTRATOR FOR JOB CLOSURE This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOWSERVE Flowserve Quote 262841 SERVICES AND `%*A"w00*4 # Flowserve 154245/0400472026 Reference Required Parts QTY EACH PART DESCRIPTION NUMBER 1 GASKET 95919023 251A11G1X2700X4500 212H61 G107 1 GASKET 66766569 251A11G1X1200X1200 241H61 G107 1 SHAFT TBD 676 410 1 WEAR RING IMPELLER 6.986 6044041 6044041 201-1 BRZ 903 2 WEAR RING IMPELLER 119527BX 203 BRZ 903 1 GASKET 8" OD X 0.005"THK 363H61 WAXPAPER 1 RING,OIL 4.750 5543646 636673FK 373 BRZ 2 THRUST BEARING 95215414 39A19X411BG1 655 1 LOCKWASHER BRIG 11 95201026 20A19W11 CS 1 NAME PLATE TBD 1 SHAFT SLEEVE 119442BX 218 SST 410 2 SHAFT SLEEVE 639155BX 217 SST 410 2 SHAFT SLEEVE NUT 642434AP 235/1 SST 410 1 GASKET 8" OD X 0.005"THK 333H61 WAXPAPER 1 RING,OIL 4.750 5543646 636673FK 310 BRZ 1 BEARING,BALL,RADIAL 6001194 6001194 659 ASSY 1 GASKET 66766569 251A11G1X1200X1200 242H61 G107 1 WEAR RING IMPELLER 7.235 6044024 6044024 201-2 BRZ 903 3 WEAR RING IMPELLER 6.613 6044037 6044037 201 BRZ 903 1 WEAR RING IMPELLER 4.490 6044031 6044031 202 BRZ 903 1 REPAIR TAG TBD 2 THROAT BUSHING TBD TBD NOTRONIC 50/60 1 GASKET 8-1/2" OD K 0.005" 362H61 WAXPAPER 1 DEFLECTOR 2.812 5221415 620013FJ 364 BRZ 932 1 LOCKNUT, BRG 95200929 19A19N11 CS 1 BALANCE STAGE PEICE 211722BZ-XX SST 420 1 BALANCE SLEEVE 121334BX-XX 218-1 A473 TP410/420 6 RING SPLIT 3.063 10027472 622905AP 256 SST 410 2 GASKET 640227FN 744-1 ALU 1 GASKET 8-1/2" OD K 0.005" 332H61 WAXPAPER 1 DEFLECTOR 2.812 5221415 620013FJ 241 BRZ 932 1 SLEEVE, BRIG. BALL, RADIAL 10405722 10405722 346 This proposal includes pricing for the above-mentioned parts only. If additional parts are needed,these will be considered adders and will be submitted for customer's review and approval. This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. AftermarKcL ral l3 allu _)M VIl.c3 I LI1y11IcclIlly aIlu ICLIIII ll.aI -3m VIl.c3 I Luul.allull allu I laIIIIIly I F133c1 I,a,iagement and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference Net Pricing Base Bid: Reusing the impellers with mechanical seals Net Price Labor US$124,704 Parts US$88,036 Services US$28,579 Subtotal US$241,319 MECHANICAL US$24,826 SEAL DE AND NDE GOOD WILL US($17,299) DISCOUNT - 6.5% Total Net Price US$248,847 Delivery 16 Weeks ARO Option 2: Pump Repair Reusing the impellers with packing Total net price: US$ 248,500 Lead time: 16 weeks ARO Option 3: Pump Repair with New CA6NM casing with mechanical seals Total net price: US$ 470,500 Lead time: 50 weeks ARO This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- Option 4: New pump with upgraded parts Total net price: US$ 478,948 Lead time: 55 weeks ARO Complete DVMX Pump in C6 (400 series case, impellers and turned parts) + QTY 2 seals Include the following Drain and vents will be socket welded connections Painted Flowserve standard grey NDE Class will be API class II Hydrotested - not witnessed Performance tested - not witnessed Crated and prep for long term storage Terms of Payments All prices are 001 - Net 30 days from date of Seller's invoice, unless otherwise stated in Seller's proposal, quotation or offer documents. Any payment terms quoted are provisional, and subject to credit review by Flowserve. Should the total value of the order exceed $250,000, all prices are to use progress payments, per the below milestones. Each milestone is net thirty (30) days from date of Seller's invoice, unless otherwise stated in Seller's proposal, quotation, or other documents. 30% upon order placement 40% upon receipt of major materials 30% upon shipment Items not included: • Coupling & Coupling Guard • Driver • Base Plate • Wiring & Instrument Notes: • "Price and delivery for the goods in this proposal are based on the current costs of raw materials, supplies and components, including but not limited to metals and metal products (the "Materials"). The market for these Materials is considered volatile due to newly enacted and proposed tariffs, duties, levies, taxes or other unforeseen cost increases. Therefore, if the cost increase for these Materials exceeds 3%, we reserve the right to adjust our prices accordingly." • Sourcing: No sourcing restriction /No AVL • Documentation: Standard Flowserve. This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND Flowserve 154245/0400472026 Reference ---- • Documents list and Covers according to Flowserve standard. • Documents transmittals will be submit only by email. • MRB submit only for Information. • Documentation only for information: IOM, GA, Sectional, Data Sheet and ITP This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 Customer Name SOUTH TAHOE PUBLIC UTILITY DISTRICT FLOW E VE Flowserve Quote 262841 SERVICES AND '%*A"w00*4 # Flowserve 154245/0400472026 Reference SECTION 4 - COMMERCIAL DETAILS General Comments&Clarifications If Flowserve's costs rise due to factors beyond its control,such as tariff increases, Flowserve must reserve the right to adjust our prices to compensate for such increases. Validity Prices quotes are firm through quoted shipment and valid for 30 days from this date.Due to the currency exchange rates,we wish to emphasize the importance of our quoted bid validity. Taxes and Duties Unless noted pricing is exclusive of taxes,duties,inland freight in country,ocean,or air freight. Delivery Terms The equipment is offered FCA. The title and risk of loss shall pass at the proposed Incoterms point of delivery unless negotiated otherwise in the order contract.Any claim for damage due to shipping and/or handling must be received in writing by Flowserve within 48 hours of receipt at the'ship to'location. Any drawing approvals are expected to be approved within 7 business days in order to meet the stated delivery,otherwise Flowserve's promised delivery date will be subject to rescheduling and re-acknowledgement. Sourcing Unless otherwise stated,Flowserve Corporation reserves the right to use worldwide sourcing for sub-components in order to provide the buyer with the most technically and commercially competitive products available. Terms of Payments All prices are Net 30 Days from date of Seller's invoice,unless otherwise stated in Seller's proposal,quotation or offer documents.Any payment terms quoted are provisional,and subject to credit review by Flowserve. Should the total value of the order exceed$150,000 and/or the lead time is 12 weeks or longer,all prices are to use progress payments,per the below milestones. Each milestone is net thirty(30)days from date of seller's invoice,unless otherwise stated in Seller's proposal,quotation,or other documents. 30%upon order placement 40%upon receipt of major materials 30%upon shipment In order to proceed with an Order,the following must be included in the Purchase Order: • A Purchase Order number • A Description of the Product being provided(quantity,equipment type,and final scope) • Final agreed to Price and Delivery(weeks or agreed to date) • Agreed to Terms and Conditions(attach or reference FLS Standard Terms or agreed to terms) • Payment Terms(if not included in the Terms and Conditions) • Cancellation Policy(if not included in the Terms and Conditions) • A release to engineer or manufacturer from the customer(i.e.,authority to begin design,procurement,and production activities) • Purchase order must be addressed to the Manufacturing Facility(see below address) Purchase Order Address Please address any purchase order developing out of this proposal to the following: Rancho Dominguez Flow Solutions Group 1909 E.Cashdan St Rancho Dominguez,CA,USA ATTN:Sujith Peringalloor/Chuck Caskey Cancellation Charges Buyer may cancel this Order only upon written notice and payment to Seller of reasonable and proper cancellation charges.Cancellation charges shall be paid net 30 days after submission of Flowserve's Corporation's invoice. Terms and Conditions Terms and Conditions are to be mutually agreed upon prior to any order acceptance.Should an order be placed prior to an agreement,the attached Flowserve standard Terms&Conditions will apply. This document is confidential and is the property of Flowserve Corporation. It may not be copied, reproduced, or disclosed to a 3rd party in any way without the express written consent of Flowserve Corporation. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization Quote Prepared by: Name Sujith Peringalloor Phone Number +17809803355 Email speringalloor@flowserve.com Prepared on: 06-May-2025 �1 FLOWSERVE WORLDWIDE TERMS AND CONDITIONS OF SALE `.' 1. APPLICABILITY: These Worldwide Terms and Conditions of Sale ("Terms") shall govern all sales of Seller's Equipment or Services to Buyer ("Contract of Purchase" or "Order"). These Terms supersede any prior written or oral agreement, understanding, representation or promise, and any pre-printed or standard terms and conditions contained in Buyer's request for quote, purchase order, invoice, order acknowledgement, or similar document. These Terms may not be amended, supplemented, changed, or modified except by concurrent or subsequent written agreement, signed by an authorized representative of Seller and Buyer. A binding contract comes into force only upon Seller's order acknowledgement. Seller's acknowledgement of Buyer's purchase order shall not constitute acceptance of any deviating terms and conditions contained therein, regardless of how such terms and conditions may be prefaced or described. The Contract of Purchase, consisting of these Terms, Seller's quotation, Buyer's order, constitutes the entire agreement between Buyer and Seller. 2. DEFINITIONS: "Buyer"means the company who accepted Seller's offer or is named in the Order. "Equipment"means all equipment and parts manufactured and/or provided by Seller. "Materials" means raw materials, supplies, and components, including but not limited to metals and metal products. "Force Majeure" means any event or causes beyond Sellers reasonable control including, but not limited to, acts of God,acts of government,acts of Buyer,fires,blackouts,labor disputes,boycotts,floods,epidemics,quarantine restrictions, war, insurrection, terrorism, riot, civil or military authority, freight embargoes, transportation shortages or delays, unusually severe weather or inability to obtain necessary labor, materials or manufacturing facilities due to such causes. "Seller"means the company named on the Order for Equipment or Services. "Service(s)" means work, direction of work, technical information or technical consulting and advice or other services furnished by Seller to Buyer. 3. DELIVERY / TITLE / SUSPENSION / FORCE MAJEURE: Title to Equipment shall transfer to Buyer upon delivery under the agreed to Incoterm. Seller shall make commercially reasonable efforts to deliver the Equipment on the delivery date. Shipping dates are approximate and are based on prompt receipt of all necessary information. In case of delay in furnishing complete information, dates of shipment may be extended for a reasonable time. In the event Seller provides transport services these will be quoted as a lump sum price based on destination and shipping mode. In case no other INCOTERM has been agreed in the Order, FCA (Flowserve's Manufacturing Site) shall apply. In the event Buyer requests a delay in completion and/or shipment of the Equipment or any part thereof for any reason, the parties shall agree upon any cost and/or scheduling impact of such delay and all such costs to Buyer's account. Any delay beyond 30 days after original scheduled shipment date shall require Buyer to (i)take title and risk of loss of such Equipment, and(ii)make arrangements for storage of such Equipment with the Seller or other party. Seller's invoice,which is contractually based on shipment, shall be issued upon Seller's readiness to ship the Equipment. In the event any suspension requested by Buyer should exceed 30 consecutive days or 60 days in the aggregate, Seller may cancel this Order and Buyer shall pay reasonable and proper cancellation charges in accordance with Section 7 hereto. Seller shall not be liable for delay in delivery due to Force Majeure. In the event of any such delay, the date of delivery shall be extended for a length of time equal to the period of the delay. 4. WARRANTY: Subject to the limitations in Section 18 herein, Seller warrants that the Equipment shall be free from defects in material,workmanship,and title. If it appears within 12 months from the initial Equipment startup or until 18 months after notification of readiness for shipment or actual shipment, whichever occurs first, that the Equipment or any part thereof does not conform to this warranty, and Buyer so notifies Seller within a reasonable time after discovery, Seller shall thereupon promptly correct such nonconformity by repair or replacement. WORLDWIDE TERMS AND CONDITIONS OF SALE-Rev.8 2023 1 �1 FLOWSERVE WORLDWIDE TERMS AND CONDITIONS OF SALE `.' Seller's sole obligation and Buyer's sole remedy under this warranty is repair or replacement at Seller's election. Seller's warranty obligation for Services shall be the earlier of either 3 months from the date of initial startup or 6 months after completion of the Service work. Seller shall not be responsible for any on-site costs, including removal and reinstallation of any warranted Equipment. Buyer agrees to provide Seller reasonable and clear access to its Equipment which may include removal of materials or structures as well as supplying any equipment, materials or structures which are necessary to provide reasonable access to the Equipment being repaired or replaced. All Equipment repaired or replaced will be re-warranted only for the remainder of the original warranty period. THE EXPRESS WARRANTY SET FORTH HEREIN IS THE EXCLUSIVE WARRANTY OF SELLER,AND NO OTHER WARRANTY,EITHER EXPRESSED OR IMPLIED,INCLUDING WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE, SHALL APPLY. Seller is not responsible for repairs or alterations made by others without mutual written agreement between Seller and Buyer. Seller does not warrant the Equipment or any repair/replacement part against the effects of erosion, corrosion, or normal wear and tear due to operation or the environment. The warranty and remedies set forth herein are conditioned upon proper storage, installation, use and maintenance of the Equipment in all material respects, and in accordance with Seller's written recommendations. 5. PAYMENT: All prices are net cash 30 days from date of Seller's invoice, unless otherwise stated in Seller's proposal, quotation, or offer. Should Buyer for any reason default in the payment of the contract of purchase, Buyer agrees to pay all collection costs, attorney fees and expenses incurred in collecting payment, including interest on the amount due at the maximum legal rate.All transportation, insurance and similar charges incident to delivery shall be paid by Buyer. Seller shall issue its invoice upon shipment, or upon notice to Buyer that Seller is ready to ship, whichever is earlier. Depending on the value of the order, Seller may at its sole discretion require progress payments. Price and delivery of the Equipment are based on the current costs of Materials. The market for Materials is highly volatile, therefore, if cost for any Materials increase by more than 3%, Seller reserves the right to adjust prices accordingly. If Buyer's financial condition is or becomes unsatisfactory to Seller, Seller reserves the right to: (a) require payment from Buyer on a cash in advance basis; (b) require a letter of credit or other acceptable security before shipment; or(c)cancel or suspend shipment at any time prior to delivery of the Equipment without further obligation or liability on the Seller's part. 6. CHANGES: Buyer may request modifications as to the amount, scope and/or nature of the Equipment to be supplied by a written change request. If, in the opinion of Seller, any modification will affect the agreed fixed price and/or time of delivery, Seller will notify Buyer thereof in writing and will not be obligated to perform any modification unless agreed to by Seller, whereupon Buyer shall confirm that such change is authorized and accepted by issuing an Order revision. 7. CANCELLATION: Buyer may cancel this Order for convenience only upon written notice and payment to Seller of reasonable and proper cancellation charges. If Buyer cancels this Order for convenience, title and risk of loss of such partially completed Equipment will immediately transfer to the Buyer after payment of cancellation charges. If Buyer fails to collect the partially completed Equipment within 30 days after cancellation (or as mutually agreed by the parties), it will be deemed abandoned, at the option of Seller and Seller may sell or otherwise dispose of such partially completed Equipment. Notwithstanding the foregoing, Buyer and Seller reserve the right to cancel all or any portion of an Order affected by any insolvency or suspension of either party's operations or any petition filed or proceeding commenced by or against a party under any law relating to bankruptcy, arrangement, reorganization, receivership, or assignment for the benefit of creditors. Should Seller cancel all or any portion of an Order per this provision, Seller shall be entitled to all reasonable and proper costs and charges incurred and Buyer waives any right of recourse against Seller for Seller's cancellation. WORLDWIDE TERMS AND CONDITIONS OF SALE-Rev.8 2023 2 �1 FLOWSERVE WORLDWIDE TERMS AND CONDITIONS OF SALE `.' 8. TERMINATION: Seller may terminate this Order upon prior written notice to Buyer, in case Buyer breaches any of its material obligations under the Order, to the extent such breach is not remedied within a reasonable time period as agreed by the Parties. 9. SET-OFF: All amounts that Buyer owes Seller under an Order shall be due and payable according to the terms of an Order. Buyer is prohibited from, and shall not set-off such amounts or any portion thereof, whether or not liquidated, against sums which Buyer asserts are due it, its parent affiliates, subsidiaries or other divisions or units under other transactions with Seller, its parent affiliates, subsidiaries or other divisions or units. 10. NON-DISCLOSURE AND NON-USE OF SELLERS' INFORMATION: Buyer agrees that it will not use Seller's data for the manufacture or procurement of Equipment which are the subject of an Order or any similar Equipment, or cause said Equipment to be manufactured by, or procured from, any other source or reproduce said data and information or otherwise appropriate them without the written authorization of the Seller. Buyer agrees that it will not disclose or make available to any third party any of Seller's data or other information pertaining to this Order which is proprietary to Seller without obtaining Seller's prior written consent. 11. INTELLECTUAL PROPERTY: Unless otherwise agreed in writing, all material, software, data processes, equipment, facilities and special tooling, which term includes but is not limited to jigs, dies, fixtures, molds, patterns, special taps, special gages, special test equipment, other special equipment and manufacturing aids and replacements thereof,used in the manufacture of the Equipment covered by an Order shall be and remains the property of Seller. Seller retains all rights, title and interest in drawings, engineering instructions, specifications, and all other written data, if any, furnished and/or specified to be supplied with the Equipment. 12. TAXES: Seller's price, unless otherwise agreed, does not include, and Seller is not responsible for, payment of any tax levied for sales,use, excise,value-added,goods and services,business(franchise or privilege) or any duties, charges, or other such taxes. Seller is only responsible for any tax imposed on Seller, by taxing authorities in Seller's jurisdiction,which are based on Seller's revenue,income,net income,net assets,net worth, or capital or any taxes imposed in lieu thereof. If Seller is required to pay any taxes or other charges that are the responsibility of the Buyer, then Buyer shall promptly reimburse Seller those amounts. 13. ASSIGNMENT: Neither party shall assign an Order or any portion thereof without the advance, written consent of the other party,which consent shall not be unreasonably withheld. 14. WAIVER / SEVERABILITY: Failure by Seller to assert all or any of its rights upon any breach of an Order shall not be deemed a waiver of such rights either with respect to such breach or any subsequent breach, nor shall any waiver be implied from the acceptance of any payment of service. No waiver of any right shall extend to or affect any other right Seller may possess, nor shall such waiver extend to any subsequent similar or dissimilar breach. If any portion of these Terms are determined to be illegal, invalid, or unenforceable, for any reason, then such provision shall be deemed stricken for purposes of the dispute in question and all other provisions shall remain in full force and effect. 15. APPLICABLE LAW / DISPUTES: This Order shall be interpreted in accordance with the laws of the jurisdiction in which the Seller's facility accepting the Order hereunder is located, exclusive of any choice of law provisions. The Seller and Buyer expressly agree to exclude from this Order the United Nations Convention on Contracts for the International Sale of Goods, 1980, and any successor thereto and the Contracts (Rights of Third Parties) Act of 1999.Except as otherwise specifically agreed in writing by Buyer and Seller, any dispute relating to an Order placed by a Buyer incorporated in the United States which is not resolved by the parties shall be adjudicated by a court of competent jurisdiction in the state of Texas. All disputes arising out of or in connection with an Order placed by a Buyer incorporated outside the United States that shall be finally settled by binding arbitration in London England,under the Rules of Arbitration of the International Chamber of Commerce then in effect by one or more arbitrators appointed in accordance with said Rules. WORLDWIDE TERMS AND CONDITIONS OF SALE-Rev.8 2023 3 �1 FLOWSERVE WORLDWIDE TERMS AND CONDITIONS OF SALE `.' 16. COMPLIANCE WITH LAWS / ANTI-BRIBERY / EXPORT / IMPORT: Seller and Buyer agree to comply with all applicable laws,regulations, codes and standards,including but not limited to those of the United States and other jurisdictions where the parties conduct business. Additionally, Buyer has not and will not offer, promise, authorize or make, directly or indirectly, any payments (in money or any other item of value, including meals, entertainment and travel), contributions or gifts to any individual, entity or government agency, department, official or government owned or controlled entity in order to obtain or retain business, or secure any other improper business advantage, which would violate the U.S. Foreign Corrupt Practices Act and/or any other applicable anti-bribery laws. Buyer agrees that it will comply with all laws concerning trade or economic sanctions or embargoes, restricted or denied party lists,trade controls on the import, export, re-export, transfer or otherwise trade of Equipment and any other similar regulations,rules, restrictions, orders or requirements having the force of law in relation to the above matters and in force from time to time including without limitation those of the United States, European Union, United Kingdom and/or any government laws in relation to the above matters applicable to the performance of the Contract of Purchase ("Trade Control Laws"). In no event shall Buyer use, transfer, release, import, export or re-export the Equipment in violation of Trade Control Laws. 17. LIMITATION OF LIABILITY /EXCLUSION OF CONSEQUENTIAL LOSS: The remedies set forth herein are exclusive, and the total liability of the Seller with respect to this Order, or any breach thereof, whether based on contract, warranty, tort (including negligence), indemnity, strict liability or otherwise, shall not exceed the Order price of the specific Equipment or Service which gives rise to the claim. In all cases where Buyer claims damages allegedly arising out of defective or nonconforming Equipment or Services,Buyer's exclusive remedies and Seller's sole liability shall be those specifically provided for under Section 4 "Warranty". IN NO EVENT, WHETHER ARISING BEFORE OR AFTER COMPLETION OF ITS OBLIGATIONS UNDER THE CONTRACT, SHALL SELLER BE LIABLE FOR SPECIAL,INDIRECT,CONSEQUENTIAL,INCIDENTAL OR PUNITIVE DAMAGES OF ANY KIND (INCLUDING BUT NOT LIMITED TO LOSS OF USE, REVENUE OR PROFITS, INVENTORY OR USE CHARGES, OVERHEAD, COST OF CAPITAL, OR CLAIMS OF CUSTOMERS) INCURRED BY THE BUYER OR ANY THIRD PARTY. 18. GENERAL PROVISIONS: (a)No Action,regardless of form, arising out of transactions under the Order, may be brought by the Buyer more than 1 year after the cause of action has accrued. (b)Any modification to these Terms must be set forth in a written instrument signed by a duly authorized representative of Seller. (c) In the event Buyer has reason to believe the Equipment could be subject to a claim for damages or personal injury, Buyer shall immediately provide Seller with written notice of such claim, and shall provide Seller reasonable opportunity to inspect said Equipment and/or investigate the basis for such potential claim. (d) UNLESS EXPRESSLY AUTHORIZED IN WRITING BY SELLER, EQUIPMENT AND SERVICES HEREUNDER ARE NOT INTENDED FOR USE IN ANY NUCLEAR OR NUCLEAR RELATED APPLICATIONS. IN THE EVENT THAT THE EQUIPMENT AND SERVICES ARE INTENDED FOR NUCLEAR OR NUCLEAR RELATED APPLICATIONS, SELLER'S ADDENDUM FOR NUCLEAR LIABILITY PROTECTION (P-62) IS HEREBY INCORPORATED BY REFERENCE AND SHALL APPLY TO ANY SUCH ORDER. Buyer(i) accepts the Equipment and Services in accordance with the restriction set forth in the immediately preceding sentences, (ii) agrees to communicate such restriction in writing to any and all subsequent purchasers or users, and (iii) agrees to defend, indemnify and hold harmless Seller from any and all claims, losses, liability, suits, judgments and damages, including incidental and consequential damages, arising from the use of the Equipment or Services in any nuclear or nuclear related applications,whether the cause of action be based in tort, contract or otherwise, including allegations that the Seller's liability is based on negligence or strict liability. WORLDWIDE TERMS AND CONDITIONS OF SALE-Rev.8 2023 4 �1 FLOWSERVE WORLDWIDE TERMS AND CONDITIONS OF SALE `.® 19. TRANSLATIONS/GOVERNING LANGUAGE: English shall be the legal language of this Order, and all parties waive any right to use and/or rely upon any other language, translation, or interpretation. The parties agree that in the case of any inconsistencies or interpretation disputes,the English language version shall control. COPOL001245-01 (EN/AQ) November 2023 ©2023 WORLDWIDE TERMS AND CONDITIONS OF SALE-Rev.8 2023 5 AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS `�° Pump Tag LEDUC RRc Flowserve Ref. CJP250019 1.0 Introduction Reason for Maintenance Rebuilt 1 pump using parts from two pumps Last Repair/ History No History Process Condition(s) Waste water pump @ 60F Mechanical Seal Refurbishment ❑ Supplied by Customer N New ❑ Packing ❑ N/A ❑ Case Connection(s) Drain(s) [Y❑/ND] Vent(s) [Y❑/ND] Auxiliary(s) [Y❑/ND] SW ❑ /Threaded ❑ SW ❑ /Threaded ❑ SW ❑ /Threaded ❑ Double gusseted ❑ Double gusseted ❑ Double gusseted ❑ Confirmed w/GA or Confirmed w/GA or Confirmed w/GA or component dwg ❑ component dwg ❑ component dwg ❑ Connection Integrity All Connections Confirmed by NDT [Yes ❑ / N/A N] Drain Confirmed by UT [Yes ❑ / N/A 0] The South Tahoe wastewater pumps (S/N: 661-8-0878 & 661-S-0879) were received at the Rancho facility on an iron stand to build one functional pump using parts from both. The nameplate was legible, and the serial numbers matched the SOD record, confirming proper identification. This is a packed pump. Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 As-received pump and nameplate HEBU1Ll 1 y -1 71 ` 7 '4 OL I Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS `�® Pump Tag �EoucQRc Flowserve Ref. CIP250019 2.0 Observations and SOW Out of 2 sets of case, we will be using the best set for this repair. Both sets of cases were found in bad condition with lots of pitting and wash at the water ways and sealing faces. Also, there is pitting on both flange faces. The wear rings show some signs of rubbing, case wear ring was found dimensionally with in the spec. Case Material is cast iron and weldability of the cast iron is poor and will be a challenge to do repair on this case. The DE & NDE bearing housing bores were oversized, and the spigot fit was found to be out of OEM specifications. Out of the two available sets, the better one will be chosen for this repair to ensure optimal fit and function. As found impeller material is CA6NM. All impellers were in satisfactory condition with minimal signs of wash. However, the impeller wear rings were found to be undersized and will be replaced during the repair process. Also found 10 linear indications on 4 impellers. Details in the NDE report Both shafts were in poor condition, with no tab present. Additionally, the stuffing box, sleeves, and glands were found to be heavily worn with significant wash and erosion, requiring further attention in the repair process Further repair details will be outlined in individual sections. r i - r � 4 d Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS P �EoucQRc Pump Tag Flowserve Ref. CIP250019 -s rA. 7 l tq 1 f ai r w CASE i - } d 40 a alp 40 Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 ar. dOW dft =_ , • v ro*� li .� ® • • i ,x - Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 41 qW y '1! a Observations: Actions: -Rust/pitting and wash found inside the volute area. OPTION 1: -No NDT done on the case - Reface and rebore and modify the case bore -Lots of wash on the wearing sealing faces - coat the sealing areas with Belzona and machine to -Wash at the suction and discharge nozzle faces required finish - Case material is cast iron and weldability of cast iron is poor - Coat the pitted volute area with Belzona, for protection and trying to get one mote run on this. -Skim all flange faces and machine to size. -Skim stuffing box face and feet plane to maintain flatness -Perform a hydro test post-repair. OPTION 2: - Replace the case with upgraded CA6NM material Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 Impellers I V d this . _ 1 • • • , Impellers Observations: Actions: - Found minor wear at vanes. - Use new 316 impellers with nitronic wear - NDE shows total 10 linear indications on 4 impellers rings - Wear rings showed rubbing and were found - Balance undersized. - Some of the wear lands shows higher runout (0.004") Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 Bearing Housings fr r` r i Bearing Housings Observations: Actions: -Bearing housings are in fair condition - Chrome and grind both bearing - NDE bearing housing bore found opened. housing bore to size - DE bearing housing bore found opened up—bearing - Weld pads on the case spigot fits and housing faces out of flatness. machined to size - Both bearing housing spigot fit also found opened up - Skim both bearing housing mounting faces to maintain the flatness - Glyptal Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 SHAFT Or SHAFT Observations: Actions: - Replace with Nitronic 50 shaft - No tab done on the shaft - - Heavy wear and pitting on both shaft Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 Center stake piece and sleeve t. T 1 _ Center stage piece and sleeve Observations: Actions: - Found the clearance more than the OEM - Replace the sleeve and reuse the centre - Sleeve also shows some rubbing and undersize bushing - Center busing shows some rubbing, but found with in Spec Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 Balance stage piece and sleeve Wia balance stage bushing and Sleeve Observations: Actions: - Balance stage piece is Found opened up - Replace Sleeve and balance stage piece - Sleeve also shows some rubbing and undersize Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 Wear rings and other Mise parts X. :=k f xvY A .• e� ` AA rL _� ri 'q. R V Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility VMX Equipment Type D FLOWSERVE Serial Number VMX 0878 SERVICES AND SOLUTIONS LEDUC RRc Pump Tag Flowserve Ref. CJP250019 N_rA r �' Sz i Misc. Parts Observations: Actions: - Wear rings show some rubbing but with in size - Case rings (bronze material) will be replaced - 1-2 stage piece and bushing found opened up. with new one as the it can galling with the new upgraded nitronic impeller wear ring -1-2 stage sleeve and bushing will be replaced with new one Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 3.0 Summary The repair will involve selecting the best components from two pumps to build one functional unit. The inspection identified several key issues, including rust/pitting corrosion in the volute area, misalignments in the stuffing box and bearing housings, and issue with running clearances. The casing, which is in poor condition, will be refaced, re-bored, to a non-OEM size and coated with Belzona to prevent further pitting. Both bearing housing bores will be chromed and ground to size,with fits pad welded and machined to OEM specifications. All Impllers will be replaced with new upgraded 316 material . Wear rings will replaced with ni- tronic 50/60 material. Packing will be replaced with mechanical seal in this repair . Case wear rings also will be re- placed with new one , and the casing will undergo hydro testing after repairs. Additionally, all gaskets, O-rings, and hardware will be replaced to ensure reliability and longevity. New Nitronic 50 shaft will be used in this repair. 4.0 Upgrades and Reliability Improvements To enhance durability and corrosion resistance, it is recommended to upgrade the casing material to CA6NM, which offers improved resistance to corrosion and wear. Additionally, we will be upgrading the shaft to Nitronic 50 in this repair will provide better strength and reliab- ility, reducing the risk of premature failure. These material upgrades will help extend the pump's service life and improve overall performance Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 Appendix: NDT Reports Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 1 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com Team Project No.: 1119-005472-01 Client Name: Flowserve Jobsite: 1909 E Cashdan ST Compton, CA 90220 Job Description: Performed WFMT inspection on 4 ImpeHers Job#CJP250019-0879 Client PO: 4500458019 Project or Operation No.: NA Drawing/ Part No.: CJP250019-0879 Serial or Item No.: NA ASTM E 709 Corp-En -0023 Corp-En -0024 Specification: Procedure: Acceptance: • ' • • ' ITI MESIZI Perform wet particle MT Inspection on 4 Impellers to identify any relevant indications per acceptance standards Material: Temperature: Thickness: Inspection Surface OD/ID : Surface Condition: CS 620 NA O.D Sand/bead blasted Component Type: ❑ Plate ❑ Bar ❑ Pipe ❑ Tube ❑ Forging ❑ Extrusion ❑ Billet ®Other: cast Pre-cleaning: Method:NA Material: NA Batch No.: NA D ing Time: NA Particles: ®Wet ❑ Dry I Material: 14AM I Batch No.:24J07C I Vehicle Type:Aerosol I Batch No.:24J07C Magnetizing Method ®Yoke ❑ Prods ❑ Coil ❑ Central Conductor ❑ Head Stocks ❑Clamps Equipment: Make: Parker Probe I Model:B300 Serial No.:23499 1 ® Deadweight Verification I Cal. Due:9/6/2025 Current Amps: ®AC ❑ DC ❑ Half Wave Rectified ❑ Full Wave Rectified ❑Continuous ❑ Residual Spacing/Size: Yoke Leg S acin :4"-6" Prod Le Spacing: NA Coil Dia.: NA Coil Turns: NA Post-cleaning: Method:NA Material:NA I Batch No.: NA Dema . Method:NA Field after Dema . NA Visible Light Intensity at Work Surface: NA Ft Candles I Lighting Equip/Source: NA Visible Light Meter Mfg: NA Model: NA I Serial No.: NA Cal Date: NA U.V. Light Mfg.:S ectroline Model:BIB-150P Serial No.: 1995509 Intensity 15 in.:4186 Nwicm, U.V. Meter Mfg.Androx Model: Radiometer Serial No.: 187261A Cal Due Date:7/15/2025 EXAMINATION Item Acc. Rej. N/A Comments 4 Impellers ❑ ® ❑ 12 Indications found during my inspection see pictures below ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Additional Comments: Could only perform inspection on accessible areas. NAME: Kevin Palacios LEVEL: II DATE: 3/12/2025 SIGNATURE: CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 1 TEST REPORT Rev: 6 13Page 2 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com y r 1 "1 a CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CIA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 1 TEST REPORT Rev: 6 13Page 3 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com 1 _ r CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate QA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 4 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com --up— CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 5 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com Q 11 p It a CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 1 TEST REPORT Rev: 6 13Page 6 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate QA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 7 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com • 1 4s- 't t r CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate QA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 8 of 8 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com Y' CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 1 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com Team Project No.: 1119-005472-01 Client Name: Flowserve Jobsite: 1909 E Cashdan ST Compton, CA 90220 Job Description: Performed WFMT inspection on 4 ImpeHers Job#CJP250019-0878 Client PO: 4500458019 Project or Operation No.: NA Drawing/ Part No.: CJP250019-0878 Serial or Item No.: NA ASTM E 709 Corp-En -0023 Corp-En -0024 Specification: Procedure: Acceptance: • ' • • ' ITI MESIZI Perform wet particle MT Inspection on 4 Impellers to identify any relevant indications per acceptance standards Material: Temperature: Thickness: Inspection Surface OD/ID : Surface Condition: CS 620 NA O.D Sand/bead blasted Component Type: ❑ Plate ❑ Bar ❑ Pipe ❑ Tube ❑ Forging ❑ Extrusion ❑ Billet ®Other: cast Pre-cleaning: Method:NA Material: NA Batch No.: NA D ing Time: NA Particles: ®Wet ❑ Dry I Material: 14AM I Batch No.:24J07C I Vehicle Type:Aerosol I Batch No.:24J07C Magnetizing Method ®Yoke ❑ Prods ❑ Coil ❑ Central Conductor ❑ Head Stocks ❑Clamps Equipment: Make: Parker Probe I Model:B300 Serial No.:23499 1 ® Deadweight Verification I Cal. Due:9/6/2025 Current Amps: ®AC ❑ DC ❑ Half Wave Rectified ❑ Full Wave Rectified ❑Continuous ❑ Residual Spacing/Size: Yoke Leg S acin :4"-6" Prod Le Spacing: NA Coil Dia.: NA Coil Turns: NA Post-cleaning: Method:NA Material:NA I Batch No.: NA Dema . Method:NA Field after Dema . NA Visible Light Intensity at Work Surface: NA Ft Candles I Lighting Equip/Source: NA Visible Light Meter Mfg: NA Model: NA I Serial No.: NA Cal Date: NA U.V. Light Mfg.:S ectroline Model:BIB-150P Serial No.: 1995509 Intensity 15 in.:4186 Nwicm, U.V. Meter Mfg.Androx Model: Radiometer Serial No.: 187261A Cal Due Date:7/15/2025 EXAMINATION Item Acc. Rej. N/A Comments 4 Impellers ❑ ® ❑ 10 Indications found during my inspection see pictures below ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Additional Comments: Could only perform inspection on accessible areas. NAME: Kevin Palacios LEVEL: II DATE: 3/12/2025 SIGNATURE: CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 1 MAGNETIC PARTICLE EXAMINATION Rev: 6 11 :FE3 TEST REPORT Page 2 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com i YV, Y CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate QA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 3 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com f j C. J CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 1 MAGNETIC PARTICLE EXAMINATION Rev: 6 11 :FE3 TEST REPORT Page 4 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com 7 CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. o FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 1 TEST REPORT Rev: 6 13Page 5 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com �n ttF�rr'rrrrrrrrrrrrrrrrrrlrrrrr�rr . rat r !rr rrr�rr, �rrrrr r�ulr lrrr! �s .. Y s �t _, 1 I CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate QA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 6 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com a - 1 r ^a CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. FORM 1119.MT.F01 MAGNETIC PARTICLE EXAMINATION 131 TEST REPORT Rev: 6 Page 7 of 7 1515 240th Street Phone:310-257-8222 Harbor City,CA 90710 Fax:310-257-8220 www.teaminc.com AJW CONFIDENTIAL AND PROPRIETARY INFORMATION PRIOR WRITTEN APPROVAL FROM TEAM IS REQUIRED FOR EXTERNAL USE OR DISCLOSURE Printed copies of this document are uncontrolled,unless otherwise indicated.This copy is valid only at time of printing.Control of this document is maintained electronically @ TEAM's Quality Manager by Corporate CA.Document users are responsible for ensuring printed copies are valid prior to use. AS-FOUND REPORT Customer South Tahoe Utility Equipment Type DVMX FLOWSERVE Serial Number 661-8-0878 SERVICES AND SOLUTIONS LEDUC QRC Pump Tag Flowserve Ref. CIP250019 Appendix: Clearance Report Aftermarket Parts and Services I Engineering and Technical Services I Education and Training I Asset Management and Optimization CLEARANCE REPORT FL WSERVE Job#: CJP250019 Customer: PUBLIC UTILITY S/N: 661SO878 Tag: 0 SERVICES AND SOLUTIONS OEM: FLS Type: DVMX Size: 4X6X10C Stgs: 4 1ST STG DE WEAR RING CENTER BUSHING TO#4 BALANCE BUSHING DE RAID/SLV BRG TO HSG TE RAD/SLV BRG TO HSG CLR CLR CLR CLR CLR CLR 0.0305 CLR 0.0135 CLR 0.7010 CLR 0.0020 CLR 0.0025 0.0255 0.0100 0.7010 0.0015 0.0020 CLR CLR CLR CLR CLR OEM CLR 0.0160 OEM CLR 0.0110 OEM CLR 0.0110 OEM CLR 0.0005 OEM CLR 0.0005 0.0120 0.0070 0.0090 -0.0005 -0.0005 1ST STAGE TE WEAR RING CENTER BUSHING TO#2 1-2 stage bushing DE RAD/SLV TO SHFT TE RAD /SLV BRG TO SHFT POEM FLOAT 0.0000 CLR CLR CLR CLR CLR 0.0000 CLR 0.0250 CLR 0.0130 CLR CLR CLR 0.0000 0.0200 0.0950 -0.0010 CLR CLR CLR CLR CLR OEM CLR 0.0 601 OEM CLR 0.0110 OEM CLR 0.0120 OEM CLR 0.0010 OEM CLR 0.0004 0.0120 0.0070 0.0100 0.0004 -0.0002 SERIES EYE WEAR RINGS STAGE OEM 2 3 4 CLR CLR CLR CLR 0.0140 0.0185 0.0265 0.0205 CLR 0.0120 0.0170 0.0240 0.0155 SERIES HUB WEAR RINGS STAGE OEM 3 3 4 CLR CLR CLR CLR 0.0110 0.0495 0.0495 0.0000 CLR 0.0070 0.0345 0.0345 0.0000 IMPELLER TRIM STAGE OEM 1st Stg OEM Series Stg 1 2 3 4 Shroud Vanes Shroud Vanes Shroud Vanes Shroud Vanes Shroud Vanes Shroud Vanes 10.2390 0.0000 10.1280 0.0000 10.1280 0.0000 10.1230 0.0000 TRIM SIZE 10.2450 0.0000 10.1270 0.0000 10.1310 0.0000 10.1240 0.0000 ROTOR TIR AT CRITICAL AREAS CPLG SLV BRG RAD BRG DE SEAL DE TBUSH I STG BUSH CENT BUSH BAL BUSH TE TBUSH TE SEAL SLV BRG T BRG 0.0020 0.0000 0.0000 0.0020 0.0025 0.0000 0.0010 1 DE WR 1 TE WR 2 EYE WR 2 HUB WR 3 EYE WR 0.0030 0.0030 0.0030 0.0030 0.0025 i w.yw,+mrar'w++.,wx-.....m.».....:..n .w..e:a+..�,.+.nwn-.,.--..r...;tnu«s�>.�w.,.rm:may.:.,rze:,.s.;ww..�.,.,�.+. .:.,..._�-.--�.r��++:W-,r-.�-+:wb..�,...e.e., ..+r.�.,-..d:...._..�..,.«........m:+:,a_«�..q....��.m_.a...,��....,:.. ..�.,__....,--_...,.,..a.....:r..G...tom.. a..,-ter�-.�+a,+•:wn.w am�www•,.w:w+.:.:.=�+i+'c' :xw,.marunvnaysaw -tv�w.:es:-na�wan'rna,',..Ye-.iwm:.xs'++=t��_wme�s.m eaedw.✓ssrN.F:.xrrv,.w.sn_ _. .ra�+aceoau. +nx+'.m:�es �a.,m�...m _ way .-.-.t. ,.............._-...».....r..,.. ...,,...._.... ,e.......:...... ... :•.,...-.�.«,-.:-y.....:_..»._..-..:,..--..._;..-- �...-.-:....e....._...::m..,,..w.,:.ro...n»-�....v�.«�w.,......,.,..�..�.s.+x:.e-:�..::...�..v.-.u...=;..=s•:z.,:..:.<-.....a....:-:..-.w+.ww-r±++,�..+�:_..>+«a....w,...».n........i....,..w.,-..,_.-�..--..� .......,....w........ ..�...,»....-. ay____.a..�:....�........�..��._�.-.. - } f'/�(//�^'y�s 76-2 !0� 9r/'gg776-4 ! �� tl� i� u' 1763 l D05 �4./ �0.::/� 9 — 21 280 257 278 � 63249 310 � �C34 G ,/ E/�q}fj^"yy� � "p^^fq{ ![9 '��d\}(�/ �j {// j]�yj j�/Jy "J�/\�}f\/'''q!J` {f;pi�/6j � /�^��Jgy � 1 1 rn � f L.f .. 13 � � � `�.w/ � i.A � � � 256 319 � � .w�w 1.,.,J 6 76 16 // '//�'�+p ?89-1 �'/"gJy 1 o.e/ IU 3 46) 655 � ) 5�/\/�j�j 277 280) Lew 4 1 9-3 6e '°'a � � i �✓' � S 6 1 fo.w Mf .w � 4d� 'V' i ^ s S L eu 4 25 13 14 1 _ )('sa - �D S s /. 2 1 1MM 20-1 Lo Lo f Lo Lo a N i co co / A Nt o 17 w f i 0 4 LW MHH e : .j 77, �� t 6j V-ZZZ-Z-i - w _.. CD ry 1 _ P 3 _ 8 1 11 217 50 744 20b 74 2 4-1 23 5� r NOTE -N FORPARTS LIST ST SEE PHOTO REDUCTION .8 7G-5 235 ulk" u a., BYRON - JACKSON D1 Vil BORG - WARNER ° j tt. 7 n v IF 5024 ,'Z , ti 7 F -.....:m.m+.�..-�^.+-�.m+,-+.+,...=-:s.�«�-....w:..-...:...:...,w�.,R.e+: ...�..<+x.-s....:�:..r...o..mw.�...-,+ea....m:...awa,w..,�.✓�axmw.a:.�s.y..*....m.:..:.+:.w a....w-nm..m.wnrwxe ..rm+w-.. ....wwwna, -....savn.r:-..v.s...sF, .. u»eawdr_'ct�Mnw+-.+cwaana+amwamxaerc<eamw'.'awuw�:xrmar.!^�nnsau+xw- �nw'�w�mc +.+ss.®.+amernvw..aa+awm�sm. _ .. ....xuwnmwraw,w..:wwrmwti�nrrarrc_w..aw..x:rw.a�x.x..e.:..ww«u:xww:Qa+x.a...m.w.,,..::e..v.....ws...au�eNaxm�x....w..dw:nw ..wn..w:rwuw:.vuw.�:a,a�:..:.n.;.::ves...we..+e. �r�r+�rwm +�+.�v,-�.^rnrw>,.a+-.ette.w.�.a...w..+c:..n.�.a.+rw.w-dxwmw�.rn•��w, ar «.KK.at�>�a.s arena.s�.-h.w.ur<ua-.¢w'�wv+*s++v +ro x °�`M" ' �- raxcawnwr-sw:ua.wvvwwa'a,+'+z:waavuw'wt 'a�xa.«a::xrv.,�awac .wsws.�a,¢�'ntmcc. - ......... t } THIS PROPRIETARY AND/OR CONFIDENTIAL MATERIAL IS THE PROPERTY OF FLOWSERVE CORP. AND IS FURNISHED ONLY FOR THE PURPOSE INDICATED. FLOWSERVE RESERVES ALL RIGHTS IN THE MATERIAL, AND DOES NOT CONVEY PERMISSION TO MANUFACTURE OR USE THE CONFIDENTIAL OR PROPRIETARY INFORMATION CONTAINED HEREIN . General Manager Paul Hughes Directors �.� N1cK Haven South Tahoe ShaneRomsos Joel Henderson public Utility District KeIIY Sheehan NicKExline 1275 Meadow Crest Drive•5outh Lake Tahoe•CA 96150-7401 Phone 530 544-6474•Fax 530 541-0614•www.5tpud.u5 BOARD AGENDA ITEM 6b TO: Board of Directors FROM: Adrian Combes, Director of Operations MEETING DATE: June 18, 2025 ITEM - PROJECT NAME: C-Line Agreement Addendum No. 1 REQUESTED BOARD ACTION: Authorize Master C-Line Agreement Addendum No.1 with Alpine County DISCUSSION: The District entered into the Master C-Line Agreement (Agreement) with Alpine County on December 21, 2004, to allow for the utilization of the C-Line to discharge treated effluent for users/producers within Alpine County up to an amount of 2 million gallons per day (MGD), with limitations for anything above 150,000 gallons per day. Since the Agreement was put into place, the first application to discharge was submitted by the County on March 11, 2024, for Desolation Hotel Hope Valley, formerly known as Sorensen's. The District approved the application and laid out the requirements and documentation required to move forward. The effluent has passed the initial testing criteria laid out in the Agreement and the last of the required documentation is an agreement between Tahoe Stateline Enterprises, LLC (Desolation Hotel) and Alpine County that is to be signed at the Alpine County Board Meeting on June 17, 2025. The physical connection between the Desolation Hotel treatment plant and the C-Line was constructed quite a few years ago; however, the effluent was never able to meet the criteria of the discharge permit with Lahontan and therefore, never moved forward. Upon approval of Addendum No. 1, the District will move forward with opening the currently closed valve to allow the effluent into the C-line. SCHEDULE: Upon Board Approval COSTS: $0 ACCOUNT NO: N/A BUDGETED AMOUNT AVAILABLE: N/A IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ❑ No ® N/A ATTACHMENTS: C-Line Master Agreement and C-Line Addendum No. 1 CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer GENERAL MANAGER: YES j'' NO CHIEF FINANCIAL OFFICER: YES ` NO ADDENDUM TO MASTER C-LINE CONNECTION AGREEMENT ADDENDUM NO. 1 This Addendum to the Master C-Line Connection Agreement(Agreement) is made and entered into on this day of , 2025, by and between the South Tahoe Public Utility District, a California Public Agency formed in 1950 pursuant to the Public Utility District Act(District) and the County of Alpine, a political subdivision of the State of California acting by and through its Board of Supervisors and the Alpine County Water Agency, created by the Alpine County Water Agency Act of the State of California, acting by and through its Board of Directors (collectively County), with respect to the following facts and intentions: A. The District and the County entered into the Master C-Line Connection Agreement dated December 21, 2004, (Agreement) regarding the terms and conditions upon which the County may discharge Treated Wastewater into the District's Facilities; B. Tahoe Stateline Enterprises, LLC (Discharger) and the County entered into an agreement dated June 17, 2025 for the Discharger to utilize a portion of the County's contract capacity right in the District's Export Pipeline to discharge Treated Wastewater into the District's Facilities; C. The County has submitted an Application, dated March 11, 2024 (Application), to the District for the discharge of Treated Wastewater from the Discharger's facilities into the District's Export Pipeline; D. The District has reviewed and approved the Application on June 18, 2024 for compliance with the terms and conditions of the Agreement; and, E. The District and the County desire to amend the Agreement to permit the County to discharge Treated Wastewater from the Discharger's facilities into the Export Pipeline and utilize portions of the District's Facilities. NOW, THEREFORE,the parties agree as follows: 1. Discharger. The Discharger shall be considered a Discharger, as defined in the Agreement, and the County shall comply with all terms and conditions of the Agreement with respect to the Discharger. 2. Application. The Application is attached to this Addendum as Exhibit A and the terms and conditions of the Application are incorporated by reference into this Addendum. 3. Compliance with Agreement. This Addendum does not obligate the District to accept delivery of the Discharger's treated wastewater from the County until the County satisfies all requirements of the Agreement. 4. Material Changes. The County shall notify the District if any of the information contained in the Application or in any of the documents submitted in connection with the Application materially change such that the information is no longer true, accurate and complete. 1 The County shall immediately provide to the District such supplement information as necessary to make such information true, accurate and complete. 5. Defined Terms. The terms contained in this Addendum shall have the same meaning as defined in the Agreement. 6. Force and Effect. Except as modified by this Addendum, the Agreement shall continue in full force and effect. In the event of a conflict between this Addendum and the Agreement, the terms and conditions of this Addendum shall control in all respects. 7. Entire Agreement. This Addendum contains all of the agreements of the parties with respect to the matters covered or mentioned in this Addendum and no other understandings, writings or verbal agreements shall be of any force of effect. This Addendum may not be amended or modified except by written mutual consent of the parties or their duly authorized representatives. IN WITNESS WHEREOF, the parties have executed this Addendum as of the date first above written. SOUTH TAHOE PUBLIC UTILITY DISTRICT By: Shane Romsos, President of the Board of Directors Attest: Melonie Guttry, Clerk of the Board APPROVED AS TO FORM: By: Ryan Jones, Esq. Jones Mayer,Attorneys for South Tahoe Public Utility District *Signatures continue to page 3 2 COUNTY OF ALPINE By: Charles Dobson, Chair Alpine County Board of Supervisors Attest: Teola Tremayne, County Clerk and ex-officio Clerk to the Board of Supervisors ALPINE COUNTY WATER AGENCY By: Charles Dobson, Chair Attest: Teola Tremayne, County Clerk and ex-officio Clerk to the Board of Supervisors APPROVED AS TO FORM: By: Melissa C. Shaw, Assistant County Counsel Attachment: Exhibit A-Application 3 Exhibit A - Application COUNTY OF ALPINE Health and Human Services I • Nichole Williamson, Director Dennis Lampson, Environmental IvoXt��¢ Health Director March 11, 2024 Trevor Coolidge, PE Senior Engineer South Tahoe Public Utility District 1275 Meadow Crest Drive South Lake Tahoe CA 96150 Dear Mr. Coolidge: Alpine County is pleased to submit the attached Application to Discharge to the South Tahoe Public Utilities District (District) of treated wastewater pursuant to terms and conditions of the Master C-Line Connection Agreement in order to obtain the District's approval for the discharge of treated wastewater into the District's export pipeline. Included with the application is the estimated application review fee of$750.00. Should the District need any additional information from the County during the review process, please contact Dennis Lampson at the address below. Sincerely, Dennis Lampson Environmental Health Director 75 Diamond Valley Road,Markleeville,CA 96120 (530)694-2235 / Fax(530)694-2252 Internet Address:http://www.alpinecountyca.gov APPLICATION FOR DISCHARGE The County submits this Application to the District for discharge of vested wastewater by the discharger described below pursuant to the terms and conditions of the Master C-Line Connection Agreement dated December 21,2004 (Agreement)in order to obtain the District's approval for the discharge of treated wastewater into the District's export pipeline(as defined in the Agreement). A. DISCHARGER INFORMATION Tahoe Stateline Enterprises,LLC Name 14255 CA-a8 Street Address Markleeville CA 06120 Cityrrown State 2ipCode 530-725-1300 TelephonerCell Number Far Number 1(805)4053251 Brandon@desolaionhotel.com 1(530)9195463 chetp@pipkmoffice.wrn stevenboren@como t.net Emergency Number Email Address B. PROJECT INFORMATION Project Description: Project includes the addition of the following components to the existing wastewater treatment and disposal systems: i. 10,OW-gallon flowequal¢ation tank.The tank shall be equipped with mixers and air bubbtem to keep the raw sewage from becoming anaerobic. ii. 10,000-gallon emergency overflow/reserve tank.This tank is set immediately below the proposed equalization tank and arranged to capture and hold flows in excess of the capacity of the fiow equalization tank. Due to topographic and aesthetics constraints,the emergency tank will be evacuatedonly by deploying a pump tmdcorhansfer pump. Thalis, it will not drain backtothe equalization tank. lii. The new raw sewage pump station has a design flow rate that matches the daily flow rate capacity of the existing treatment plats. We have included a shredder in front ofthese pumps to ensure that the particle size reaching the pumps is within the range recommended by the pump manufacturer. The pump station is configured with a duplex system operating in an alternating arrangement. iv. On the effluent side of the treatment plant,the project incorporates: a. new cloth filters that will function to further treat or polish the effluent prior to discharge, b. A new sampling station for collecting effluent samples when required and necessary for compliance testing;and, G. a neweffluent pump station designed to meet the discharge pressure required by the terms of the Agreement between STPUD and Alpine County. 2, Prosis I ocallon:The project is located at Desolation Hotel in Markleeville, CA. 3. Connection Point Location: The existing point of connection to South Tahoe Public Utility Distriers C-line is located immediately downstream of pipeline station 186+20 on the north side of State Route Highway 88. The connection was made previously and the pipe extension across the highway to the resort property is also in place. C. WASTEWATER DISCHARGE INFORMATION 1. Description of Wastewater Collection and Treatment Facilities: Wastewater generated within theresort is collected bya series of pipes and conveyed to an existing liftstation where it is pumped to the existing wastewater treatment plant. The existing treatment plant is a biological plant having a manufacturer rated average design capacity of 3,000 gallons per day and a maximum dailyflow of 5,200 gpd. Effluent from the treatment plant is chlorinated by injection of sodium hypochlorite(NaOCI)prior to discharge. Currently disposal is accomplished by on-site infiltration using leach fields. 2. Description of Wastewater Treatment Process and Treatment Level: As designed bythe plant manufacturer, EVOOUA,the plant is a biological treatmemplant that when operated with in its design flow rates can achieve secondary treatment to meet effluent discharge limitsof monthly mean of 30mg/I BOD sand 30mgfl suspended solids. 3. Description of the on-site backup treatment and/or disposal system and facilities: Currently there exists noon-site backup treatment or disposal facilities. However,when planned improvements are completed, we will add a 10,000-gallon emergency storage tank available to capture flows more than the plants capacity. 4. Design Flow: Average Daily Flow:3,000 gpd. Maximum Daily Flow:5,200 gpd. 5. Desian Slzeof Connection: Existing connection is estimated to be a two-inchdiameterfome main of unknown pipe material. 6. Desion Deliver Pressure: 15psigauge. 7. :Domestic wastewater with a restaurant. 8. Description of an•substances in the tr ai d wastewater that are hazardous. r which ML0I None. D. OTHER REQUIRED INFORMATION 1. Description of Required Governmental Approval for the Project AlpineCounty building permit. 2. Description of Required Environmental Review(s):Theprojectwas evaluated under CEQA,and Final Environmental Impact Report was approved by Alpine County Board of Supervisors in 1987. No additional environmental review is required. 3. Description of Access Rights for Connection to the Export Pipeline: Access rights to the export pipeline are available pursuant to theterms of the Agreement between Alpine County and STPUD. 4. Describe whether the quantity of treated wastewater from the Discharger described in this application, when added to prior approved discharge quantities from other dischargers,is less than or greater than 15D,000 gallons Perday: Evan whenoperatingat the maximum daily capacity of 10,000gpd,the quantities discharged will be less than 160,000 gpd. E. REQUIRED DOCUMENTS TO BE SUBMITTED AFTER APPROVAL OF THE APPLICATION 1. Alpine County Boardof Supervisor's Approval forthe Dischargeot Wastewater 2 Agreementwith Alpine Countyfor the Dischargeof Wastewater 3. Lahoman Regional Water Quality Control BoardPemit 4. Project Design and Engineering Documents 5. Wastewater Treatment Information including,but not limited to,description of treatment system,design catcut.dons,manufacturer infurmation and references. 6. Documents Providing the District accessto the Connection to the Export Pipeline P. REQUIRED FEES t. An estimated application review fee in the amount of seven hundred andfifly dollars($750.00)shall be submitted to the District with this application. T An estimated design review fee in the amount to be determined by the District shall be submitted prior to the Districrs review of the design and construction documents for the wastewater treatment system. 3. An estimated construction connection fee in an amount to be determined by the District shall be suornmen pnor to co ion or me projecl. G. APPLICATION SUBMISSION AND DISCHARGE CERTIFICATION 1. Alpine County submits this application to the District In compliance with the terms and conditions of the Agreement. Countyagmesio submit any additional Information as requested by the District in order for the District to process this application.The undersigned is authorized by the County to submit this application to the District. COUNTYOFALPIZANTHEEALPINE COUN WATER AGENCY BY: � Signature 51ML0- Name 2 The undersigned lathe discharger described in this application and certifies,under penalty of perjury,that this application and the documents submitted in connection with it are true,accurate and complete. The undersigned agrees to supplement the information contained in and subtitled in connection with this application as necessary to keep all information true,accurate and complete. TAHOE STATELINEENTERPRISES, LLC NameofDischarger -3 Zvizy Signature 1 Name ✓Q—Tr�rTJl✓ c�ll (j4 U H. RECOMMENDED APPROVAL OF APPLICATION The application and the documents submitted with it have been reviewed and are approved as being in compliance with theterms and conditions of the Agreement. The approval of thisapplication does not commit the District to accept delivery of treated wastewater in connection with this application umilthe County satisfies all requirements of the Agreement. SOUTH TAHOE PUBLIC UTILITY0ISTRICT Signature OF Name This —T--fir' Y j CONTRACT NO. CC2004-101 APPROVED: 12-21-2004 s MASTER C-LINE CONNECTION AGREEMENT This Master C-Line Connection Agreement (Agreement) is made and entered into on this day of �o cembe v" ., 2-004 , 24)0-S;by and between the South Tahoe Public Utility District, a-California public agency formed in 1950 pursuant to the Public Utility District Act (District) and the County of Alpine, a political subdivision of the State of California, acting by and through its Board of Supervisors and the Alpine County Water Agency, created by the Alpine County Water Agency Act of the State of California, acting by and through its Board of Directors (collectively County)with respect to the following facts and intentions: A. The District and the County have entered into various agreements regarding the construction, use, and mitigation of the District's export pipeline (Export Pipeline) and related facilities, which were consolidated into a single agreement (Consolidated Agreement);. B. The Consolidated Agreement provides the County with a capacity right to discharge treated wastewater(Treated Wastewater) into the District's Export Pipeline and related facilities; C. The County has received a request, and expects to receive additional requests in the future, from persons (Dischargers) to utilize the County's contract capacity right in the District's Export Pipeline to discharge Treated Wastewater; D. The Lahontan Regional Water Quality Control Board (Regional Board) has jurisdiction over the District's discharge of Treated Wastewater in Alpine County and the County's discharge of each Discharger's Treated Wastewater into the Export Pipeline; E. The District and the County wish to implement certain portions of the Consolidated Agreement which govern the County's use of portions of the District's facilities to discharge Treated Wastewater in a manner consistent with the Consolidated Agreement, in compliance with the Regional Board requirements and in the best interests of the County and the District;. F. The District and the County, concurrently with the execution of this Agreement, are amending the Consolidated Agreement to delete those provisions from the Consolidated Agreement related to the County's use of portions of the District's facilities to discharge Treated Wastewater,which are now provided in this Agreement; and, G. The District and the County desire to enter into this Agreement to provide the terms and conditions upon which the County may discharge Treated Wastewater into the District's Facilities (defined below). 1 r . Y NOW, THEREFORE,the parties agree as follows: 1. Discharge by County. 1.1 Location. The County shall have the right to discharge Treated Wastewater into the District's export pipeline at points determined by the District, in its sole discretion. A map of a portion of the export pipeline to which this Agreement is applicable is attached as Exhibit A(Export Pipeline). 1.2 Quantity. The County may discharge a maximum of two million (2,000,000) gallons of Treated Wastewater into the Export Pipeline each day (Maximum Quantity). If the District determines that the Maximum Quantity is being exceeded, the District shall notify the County as soon as reasonably possible. If the Maximum Quantity is being exceeded by the County, as determined by the District, the County shall immediately, but in not less than seven (7) days, reduce the discharge of Treated Wastewater to a quantity equal to or less than the Maximum Quantity. If the County fails to timely reduce the discharge of Treated Wastewater to a quantity equal to or less than the Maximum Quantity, the District shall have the right to terminate discharges of Treated Wastewater by closing the valves at as many Connection Points as the District deems reasonably necessary to reduce the discharge of Treated Wastewater to a quantity equal to or less than the Maximum Quantity. The District shall determine compliance with the Maximum Quantity by comparing it to the maximum daily capacities of Treated Wastewater established for all Dischargers or the actual daily discharges of Treated Wastewater from the Dischargers, whichever is greater. 1.3 Connection Restrictions. The minimum discharge of Treated Wastewater at each Connection Point shall be two thousand (2,000) gallons per day. The County shall not be allowed to make individual single-family dwelling connections to the Export Pipeline but may connect together multiple dwellings with a single collection and treatment system, provided the combined discharges from such dwellings is at least two thousand (2,000) gallons per day and all of the other requirements of this Agreement are satisfied. 1.4 Ownership. All complying Treated Wastewater (defined below) equal to or less than one hundred fifty thousand (150,000) gallons per day discharged by County into the Export Pipeline shall be owned by the District. All noncomplying Treated Wastewater (defined below) and any Complying Treated Wastewater in excess of one hundred fifty thousand (150,000) gallons per day discharged by the County into the Export Pipeline, from whatever source, shall remain in the ownership of the County even though commingled with the District's treated wastewater. The County shall not have any rights with respect to the District's storage, delivery, distribution or use of the Complying Treated Wastewater but shall be responsible for the storage, distribution and use of Noncomplying Treated Wastewater and any Complying Treated Wastewater in excess of one hundred fifty thousand(150,000) gallons per day. 1.5 Storage. The District's treated wastewater, as well as any discharge of Treated Wastewater from the County, is discharged into Harvey Place Reservoir (HPR) from the Export Pipeline. The County may store up to 83.8 acre-feet of Treated Wastewater in HPR, delivered at a rate not to exceed one hundred Fifty Thousand (150,000) gallons per day, during 2 the period of October 1 st through March 31 st of each year. Between April 1 st and September 30th of each year, the District shall discharge from HPR the County's Treated Wastewater (previously stored and current discharges during such period) up to a maximum of 168 acre-feet. The District shall not be obligated to store in HPR more than one hundred fifty thousand (150,000) gallons per day of the County's Treated Wastewater during the period of October 1st through March 31" of each year. The District shall determine compliance with the limits established in this section by comparing it to the maximum daily capacities of Treated Wastewater established for the Dischargers (designated by the County as utilizing the 150,000 per day capacity right) or the actual daily discharges of Treated Wastewater from the Dischargers (designated by the County as utilizing the 150,000 per day capacity right), whichever is greater. 1.6 Excess Treated Wastewater. Any of County's Treated Wastewater discharged into HPR at a rate in excess of one hundred fifty thousand (150,000) gallons per day but not exceeding the maximum quantity (Excess Treated Wastewater) shall be immediately released from HPR by the District for the County's use, distribution and application. The County shall notify the District when it desires to begin or increase the discharge of Excess Treated Wastewater into the Export Pipeline. The District may agree to accept, store and use (Option) Treated Wastewater in excess of one hundred fifty thousand (150,000) gallons per day by notifying the County. If the District exercises the Option with respect to any Excess Treated Wastewater, such Treated Wastewater shall no longer be considered Excess Treated Wastewater for purposes of this Agreement, except for determination of the Maximum Quantity. The County understands that the District cannot release Treated Wastewater between October 1st and March 31st of each year. As a result, the County must be able to accept, transport and store the Excess Treated Wastewater from HPR. The County shall be responsible for developing a plan and making available all facilities necessary to accept, transport, store and discharge the Excess Treated Wastewater from HPR and apply it to lands in Alpine County that are not required by the District for its discharge of up to six thousand eight hundred (6,800) acre feet of treated wastewater annually. If after thirty (30) days written notice to the County by the District, the County fails to adequately and timely accept, transport, store and discharge the Excess Treated Wastewater, the County shall terminate the discharge of Excess Treated Wastewater into the District's Facilities in order to reduce the quantity of discharged Excess Treated Wastewater at or below one hundred fifty thousand (150,000) gallons per day. If the County fails to terminate the discharge of Excess Treated Wastewater, as provided above, the District shall have the right to terminate the discharge of Excess Treated Wastewater by closing the valves at all Connection Points designated as utilizing the County's rights to discharge Excess Treated Wastewater in order to terminate the further discharge of Excess Treated Wastewater. The County shall not have the right to resume the discharge of Excess Treated Wastewater into the District's Facilities until it makes arrangements, satisfactory to the District, for the Discharge of Excess Treated Wastewater from HPR in compliance with this Agreement. The County shall be responsible for all liability damages, claims, costs, losses and fines resulting from the County failing to accept, transport, store and discharge the Excess Treated Wastewater from HPR pursuant to the requirements of this Agreement. 3 1.7 Discharger. The District acknowledges that the Treated Wastewater discharged by the County is supplied to the County pursuant to agreement(s)between the County and each Discharger. A copy of each such agreement, and any amendments, shall be provided by the County to the District. The County shall require each Discharger to comply with the terms and conditions of this Agreement. It is a condition of this Agreement, and it is the intention of the parties in executing this Agreement, that the same shall be effective as a bar to each and every claim, demand or cause of action with respect to any Discharger and any Discharger's discharge of Treated Wastewater into the District Facilities as the County has taken that responsibility pursuant to this Agreement and its agreement with each Discharger. In furtherance of this intention, the County expressly waives any and all rights and benefits conferred upon the County by the provisions of section 1542 of the California Code, which provides: "A general lease does not extend to claims which the creditor does not know or suspect to exist in his favor at the time of executing the release, which if known by him would have materially effected his settlement to the debtor." The County understands and acknowledges that the significance and consequence of this waiver California Code section 1542 is that even if a party should eventually suffer additional damages arising out of facts referred to in this Agreement, a party will not be able to make any claim for those damages. Furthermore, the County acknowledges that it continuously intends that these consequences, even as to claims for damages that may exist as of the date of this Agreement, which it does not know exist, which, if known, would materially effect its decision to execute this Agreement, regardless of whether its lack of knowledge is the result of ignorance, oversight, error, negligence or any other cause. 2. Treated Wastewater. 2.1 Standards. The Treated Wastewater discharged by the County into the Export Pipeline shall comply with all existing and future discharge standards established by the Regional Board (Complying Treated Wastewater) in each discharge permit (TWW Standards). The County's discharge of Treated Wastewater into the District's facilities shall not include any substance that is detrimental or harmful to the District's facilities or persons receiving Treated Wastewater from the District. The Regional Board's discharge permit for each Connection Point shall be issued to the Discharger, since the Discharger is producing and treating the wastewater from the Discharger's facilities but the County shall be considered the owner of such Treated Wastewater for purposes of this Agreement. Treated Wastewater that does not comply with the standards described in this section shall be considered noncomplying Treated Wastewater (Noncomplying Treated Wastewater). 2.2 Modification. The parties shall not have the authority to change the TWW Standards without the approval of the Regional Board. If the Regional Board adopts new treated wastewater standards for the District, the County shall cause each Discharger to immediately comply with those standards and apply to the Regional Board to change the TWW Standards to be equal to or more stringent that the District's new treated wastewater standards. If a Discharger 4 does not timely implement modifications in its treatment system to comply with the District's new Treated Wastewater standards within seven (7) days notice by the District to the County, the District may close the valve at such Discharger's Connection Point. The Discharger's modified treatment system shall be subject to the requirements of section 5.1, below, prior to recommencing discharges into the Export Pipeline. 3. Application Process. 3.1 Application. The County shall prepare an application (Application) and submit it and the estimated review fee to the District for each connection the County desires to make to the District's Facilities for the purpose of discharging Treated Wastewater into the District's Facilities. The Application shall be in the form of the attached Exhibit B. The District shall provide the County with the amount of the estimated review fee. The District will return any unused portion of the estimated review fee. If the District, in reviewing or re-reviewing an Application, incurs any additional costs, the County shall promptly pay or cause to be paid such amounts to the District. The District shall provide the County with an accounting of its use of the review fee. The District shall not issue its approval of an Application until all review fees are paid in full. 3.2 Review of Application. The District shall review the Application for completeness and compliance with the terms and conditions of this Agreement. The County shall provide any additional information reasonably requested by the District for use in making its determination. If the District approves the Application, the District and the County shall execute an addendum to this Agreement in a form substantially similar to Exhibit C (each addendum shall be marked consecutively as Addendum 1 2 etc. . If the District does not approve the Application, the District shall notify the County in writing of the basis for denying the Application. The County may resubmit the Application after correcting any deficiencies identified by the District. The District shall then review the resubmitted application for compliance with the terms of this Agreement. 4. Connection. 4.1 Notice. After approval of each Application, the District shall notify the County of the location of each discharge connection point (Connection Point) to the Export Pipeline. The District shall locate each Connection Point in the field, including the point at which the Discharger shall make its connection to the facilities constructed by the District to facilitate the Discharger. 4.2 Design. Based upon information provided by the County, the District shall design the Export Pipeline connection from the Export Pipeline tap to a shutoff valve. The County shall design, or caused to be designed, all facilities that connect to the inflow side of the shutoff valve. The District shall also notify the County of the estimated cost to design the connection to the Export Pipeline and to review the construction documents for the Discharger's facilities, which shall be deposited, or caused to be deposited, by the County prior to commencement of the design. The District shall not be obligated to complete review of the Discharger's design until all design and review fees are paid in full. 5 4.3 Review. The District shall have the right to review the construction documents for the Discharger's facilities at each connection to the Export Pipeline, which shall be submitted, or caused to be submitted, by the County. The District shall notify the County of any deficiencies in the contract documents, which shall be corrected by the County and resubmitted for the District's approval. The County, the Discharger, or any other person in contract with the County or a Discharger shall not construe the District's review of the Discharger's facilities as a warranty or guaranty of the design or its performance. The County acknowledges that the District's review of the contract documents is for general information purposes only and to verify compliance with the terms of this Agreement. THE DISTRICT EXPRESSLY DISCLAIMS ANY AND ALL WARRANTIES, EXPRESSED OR IMPLIED, TO THE FULLEST EXTENT PERMITTED BY LAW REGARDING EACH DISCHARGER'S FACILITIES INCLUDING, BUT NOT LIMITED TO, DESIGN, CONSTRUCTION, OPERATION AND PERFORMANCE. 4.4 Construction. The District shall construct each connection to the Export Pipeline including the Export Pipeline tap, piping from the Pipeline tap to shutoff valve, and shutoff valve. The County shall construct, or caused to be constructed, the Discharger's facilities from the inflow side of the shutoff valve, which shall include a shut-off valve, pump to discharge the Treated Wastewater at a pressure between ten percent (10%) greater than the operating pressure of the Export Pipeline but not less than ten pounds per square inch (10psi), a back flow device rated at no less than one hundred and fifty (150) pounds greater than the operating pressure of the Export Pipeline, a sampling port, and a metering device satisfactory to the District, with data log, data storage, daily flow totalizer, back-up battery features and such other requirements as the District determines reasonably necessary. The District shall be entitled to observe the County's/Discharger's construction of the Discharger's facilities. In the event the operating pressure of the Export Pipeline increases at any time in the future, the County shall install, or cause to be installed, at its cost and expense, a new pump, backflow device and any other facilities necessary to meet the requirements of this Agreement. The County shall deposit, or cause to be deposited, with the District the estimated cost of constructing the connection facilities to the Export Pipeline and reviewing construction of the Discharger's facilities. The District shall return any unused portion of the deposit and, if the deposit is insufficient to cover the District's costs, the County shall immediately deposit, or cause to be deposited, such additional funds as necessary to reimburse the District for all costs incurred by it. The District shall not be obligated to authorize commencement of the discharge of Treated Wastewater at each Connection Point until all such costs are paid in full. 4.5 Future Modifications. If the District modifies, relocates or reconstructs the Export Pipeline, which in any way affects the District's Facilities, the County's and/or a Discharger's facilities at any Connection Point, the County shall be responsible for all direct and indirect costs and expenses, including but not limited to design, construction, review, inspection and associated fees and costs of the District, for disconnection and reconnection of such facilities to the Export Pipeline. In any such event, the County shall comply with the requirements of section 4 and section 5 of this Agreement. 6 r 1� 4.6 Permits. The County shall obtain, or caused to be obtained, without cost and expense to District, any and all governmental permits and approvals, which may be necessary to construct and operate the facilities contemplated in this section, whether constructed by the District, the County or a Discharger. The District shall cooperate with the County, at the County's cost and expense, to obtain all necessary governmental permits and approvals. The County shall provide, or cause to be provided, copies of all permits and approvals to the District. 4.7 Standards of Performance. The County agrees that performance of its obligations in connection with this Agreement, whether performed by the County or third persons, shall be performed in a good and workmanship like manner and in accordance with all applicable, industry, professional and construction standards. The District's performance of its obligations under this agreement shall meet the same standards, as applicable. 4.8 Ownership. The District shall own the facilities from the connection to the Export Pipeline up to and including the shut-off valve that is designed and constructed by the District at each Connection Point. The County and the Dischargers shall not have rights with respect to such District facilities. The County shall be responsible for all facilities connecting to the inflow side of District's valve at each Connection Point with ownership of such facilities determined by agreement between the County and each Discharger. The District shall not have any ownership or responsibility for such facilities. 4.9 Easements and Access. The County shall obtain, or cause to be obtained, such easements as reasonably requested by the District for the purpose of installing the District's facilities at each Connection Point. The easements shall be in a form consistent with the District's standard easements for such facilities. The District shall not be obligated to construct facilities at a Connection Point until the County has obtained the easement for the District. The County shall also obtain for the District the right to access and observe each Discharger's facilities for the purposes described in this Agreement. The District shall not be obligated to construct its facilities at a Connection Point or authorize commencement of the discharge of Treated Wastewater at such Connection Point until the above easement(s) are obtained for the District. 5. Commencement. 5.1 Testing. Prior to commencing any discharge of Treated Wastewater into the District Facilities at each Connection Point, the Treated Wastewater shall be tested by the County once per week until three (3) separate consecutive samples have been obtained and tested by a testing laboratory and comply with the TWW Standards (Initial Testing Criteria). The Regional Board and District shall approve the testing laboratory and the testing parameters for the Treated Wastewater. If the Treated Wastewater samples fail to meet all the TWW Standards, the County shall retest the Treated Wastewater until the Treated Wastewater meets the Initial Testing Criteria. Until the Treated Wastewater meets the TWW Standards and the Initial Testing Criteria, the County and the Discharger shall not have any right to discharge Treated Wastewater at such Connection Point but shall make other arrangements for disposal. 7 5.2 Notice of Approval. When each proposed discharge of Treated Wastewater meets the Initial Testing Criteria, the District shall notify the County of its approval and the date that the County may commence discharge of Treated Wastewater into the Export Pipeline at each Connection Point. 5.3 Periodic Testing. The County shall perform, or cause to be performed, tests at each Connection Point for each discharge of the Treated Wastewater into the Export Pipeline for compliance with the TWW Standards in accordance with the requirements established by the Regional Board but not less than once per month. The District shall also have the right, but not the obligation, to periodically test Treated Wastewater as determined by the District in its sole discretion. If any Treated Wastewater discharge fails to meet the TWW Standards, the County shall immediately, after receiving notice, discontinue Treated Wastewater discharges into the Export Pipeline at the Connection Point for each noncomplying Discharger's facility and initiate corrective action. The District may, after providing notice to the County, close and lock the valve at any such Connection Point to prevent further noncomplying discharges of Treated Wastewater. The County shall notify the District when the cause of the noncomplying discharges is corrected, the cause of the noncomplying discharges, the action taken to correct the noncomplying discharges and that the related facilities are ready for retesting. Discharges of Treated Wastewater into the Export Pipeline for each non-complying Discharger's facility shall not recommence until the District is satisfied, in the reasonable exercise of its discretion, that the cause of the noncomplying discharges has been corrected and retesting meets the Initial Testing Criteria. The County and/or Discharger shall be responsible for the disposal of all Treated Wastewater until the Discharger is notified by the District that it may recommence discharges into the Export Pipeline. 5.4 General. The County shall provide, or cause to be provided, copies of all reports and results of Treated Wastewater sampling flow monitoring and other inspections to the District concurrently when delivered to the County but no later than three (3) days after testing or inspection. The cost of all testing and inspection shall be the responsibility of the County. The County shall obtain, or cause to be obtained, the right for the District to access each Discharger's facilities to observe and/or obtain its own testing of the Treated Wastewater or inspection of a Discharger's facilities. The County shall reimburse, or cause to be reimbursed, all of the District's inspection costs related to testing. 6. Treated Wastewater. 6.1 Definitions. The term "District Facilities" shall include the Export Pipeline, Harvey Place Reservoir and Dam, Diamond Ditch, facilities used to store and distribute treated waste water for land application, emergency storage facilities, related appurtenances and equipment, and any and all other facilities or equipment related to the above(collectively District Facilities). The costs for TWW Service shall include all operation and maintenance costs and expenses for the District Facilities including, but not limited to, repairs, maintenance, reconstruction, inspections, replacement, permits, design, approvals, inspections, administrative and legal costs and expenses and all other costs and expenses reasonably related to maintaining and operating the District Facilities (TWW Service Costs). 8 6.2 Cost of Treated Waste Water. The District shall be responsible for all TWW service costs for Treated Wastewater discharges, which do not exceed the quantity specified in section 1.5, above. The County shall pay a proportionate share of the TWW Service Costs for the District Facilities for any discharges of Excess Treated Wastewater. The County's proportionate share shall be determined in relation to the total volume of Excess Treated Wastewater discharged by the County into the Export Pipeline compared to the total volume of treated wastewater (the District's treated wastewater and the County's Treated Waste Water) transported in the Export Pipeline (TWW Service). For purposes of illustration only, the County's proportionate share of costs for the discharge of Treated Wastewater in excess of one hundred fifty thousand (150,000) gallons per day shall be determined as described in Exhibit D. 6.3 Discharge Quantity at Each Connection Point. The County shall not exceed the approved discharge quantity of Treated Wastewater at each Connection Point (Maximum Discharge). If the County exceeds the Maximum Discharge at any Connection Point three (3) or more times in any month or six (6) times in a year, the Maximum Discharge for the Discharger at such Connection Point such shall be adjusted to one hundred twenty-five percent (125%) of the highest amount the County exceeded the Maximum Discharge at each such Connection Point. 6.4 Billing and Payment. The District shall bill the County quarterly for the TWW Service based on actual metered volume of Treated Wastewater or the Maximum Discharge at each Connection Point, whichever is greater. The District shall also send a copy of the bill to each Discharger for TWW Service charges related to such Discharger. The County's g g g Y payments shall be due and payable within thirty(30) days of the date of each bill. The payments shall be delinquent if not paid within such time period. Interest at the rate of six percent (6%) per annum shall become due and payable on delinquent TWW Service charges, penalties, and interest for each subsequent billing period for which the TWW Service charges, penalties and interest remain unpaid. A penalty of ten percent (10%) of the delinquent TWW Service charges shall be due and payable on each delinquent TWW service charge. The District shall cooperate with the County and provide such additional information as the County may reasonably request to assist the County in collecting payment(s) from Dischargers. 7. Interruption. 7.1 General. The District shall continually accept delivery of Treated Wastewater from the County at each Connection Point except for operational interruptions required to repair, maintain, and reconstruct the District Facilities; a break, outage or interruption of the District Facilities; force majeure conditions (defined below), or as otherwise provided in this Agreement. 7.2 Planned Interruptions. In the event of a planned interruption for maintenance, repair or reconstruction, the District shall notify the County and all affected Dischargers at least thirty (30) days in advance of any such repair, maintenance, replacement or reconstruction. In the event of an.interruption, the District shall perform, repair, maintenance, 9 replacement and/or reconstruction as soon as reasonably possible to recommence accepting Treated Wastewater from the County, in light of the circumstances causing the interruption, including the installation of temporary facilities, until permanent repairs and/or replacement facilities can be installed or made to the District's Facilities. 7.3 Force Majeure. The District shall not be liable for damages, breach of contract or otherwise by reason of the failure, suspension, diminution or other variance in its obligation to accept Treated Wastewater from the County as a result of injunction, fire, strike, riot, explosion, flood, acts of God or the public enemy, or other acts or conditions beyond the control of the District (Force Majeure Event). Furthermore, the District shall not be liable for damages resulting from interruption of TWW Service, when such interruption is necessary to make repairs, replacements or adjustments in the District's facilities. The District shall endeavor to provide the County and all affected Dischargers reasonable notice of an interruption of TWW service as a result of a Force Majeure Event. 7.4 Interim Disposal. The Discharger shall be responsible for the disposal of Treated Wastewater during any planned or unplanned interruption of TWW Service in accordance with the contingency planned approved by the Regional Board and the County or as otherwise necessary to dispose of the Treated Wastewater during any such interruption. The District shall notify the County and each affected Discharger when it is able to resume accepting delivery of Treated Wastewater from the County. 8. Term. 8.1 Term. The term of this Agreement shall be perpetual except as otherwise provided in this Agreement. 8.2 Termination. 8.2.1 Individual Connections. The District may terminate TWW Service to the County at a Discharger's Connection Point based upon occurrence of any of the following events: (i) noncompliance with the TWW standards on a repeated basis (more than three (3) violations in a calendar year); (ii) Discharger's repeated failure to comply with the District requirements for discharges contained in this Agreement; and (iii) the failure to substantially comply with any applicable federal, state or local laws or regulations. In the event of the District terminates discharges at any individual Connection Point, the District shall provide the County and the affected Discharger with thirty (30) days prior written notice of the termination date. If the County desires to recommence discharges at any Connection Point where discharges were terminated by the District, the County may reapply for a new connection pursuant to the terms of this Agreement. 8.2.2 Agreement. The District may terminate this Agreement upon written notice to the County based upon occurrence of any of the following events: (i) the County's material breach of this Agreement; (ii) the County's failure to comply with the TWW Standards on a repeated basis (more than four violations from all discharge points in any calendar year or three violations at a single discharge point in any calendar year); (iii) the 10 County's failure to substantially comply with any applicable federal, state or local laws or regulations; or (iv) failure of the County to timely make any payment required by this Agreement. The District, prior to terminating this Agreement, shall provide the County with a reasonable opportunity to cure any prior breaches that were the basis for termination and provide the District with reasonable assurances that the County will be able to comply with the terms of this Agreement in the future, all as determined by the District in its discretion. If this Agreement is terminated as provided above, the County shall not have any future rights under this Agreement, the Consolidated Agreement, or otherwise to utilize the Export Pipeline or any of the District's Facilities to transport, store or distribute Treated Wastewater. 8.3 Restoration. Upon termination, as defined above, the District shall disconnect each Discharger's facilities at each Connection Point and permanently close the Connection Point as determined by the District. The County shall be responsible for all costs and expenses related to such work. 9. Insurance. The County shall procure and maintain in full force and effect during the term of this Agreement, comprehensive general liability and property damage insurance to protect against liability for all damages by reason of injury to any person(s) or property arising out of any cause whatsoever in connection with the discharge of Treated Wastewater to the District Facilities and the distribution of Treated Wastewater by the District to persons using Treated Wastewater. The amount of insurance shall not be less than Five Million Dollars ($5,000,000) combined single limit coverage. The policy (ies) shall also include endorsements: naming the District as an additional insured; providing that District with at least thirty (30) days prior written notice of termination suspension or cancellation or reduction of coverage; the insurance shall be primary with respect to the interests of the additional insureds; cross liability and/or severability of interest; the insurance shall specifically cover the County's indemnification obligations; and,waiver of transfer rights or recovery. The District shall be provided with a copy of each insurance policy and each endorsement to each insurance policy required by this section, in a form satisfactory to the District. All insurance required by this section shall be placed and maintained with insurance companies authorized by the State of California to transact insurance business in the State of California and such insurance companies shall have an A.M. Best insurance rating of not less than A-NII at all times. The amount of insurance required by this section shall be adjusted every five (5) years after the date of this Agreement to reflect any changes in the United States Department of Labor Bureau of Labor Statistics, Consumer Price Index, subgroup "all items" entitled "Consumer Price Index, Urban Wage Earners and Clerical Workers (revised series), San Francisco—Oakland—San Jose Average (1982-1984=100)." 10. Indemnity and Liability. 10.1 Indemnification. To the fullest extent permitted by law, the County shall defend, indemnify and hold harmless the District from and against and with respect to any and all claims, damages, losses, liabilities and expenses of any kind or nature which may be asserted against the District or which the District may incur or suffer, and which arise out of, result from or relate to, or alleged to have arisen out of, resulted from or related to: the discharge of Treated Wastewater into the District Facilities; the District's review of Applications, construction 11 documents and construction; each Discharger's treatment of effluent and delivery of Treated Wastewater into the District's facilities; the County's failure to perform any of the terms and conditions of this Agreement; the District's interruption or termination of any discharge into the Export Pipeline pursuant to this Agreement; and, the County's storage in and distribution of Treated Wastewater from HPR, except to the extent any of the above is caused by the District's active negligence or willful misconduct. The District shall promptly notify the County of the existence of any claim, demand or other matter to which the County's indemnification obligations would apply and shall give the County a reasonable opportunity to defend the same at the County's expense and with the counsel of the County's own selection, provided that the District, at the District's option may, at all time, participate in cooperation in the defense at the District's own expense. If the County, within a reasonable time, after written notice, fails to defend, the District shall have the right, but not the obligation to undertake the defense of, and to compromise or settle (exercising reasonable business judgment), the claim or other matter on behalf of, for the account, and at the risk of the County. 10.2 Limitation of Liability. To the fullest extent permitted by law, the District shall not be liable to the County, any Discharger, or any third party for any consequential, exemplary, special, incidental or punitive damages including but not limited to, loss in litigation, lost profits,business interruption or any other direct or indirect losses. The County shall obtain a waiver of liability from each Discharger in a form attached as Exhibit E. 11. Compliance with Laws. The County and the Dischargers shall comply with all federal, state and local laws, ordinances, rules and regulations relating to any of its activities as contemplated by this Agreement. 12. No Third Party Rights. This Agreement shall not create any rights or benefits to parties other than between the District and the County or any Discharger. No third party, including any Discharger, shall have the right to rely on the District's obligations provided in this Agreement, regardless of such third party's agreement to be bound by the same conditions and limitations as the County,without the District's prior written consent. 13. GENERAL PROVISIONS. 13.1 Recitals. The recitals stated at the beginning of this Agreement of any matters or facts shall be conclusive proof of the truthfulness thereof and the terms and conditions of the recitals, if any, shall be deemed a part of this Agreement. 13.2 Notices. All notices, approvals, acceptances, requests, demands and other communications required or permitted, to be effective, shall be in writing and shall be delivered, either in person or by mailing the same by United States mail (postage prepaid, registered or certified, return receipt requested) or by Federal Express or other similar overnight delivery service, to the party to whom the notice is directed at the address of such party as follows: 12 r TO: SOUTH TAHOE PUBLIC UTILITY South Tahoe Public Utility District DISTRICT 1275 Meadow Crest Drive South Lake Tahoe, California 96150 Attn: General Manager With a copy to: Gary Kvistad, Esq. Hatch and Parent 21 East Carrillo Street Santa Barbara, California 93101 TO: COUNTY OF ALPINE Board of Supervisors County of Alpine P.O. Box 158 Markleeville, CA 96120 TO: ALPINE COUNTY WATER AGENCY Alpine County Water Agency P.O. Box 158 Markleeville, CA 96120 With a copy to: Dennis Crabb, Esq. Rollston, Henderson, Rasmussen& Crabb 591 Tahoe Keys Blvd., Suite D8 South Lake Tahoe, CA 96150 Any communication given by mail shall be deemed delivered two (2) business days after such mailing date, and any written communication given by overnight delivery service shall be deemed delivered one (1) business day after the dispatch date. Either party may change its address by giving the other party written notice of its new address. 13.3. Successors and Assigns. This Agreement shall be binding on and shall inure to the benefit of the parties and their respective heirs, successors and assigns. Nothing in this Agreement, express or implied, is intended to confer on any person other than the parties or their respective heirs, successors and assigns, any rights, remedies, obligations or liabilities under or by reason of this Agreement. 13.4. Assignability. This Agreement shall not be assignable by either party without the prior written consent of the other party, who shall have the sole discretion to consent or not to consent to any proposed assignment. Any attempted assignment without the approval of the other party shall be void. 13.5. Waiver. No waiver by any party of any of the provisions shall be effective unless explicitly stated in writing and executed by the party so waiving. Except as provided in the preceding sentence, no. action taken pursuant to this Agreement, including, without limitation, any investigation by or on behalf of any party, shall be deemed to constitute a waiver by the party taking such action of compliance with any representations, warranties, covenants, or agreements contained in this Agreement, and in any documents delivered or to be delivered 13 pursuant to this Agreement. The waiver by any party of a breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach. No waiver of any of the provisions of this Agreement shall be deemed, or shall constitute, a waiver of any other provision,whether or not similar, nor shall any waiver constitute a continuing waiver. 13.6. Headings. The section headings contained in this Agreement are for convenience and reference only and shall not affect the meaning or interpretation of this Agreement. 13.7. Severability. If any term, provision, covenant or condition of this Agreement shall be or become illegal, null, void or against public policy, or shall be held by any court of competent jurisdiction to be illegal, null, void or against policy, the remaining provisions of this Agreement shall remain in full force and effect, and shall not be affected, impaired or invalidated. The term, provision, covenant or condition that is so invalidated, voided or held to be unenforceable, shall be modified or changed by the parties to the extent possible to carry out the intentions and directives set forth in this Agreement. 13.8. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be an original, but all of which shall constitute one and the same instrument. 13.9. Parties in Interest. Nothing in this Agreement, whether express or implied, is intended to confer any rights or remedies under or by reason of this Agreement on any persons other than the parties to it and their respective successors and assigns, nor is anything in this Agreement intended to relieve or discharge the obligation or liability of any third persons to any party to this Agreement, nor shall any provision give any third persons any right of subrogation or action against any party to this Agreement. 13.10. Attorneys' Fees. If any legal proceeding (lawsuit, arbitration, etc.), including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party shall be entitled to recover actual attorneys' fees and costs, which may be determined by the court in the same action or in a separate action brought for that purpose. The attorneys' fees award shall be made as to fully reimburse for all attorneys' fees, paralegal fees, costs and expenses actually incurred in good faith, regardless of the size of the judgment, it being the intention of the parties to fully compensate for all attorneys' fees,paralegal fees, costs and expenses paid or incurred in good faith. 13.11 Venue. In the event District, County or Agency institutes any legal action in a court of competent jurisdiction against any party to this Agreement in connection with acts arising out of this Agreement, the parties agree to execute and file a stipulation with said court of competent jurisdiction permitting the transfer of the place of trial of said action. 13.12. Cooperation. The parties shall, whenever and as often as reasonably requested to do so by the party, execute, acknowledge and deliver, or cause to be executed, acknowledged and delivered, any and all documents and instruments as may be necessary, expedient or proper in the reasonable opinion of the requesting party to carry out the intent and 14 purposes of this Agreement, provided that the requesting party shall bear the costs and expense of such further instruments or documents (except that each party shall bear its own attorney's fees). 13.13. Good Faith. The parties agree to exercise their best efforts and utmost good faith to effectuate all the terms and conditions of this Agreement and to execute such further instruments and documents as are necessary or appropriate to effectuate all of the terms and conditions of this Agreement. 13.14. Construction. The provisions of this Agreement should be liberally construed to effectuate its purposes. The language of all parts of this Agreement shall be construed simply according to its plain meaning and shall not be construed for or against either party, as each party has participated in the drafting of this document and had the opportunity to have their counsel review it. Whenever the context and construction so requires, all words used in the singular shall be deemed to be used in the plural, all masculine shall include the feminine and neuter, and vice versa. 13.15. Several Obligations. Except where specifically stated in this Agreement to be otherwise, the duties, obligations, and liabilities of the parties are intended to be several and not joint or collective. Nothing contained in this Agreement shall be construed to create an association, trust, partnership, or joint venture or impose a trust or partnership duty, obligation, or liability on or with regard to either party. Each party shall be individually and severally liable for its own obligations under this Agreement. 13.16. Authority. The individuals executing this Agreement represent and warrant that they have the authority to enter into this Agreement and to perform all acts required by this Agreement, and that the consent, approval or execution of or by any third party is not required to legally bind either party to the terms and conditions of this Agreement. 13.17 Mediation. If a dispute arises out of or relates to this Agreement or a claimed breach of this Agreement, the parties agree to use mandatory non-binding mediation under the Commercial Mediation Rules of the American Arbitration Association before commencing an action in court in accordance with the provision of this section. Either party may initiate the mediation process by providing the other party with notice (Notice) of a dispute or claim relating to or arising out of this Agreement. 13.17.1 Negotiation. The parties shall first meet and confer in good faith, utilizing their best efforts, to resolve the dispute in an amicable manner. The parties shall meet at such times and places as mutually agreed upon and attempt to negotiate a resolution of the dispute. If the parties are unable to negotiate a resolution of the dispute within forty-five (45) days of the notice, either party may commence mediation pursuant to the provisions in section 13.17.2,below, by giving the other party notice initiating mediation. 15 1 I 13.17.2 Mediation Process. a. A single mediator that is acceptable to both parties shall be used to mediate the dispute. The mediator shall be knowledgeable in the subject matter of the dispute and may be selected from lists furnished by the American Arbitration Association (AAA) or any other agreed upon mediator. To initiate mediation, the initiating party shall serve a request for mediation on the other party. If the mediator is to be selected from a list provided by AAA, the initiating party shall concurrently file with AAA, a request for mediation along with the appropriate fees; a list of three (3) requested mediators marked in preference order; and a preference for available dates; b. If AAA is selected to coordinate the mediation, within ten (10) working days from the receipt of the initiating party's request for mediation, the other parties shall file the following with AAA: a list of preferred mediators listed in preference of order, after striking any mediators to which they have any factual objection, and a preference for available dates. If the other party strikes all of the initiating party's preferred mediators, the other party shall submit a list of three (3) preferred mediators listed in preference order to the initiating party. The initiating party shall file a list of preferred mediators used in preference order, after striking any mediator to which they have any factual objection. This process shall continue until both sides have agreed upon a mediator. C. AAA will appoint, or the parties shall agree upon, the highest, mutually preferred, mediator from the individual party's lists who is available to serve within the designated time frames. If the parties agree not to use AAA, then a mediator, date and place for the mediation shall be mutually agreed upon. d. Mediation hearings will be conducted in informal manner and discovery will not be allowed. All discussions, statements or admissions will be confidential to the party's legal position. The parties may agree to exchange any information that they deem necessary. Both parties must have an authorized representative attend the mediation. Each representative must have the authority to recommend entering into a settlement. Either party may have attorneys and/or experts present with respect to the presentation of their position. Upon reasonable demand, either party may request and receive a list of witnesses and notification whether attorneys will be present. Any agreements resulting from mediation shall be documented, in writing. All mediation results and documentation, by themselves, shall be nonbinding and inadmissible for any purposes in any legal proceeding, unless such admission is otherwise agreed upon, in writing, by both parties. Mediator shall not be subject to any subpoena or liability and their actions shall not be subject to discovery. The mediation shall be concluded within ninety(90) days of the date of the Notice provided in section 13.17.1, above. e. Each party shall be responsible for the cost and expense of their witnesses, experts and attorneys. All other expenses of the mediation, including travel and expenses of the mediator shall be born equally by the parties, unless agreed otherwise. 13.17.3 Condition Precedent to Court Action. Neither party shall be entitled to commence an action in court based upon a dispute or claim to which this section 16 applies without first complying with the requirements of this section 13.17. In the event either or both the parties may lose or be foreclosed from pursuing any cause of action and/or remedy with respect to a dispute or claim while complying with the terms of this section, the parties agree to execute a standstill agreement to preserve such party's rights until a reasonable time after the conclusion of the mediation. 13.18. Entire Agreement. This Agreement contains the entire understanding and agreement of the parties, and supersedes all prior agreements and understandings, oral and written, between the parties. There have been no binding promises, representations, agreements, warranties or undertakings by any of the parties, either oral or written, of any character or nature, except as stated in this Agreement. This Agreement may be altered, amended or modified only by an instrument in writing, executed by the parties to this Agreement and by no other means. Each party waives its future right to claim, contest or assert that this Agreement was modified, canceled, superseded or changed by any oral agreement, course of conduct, waiver or estoppel. IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year and at the place first written above. SOUTH TAHOE PUBLIC UTILITY DISTRICT By /J es R. Jones, ent of the Board of Directors Attest "j Kathy Sharp, erk of the Boarif APPROVED AS TO FORM: By: vistad Hatch and Parent, Attorneys for The South Tahoe Public Utility District (Signatures continued on following page) 17 COUNTY OF ALP INE By lam 1 Chairm , Board of Supervisors Attest &4LV�- Clerk ALPINE QPUNTY WATER AGENCY By "�b�Z&k WJ Chaino Attest &hbm�.= Clerk APPROVED AS TO FORM: By Dennis Crabb Rollston, Henderson, Rasmussen& Crabb, Attorneys for The County of Alpine and The Alpine County Water Agency 18 Map of the C-Line Portion of the Export Pipeline jH Y P , Creek 89 Re" Ss 1 v �I C-Line QI.ake �,... ✓_. Curter Lake Dumsme i Exhibit A APPLICATION FOR DISCHARGE The County submits this Application to the District for discharge of treated wastewater by the discharger described below pursuant to the terms and conditions of the Master C-Line Connection Agreement dated , 2005 (Agreement) in order to obtain the District's approval for the discharge of treated wastewater into the District's export pipeline (as defined in the Agreement). A. DISCHARGER INFORMATION Name Street address City/Town State Zip Code Telephone Number(include area code and extension) Fax Number Emergency Number E-mail address(optional) B. PROJECT INFORMATION 1. Project Description 2. Project Location 3. Connection Point Location C. WASTEWATER DISCHARGE INFORMATION 1. Description of Wastewater Collection and Treatment Facilities EXHIBIT B SB 365378 0:007627.0065 2. Description of Wastewater Treatment Process and Treatment Level 3. Description of the on-site backup treatment and/or disposal system and facilities: 4. Design Flow: Average Daily flow: Maximum Daily Flow: 5. Design Size of Connection 6. Design Delivery Pressure 7. Description of Wastewater type (residential, commercial, industrial, or other): 8. Description of any substances in the treated wastewater that are hazardous or which might adversely affect the District's facilities, environment, or constitute a nuisance: D. OTHER REQUIRED INFORMATION 1. Description of Required Governmental Approvals for the Project 2. Description of Required Environmental Review(s) 3. Description of Access Rights for Connection to the Export Pipeline EXHIBIT B SB 365378 v1:007627.0065 4. Describe whether the quantity of treated wastewater from the Discharger described in this Application, when added to prior approved discharge quantities from other dischargers, is less than or greater than 150,000 gallons per day E. REQUIRED DOCUMENTS TO BE SUBMITTED AFTER APPROVAL OF THE APPLICATION 1. Alpine County Board of Supervisors' Approval for the Discharge of Wastewater 2. Agreement with Alpine County for the Discharge of Wastewater 3. Lahontan Regional Water Quality Control Board Permit 4. Project Design and Engineering Documents 5. Wastewater Treatment Information including,but not limited to description of treatment system, design calculations,manufacturer information and references 6. Documents Providing the District Access to the Connection to the Export Pipeline F. REQUIRED FEES 1. An estimated Application review fee in the amount of seven hundred and fifty dollars ($750.00) shall be submitted to the District with this Application, 2. An estimated design review fee in an amount to be determined by the District shall be submitted prior to the District's review of the design and construction documents for the wastewater treatment system. 3. An estimated construction connection fee in an amount to be determined by the District shall be submitted prior to commencement of construction of the project. G. APPLICANT SUBMISSION AND DISCHARGER CERTIFICATION 1. County submits this Application to the District in compliance with the terms and conditions of the Agreement. County agrees to submit any additional information as reasonably requested by the District in order for the District to process this Application. The undersigned is authorized by County to submit this application to the District. EXHIBIT B SB 365378 v1:007627.0065 COUNTY OF ALPINE AND THE ALPINE COUNTY WATER AGENCY By: Signature Name Title 2. The undersigned is the discharger described in this Application and certifies, under penalty of perjury, that this application and the documents submitted in connection with it are true, accurate and complete. The undersigned agrees to supplement the information contained in and submitted in connection with this Application as necessary to keep all information true, accurate and complete. Name of Discharger By: Signature Name Title H. RECOMMENDED APPROVAL OF APPLICATION The Application and the documents submitted with it have been reviewed and are approved as being in compliance with the terms and conditions of the Agreement. The approval of this application does not commit the District to accept delivery of treated wastewater in connection with this application until the County satisfies all requirements of the Agreement. South Tahoe Public Utility District Signature Name Title EXHIBIT B SB 365378 v1:007627.0065 ADDENDUM TO MASTER C-LINE CONNECTION AGREEMENT ADDENDUM NO. This Addendum to the Master C-Line Connection Agreement (Agreement) is made and entered into on this day of , 200_,by and between the South Tahoe Public Utility District, a California Public Agency formed in 1950 pursuant to the Public Utility District Act (District) and the County of Alpine, a political subdivision of the State of California, acting by and through its Board of Supervisors and the Alpine County Water Agency, created by the Alpine County Water Agency Act of the State of California, acting by and through its Board of Directors (collectively County),with respect to the following facts and intentions: A. The District and the County entered into the Master C-Line Connection Agreement dated. 2005, (Agreement)regarding the terms and conditions upon which the County may discharge Treated Wastewater into the District's Facilities; B. (Discharger) and the County entered into an agreement dated , 200_ for the Discharger to utilize a portion of the County's contract capacity right in the District's Export Pipeline to discharge Treated Wastewater into the District's Facilities; C. The County has submitted an Application, dated , 200_(Application), to the District for the discharge of Treated Wastewater from the Discharger's facilities into the District's Export Pipeline; D. The District has reviewed and approved the Application on , 200_for compliance with the terms and conditions of the Agreement; and, E. The District and the County desire to amend the Agreement to permit the County to discharge Treated Wastewater from the Discharger's facilities into the Export Pipeline and utilize portions of the District's Facilities. NOW, THEREFORE, the parties agree as follows: 1. Discharger. The Discharger shall be considered a Discharger, as defined in the Agreement, and the County shall comply with all terms and condition of the Agreement with respect to the Discharger. 2. Application. The Application is attached to this Addendum as Exhibit A and the terms and conditions of the Application are incorporated by reference into this Addendum. 3. Compliance with Agreement. This Addendum does not obligate the District to accept delivery of the Discharger's treated wastewater from the County until the County satisfies all requirements of the Agreement. 1 SB 365449 v1:007627.0065 EXHIBIT C J RI •t 4. Material Changes. The County shall notify the District if any of the information contained in the Application or in any of the documents submitted in connection with the Application materially change such that the information is no longer true, accurate and complete. The County shall immediately provide to the District such supplement information as necessary again make such information true, accurate and complete. 5. Defined terms. The terms contained in this Addendum shall have the same meaning as defined in the Agreement. 6. Force and Effect. Except as modified by this Addendum, the Agreement shall continue in full force and effect. In the event of a conflict between this Addendum and the Agreement, the terms and conditions of this Addendum shall control in all respects. 7. Entire Agreement. This Addendum contains all of the agreements of the parties with respect to the matters covered or mentioned in this Addendum and no other understandings, writings or verbal agreements shall be of any force or effect. This Addendum may not be amended or modified except by written mutual consent of the parties or their duly authorized representatives. IN WITNESS WHEREOF,the parties have executed this Addendum as of the date first above written. SOUTH TAHOE PUBLIC UTILITY DISTRICT By President of the Board of Directors Attest Kathy Sharp, Clerk of the Board APPROVED AS TO FORM: By: Gary M. Kvistad Hatch and Parent, Attorneys for The South Tahoe Public Utility District (signatures continued on next page) 2 SB 365449 v1:007627.0065 EXHIBIT C COUNTY OF ALPINE By: Chairman, Board of Supervisors Attest: Clerk ALPINE COUNTY WATER AGENCY By: Chairman Attest: Clerk APPROVED AS TO FORM: By: Dennis Crabb Rollston, Henderson, Rasmussen & Crabb, Attorneys for The County of Alpine and The Alpine County Water Agency 3 SB 365449 0:007627.0065 EXHIBIT C Alpine County Effluent Disposal Cost Example: First 150,000 gallons per day are at no cost to the county. Flow exceeding 150,000 gallons per day will be charged based on the maximum day flow pro rated to the actual operation and maintenance cost for the District facilities used. Assume total maximum day Alpine county flow is 200,000 gallons. Flow subject to fee is 200,000 minus 150,000 or 50,000 gallons. District's maximum daily flow is 7,700,000 gallons. (50,000/7,700,000) equals 0.00649 Assume District operation and maintenance cost for the facilities used is $20,000 per year. Alpine County's share would equal $20,000. * 0.00649 equals $131.80 *This is not an actual cost figure. Actual cost would depend on which District facilities were used(export pipeline from point of connection down hill,Harvey Place Reservoir,Diamond Ditch,etc.) EXHIBIT "D" 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: Mark Seelos, Water Resources Manager MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Al Tahoe/Bayview Well Backup Power and Al Tahoe Rehabilitation REQUESTED BOARD ACTION: (1) Find minor irregularities in the bid from Resource Development Company, LLC to be immaterial, and waive minor irregularities; and (2) Award the project to the lowest responsive, responsible bidder, Resource Development Company, LLC, in the amount of $5,503,000. DISCUSSION: On December 12, 2024 the Board authorized staff to advertise for construction bids for the Al Tahoe/Bayview Well Backup Power and Al Tahoe Well Rehabilitation Project (Project). The scope of work is as follows: 1) Installation of electrical infrastructure to operate Al Tahoe and Bayview Wells using a portable diesel generator. 2) Mechanical and electrical modernization and rehabilitation of Al Tahoe Well. 3) Site improvements and best management practices. In April 2024, the District received an award from the Federal Emergency Management Agency (FEMA) Hazard Mitigation Grant Program in the amount of $1,301,867, with the remaining project balance to be covered by the District. The District has procured a 500 kW diesel generator as well as long lead time electrical gear which will be provided as owner-furnished to the successful bidder. The Project was advertised on PlanetBids on April 11, 2025. A mandatory pre-bid conference was held on May 1, 2025 with eight general contractors in attendance. Bids were opened on June 3, 2025 at 2 pm (PDT). One bid was received, at $5,503,000. The engineer's estimate for the construction of the project was $5,522,000. A summary of the bid, along with staff findings, is attached. Mark Seelos June 18,2025 Page 2 Resource Development Company's bid contained three minor contractual irregularities; however, the relevant information was verified and confirmed to meet the District's requirements. SCHEDULE: Upon Board Approval COSTS: $5,503,000 ACCOUNT NO: 20.30.8371/20.30.8372 BUDGETED AMOUNT AVAILABLE: $1,100,000 (FY 24/25); $329,000 (FY 25/26); $1,900,000 (FY 26/27); $2,000,000 (FY 27/28); Total: $5,400,000 remaining funding from Unplanned Water and Contingency Fund from 25/26 and 24/25 rollover. IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ® Yes ❑ No ❑ N/A ATTACHMENT: Bid Summary CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water GENERAL MANAGER: YES /L NO CHIEF FINANCIAL OFFICER: YES NO South Tahoe Public Utility District 1275 Meadow Crest Drive South Lake Tahoe,CA 96150 Telephone: (530)544-6474Fax: (530)541-4319 Memorandum Date: June 6, 2025 To: Board Members, Paul Hughes From: Starlet Glaze, Contracts Specialist Subject: Al Tahoe Well Rehabilitation and Emergency Power Project At 2:00 PM on Tuesday, June 3, 2025, we received One (1) electronic bid via PlanetBids for the above- referenced project. The bid submitted was in the amount of$5,503.00. The Engineer's Estimate for this project was $5,522,000.00. A careful review and analysis of the bid showed only minor deviations. See attached spreadsheet and list of deviations for a full breakdown of each bid. Resource Development Company,LLC, is the apparent low bidder. I contacted the Contractors State License Board and confirmed the following: • License Number: 1050646 • Status: Current and active • Expiration Date: March 31, 2027 • Entity Type: Ltd Liability • License Classification: Class A—General Engineering, Class C33 —Painting and Decorating, Class C-61 /D12 Synthetic Products, Class B—General Building, Class C-61 /D38 - Sand and Water Blasting. Additionally, I verified with the California Department of Industrial Relations that Resource Development Company, LLC is properly registered under PWCR Number 1000064750. South Tahoe Public Utility District• 1275 Meadow Crest Drive, South Lake Tahoe, CA 96150 Phone 530.544.6474 • Facsimile 530.541.0614 Bid Review: Al Tahoe Well Rehabilitation and Emergency Power Project Bid Opening: Tuesday, June 3, 2025, at 2:00 p.m. Summary of Deviations and Information from Bid Analysis Bidder: Resource Development Company, LLC • List of Subcontractors o Two subcontractor entity names listed on the Bid Form did not match records in either the California Department of Industrial Relations (CA DIR) or the California Contractors State License Board(CA CSLB) databases. However, we were able to identify and verify the correct entity names, confirming that they are registered and active with the CA DIR and possess a current, valid business license. • Bidder's General Information o Item 6: The Surety Company name listed on the Bid Form differs from the Surety Company listed on the original Bid Bond submitted with the Bid. Nonetheless, we verified the Bid Bond's validity and confirmed that it meets all District requirements. • Certification by Contractor's Insurance Broker o The brokerage agency's name was listed in the signature block in place of the insurance company's name. We contacted the agent directly and obtained the correct insurance company name, which was verified to meet District requirements. Bid Results for Project Al Tahoe Well Rehabilitation and Emergency Power Project Advertised:4/11/2025 Bid Opening June 03,2025 2:00 PM (PDT) Unit of Resource Development Engineer's Item Description Measure Quantity Company LLC Estimate Mobilization and demobilization including bonds and insurance,and cleanup for the LS price of dollars and .(Note:this LS figure cannot exceed 10 percent of the total cost of 1 the total bid(excluding this item.) LS 1 $280,000.00 $250,000.00 Furnish,install,and maintain Al Tahoe and Bayview erosion control measures and other required BMPs 2 complete and in place for LS price of dollars and cents. LS 1 $330,000.00 $200,000.00 Complete Al Tahoe and Bayview civil and electrical demolition for LS price of dollars and 3 cents. LS 1 $237,000.00 $300,000.00 Complete AC pavement demolition,offhaul and installation including subgrade preparation for the 4 price of dollars and cents per square foot. LS 1 $85,000.00 $100,000.00 5 Furnish and install fencing and gates for LS price of dollars and cents. LS 1 $868,000.00 $250,000.00 Furnish and install diesel storage tank and appurtenances complete for LS price of dollars and 6 cents. LS 1 $215,000.00 $300,000.00 Furnish and install Bayview electrical improvements complete for the LS price of dollars and 7 cents. LS 1 $799,000.00 $800,000.00 Subtotal $2,814,000.00 $2,200,000.00 Mobilization and demobilization including bonds and insurance,and cleanup for the LS price of dollars and .(Note:this LS figure cannot exceed 10 percent of the total cost of 8 the total bid(excluding this item.) LS 1 $265,000.00 $250,000.00 Complete mechanical and plumbing demolition and salvage for LS price of dollars and 91 cents. LS 1 $140,000.00 $150,000.00 Investigate and destroy Al Tahoe Well No. 1 per California Department of Water Resources standards 10 for the LS price of dollars and cents. LS 1 $26,300.00 $30,000.00 11 Provide traffic control measures for the LS price of dollars and cents. LS 1 $30,000.00 $50,000.00 Furnish and install vertical turbine well pump and motor for the LS price of dollars and 12 cents. LS 1 $392,800.00 $550,000.00 Furnish and install well discharge manifold and appurtanances for the LS price of dollars and 13 cents. LS 1 $450,000.00 $650,000.00 14 Complete rehabilitation of water supply well for the LS price of dollars and cents. LS 1 $185,000.00 $200,000.00 Furnish and install Al Tahoe building improvements for the LS price of dollars and 15 cents. LS 1 $198,000.00 $300,000.00 Furnish and install sodium hypochlorite chemical feed and storage system for the LS price of 16 dollars and cents. LS 1 $103,000.00 $115,000.00 Furnish and install Al Tahoe electrical improvements for the LS price of dollars and 17 cents. LS 1 $898,900.00 $1,027,000.00 Subtotal 1 1 $2,689,000.00 $3,322,000.00 Total 1 1 $5,503,000.00 $5,522,000.00 AL TAHOE WELL REHABILITATION AND EMERGENCY POWER PROJECT RESOURCE DEVELOPMENT COMPANY, LLC. Description of Work Subcontractors Name & Address Drilling Stonehouse Drilling and Construction, LLC 8% 805 Bennie Ln. Reno,NV 89512 CA#904639; CA DIR PWC #1000037498 Paving West Coast Paving <1% PO Box 19102 Reno,NV 89511 CA#972431; CA DIR PWC #1000020405 Fence Tahoe Fence Company 5% 36 Brown Drive Mound House,NV 89706 CA# 305682; DIR PWC #1000014567 Electric Big Valley Electric 24% PO Box 177 Copperopolis, CA 95228 CA#676395; CA DIR(PWC) #1000002901 Named Equipment/Material Supplier List: Equipment/Material Supplier/Manufacturer Aggregate base material Tahoe Asphalt/Tahoe Asphalt Asphalt mixes for paved areas Tahoe Asphalt, Brunswick Sierra, Tahoe Ready Mix/ Tahoe Asphalt, Brunswick Concrete and grout mixes Sierra Tahoe Ready Mix/Nevada Cement Piping, fittings and specials WNS / Mixed/Multiple Indoor and outdoor paints Sherwin Williams Revegetation materials Tahoe Sand& Gravel/Tahoe Sand& Gravel Louvers Ruskins /Ruskins Well Pump and Motor Storehouse/ Flowserve/US Motors Variable frequency drive Codale/Rockwell Motor control center Wesco/Eaton Generator connection panel SJE/Trystar Magnetic flowmeter GTH/Rosemount Exhaust fan Green Heck/Green Heck Diesel storage tank Tank& Barrel/Newberry Tanks Insulated building panel system Kin s an/Quadcore Cantilever sliding ate Ideal Aluminum/Ideal Aluminum Precast concrete fencing Superior Concrete/ Superior Concrete Products Prefabricated standing seam metal panel Grainger/Awatech awning Insulated metal panel and framing Kin s an/Quadcare Video surveillance cameras Sierra Fire & Security/Verkada 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: Brent Goligoski, Senior Engineer MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Aeration Blower System Improvements Project REQUESTED BOARD ACTION: 1) Approve staff's recommended list of pre-qualified system integrators for bidding; 2) Approve the list of named products to be listed without alternative in the Contract documents; and 3) Authorize staff to advertise for construction bids For the Aeration Blower System Improvements Project. DISCUSSION: Carollo Engineers and District staff have prepared Bid Documents for the Aeration Blower System Improvements Project (Project). This project includes the following improvements at the District's Wastewater Treatment Plant (WWTP): • Replace the existing engine-driven blower with a new hybrid positive displacement blower • Replace Blower Building electrical switchgear, including power submetering in the blower building and elsewhere throughout the WWTP • Blower building ventilation improvements • Replace and upgrade valving, instrumentation and control for aeration system • Replacement of a large electrical transformer and multiple sets of electrical switchgear • Replacement or installation of fire alarms in the Blower Building, Filter Building, Hypo Building, and Small Generator Building • Biosolids Building HVAC and Odor Control System Improvements including addition of a strobic fan for odor control. • Allowance for replacement of heating and air conditioning equipment for the Administration and Operations Lab Buildings • Allowance for as-needed sewer services In response to the District's advertisement for pre-qualification of system integrators for the Project, the District received four applications for pre-qualification. Staff has reviewed the applications using a strict scoring process and conducted phone Brent Goligoski June 18,2025 Page 2 interviews. One applicant did not meet the minimum required score and was notified by staff and no appeal was submitted. Staff is requesting the Board approve the recommended list of pre-qualified system integrators for bidding on the Aeration Blower System Improvements Project. This list includes George T. Hall Co., Inc., Technical Systems, Inc., and Telstar Instruments. Upon approval, this list will be included in the Invitation to Bid. To comply with requirements of the Public Contracting Code, the District must list, in one place in the bid documents, all items that are to be provided by the contractor without alternative (i.e., sole brand), and identify the basis for including each item on the list (also known as a "finding"). This list must be approved in advance of bidding by the Board of Directors. Below is the list of sole brand items for the Project, along with the findings for each. Staff requests that the Board approve this list for the purpose of bidding and constructing this Project. Upon approval, the following parts A and B will be included in the Contract documents. A. In following with the District's established Purchasing Policy, and as is allowed by California Statutes and supported by case law, the District has made findings that certain products shall be used for this project without alternative. The District's Purchasing Policy recognizes the following as findings for exceptions to bidding: 1. When the item (merchandise or service) can be obtained from only one source. 2. When the item is required or is economically preferable to match or be compatible with other furnishings, materials or equipment presently on hand and the purchase is made from the manufacturer or supplier who supplied other such furnishings, materials or equipment. 3. When the item has been standardized by the District and can be purchased from only one source or is purchased from the original manufacturer or supplier. 4. When the Board of Directors determines that due to special circumstances, it is in the District's best interest to purchase an item or enter into a Contract without compliance with the bidding procedures i.e., competitive proposals would not be useful, would not produce an advantage or would be undesirable, impractical, or impossible. 5. When all bids are considered unsatisfactory or excessive and are rejected by the Board of Directors by a two-thirds vote (PCC 20206.1), the District may do any necessary work and make necessary expenditures in lieu of contracting for the proposed work. 6. When the Board of Directors declares an emergency by a four-fifths vote (PCC 22050), after finding that conditions will not permit a delay resulting from a competitive solicitation for bids. All actions, thereafter taken, will be reported to the Board until the emergency action is terminated (at the earliest possible date that conditions warrant). Brent Goligoski June 18,2025 Page 3 B. Following is a list of products proposed for sole brand determination for the Project, and the basis for the sole brand determination identified by reference to the findings listed in Part A (above). 1. Allen Bradley ControlLogix Programmable Logic Controllers (PI-Cs [Findings 2 and 3]. 2. Allen Bradley, Studio 5000 Logix Design PLC Programming Software [Findings 2 and 3]. 3. Microsoft Windows Computer Operating System [Findings 2 and 3]. 4. SKM Power Tools Software for Arc Flash Analysis [Findings 2 and 3]. 5. AVEVA (formerly Wonderware) SCADA software [Findings 2 and 3]. 6. Allen Bradley 18 pulse Variable Frequency Drives (VFDs) [Findings 2 and 3]. 7. Notifier by Honeywell Fire Alarm System [Findings 2 and 3]. 8. Emerson, Rosemount pressure transmitter [Findings 2 and 3]. 9. Hach LIDO probe and Hach sc200 controller [Finding 2]. 10. Sensidyne, SensAlarm Flex Single Channel Gas Monitor [Finding 2]. 11. Fluid Components International (FCI), Model No. ST100 thermal mass flowmeters [Finding 2]. 12. Aerzen Delta Hybrid Model D152S, DN300 hybrid positive displacement screw blower [Finding 4]. Following Board authorization, staff plans to advertise for bids beginning in June, open bids in late July, and return to the Board for award in August. Actual construction will take place during 2026 and 2027 due to the anticipated long lead times for procurement of major electrical and controls equipment. The Engineer's Estimate for the project is $9,500,000 including allowances. Staff recommends the Board authorize advertising construction bids for the Aeration Blower System Improvements Project, per California Public Contract Code Section 20201 and Government Code Section 830.6. SCHEDULE: June 2025 through September 2027 COSTS: $9,500,000 ACCOUNT NO: 10.30.8156; 10.30.8267; 20.30.8266 BUDGETED AMOUNT AVAILABLE: $2,876,105.35 (FY25), $2,251,000 (FY26), $3,496,000 (FY27); $103,000 (FY25), $181,000 (FY26); $31,000 (FY25), $181,000 (FY26); Total = $9,1 19,105.35. Any unfunded costs will be addressed once bids are received and in future years of project. IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): M Yes ❑ No ❑ N/A ATTACHMENTS: Capital Improvement Program Project Summary Sheets CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water GENERAL MANAGER: YES AL NO If n q CHIEF FINANCIAL OFFICER: YES /� NO South Tahoe Public Utility District M- e- Capital Improvement Program (CIP) Project Summary Project Name: BLOWER SYSTEM IMPROVEMENTS Project Code: BLOSYS Asset Owner/Dept: Ops, Elec, HM Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan Jockey blower to replace diesel blower. Efficiency upgrades and address pipe leaks. Blowers, controls, control valves for zone control - pipe leaks TBD. Pipe leaks are odorous air. Current estimate includes blower, controls, amd electrical upgrades. Estimated costs for one blower and electrical upgrades total $1,581,000. Need for Project loperation and Maintenance Impacts Asset Life Extension Addition of Assets Asset Replacement/End-of-Life System Monitoring/Remote Control System Efficiency Reference Document 19-20 CIP Planning CIP No. 70 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning $200,000 21-23 1.21 1.08 1.12 1.15 Design $258,000 21 Construction $4,334,000 25-26 Total Capital Improvement Cost $4,792,000 Funding Source: Capital Project Location and Photos Comments Project is scheduled to be constructed with WWTP Fire Alarm System Standardization and WWTP Electrical Submetering for economy of scale. Page 70 4/11/2024 BLOWER SYSTEM IMPROVEMENTS SEWER South Tahoe Public Utility District M_ e- Capital Improvement Program (CIP) Project Summary Project Name: WWTP FIRE ALARM SYSTEM STANDARDIZATION Project Code: 0 Asset Owner/Dept: Ops, Elec, HM Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan Three different fire alarm systems were installed for each of the last 3 major projects at the WWTP (Admin/Ops, 2018 Emergency Generator, and Headworks). Pre-qualify these three to bid on upgrading the older fire systems at the WWTP (Filters, Small Generator, Hypo, Bio and Blowers. [The same manufacturer will then be named for the Lower Shops Project.] Need for Project loperation and Maintenance Impacts Reliability/Redundancy Reduced Reactionary Maintenance Asset Life Extension Safety Reference Document 19-20 CIP Planning CIP No. 84 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.09 0.18 Design $25,000 24 Construction $244,000 25 Total Capital Improvement Cost $269,000 Funding Source: Capital Project Location and Photos /�# ^ Ik. Comments Project is scheduled to be constructed with WWTP Electrical Submetering and Blower System Improvements for economy of scale. Page 84 4/11/2024 WWTP FIRE ALARM SEWER South Tahoe Public Utility District M_ e- Capital Improvement Program (CIP) Project Summary Project Name: WWTP ELECTRICAL SUBMETERING Project Code: 0 Asset Owner/Dept: Ops Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project installs or replaces power meters on major processes within the WWTP (such as Final/Secondary Pumps, Bio Building, etc), which have no larger projects included in the Ten-Year Plan, and brings pertinent information from all sub-meters into SCADA and the Historian for reporting. Need for Project loperation and Maintenance Impacts Asset Replacement/End-of-Life Reduced Reactionary Maintenance Reliability/Redundancy Reference Document Prop 218 Planning (2018) CIP No. 89 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.04 0.08 0.08 Design Construction $197,000 24 Total Capital Improvement Cost $197,000 Funding Source: Capital Project Location and Photos ASM ram. I 4 _ 'A { Comments Project is scheduled to be constructed with Blower System Improvements for economy of scale. Page 89 4/11/2024 WWTP ELECTRICAL SUBMETERING SEWER South Tahoe Public Utility District M- e- Capital Improvement Program (CIP) Project Summary Project Name: PLANT ELECTRICAL UPGRADES Project Code: 0 Asset Owner/Dept: Elec, Ops Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan An Asset Management approach accounts for replacement of 1/3 of WWTP electrical gear every 10 years. Based on results of electrical testing performed 2022,this project will replace gear at the Filter Building and Emergency PS. Need for Project loperation and Maintenance Impacts High Consequence of Failure Reduced Reactionary Maintenance Asset Replacement/End-of-Life Safety Improvements Asset Management Safety Reference Document Prop 218 Planning (2018) CIP No. 78 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.11 0.32 0.45 0.34 0.25 Design $110,000 23 Construction $1,349,000 25-26,33 Total Capital Improvement Cost $1,459,000 Funding Source: Capital Project Location and Photos . � - - " zs Comments The first phase of this project is scheduled to construct with Blower System Improvements. Page 78 4/11/2024 PLANT ELECTRICAL UPGRADES SEWER South Tahoe Public Utility District y uT"-T'ifIIF Capital Improvement Program (CIP) Project Summary s; HL/C..Lm LfIY okS(. Project Name: BIO BUILDING ODOR CONTROL& HVAC UPGRADES Project Code: 0 Asset Owner/Dept: HM Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project addresses odor control concerns associated with the solids handling operation by improving dispersion with a strobic fan based, as recommended in 2009 odor modeling. Fan install will likely require roof improvements/modifications as well as improvements to the HVAC system, including replacement of the cicra 2004 HVAC control system, which is obsolete. Need for Project loperation and Maintenance Impacts Reliability/Redundancy Reduced Reactionary Maintenance Other Environmental Benefit Increased Planned Maintenance System Monitoring/Remote Control Reference Document 20-21 CIP Planning CIP No. 80 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.01 0.22 0.46 Design $50,000 24 Construction $640,000 25 Total Capital Improvement Cost $690,000 Funding Source: Capital Project Location and Photos � . I . Comments Project is scheduled to construct with Blower System Improvements for economy of scale. Page 80 4/11/2024 BIO BUILDING ODOR & HVAC SEWER South Tahoe Public Utility District Capital Improvement Program (CIP) Project Summary Project Name: OPS AND SERVER ROOM HVAC UPGRADES Project Code: 0 Asset Owner/Dept: HM Project Contact: Trevor Coolidge Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project corrects a known issue with the Ops Buildin HVAC system, which is located above the SCADA Server Room and requires a water connection. A prior incident with the HVAC resulted in a flood in the Server Room. The scope of the project is to relocate the rooftop HVAC system, and to provide ventilation protection systems within the Server Room. Need for Project loperation and Maintenance Impacts Safety Reduced Reactionary Maintenance Reliability/Redundancy Reference Document 20-21 CIP Planning CIP No. 90 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.10 Design Construction $103,000 24 Total Capital Improvement Cost $103,000 Funding Source: Capital Project Location and Photos � v i kv*- Comments Project is scheduled to construct with the Admin HVAC and the Bio Building HVAC for economy of scale. Page 90 4/11/2024 OPS &SERVER HVAC UPGRADES SEWER South Tahoe Public Utility District TN TA,10 Capital Improvement Program (CIP) Project Summary ~�= Project Name: ADMIN HVAC UPGRADES Project Code: 0 Asset Owner/Dept: HM, Elec Project Contact: Julie Ryan Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan The HVAC System in the Admin Building has web-based controls on a stand-alone system.This project will develop and execute upgrades to the SCADA system to bring in select data from this system. Scope may also include addition/replacement of instruments and HVAC system, as needed to support monitoring and control. Need for Project loperation and Maintenance Impacts System Monitoring/Remote Control Reduced Reactionary Maintenance Reference Document 20-21 CIP Planning CIP No. 77 Project Funding Capital Improvement Expenditures (Millions) Total Year FY 24 25 26 27 28 29 30 31 32 33 34 Planning 0.03 Design Construction $31,000 24 Total Capital Improvement Cost $31,000 Funding Source: Capital Project Location and Photos or 9 � e a 4. e Comments Page 77 4/11/2024 ADMIN HVAC UPGRADES WATER 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 6e TO: Board of Directors FROM: Brent Goligoski, Senior Engineer MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Herbert Walkup Pipeline Replacement Project REQUESTED BOARD ACTION: 1) Approve Change Order No. 1 to Vinciguerra Construction, Inc., in the amount of <$339,056.79>; and 2) Authorize the General Manager to execute Change Order No. 1. DISCUSSION: Change Order No. 1 includes thirty items for changes to the work performed by Vinciguerra Construction, Inc., sixteen items to balance unit priced or allowance items to the actual quantities performed, deletion of thirteen items for work not directed or performed, and one item extending the Contract time. Items IA.I through IA.18 balance or delete bid items associated with the water main replacement Scope of Work and total a deductive change in the amount of <$77,616.79>. Item 1 A.19 amends the Contract Time to allow for the completion of minor punch list items which weather prevented completion of during the fall of 2024. All major construction activities were completed within the original Contract Time and only paperwork and minor site cleanup and pavement striping remained. Items 1 B.1 through 1 B.9 balance or delete bid items associated with the sewer main replacement Scope of Work and total a deductive change in the amount of <$98,940.>. Items 1 C-1 .1 and 1 C-2.1 balance or delete bid items provided to perform as-needed systems improvements outside the water and sewer main. The work provided under Bid Schedule C included the installation of a fire hydrant on Black Bart Avenue including the necessary paving. These two items total a deductive change in the amount of <$162,500.>. Brent Goligoski June 18,2025 Page 2 SCHEDULE: Upon Board Approval COSTS: <$339,056.79> ACCOUNT NO: 10.30.8462; 20.30.8485 BUDGETED AMOUNT AVAILABLE: N/A- Credit Change Order IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ® Yes ❑ No ❑ N/A ATTACHMENTS: Change Order No. 1, Capital Improvement Program Project Summary Sheet CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water GENERAL MANAGER: YES L6 NO A CHIEF FINANCIAL OFFICER: YES NO YOUTH TAFIOF Change Order #: AG Sealer ]950 Va e��`G'� e41C UTILITY 0 Project: 2024 Herbert Walkup Pipeline Replacement Project Date: 6/18/2025 Purchase Order No. : 2024-839 Contractor: Vinciquerra Construction, Inc. Dollar Amounts Contract Times Original Contract $5,565,630.00 , Calendar Days Previous Change Orders $0.00 0 Calendar Days Current Contract $5,565,630.00 300 Calendar Days THIS CHANGE ORDER ($339,056.79) 209 Calendar Days Total Change Orders to Date ($339,056.79) 209 Calendar Days New Contract Total $5,226,573.21 509 Calendar Days Contractor agrees to make the herein-described changes in accordance with the terms hereof. The change in contract price and/or contract time noted is full settlement for costs incurred as a result of the change(s) described, unless specifically noted in individual description(s). Accepted by Contractor: Date: Reviewed by STPUD Project Manager: Date: Authorized by STPUD General Manager: Date: X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4- Change Orders\CO#01 Spreadsheet [Summary] 6/11/2025 YOUTH TAF/oF Change Order #: (/s@key ' I so UTILITY otP Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Herbert Walkup Waterline Replacement Date: 6/18/2025 Contractor: Vinciguerra Construction, Inc. Dollar Amounts Original Bid Schedule Subtotal $3,897,130.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $3,897,130.00 THIS CHANGE ORDER ($77,616.79) Total Change Orders to Date ($77,616.79) New Bid Schedule Subtotal $3,819,513.21 The Contract Shall Be Changed As Follows: .i Decrease Bid Item 6 by $5,000.00 to reflect actual work performed in response to Waterline Surveying, as agreed upon based on the quality of the as-built surevey provided. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.1 IS: ($5,000.00) 1A.2 Delete Bid Item 8 to omit all labor, equipment, materials, and subcontractor costs allocated for As-Directed Pothole, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $5,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.2 IS: ($5,000.00) 1A.3 Amend Bid Item 9 to reflect an increase in the linear feet (LF) of 8-inch C900 DR18 Water Main from 9,183 to 9,206 LF, the actual length of pipe installed. At the contract rate of $200.00 per LF, the increase in the Contract Quantity results in an additional cost to the District in the amount of $4,600.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.3 IS: $4,600.00 X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4- Change Orders\CO#01 Spreadsheet [Bid Schedule A] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 A p, 1950 < VS@key ' '� [ITIUTY Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Herbert Walkup Waterline Replacement 1A.4 Amend Bid Item 10 to reflect a decrease in the linear feet (LF) of 8-inch Restrained C900 DR14 Water Main from 196 to 167 LF, the actual length of pipe installed. At the contract rate of $230.00 per LF, the decrease in the Contract Quantity results in a credit to the District in the amount of $6,670.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.4 IS: ($6,670.00) 1A.5 Amend Bid Item 11 to reflect a decrease in the number of 3/4-Inch Services from 113 to 109 each (EA), the actual number installed. At the contract rate of $5,000 per EA, the decrease in the Contract Quantity results in a credit to the District in the amount of $20,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.5 IS: ($20,000.00) 1A.6 Amend Bid Item 12 to reflect a decrease in the number of 1-Inch Services from 15 to 12 each (EA), the actual number installed. At the contract rate of $4,500 per EA, the decrease in the Contract Quantity results in a credit to the District in the amount of $13,500.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.6 IS: ($13,500.00) 1A.7 Amend Bid Item 16 to reflect an increase in the number of 3/4" Meters from 2 to 3 each (EA), the actual quantity completed; and amend the Unit Price from $5,000 per EA to $4,500 per EA to account for the District providing the meter pit materials from District inventory due to long lead times for procurement. The combined increase in the Contract Quantity and decrease in Unit Price results in an additional cost to the District in the amount of $3,500.00. There is no change to the Contract Time related to this chance in work. TOTAL FOR ITEM 1A.7 IS: $3,500.00 1A.8 Delete Bid Item 18 to omit all labor, equipment, materials, and subcontractor costs allocated for 1-Inch Service, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $7,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.8 IS: ($7,000.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule A] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 A p, 1950 < VS@key ' '� [ITIUTY Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Herbert Walkup Waterline Replacement 1A.9 Delete Bid Item 19 to omit all labor, equipment, materials, and subcontractor costs allocated for Add for Traffic-rated meter installation, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $2,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.9 IS: ($2,000.00) 1A.10 Amend Bid Item 30 to reflect an increase in the number of Abandon water main valves from 11 to 13 each (EA), the actual number abandoned. At the contract rate of $800 per EA, the increase in the Contract Quantity results in an additional cost to the District in the amount of $1,600.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.10 IS: $1,600.00 1A.11 Amend Bid Item 31 to reflect an increase in the cubic yards (CY) of Fill Abandoned Waterlines with Slurry from 66 CY to 76 CY, the actual volume of slurry fill agreed to be paid. At the contract rate of $400.00 per CY, the increase in the Contract Quantity results in an additional cost to the District in the amount of $4,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.11 IS: $4,000.00 1A.12 Amend Bid Item 32 to reflect an increase in the square feet (SF) of Waterline 4-Inch Trench Patch from 23,000 to 38,692 SF, the actual SF of trench patch paving performed. At the contract rate of $11.00 per SF, the increase in the Contract Quantity results in an additional cost to the District in the amount of $172,612.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.12 IS: $172,612.00 1A.13 Amend Bid Item 33 to reflect an increase in the square feet (SF) of Waterline 3-Inch Miscellaneous Patch Paving from 1,700 to 4,228 SF, the actual SF of miscellaneous patch paving performed. At the contract rate of $20.00 per SF, the increase in the Contract Quantity results in an additional cost to the District in the amount of $50,560.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.13 IS: $50,560.00 X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule A] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 A 1950 [ITIUTY OA P Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Herbert Walkup Waterline Replacement 1A.14 Amend Bid Item 34 to reflect a decrease in the linear feet (LF) of Additional 1-foot Pipeline Depth from 300 to 256 LF, the actual length of pipe installed deeper than typically required. At the contract rate of $20.00 per LF, the decrease in the Contract Quantity results in a credit to the District in the amount of $880.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.14 IS: ($880.00) 1A.15 Delete Bid Item 35 to omit all labor, equipment, materials, and subcontractor costs allocated for Waterline Non-Excavatable Rock Removal, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $3,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.15 IS: ($3,000.00) 1A.16 Amend Bid Item 36 to reflect a decrease in the Allowance for Customer Side Water Service Relocations to reflect the actual work performed as tracked on a Time and Materials basis. The decrease in the Allowance amount results in a credit to the District in the amount of $13,438.79. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.16 IS: ($13,438.79) 1A.17 Delete Bid Item 37 to omit all labor, equipment, materials, and subcontractor costs allocated for Waterline Contingency Work/Unknown Conditions, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $30,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.17 IS: ($30,000.00) 1A.18 Delete Bid Item 57 to omit all labor, equipment, materials, and subcontractor costs allocated for Waterline 2-Inch Mill and Overlay, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $208,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.18 IS: ($208,000.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule A] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 A 1950 [ITIUTY OA P Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Herbert Walkup Waterline Replacement 1A.19 Amend the Contract Time to add an additional 209 consecutive calendar days. This additional time is to account for the period between completion of the major construction items and the completion of the final minor punch list items, the delays were due to winter weather preventing the completion of certain punch list items such as paint striping the pavement. There is no change to the Contract Amount related to this change in Contract Time. TOTAL FOR ITEM 1A.19 IS: $0.00 1A.20 Amend the Formal Contract to correct a typographical error regarding the year the contract was signed and executed. The actual date of exectution was January 3, 2024. There is no change to the Contract Amount or Contract Time related to this correction to the Contract. Replace: "THIS Contract, is made and entered into this 3rd day of January 2023, by and between Vinciguerra Construction, Inc., hereinafter referred to as "Contractor," and South Tahoe Public Utility District, El Dorado County, California, hereinafter referred to as "District". With: "THIS Contract, is made and entered into this 3rd day of January 2024, by and between Vinciguerra Construction, Inc., hereinafter referred to as "Contractor," and South Tahoe Public Utility District, El Dorado County, California, hereinafter referred to as "District". TOTAL FOR ITEM 1A.20 IS: $0.00 X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule A] 6/11/2025 YOUTH TAF/oF Change Order #: (/s@key ' I so UTILITY otP Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Walkup Sewer Replacment Date: 6/18/2025 Contractor: Vinciguerra Construction, Inc. Dollar Amounts Original Bid Schedule Subtotal $1,468,500.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $1,468,500.00 THIS CHANGE ORDER ($98,940.00) Total Change Orders to Date ($98,940.00) New Bid Schedule Subtotal $1,369,560.00 The Contract Shall Be Changed As Follows: b..i Decrease Bid Item 43 by $6,300.00 to reflect actual work performed in response to Waterline Surveying, as agreed upon based on the quality of the as-built surevey provided. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 B.1 IS: ($6,300.00) 1 B.2 Delete Bid Item 48 to omit all labor, equipment, materials, and subcontractor costs allocated for 4" Lateral Connection to Main, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $20,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 B.2 IS: ($20,000.00) 1 B.3 Amend Bid Item 49 to reflect an increase in the cubic yards (CY) of AC Pipe Disposal from 15 CY to 24 CY, the actual volume of pipe removed. At the contract rate of $200.00 per CY, the increase in the Contract Quantity results in an additional cost to the District in the amount of $1,800.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1B.3 IS: $1,800.00 X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4- Change Orders\CO#01 Spreadsheet [Bid Schedule B] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 B 1950 [ITIUTY OA P Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Walkup Sewer Replacment 1 BA Delete Bid Item 50 to omit all labor, equipment, materials, and subcontractor costs allocated for Trench Cutoff Wall, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $25,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1113.4 IS: ($25,000.00) 1 B.5 Amend Bid Item 51 to reflect an increase in the square feet (SF) of Sewerline 4-Inch Trench Patch from 11,000 to 16,380 SF, the actual SF of trench patch paving performed. At the contract rate of $12.00 per SF, the increase in the Contract Quantity results in an additional cost to the District in the amount of $64,560.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 B.5 IS: $64,560.00 1 B.6 Delete Bid Item 52 to omit all labor, equipment, materials, and subcontractor costs allocated for Sewerline 3-Inch Miscellaneous Patch Paving, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $5,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 B.6 IS: ($5,000.00) 1 B.7 Delete Bid Item 53 to omit all labor, equipment, materials, and subcontractor costs allocated for Sewerline Non-Excavatable Rock Removal, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $1,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1113.7 IS: ($1,000.00) 1 B.8 Delete Bid Item 54 to omit all labor, equipment, materials, and subcontractor costs allocated for Waterline Contingency Work/Unknown Conditions, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $20,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 B.8 IS: ($20,000.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule B] 6/11/2025 9OUT14 TA1iOF Change Order #: 1 B 1950 [ITIUTY OA P Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: Walkup Sewer Replacment 1 B.9 Delete Bid Item 58 to omit all labor, equipment, materials, and subcontractor costs allocated for Waterline 2-Inch Mill and Overlay, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $88,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 113.9 IS: ($88,000.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4-Change Orders\CO#01 Spreadsheet [Bid Schedule B] 6/11/2025 y0VTH TAJ10 a Change Order #: fILITY fl� P Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: As-Needed System Improvements Date: 6/18/2025 Contractor: Vinciguerra Construction, Inc. Dollar Amounts Original Bid Schedule Subtotal $100,000.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $100,000.00 THIS CHANGE ORDER ($62,500.00) Total Change Orders to Date ($62,500.00) New Bid Schedule Subtotal $37,500.00 The Contract Shall Be Changed As Follows: 1 C-1.1 Decrease Bid Item 55 by $62,500.00 to reflect actual work performed in response to As-Needed Water System Improvements, as agreed upon based on the lump sum cost to install an additional fire hydrant on Black Bart Avenue. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1 C-1.1 IS: ($62,500.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4- Change Orders\CO#01 Spreadsheet [Bid Schedule C-1] 6/11/2025 y00'TH TA110 _ Change Order #: C/s@der 1950 UTILITY 1]TP Project: 2024 Herbert Walkup Pipeline Replacement Project Bid Schedule: As-Needed System Improvements Date: 6/18/2025 Contractor: Vinciguerra Construction, Inc. r Dollar Amounts Original Bid Schedule Subtotal $100,000.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $100,000.00 THIS CHANGE ORDER ($100,000.00) Total Change Orders to Date ($100,000.00) New Bid Schedule Subtotal $0.00 The Contract Shall Be Changed As Follows: 1 C-2.1 Delete Bid Item 56 to omit all labor, equipment, materials, and subcontractor costs allocated for As-Needed Sewer System Improvements, as no work was directed under this bid item. The deletion of this bid item results in a credit to the District in the amount of $100,000.00. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1C-2.1 IS: ($100,000.00) X:\Projects\Water\2024 Herbert Walkup Pipeline Replacement Project\C- Contract Administration\C.3 -Contract Docs\C.3.4- Change Orders\CO#01 Spreadsheet [Bid Schedule C-2] 6/11/2025 South Tahoe Public Utility District 110 TK T"Nco)F Capital Improvement Program (CIP) Project Summary - - e��U71LfTY p15� Project Name: HERBERT WALKUP REPLACEMENT Project Code: WALKUP Asset Owner/Dept: URS Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project replaces up to approximately 2400 If of mainline, 9 manholes and 18 sewer laterals on Woodland, Walkup and 3 segments on easements crossing properties on Becka, Bruce and Janet. Actual scope may be reduced through design.This project was identified through CCTV as having sags and multiple structural defects, and addresses several pipes on the Enhanced Cleaning List. Need for Project loperation and Maintenance Impacts Maintenance History Reduced Planned Maintenance Asset Replacement/End-of-Life Reference Document 23-24 CIP Planning CIP No. 23 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.62 1.28 Design $114,000 23 Construction $1,783,000 24 Total Capital Improvement Cost $1,897,000 Funding Source: Capital Project Location and Photos a P JN2A � !. - • JN28u�� � � t� � �s • ✓ �a ` •1 N395 ! 282 }• fr • 1 72 1N2 ,, r"1 H er Lrrrt Warnay 9awer Llrro Papl acnrnanl 120241 N 32 A m h , • JN384 1N233 i •r& 69C Comments This project will be constructed in coordination with the Herbert/Walkup Waterline Project. Page 23 4/11/2024 HERBERT WALKUP SEWER South Tahoe Public Utility District y° T" r"" F Capital Improvement Program (CIP) Project Summary s --V Project Name: HERBERT WALKUP WATERLINE Project Code: HERBWL Asset Owner/Dept: URW Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project replaces approximately 9,930 LF of poor condition steel water main, identified by URW. Project includes the following streets: Herbert, Walkup, Woodland, Hobart, Red Lake and Warr. The District has received increased water quality complaints from customers on Red Lake since Fall 2021, URW has been flushing bi-weekly since that time. Project installs additional waterline to loop Red Lake Road for improved water quality. Need for Project Operation and Maintenance Impacts Water Quality Reduced Reactionary Maintenance Maintenance History Addition of Assets Asset Replacement/End-of-Life Reference Document 19-20 CIP Planning CIP No. 16 Project Funding Capital Improvement Expenditures (Millions) Total Year FY 24 25 26 27 28 29 30 31 32 33 34 Planning 1.39 3.13 Design $35,000 22 Construction $4,516,000 24 Total Capital Improvement Cost $4,551,000 Funding Source: Capital Project Location and Photos Comments This project constructs with HERBERT WALKUP REPLACEMENT(SEWER). Page 16 4/11/2024 HERBERT WALKUP WL WATER General Manager Paul Hughes r . Directors w8t6r Nick Haven 5outh o 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 6f TO: Board of Directors FROM: Brent Goligoski, Senior Engineer MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Upper Truckee Pump Station Rehabilitation Project REQUESTED BOARD ACTION: 1) Approve Change Order No. 1 to T&S Construction Co., Inc., in the amount of $171,665.71; and 2) Authorize the General Manager to execute Change Order No. 1. DISCUSSION: Change Order No. 1 includes four items for changes to the work performed by T&S Construction related to the Upper Truckee Sewer Pump Station Project (Project), one item adjusting the As-Needed Improvements allowance, and one item extending the Contract Time. 1 A.1) This item reflects additional costs to the Project to provide modification to one of the provided pumps to allow for a lower pumping rate and reduce the impact to the Wastewater Treatment Plant (WWTP) caused by frequent stops and starts during low flows. The change resulted in an increase of $15,029.53. 1 A.2) This item reflects additional costs to the Project to provide additional interior painting prior to the installation of new equipment. The change resulted in an increase of $18,439.16. 1 A.3) This item reflects additional costs to the Project to assist District staff with the replacement of the existing generator for this pump station. The generator was previously purchased by the District with grant funding and installation needed to be coordinated with this project due to the size of the new generator. The change resulted in an increase of $50,853.53. 1 AA) This item reflects additional costs to the Project to provide hoses and fittings needed to connect the bypass pump to the pump station piping. The change resulted in an increase of $18,435.66. Brent Goligoski June 18,2025 Page 2 1 B.1) This item amends the amount in the allowance for As-Needed Sewer System Improvements. Work performed includes repairs to the failing berm between Ballast Ponds No. 1 and No. 2 at the WWTP totaling a cost of $59,784.41 and construction of a snow-load rated shelter at the WWTP to protect the District's existing modular office totaling a cost of $109,1 18.42. Combined, the changes result in an increase of $68,902.83 in addition to the existing Contract Amount of $100,000. 1 A.5) Due to a variety of factors beyond the control of the Contractor, additional time is needed to complete the Contract. These factors include delays related to the timeline for providing the Temporary Electrical and Controls Trailer to this Project, various material lead time delays for supplying electrical equipment and pumps and motors, and multiple weather delays experienced to date. Four hundred seven (407) days shall be added to the Contract Time to extend the Contract to October 15, 2025. Change Order No. 1 results in an increase to the Contract Amount of $171,665.71 from $4,135.000. to $4,306,665.71 and increases the Contract Time by 407 days. SCHEDULE: Upon Board Approval COSTS: $171,665.71 ACCOUNT NO: 10.30.7056; 10.30.8478; 10.30.8362 BUDGETED AMOUNT AVAILABLE: $312,942.1 1; $222,257; $208,130.86 IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ® Yes ❑ No ❑ N/A ATTACHMENTS: Change Order No. 1, Capital Improvement Program Project Summary Sheets CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer/Water GENERAL MANAGER: YES 1461 NO CHIEF FINANCIAL OFFICER: YES NO YOUTH TAFIOF Change Order #: AG Sealer ]950 Va e��`G'� e41C UTILITY 0 Project: Upper Truckee Pump Station Rehabilitation Project Date: 6/18/2025 Purchase Order No. : 2023-764,-765,-766 Contractor: T&S Construction Co., Inc. Dollar Amounts Contract Times Original Contract $4,135,000.00 5tsu Calendar Days Previous Change Orders $0.00 0 Calendar Days Current Contract $49135,000.00 588 Calendar Days THIS CHANGE ORDER $171,665.71 Calendar Days Total Change Orders to Date $171,665.71 407 Calendar Days New Contract Total $49306,665.71 995 Calendar Days Contractor agrees to make the herein-described changes in accordance with the terms hereof. The change in contract price and/or contract time noted is full settlement for costs incurred as a result of the change(s) described, unless specifically noted in individual description(s). Accepted by Contractor: Date: Reviewed by STPUD Project Manager: Date: Authorized by STPUD General Manager: Date: X:\Projects\Wastewater\2018 Upper Truckee PS Rehab Project\3 Change Orders\Change Order#1\CO#01 Spreadsheet [Summary] 6/9/2025 YOUTH TAF/oF Change Order #: (/s@key ' I so UTILITY otP Project: Upper Truckee Pump Station Rehabilitation Project Bid Schedule: Upper Truckee Pump Station Rehabilitation Date: 6/18/2025 Contractor: T&S Construction Co., Inc. Dollar Amounts Original Bid Schedule Subtotal $3,935,000.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $3,935,000.00 THIS CHANGE ORDER $102,762.88 Total Change Orders to Date $102,762.88 New Bid Schedule Subtotal $4,037,762.88 The Contract Shall Be Changed As Follows: 1A.1 Amend Bid Item 4 related to the Pump Station to reflect and additional lump sum cost for work directed in Design Clarification #5 to replace and test the pump impeller for pump #3 to reduce the impact to the wastewater treatment plant caused by frequent stops and starts during low flows. This work was performed based on a lump sum proposal resulting in an additional cost to the District of $15,029.53. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.1 IS: $15,029.53 1A.2 Amend Bid Item 8 related to the Modifications to Existing Pump Station to reflect additional work directed by District staff to provide interior painting of the walls, floor, and ceiling in the pump station which was not required by the contract. This work was performed on a time and material basis resulting in an additional cost to the District of $18,439.16. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.2 IS: $18,439.16 X:\Projects\Wastewater\2018 Upper Truckee PS Rehab Project\3 Change Orders\Change Order#1\CO#01 Spreadsheet [Bid Schedule A] 6/9/2025 9OUT14 TA1iOF Change Order #: 1 A 1950 [ITILITY OAP Project: Upper Truckee Pump Station Rehabilitation Project Bid Schedule: Upper Truckee Pump Station Rehabilitation 1A.3 Amend Bid Item 8 related to the Modifications to Existing Pump Station to reflect additional work directed by District staff to support the installation of a new District provided generator which was not required by the contract. This work was performed on a time and material basis resulting in an additional cost to the District of $50,858.53. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.3 IS: $50,858.53 1A.4 Amend Bid Item 10 related to the Bypass Pump to reflect and additional lump sum cost for work directed by District staff to provide hoses and fittings needed to connect the bypass pump to the pump station piping which were not required by the contract. This work was performed based on a lump sum proposal resulting in an additional cost to the District of $18,435.66. There is no change to the Contract Time related to this change in work. TOTAL FOR ITEM 1A.4 IS: $18,435.66 1A.5 Amend the Contract Time to add an additional 407 consecutive calendar days. This additional time is to account for the period between September 3, 2024 through October 15, 2025. This no cost extension of Contract Time accounts for District caused delays related to the timeline for providing the Temporary Electrical and Controls Trailer to this Project, various material lead time delays beyond the control of the Contractor, and multiple weather delays experienced to date. There is no change to the Contract Amount related to this change in Contract Time TOTAL FOR ITEM 1A.5 IS: $0.00 X:\Projects\Wastewater\2018 Upper Truckee PS Rehab Project\3 Change Orders\Change Order#1\CO#01 Spreadsheet [Bid Schedule A] 6/9/2025 YOUTH TAF/oF Change Order #: (/s@key ' I so UTILITY otP Project: Upper Truckee Pump Station Rehabilitation Project Bid Schedule: As-Needed Improvements Date: 6/18/2025 Contractor: T&S Construction Co., Inc. Dollar Amounts Original Bid Schedule Subtotal $200,000.00 Previous Change Orders $0.00 Current Bid Schedule Subtotal $200,000.00 THIS CHANGE ORDER $68,902.83 Total Change Orders to Date $68,902.83 New Bid Schedule Subtotal $268,902.83 The Contract Shall Be Changed As Follows: 1 B.1 Amend Bid Item 13 to account for work performed associated with As-Needed Sewer System Improvements. Work performed to date includes repairs to the failing berm between Ballast Ponds #1 and #2 as directed in Design Construction Memo #2 which was performed on a time and material basis totaling a cost of $59,784.41; and installation of a snow-load rated shelter at the Wastewater Treatment Plant to protect the District's existing modular office as directed in Design Construction Memo #3 which was performed on a time and material basis totaling a cost of $109,118.42. The total increase to Bid Item 13 results in an additional cost to the District in the amount of 68,902.83. TOTAL FOR ITEM 1 B.1 IS: $68,902.83 X:\Projects\Wastewater\2018 Upper Truckee PS Rehab Project\3 Change Orders\Change Order#1\CO#01 Spreadsheet [Bid Schedule B] 6/9/2025 South Tahoe Public Utility District M- e- Capital Improvement Program (CIP) Project Summary Project Name: UPPER TRUCKEE PUMP STATION REHABILITATION Project Code: UTSPSR Asset Owner/Dept: Pumps, Elec Project Contact: Brent Goligoski Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This station experiences high I&I, and relies on aging pumps with exposed drive rotating drive shaft.The recommended rehabilitations are replacing the pumps, install Flygt with Multismart; raise and seal the manhole cover; install a new bypass; replace the generator; install fall protection; replace panels, MCCs, and VFDs; install bypass vaults. Need for Project loperation and Maintenance Impacts Asset Life Extension Reduced Reactionary Maintenance Asset Replacement/End-of-Life Safety Improvements Maintenance History High Consequence of Failure Reference Document Big 5 Pump Station Alternatives Evaluation (2018) CIP No. 44 Project Funding Capital Improvement Expenditures (Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 3.39 0.85 Design $281,000 21 Construction $4,251,000 23-25 Total Capital Improvement Cost $4,532,000 Funding Source: SRF (Pending) Project Location and Photos e . Ll t Comments Page 44 4/11/2024 UT PUMP STATION REHAB SEWER South Tahoe Public Utility District so TH Tyy0e Capital Improvement Program (CIP) Project Summary ►=- Project Name: WWTP BALLAST PONDS Project Code: 0 Asset Owner/Dept: Ops, HIM Project Contact: Trevor Coolidge Project Management Dept: Eng Project Description/Benefits Project Status: 10-yr Plan This project will replace, repair, and/or rehabilitate the concrete in the ballast ponds. Considerations include addition of safety rail, replacement of all joint sealant with an appropriate material and recoating all carbon steel pipelines. Updates will prevent rocks and grit being pumped to LPPS and increase lifespan of pumps. Project will also give consideration to underground tanks with increased volume to improve process efficiencies, reduce maintenance, and optimize plant space. Due to accelerated decline in condition over the 2022-23 season,temporary repairs to the center berm, spall removal and crack sealing are being performed in May 2024. A more complete repair or replacement will then immediately be designed in advance of the RAS project. Need for Project loperation and Maintenance Impacts System Efficiency Reduced Reactionary Maintenance Asset Life Extension Safety Improvements Safety Reference Document 19-20 CIP Planning CIP No. 69 Project Funding Capital Improvement Expenditures(Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.12 0.16 0.62 1.27 Design $164,000 25 Construction $1,882,000 24&26 Total Capital Improvement Cost $2,046,000 Funding Source: Capital Project Location and Photos Ballast Pond#1 Y — Ballast Pond :now#2 -> 099�9d�9� Comments This project is scheduled to be constructed in conjunction with the Lower Shops Improvements. Page 69 4/11/2024 WWTP BALLAST PONDS SEWER South Tahoe Public Utility District 90 TK TAN Capital Improvement Program (CIP) Project Summary , ir i9S0 W Project Name: ENGINEERING OFFICES UPGRADES Project Code: 0 Asset Owner/Dept: HM Project Contact: Julie Ryan Project Management Dept: Eng Project Description/ Benefits Project Status: 10-yr Plan This project funds remodeling efforts to expand the capacity of the engineering area of the Administration Building by splitting large offices (2) into multiple spaces, building out cubes, and replacing the mobile office space that was purchased in the 1990s and has reached the end of its useful life. Need for Project loperation and Maintenance Impacts Capacity/Hydraulic Deficiencies Increased Planned Maintenance Reduced Reactionary Maintenance Reference Document 22-23 CIP Planning CIP No. 93 Project Funding Capital Improvement Expenditures(Millions) Total Year FY24 25 26 27 28 29 30 31 32 33 34 Planning 0.23 Design Construction $234,824 22-24 Total Capital Improvement Cost $234,824 Funding Source: Capital Project Location and Photos + �E s I Comments Page 93 4/11/2024 ENGINEERING OFFICE SEWER General Manager Paul Hughes � 41 W Directors 5outh TahoeK Haven [.� �V Shane'P,omsos - Joel Henderson Public Utility District Kelly Sheehan NicK Exline 1275 Meadow Crest Prise•South Lake Tahoe•CA 96150-7401 Phone 530 544-6474•Fax 530 541-0614•www.5tpucW F, BOARD AGENDA ITEM 69 TO: Board of Directors FROM: Megan Colvey, Director of Engineering MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Return Activated Sludge Pump Station Building Rehabilitation Project- Environmental Permitting REQUESTED BOARD ACTION: Authorize the General Manager to execute Amendment B to Task Order No. 31 under the Master Services Agreement with Sierra Ecotone Solutions in the amount of $48,466.42 for additional environmental permitting services. DISCUSSION: On December 19, 2024, the Board adopted Resolution No. 3299-24 authorizing District staff to submit a Financial Assistance Application to the State Water Resources Control Board (SWRCB) for the planning, design, and construction of the Return Activated Sludge Pump Station Replacement Project (the "Project"). Following submission in December 2024, SWRCB's Environmental Review Unit provided review comments in March 2025 requesting clarifications to the submitted environmental, biological, and cultural studies. District staff, with support from Sierra Ecotone Solutions (SES), promptly responded with revised documentation to support continued review of the funding application. In May 2025, the District was informed that the State Historic Preservation Office (SHPO) now requires Department of Parks and Recreation (DPR) 523 forms to include evaluations of all structures within the Wastewater Treatment Plant (WWTP), not just those directly impacted by the project. SWRCB staff advised engaging a consultant familiar with SHPO's newly adopted historical evaluation context for wastewater and drinking water infrastructure. To meet this requirement, SES enlisted JRP Historical Consultants, LLC (JRP), who led the development of the statewide historic context for SHPO and SWRCB. JRP will lead a facility-wide historic evaluation of the WWTP in alignment with the new criteria. The scope of work for the historical evaluation and determination is outlined in the attached proposal from SES and its subconsultant, JRP. Key tasks include: • Review of existing documentation and literature available from the District • Field investigations and documentation of all WWTP structures Megan Colvey Page 2 June 18,2025 • Archival research at local and state agencies • Preparation of a comprehensive historical evaluation report The work will be completed within 8 weeks at a not-to-exceed fee of $48,466.42. This expense is currently unbudgeted in the FY 25/26 CIP; however, it will be funded by the Sewer System Unplanned Repairs budget line item. Board authorization for construction documents, bidding, and construction is anticipated in Spring 2026. The Sewer Ten-Year CIP includes a total project budget of $16,587,000, beginning in FY 26/27. SCHEDULE: 8 weeks from Board approval COSTS: $48,466.42 ACCOUNT NO: 10.30.8479 (RASRHB) BUDGETED AMOUNT AVAILABLE: $48,467 IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ® Yes ❑ No ❑ N/A ATTACHMENTS: SES/JRP Proposal and Scope of Work CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Sewer GENERAL MANAGER: YES � r NO CHIEF FINANCIAL OFFICER: YES NO 4 SIERRA. ECOTONE SOLUTIONS 534A16.2M1+10 • PO9ax'297 Zephyr Cave,NVB3#9 5ierraFw;oMeSolu[ionscan5 30 May 2025 Ms. Megan Colvey, PE South Tahoe Public Utility District 1275 Meadow Crest Drive South Lake Tahoe, CA 96150 -via email- RE: HISTORIC RESOURCE SURVEY AND EVALUATION OF THE SOUTH LAKE TAHOE PUBLIC UTILITY DISTRICT WASTEWATER TREATMENT PLANT - SCOPE AND BUDGET Dear Ms. Colvey: Sierra Ecotone Solutions LLC (SES) appreciates the opportunity to submit the following proposal for South Tahoe Public Utility District's (District) Wastewater Treatment Plant Historic Resource Survey and Evaluation. As requested, SES together with JRP Historical Consulting LLC (JRP) has prepared a scope of work and estimated budget for the preparation of the survey and report. The proposed project team will be led by Garth Alling, Owner and Principal Planner/Biologist for Sierra Ecotone Solutions LLC and Bryan Larson from JRP. Scope of Work Attached please find the scope of work and associated fee estimate for work to be performed by JRP as a sub-contractor to SES. SES will participate in meetings as necessary. Schedule See attached scope for schedule and deliverables. Fee Estimate Please find the attached budget, which provides an estimate of fees based on the projected hours required to complete the outlined tasks. All invoices from JRP will be submitted to SES and subsequently billed to the District with a 12%markup. SES services will be billed on a time-and-materials basis at an hourly rate of$160.00 not to exceed$5,000. Total cost estimate for JRP and SES services is $48,466.42. Ms.Colvey 30 May 2025 Page 2 Should you have any questions concerning the assumptions or proposed scope/costs,please do not hesitate to contact me at 530.416.2440. Sincerely, Garth Alling Owner/Manager Attachment—JRP Historical Consultants LLC Scope and Budget JRPHistorical 2850 Spafford Street, Consulting Davis,California 95618 LLC 530.757.25211 jrphistorical.com May 12, 2025 Historic Resource Survey and Evaluation of the South Lake Tahoe Public Utility District Wastewater Treatment Plant, El Dorado County,California Scope of Work The South Lake Tahoe Public Utility District (District) proposes to replace the Return Activated Sludge Pump Station at its Wastewater Treatment Plant (WWTP) located at 1275 Meadow Crest Drive in South Lake Tahoe, El Dorado County.The 19.38-acre WWTP was commissioned in 1963 and put into operation in the summer of 1965,with a major expansion in 1968.The plant has been subsequently altered, expanded, and modernized on several occasions. There are approximately 35 buildings and structures on the plant's two legal parcels (Assessor Parcel Numbers 025-061- 032 and 025-061-030) including administrative offices, maintenance shops, garages, storage buildings, pump stations, and such treatment facilities as clarifier tanks, aeration basins, and holding ponds. Approximately 15 of these buildings and structures appear to be of historic age (i.e., built in or before 1980). JRP Historical Consulting, LLC (JRP), under subcontract to Sierra Ecotones Solutions (SES), will evaluate the historic-era built environment features that comprise the District WWTP property for National Register of Historic Places (NRHP) and California Register of Historical Resources (CRHR) eligibility. The evaluation will assist the District and the State Water Resources Control Board (SWRCB), as lead agency, in meeting compliance requirements of the California Environmental Quality Act (CEQA) as defined in CEQA Guidelines Section 15064.5(a). For the present study, JRP professional staff, who meet the Secretary of the Interior's (SOI) Professional Qualifications Standards as set forth in the Federal Register under Architectural History and History, will survey and evaluate the extant historic-period buildings at the site to assess whether any of these resources are individually eligible or eligible as contributors to a potential historic district under NRHP or CRHR criteria.As lead author of the "Drinking Water and Wastewater Treatment Facilities in California: Historic Context and Research Design for National Register Evaluation," a statewide study prepared in 2023 in cooperation with and on behalf of the SWRCB ("SWRCB Statewide Historic Context"), JRP is uniquely qualified to conduct this survey and evaluation study for the District WWTP. JRP does not provide archaeological or other environmental services. Specific Tasks and Assumptions Literature Review and Coordination. At the beginning of the study, JRP will review materials provided by SWRCB, the District, and/or SES ("Project Team"), including project description, previous cultural resources studies, and/or construction and maintenance records regarding the District WWTP. JRP will consult with the Project Team to agree upon project approach, reporting requirements, access procedures, and related matters. Project coordination will take place via video- or teleconference and email. JRP assumes that conducting an Information Center records search will not be required for this project. Field Studies. JRP will undertake fieldwork to record the historic-period buildings, structures, and designed hardscape and landscape features located within the District WWTP property. A two- May 12, 2025 P. 1 JRP Historical Consulting, LLC person field crew will document and photograph the features and characteristics of the exteriors and interiors(if accessible) of each of these historic-period built environment resources, as well as the surrounding setting and landscape elements, noting any obvious alterations or modifications. JRP will undertake fieldwork concurrently with El Dorado County research (see below). Research. JRP will conduct general and property-specific research to explore the history of construction and use of the WWTP to determine how the surviving built-environment resources fit within the context of twentieth-century sanitary engineering.Two JRP staff will conduct a two- day (overnight) research trip to El Dorado County concurrent with fieldwork to collect construction plans and reports stored locally at the WWTP, and to visit county libraries, archives, and government offices.All other research trips to libraries and archives in the Davis/Sacramento area will be single-day trips that will not require overnight travel.JRP may order relevant materials from the Water Resources Collection &Archives at UC Riverside but will not make a research trip to that location.JRP will also utilize the SWRCB Statewide Historic Context report to the greatest extent possible, as well as our own extensive library and archives and online sources. JRP assumes that the Project Team will facilitate access to District WWTP property records, as necessary. Report.JRP will prepare a Draft, Revised Draft,and Final report that will include methods, historic context, brief description of built environment resources, summary of NRHP/CRHR evaluations, and preparers' qualifications. The report will also include appropriate mapping and a Department of Parks and Recreation(DPR) 523 form set that includes:a Primary Record, District Record and/or Buildings/Structure/Object (B/S/O) Record(s), and Continuation Sheets. The DPR 523 form set will evaluate each of the approximately 15 historic-period built environment resources for individual eligibility, assessing their historical significance and integrity, and will also evaluate whether the resources contribute to a larger historic property or historic district. Deliverables,Schedule,and Cost JRP will prepare a Draft historic resource survey report within eight weeks of receipt of notice to proceed. JRP will respond to one set of comments from the District and will prepare and submit a Revised Draft report within two weeks of receipt of comments. JRP will respond to a round of SWRCB comments to the Revised Draft and submit the Final report within two weeks. As an Optional Task, JRP will respond to comments to the Final report from the State Historic Preservation Officer (SHPO), if any. JRP's cost estimate is attached. Thank you, Bryan Larson Principal JRP Historical Consulting, LLC blarson@jrphistorical.com May 12, 2025 p. 2 AP H I STO RI CAL CO N SU LTI N G. IlC B N:20-5423327 M Cost Estimate 2850 Soafford Street, Davis, CA 95618 5/12/2025 Client: Sierra Econtone Solutions (attn: Garth Alling) and South Lake Tahoe Public Utilities District(STPUD) Task: Historic Resource Survey and Evaluation of the STPUD Wastewater Treatment Plant, El Dorado County, California Literature Review,Fieldwork&Research Personnel Hours Rate Total Principal Investigator 24.00 207.69 4984.56 Two-person,two-day trip to project site Historian III 40.00 106.28 4251.20 and El Dorado County repositories; Research Assistant II 8.00 61.80 494.40 Sacramento/Davis area research Contracts Manaqer 2.00 101.59 203.18 Administrative Assistant 4.00 80.74 322.96 Project coordination and planning Subtotal $ 10,256.30 Direct Costs Number Unit Cost Total Review project materials Mileaqe' 400 0.70 280.00 Per Diem-Lodging(inc.tax)' 2 190.00 380.00 Per Diem-Meals" 4 64.50 258.00 Parking 2 20.00 40.00 Research Fees 2 25.00 50.00 Office Copies 150 0.25 37.50 Subtotal $ 1,045.50 Task Total $ 11,301.80 Draft,Revised Draft,and Renal Personnel Hours Rate Total Report with DPR523 Form Set Principal Investigator 40.00 207.69 8307.60 Historian III 120.00 106.28 12753.60 Evaluation of complex with approximately Research Assistant II 48.00 61.80 2966.40 15 historic-period built environment resources Graphics/GISTechnician II 40.00 93.68 3747.20 and associated landscape/hardscape features Contracts Manaqer 2.00 101.59 203.18 Administrative Assistant 8.00 80.74 645.92 Electronic deliverables Subtotal $ 28,623.90 Direct Costs Number Unit Cost Total Up to two rounds of review Office Copies 150 0.25 37.50 Subtotal $ 37.50 Task Total $ 28,661.40 Grand Total: $ 39,963.20 Current GS4 Rate for 6 Dorado County Optional Task. Personnel Hours Rate Total Respond to SHPO Comments Principal Investiqator 4.00 207.69 830.76 Historian 111 16.00 106.28 1700.48 Research Assistant II 4.00 61.80 247.20 Graphics/GISTechnician II 4.00 93.68 374.72 Contracts Manager 1.00 101.59 101.59 Administrative Assistant 3.00 80.74 242.22 Subtotal $ 3,496.97 Direct Costs Number Unit Cost Total Office Copies 25 0.25 6.25 Subtotal $ 6.25 Task Total $ 3,503.22 Optional Task Total: $ 3,503.22 Grand Total + Optional Task Total: 43,466.42 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 6h TO: Board of Directors FROM: Ross Cole, Inspections Supervisor MEETING DATE: June 18, 2025 ITEM- PROJECT NAME: Sensus Automated Metering Infrastructure Base Station REQUESTED BOARD ACTION: 1) Authorize exception to bidding procedures as outlined in the Purchasing Policy, and 2) Authorize the General Manager to enter into Contract for the purchase and installation of an additional Automated Metering Infrastructure system from Western Nevada Supply in an amount not to exceed $123,870.40. DISCUSSION: Staff would like to purchase and install an additional Automated Metering Infrastructure (AMI) fixed based system. The AMI fixed base metering approach requires the installation of antennae and associated equipment/software to receive and transit information from the meters. The District has received a grant from the California Department of Water Resources (known as Outdoor Collector Hardware) in the amount of $125,845 for the purchase and installation of an additional AMI base station. These funds require that the District follow public agency procurement policies. In order to ensure that all parts will perform with the District's electronic metering system, the District requests a sole source exemption to the South Tahoe Public Utility District (District) procurement policies in order to purchase Sensus products. Sole brand/sole source purchasing for Sensus products was approved by the District Board in 2006, 2009, 2013 and again re-authorized in 2016. The Board made the decision to sole brand based on many factors, including uniformity across the service area; superior product performance and price negotiations, and the ability to control and monitor inventory. Currently, with the Sensus meters and Meter Transceiver Unit (MXU's) comprise 100% of our metered connections. Utilizing a Sensus AMI system helps to ensure that the best transmission possible is achieved. As Western Nevada Supply is the sole source supplier for Sensus in this area, the purchase of the additional AMI system will be negotiated through them. This item has been reviewed by the District's Purchasing Agent for conformance with our Purchasing Policies. Ross Cole June 18,2025 Page 2 SCHEDULE: Upon Board Approval COSTS: $123,879.40 ACCOUNT NO: 20.46.7097/WTRLOS BUDGETED AMOUNT AVAILABLE: $125,845 (Grant funded) IDENTIFIED CAPITAL IMPROVEMENT PROJECT (CIP): ❑ Yes ® No ❑ N/A ATTACHMENTS: Quote from Western Nevada Supply CONCURRENCE WITH REQUESTED ACTION: CATEGORY: Water GENERAL MANAGER: YES NO CHIEF FINANCIAL OFFICER: YES 41 NO BLD�AMJ WESTERN NEVADA SUPPLY * * BUDGETARY ESTIMATE TO: SOUTH TAHOE PUD DATE: 11/11/24 NO. 1136712 1275 MEADOW CREST DRIVE EFFECTIVE 11/11/24 TO 07/05/25 SOUTH LAKE TAHOE, CA 96150-74 TERMS: 2% 10TH PAGE# 1 FOB: FFA JOB:BASE STATION H st TANK LOCATIO PREP. BY: BARNEY ARNESON 775-353-1250 REMARKS: barneson@goblueteam.com WE ARE PLEASED TO QUOTE YOU ON THE FOLLOWING MATERIAL Western Nevada Supply Co expressly reserves the right to equitably adjust the quoted price at any time prior to shipment in the event that material costs increase for reasons beyond our control *** SALES TAX NOT INCLUDED *** Qty Part # Description Price..... Extended 1 =__> ONE ADDITIONAL BASE STATION 1 WZNS805078 SENSUS M420B W/SPM 900 BASE STATION 38068.80 38068.80 ------------- SEGMENT 1 TOTAL 38,068.80 2 =__> ONE BASE STATION INSTALLATION 1 WZNS805087 M420B INSTALLED ON EXISTING POLE 31250.00 31250.00 -------------- SEGMENT 2 TOTAL 31,250.00 3 =__> SENSUS PROJECT MANAGEMENT 1 WZNS805095 SENSUS PROJECT MANAGEMENT 38125.00 38125.00 **4 MAN HOURS** 1 WZNS805097 TRAVEL AND EXPENSE 4250.00 4250.00 SEGMENT 3 TOTAL 42,375.00 4 =__> YEARLY ADD B.S. EXTENDED WARRAN 1 WZNS805101 M420B BASE STATION EXTENDED WARRANTY 2210.02 2210.02 **ADDITIONAL YEARLY FEE TO ADD TO YOUR EXISTING M400 YEARLY FEE SEGMENT 4 TOTAL 2,210.02 5 =__> TAX (8.750) 1 WZNS806280 TAX i[8.750%] 9966.58 9966.58 -------------- SEGMENT 5 TOTAL 9,966.58 *** CONTINUED ON NEXT PAGE *** WESTERN NEVADA SUPPLY Q U O T A T I O N QUOTE#: 11361i1 DATE. . : 11/11/24 JOB. . . : BASE STATION H st TANK LOCATION PAGE#. : 2 Qty Part # Description Price. . . . . Extended PROJECT MANAGEMENT SERVICE INCL 1 WZNS805124 SENSUS PROJECT MANAGEMENT SERVICES *Installation, Commissioning and Certification **One on Existing Pole. *Verify all Functionality of AMI System. *Componets Including. **Base Stations. **RNI'S. **Analytics. *Notes: **Assume Prevaling Wadgw Requirments. SEGMENT 6 TOTAL 0.00 QUOTATION TOTALS 123,870.40 * * * SALES TAX NOT INCLUDED THE MATERIAL LIST ABOVE IS QUOTED PER THE PLANS / SPECS PROVIDED TO WNS, AND WHETHER SPECIFIED OR NOT WILL BE SUBJECT TO THE ENGINEERS APPROVAL. ALL SALES ARE SUBJECT TO SALES TAX. 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: June 18, 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