Loading...
HomeMy WebLinkAbout2002-06-11 - AGENDA REPORTS - MITIGATION AGMT QUIGLEY CYN (2)CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR DATE: June 11, 2002 City Manager Approval: Item to be presented by: SUBJECT: QUIGLEY CANYON LENNAR COMMUNITIES OAK TREE MITIGATION AGREEMENT DEPARTMENT: Transportation & Engineering Services RECOMMENDED ACTION City Council receive the report and direct staff to return to the City Council at a future meeting with a revised oak tree planting plan that mitigates the potential impact of the "sapling" oak trees on filming on the Quigley Canyon property. BACKGROUND The City acquired the "Beazer Back Country," an area of 158 acres in Quigley Canyon, on October 30, 2001. Lennar Communities offered to subsidize a portion of the purchase price as part of an agreement to provide a protected open space area with an oak tree habitat suitable to Los Angeles County's forester. Lennar's oak tree mitigation requires the planting of a total of 136 Coast Live Oak and Valley Oak trees. The Quigley Canyon site already has established groves of mature oaks and was found suitable for the new plantings. The agreement, as proposed, further requires that Lennar Communities and their landscape consultants establish irrigation and provide maintenance of the trees for five years. This item will establish the City -owned Quigley Canyon property (Beazer Back Country) as a designated open space, and accept the addition of 136 Coast Live Oak and Valley Oak trees as a mitigation requirement imposed on Lennar Communities by the County of Los Angeles. Lennar and their subcontractors will be obligated to establish and maintain the trees and irrigation systems for five years. In addition, Lennar Communities agrees to pay $187,500.00 to the City as reimbursement for the property purchase. The City Council considered this item at the May 28, 2002 City Council meeting. At that meeting, Councilmember Kellar raised concerns regarding the potential impact of the "sapling" oak trees on filming on the Quigley Canyon property. The City Council directed staff to investigate the concern and to return to the City Council on June 11, 2002 with a revised plan that addressed the Councilmember's concern. Agenda Item:�L RECEIVED QUIGLEY CANYON LENNAR COMMUNITIES OAK TREE MITIGATION AGREEMENT June 11, 2002 — Page 2 Staff is currently working with Lennar Communities, their oak tree consultant, and the City's Film Bureau staff to develop a plan that will mitigate the potential impact of the "sapling" oak trees on filming on the property. Staff will return to the City Council at a future date with a revised planting plan. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT All of the monies received from Lennar Communities would be reimbursed to the General Fund. ATTACHMENTS Construction and Maintenance Services Agreement Letter of Agreement dated April 22, 2002 Exhibit Map MLY:dmh council\Lennar revised.doc City of Santa Clarita 23920 Valencia Blvd., Suite 300 Santa Clarita, CA 91355-2196 Phone: (661) 259-2489 Fax: (661)254-3538 CONSTRUCTION AND MAINTENANCE SERVICES AGREEMENT AGREEMENT NO. AQ 02-06 This Agreement is entered into by and between the City of Santa Clarita, a municipal corporation in the State of California, hereinafter "City," and Stevenson Ranch Venture LLC/Lennar Communities, hereinafter "Contractor." 1. 2. 3. 4. Scope of Services It is intended that this Agreement shall govern all work performed by Contractor, in conjunction with the performance of the attached Installation and Maintenance Agreement for Oak Tree Mitigation Within Quigley Canyon (Exhibit 1). Scope and duration of this agreement are limited to the Quigley Canyon project, as described in the attached ( Exhibits 2-4). Independent Contractor Contractor is an independent contractor and not an agent or employee of City. As independent contractor, Contractor shall obtain no rights to retirement, health care or any other benefits which accrue to City employees. Contractor expressly waives any claim Contractor may have to any such rights. Assignability The expertise and experience of Contractor are material considerations for this Agreement. Contractor shall not assign or transfer any interest in this Agreement or the performance of any of Contractor's obligations without the prior written consent of City. Any attempt by Contractor to assign or transfer any of Contractors rights, duties or obligations arising under this Agreement shall be void. City acknowledge, its understanding that Contractor, in the performance of its duties pursuant to this Agreement, may utilize subcontractors. Insurance A. General Insurance Requirements 1. All insurance shall be primary insurance and shall name City of Santa Clarita, its officers, agents, and employees as additional insureds. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held liable for any premium or expense of any nature on the policy or any extension thereof solely because they Page Iof5 05/13/02 are as additional insured thereon. 2. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Contractor agrees that the minimum limits herein above designated shall be changed accordingly upon written request by the Risk Manager. 3. Contractor agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which Contractor may be held responsible for the payment of damages to persons or property resulting from Contractor's activities, the activities of its subcontractors, or the activities of any person or persons for which Contractor is otherwise responsible. 4. A Certificate of Insurance, and appropriate endorsement of insurance binder, evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. 5. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non- payment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Contractor shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. 6. All required insurance must be in effect prior to awarding the contract, and it or a successor policy must be in effect for the duration of the contract. Maintenance of proper insurance coverage is a material element of the Agreement and the failure to maintain and renew coverage or to provide evidence of renewal maybe treated by the City as a material breach of contract. If Contractor, at any time during the term of this Agreement should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Contractor's name and shall be compensated by Contractor for the cost of the insurance premiums. B. General Liability and Property Damage Insurance Contractor agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury; including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly from any act or activities of Contractor, its subcontractors or any person acting for Contractor or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of Contractor, or its subcontractors, or any person acting for Contractor, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost in defending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: A combined single limit policy with coverage limits in the amount of $2,000,000 per occurrence will be considered equivalent to the required minimum limits. C. Automotive Insurance Page 2of 5 05/13/02 Contractor shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less $500,000 combined single limit. If Contractor does not own automobiles, Contractor shall provide a waiver releasing City from all liability resulting from Contractor's use of personal vehicles on project. D. Worker's Compensation Insurance Contractor shall procure and maintain Worker's Compensation Insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Contractor and City against any loss, claim, or damage arising from any injuries or occupational diseases happening to any worker employed by Contractor in the course of carrying out the Agreement. 5. Indemnity City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "Indemnitees'D shall have no liability to Contractor or any other person for, and Contractor shall indemnify, defend, protect and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or. otherwise occurring as a result of or allegedly caused by the Contractor's performance of or failure to perform any services under this Agreement or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which Contractor has agreed to indemnify Indemnitees as provided above, Contractor, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by Contractor in this Agreement shall not limit the liability of Contractor hereunder. The provisions of this section shall survive the expiration or earlier termination of this Agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or willful acts of omission. 6. Termination A. City may terminate this Agreement with or without cause at any time by giving 5 days written notice of termination to Contractor. If City gives such notice of termination, Contractor shall cease immediately all work in progress. Page Sof 5 05/13/02 B. If Contractor or City fails to perform any material obligation under this Agreement, then, in addition to all other remedies, City or Contractor may terminate this Agreement immediately upon written notice. C. Upon termination by either City or Contractor, Contractor shall deliver to City all property of City in Contractor's possession and copies of all reports, documents, and other work prepared by Contractor under this Agreement. Contractor shall furnish to City a final statement of the work performed for compensation. The statement shall indicate the task to which the work performed is to be charged. Such statement shall also include a detailed record of actual reimbursable expenses, such as but not limited to reproduction costs and long distance telephone charges. City will prepare a warrant payable to Contractor in the amount approved by City. City will then make final payment to Contractor for services performed and reimbursable expenses incurred, subject to the limitation on reimbursement set forth in this Agreement. D. Contractor may terminate this Agreement at any time upon 30 days written notice of termination to City. 7. Law to Govern: Venue The law of the State of California shall govern this Agreement. In the event of litigation between the parties, venue in state trial courts shall lie exclusively in the County of Los Angeles. In the event of litigation in U.S. District Court, exclusive venue shall lie in the Central District of California, in Los Angeles. 8. Compliance with Law Contractor shall comply with all applicable laws, ordinances, codes and regulations of the federal, state and local govemment. 9. Nondiscrimination Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religious creed, national origin, ancestry, physical handicap, medical condition or marital status in connection with or related to the performance of this Agreement. 10. Ownership pf Materials w. P All reports, documents, computer disks, diskettes or other materials developed or discovered by Contractor during the course of this Agreement shall be solely the property of City. 11. Waiver Waiver by City or Contractor of any breach of any of the provisions of this Agreement shall not constitute a wavier of any other provision nor a waiver of any subsequent breach or violation of the same or any other provision of this Agreement. Acceptance by City of any work or services by Contractor shall not be a waiver of any of the provisions of this Agreement. Page 4of 5 05/13/02 12. Conflict of Interest Contractor shall at all times avoid conflict of interest or appearance of conflict of interest with the interests of the City in the performance of this Agreement. 13. Prior Agreements and Amendments This Agreement, including any Exhibits attached to, or incorporated herein by reference, embodies the entire understanding of the parties with respect to the matters addressed in this Agreement and the Exhibits and supersedes all other agreements entered into between the parties prior to the execution of this Agreement. No amendment of this Agreement shall be valid unless in writing duty executed by the parties or their authorized representatives. By signing this Agreement, the person signing states that he or she is authorized to enter into contracts on behalf of Contractor. The undersigned, on behalf of Contractor, binds Contractor, its partners, successors, executors, administrators and assigns with respect to the terms and conditions of this Agreement. WITNESS THE EXECUTION of this Agreement on the day and year signed below. FOR CONTRACTOR: By: Stevenson Ranch Venture LLC/Lennar Communities Date Contractor's Name: Lennar Communities Stevenson Ranch Venture LLC Address: 25129 The Old Road, #316 Stevenson Ranch, CA 91381 Telephone: Federal Tax Identification No. Contractor License No. and Class: FOR CITY: By: Attest: Approved as to Form: (661)799-2482 City Manager of the City of Santa Clarita Date City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Page Sof 5 Date Date 05/13/02 EDAW INC April 22, 2001 17875 VON KARMAN AVENUE Ms. Barbara Stoll Acquisition Specialist SUITE 400 City of Santa Clarita IRVINE CALIFORNIA 23920 Valencia Blvd., Suite 300 Santa Clarita, CA 91355 92614 Re: Final Installation and Maintenance Agreement For Oak Tree Mitigation Within Quigley Canyon TEL 949 660 8044 Ms. Stoll: FAX 949 660 1046 On behalf of Stevenson Ranch Venture, LLC (SRV), we are writing this letter to LICENSE NUMBER 1906 outline the final Quigley Canyon oaktree installation and maintenance agreement. 'This correspondence updates our March 4, 2001,correspondence. The proposed W W W'ede W'°°" maintenance and monitoring of oaks have been developed consistent with Mitigation Measures 7 and 8 from page 60 of the approved April 2001 Stevenson Ranch Phase III Addendum to the Canyon Springs Certified EIR. Per the most recent discussions and correspondence, the following outlines the responsibilities of SRV and the City of Santa Clarita for the Quigley Canyon oak tree mitigation project: INSTALLATION AND MAINTENANCE AGREEMENT ITEMS 1. SRV agrees to fund the City's purchase of 25 acres of existing Coast Live Oak Habitat within Quigley Canyon. As we have previously discussed and as required by the mitigation, the City will amend the General Plan and Zoning to ensure long-term preservation or place a conservation easement over the 25 -acre area. (Refer to the attached "approved" Planting Plan which identifies the location of the existing 25 -acre Coast Live Oak habitat area). 2. The 25 acres would be funded by SRV at the City's requested price of $7,500.00/acre for a payment to the City of $187,500.00. 3. The City agrees to set aside acreages as shown on the attached "approved" Planting Plan within Quigley Canyon for SRV to plant/create Valley Oak and Coast Live Oak Habitat. SRV would also be responsible for the 2-3 year irrigation maintenance and required monitoring and replacement for a period of 5 years. (Refer to the attached 4/11/02 Frank Hovore and Cal-Scapes Environmental Cost Estimate which identifies the specifics for oak tree and irrigation installation as well as required maintenance and monitoring). 4. SRV agrees to pay the cost for construction/installation and maintenance for the 96 coast live oak trees and 40 valley oak trees as outlined in the Cal-Scapes' and Frank Hovore's letter proposal dated 4/11/02 and as depicted on the Final Quigley Canyon Valley Oak Tree Planting Plan, dated April 22, 2002. 5. SRV agrees to pay the costs (a total estimated amount of $15,521.72) associated UNITED STATES with the main line service installation as outlined in the attached cost proposal by Newhall County Water District, dated 3/26/02. EUROPE AUSTRALIA ASIA DESIGN, PLANNING AND ENVIRONMENTS. WORLDWIDE Ms. Barbara Stoll 22 April 2002 Page 2 Signature blocks have been provided below to indicate SRV's and the City's acceptance of the requirements and responsibilities outlined in this agreement. With this agreement and final inspection in 5 years, SRV would have been fully complied with the condition. Please do not hesitate to give us a call at (949) 660-8044 if you have any questions related to this agreement letter. We look forward to finalizing this agreement in the next week so Frank Hovore and Cal-Scapes can begin the construction and planting. Best regards, Jayna organ AGREED BY: STEVENSON RANCH VENTURE, LLC a Delaware limited liability company By: Lennar Stevenson Holdings, L,L.C, a California limited liability company, a member By: Lennar Homes of California, Inc. a California corporation Its Manager By: Its: Vice President AGREED BY: CITY OF SANTA CLARITA By: Title: Date: cc: Teresa Sousa, Lennar Homes Alex Herrell, Lennar Homes Steve Hunter, Land Design Consultant Frank Hovore, Frank Hovore & Associates Daryl Koutnik, County of Los Angeles Attachments: 1) Frank Hovore/Cal-Scapes Installation and Maintenance Proposal — 4/11/02 2) Quigley Canyon Valley Oak Planting Plan — 4/19/02 3) Newhall County Water District Cost Proposal — 3/26/02 P:V999%1220I\ cspmitlmco deg aAtl DESIGN, PLANNING AND ENVIRONMENTSWORLDWIDE Frank Hovore & Associates 14734 Sundance Place Santa Clarita, CA 91387-1542 and Cal-Scapes Environmental 1004 S. Hathaway Suite Q Santa Ana, CA 92705 To: Jayna Morgan, EDAW Part 1: Quigley Canyon Oak tree mitigation - Cost estimate for planting and irrigation for 40 valley oak trees Estimates include time, labor (biological monitor, Cal-Scapes employee time, overhead and insurance), transportation and miscellaneous expenses. Trees shall be supplied by the client, or may be arranged through this contract for an additional fee (see estimate below). Irrigation estimate assumes that sufficient water supplies and pressure are available at the project site, and that irrigation systems can be connected to existing lines. Mainline shall be buried at 18" and lateral lines shall be on grade with LTV resistant lines with solar powered controllers. All trees shall be planted in designated areas with irrigation brought to each tree. A biological monitor shall be present during the layout, placement and installation of these trees. Cost proposal: Installation of 40 - 15gal. Quercus lobata $6,680.00 (includes biological monitor) Automatic Irrigation System $16,320.00 Total to project completion $23,000.00 Cost per tree for contractor to acquire trees $40.00 (Includes delivery and tax) �Xf+AIT Part 2: Quigley Canyon Oak tree mitigation -Cost estimate for planting and irrigation for 96 coast live oak trees. Estimates include time, labor (biological monitor, Cal-Scapes employee time, overhead and insurance), transportation and miscellaneous expenses. Irrigation estimate assumes that sufficient water supplies and pressure are available at the project site, and that irrigation systems can be connected to existing lines. Mainline shall be buried at 18" and lateral lines shall be on grade with UV resistant lines with solar powered controllers. All trees shall be planted in designated areas with irrigation brought to each tree. A biological monitor shall be present during the layout and initial planting activities for this phase of the project. Cost proposal: Installation of 96-15ga1. Quercus agrifolia $8,700.00 (includes biological monitor) Automatic Irrigation System $11,370.00 Total to project completion $20,070.00 Cost per tree for contractor to acquire trees $40.00 (Includes delivery and tax) Part 3: Quigley Canyon Oak tree mitigation -Cost estimate for biological monitoring, irrigation maintenance (3 years) and plant maintenance (5 years) Estimates include time, labor (employee time, overhead and insurance), transportation and miscellaneous expenses. Exotic plants will be removed, or marked for removal, where they encroach upon the plantings. Maintenance of plant material shall include the mechanical removal of non-native weeds and exotic plants that directly compete with the new native vegetation. Mulching of all the newly planted Oak tree water basins will be provided two times a year. Biological monitoring will be performed twice a year for the first two years, following planting, and once each year for the remaining three years of the maintenance portion of the contract. Biological monitoring will include inspection of all planted trees to determine health, vigor, and natural growth conformation, as well as inspection for insect damage at the -crown. Dead or diseased plant material shall be replaced as deemed necessary by contract biologist. Irrigation shall be inspected once a month for breaks, leaks and damage. Cost proposal: Biological monitoring (7 times in 5 years) $7,840.00 Plant maintenance (5 years) $32,168.00 (Per year cost $6,433.60) Irrigation maintenance (3 years) $19,094.00 (Per year cost $6,364.00) Total to project maintenance $59,102.00 Frank Hovore and Associates 14734 Sundance Place Santa Clarita, CA 91387-1542 and Cal-Scapes Environmental 1004 S. Hathaway St. Suite Q Santa Ana, CA 92705 To: Jayna Morgan, EDAW Part 4: Quigley Canyon Oak tree mitigation- Cost estimate for mainline from water meter to corner of property on Cleardale Rd. Estimates include time, labor, transportation and miscellaneous expenses. Mainline estimates assume that water meter installed by Newhall Water Company provides adequate flow and pressure. Mainline shall be 1-1/2" schedule 40 pvc pipe buried at 18" below grade. Cost Proposal: Mainline installation (approx. 350 ft.) $2,200.00 r Facsimile Newhall County Water District 23980 N. Pine $treat # P.O. Bos 220970 Santa Ciarlts, CA 91322.0970 Telephone- (661) 239.3610 • Facsimile: (661) 2593574 TO: Jeff FROM: Josh Wyma FAX: 714-5433357 DATE: AprH 2, 2002 RE: Estimate for Cleardale 7 page total (including cover page) Jeff, 11 NCIhTD Here is your estimate for the 2" service insta,:ation on Cleardale in Newhall. Please call with any fluther questions or eoncerns. Regards, Josh Wyma IF,,YAMI'mr 3 Ode Of Estimate: 3IAVM Job No; Newhall Sywe Job DeSCAMbn One, r inipe W et nice Summery of Costs MATERIAL TOTAL 10% MATERIAL HANDLING NCWD LABOR a EQUIPMENT OUTSIDE SERVICE TOTAL OTHER SUWOTAL 10% OVERHEAD i SUPERVISION CONNECTION FEES METER INSTALLATION FEES GRAND TOTAL CONTRACT ADMINISTRATION Pape 1 of 8 I Eatlmwd By, Dint ew piwi ADpmwed By. 1,306.48 130.55 1.730.08 3,188,11 318.81 11,859.00 60.00 16,321.72 1,302.17 PFA Dam of ES&VU". Job No: Job Daalpben ewmdw By. Approved By: Ps" 2 of 8 Material List Pen 4umft Pert DeeOelPNon UnIt Com TOW 1 8" FJC SS CLAMP 2" TAP 176.00 176.00 1OW01210 1 2" BALL CORP STOP -COMP X IPT 79.52 79.52 W-0201140 40 2." COPPER TUBING 6.40 216.00 10.0201102 1 2" 90s ELBOW -COMP 21.04 21.94 10-0201035 1 2" ANGLE STOP X COMP 112.38 112.96 85-0203633 1 2" INVeM PMM ECRIII METER 398.01 396.01 66-0004000 1 MXU 606 METER TRANSCEIVER 147.94 147.94 70-0203605 1 2" METER GASKET 1.34 1.34 10-0201000 1 - 2" CHECK VALVE 32.84 32.84 '10-0201320 1 F METER FLANGE - BRASS 18.70 18.70 26.0203118 1 2. RPM METER BOX 81.75 61.75 25-0203217 1 2" RPM SOLID COVER W/UFT PIN 46.28 46.28 Ps" 2 of 8 cwft dr Eawnats Job No: Job Dacripton Estlma0ad By Approved By Moterhi List Part GuetHNy Pati t)aawlpid" unit Cone Date of Estimats: Eanmated By: Papa 3 06 Tom Job No: Jab Duaiption Appto+rod BY: 0" of Estimate! Job No: Pape 4 of 8 EOnm ted BY: Apptevfd BY: EquOmnt Lift Unk unk c aliptlon pries" Eat How* Total 6 GMC TRUCK 10.00 6 80.00 6 GMC TRUCK 10.00 7 GMC TRUCK 10.00 8 COMPRESSOR 12,00 d 96.00 10 COMPRESSER 12.00 11 CHLORINATOR 5.00 12 PORTABLE BOOSTER 26.00 14 OPEN BACKHOE 2000. 15 ENCLOSED BACKHOE 20.00 6 160100 18 TRAILER -10.00 17 FORKLIFT 8.00 18 SERVICE LIFT 8.00 19 OMC TRUCK 10.00 21 OMC TRUCK 10.00 6 80.00 22 GMCTRUCK 10.00 27 DUMP TRUCK 26.00 8 200.00 26 OMCTRUCK 4X4 10,00 00 GMC TRUCK 10.00 86 GMC CHLORINE TRUCK 10.00 66 DUMP TRUCK 25.00 0" of Estimate! Job No: Pape 4 of 8 EOnm ted BY: Apptevfd BY: Job DsscftWn. Connection 6 Meter List Connscum Daecrlption UnK Cwt Own* TOW Connection Feat !PREF! owl MMFI MEFI 1' DISTRICT? 3.000.00 1 112" DISTRICT? 2" NrVM.f 2' 11,939.10 1.00 11,939.00 3' DISTRICT? 6' service 4" DISTRICT? 6" DISTRICT? 1 r' "mice 5' DISTRICT? 10" DISTRICT? AREF! OREFI OREM MEM Mehr Buffing 60.00 1.00 50.00 Inspwbm wouo DISTRICT? 3/4" Meters, Baxw, and Valva 353.05 1" Mehra, Bolas, and Valvas 402.21 1 V2" Mehta, Baa and Valves 592,10 2" Mehra, BOX", and ValVes 705.00 Service Description Unk Cost Olaesthy Tlota! 314" aervke 2,800.00 1' service 3.000.00 1 1/2, xarvim 1 4,865.00 . 2" NrVM.f 6,205.00 3" sarvloe 4' UMCe 6' service 6' Nrvke 10" service 1 r' "mice Oat d Each"'. EsBmand By. Job No: Approved By Pegs 5 of 6