Loading...
HomeMy WebLinkAboutPhoenix Electric Company, Inc. (4)MINOR CONSTRUCTION AGREEMENT FOR SANITARY SEWER WORK BETWEEN THE TOWN OF LOS ALTOS HILLS AND PHOENIX ELECTRIC CO. This Agreement (this "Agreement") is made and entered into between the Town of LW(0' Hia General Law City ("Town") and Phoenix Electric Company, Inc. ("Contractor") effective as of(the "Effective Date"). Town and Contractor are hereinafter collectively referred to �121,tj Pes"). In consideration of their mutual covenants, the Parties hereby agree as follows: 1. Scope of Work. Contractor shall provide the following services and/or materials ("the Work"): Rehabilitate sewer manholes, remove intruding sewer laterals, remove excessive roots in lamp holes, replace sewer pipes, and replace sewer main at Elevation Locations per Exhibit A and summarized as follows: Task 1 (Report date 8/16/23) — Remove an intruding sewer lateral in the sewer main between AMH1015 and AMH1014 at 2215 Old Page Mill Road. Task 2 (Report date 2/24/22) — Rehabilitate Manhole EMH 1220 at 26026 Scarff Way Task 3 (Report date 2/24/22) — Rehabilitate Manhole BMH1018 at 26805 Palo Hills Task 4 (Report date 2/24/22) — Rehabilitate Manhole BMH1020 at 26805 Palo Hills Task 5 (Report date 2/24/22) — Rehabilitate Manhole BMH1021 at 26805 Palo Hills Task 6 (Report date - None) — Remove broken sewer pipe in Manhole BMH1019 at 26805 Palo Hills Task 7 (Report date 7/18/23) — Remove an intruding sewer main in Manhole KMHI 123 (20ft deep) at 25380 Moody Rd Task 8 (Report date 12/21/22) — Remove excessive roots in ECO 1014 and replace pipe as directed Task 9 (Report date 11/30/22) — Remove roots in LMH1070 at 12816 El Monte Rd Task 10 (Report date 8/15/23) — Rehabilitate Manhole AMH1021, remove protruding roots, and modify flow channel Task 11 (Report date 1/26/22) — Remove excessive roots in ECO1076 and replace pipe as directed. Clean up Manhole EMH1201 at 14411 Kingsley Ave. • Contractor shall provide certified payroll and a contractor's bond for this contract. • Contractor is not required to have an excavation or encroachment permit for this work • Work shall be performed on a Time and Materials (T&M) basis with the mark-up of 35% for labor, 15% for equipment, and 15% for materials. Daily work performed shall be recorded on T&M tags and approved by a Town representative. Equipment rates and labor surcharge shall be based on the Caltrans standard rates (September 1, 2023 to March 31, 2024). Or, as more particularly described in the Scope of Work, attached hereto and incorporated herein as Exhibit A. In the event of a conflict or inconsistency between the text of the main body of this Agreement and Exhibit A, the text of the main body of this Agreement shall prevail. The Work shall commence on 12/14/23 and shall be completed to the satisfaction of the Town by 1/5/24 unless such date is extended or otherwise modified by the Town in writing. 2. Payment. Town shall pay Contractor an amount not to exceed: Fifty Thousand Dollar ($50,000) for the full and satisfactory completion of the Work in accordance with the terms and conditions of this Agreement. The calculation of payment for the Work shall be set forth as described in the Compensation Form, attached hereto and incorporated herein as Exhibit B. The amount stated above is the entire compensation payable to Contractor for the Work performed hereunder, including all labor, materials, tools and equipment furnished by Contractor. (A) Invoices. Town shall make monthly payments, based on invoices received, for Work satisfactorily performed. Town shall have thirty (30) days from the receipt of an invoice that complies with all of the requirements above to pay Contractor. (B) False Claims Act. Presenting a false or fraudulent claim for payment, including a change order, is a violation of the California False Claims Act and may result in treble damages and a fine of five thousand ($5,000) to ten thousand dollars ($10,000) per violation. (C) Retention and Final Payment. Town shall retain five percent (5%) of each payment, which shall be paid within sixty (60) days after acceptance of the services, as described in Section 11, and submittal to Town of a final invoice, if all services required have been satisfactorily performed. Contractor may substitute securities or establish an escrow in lieu of retainage, pursuant to Public Contract Code Section 22300. 3. Independent Contractor. It is understood and agreed that this Agreement is not a contract of employment and does not create an employer-employee relationship between the Town and Contractor. At all times Contractor shall be an independent contractor and Contractor is not authorized to bind the Town to any contracts or other obligations without the express written consent of the Town. 4. Indemnification. To the fullest extent permitted by law, Contractor shall indemnify, defend (with counsel acceptable to the Town), and hold harmless the Town and its elected and appointed officers, officials, employees, agents, contractors and consultants (collectively, the `Town Indemnitees") from and against any and all liability, loss, damage, claims, expenses and costs (including, without limitation, attorneys' fees and costs of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's performance of the Work or Contractor's failure to comply with this Agreement, except such Liability caused by the gross negligence or willful misconduct of the Town Indemnitees. 5. Excavations. In accordance with Public Contracts Code Section 714, Contractor shall promptly notify the Town in writing of discovery of any material Contractor believes may be hazardous waste as defined in Section 25117 of the Health and Safety Code or of any subsurface or latent physical conditions at the site of any unusual nature differing materially from those generally inherent in the work described in Exhibit A. Upon receipt of such communication, Town shall promptly investigate the conditions and if conditions do materially differ, shall issue a change order providing for additional time or payment of additional costs. 6. Relocation of Utilities. In the event that the completion of the services described in Exhibit A requires the removal or protection of main or trunk line public utility facilities, the Town shall be responsible for removal and protection of such public utilities pursuant to Government Code Section 4215. 7. Insurance. Prior to beginning the Work and continuing throughout the term of this Agreement, Contractor (and any subcontractors) shall, at Contractor's (or subcontractor's) sole cost and expense, furnish the Town with certificates of insurance evidencing that Contractor has obtained and maintains insurance in the following amounts: A. Workers' Compensation that satisfies the minimum statutory limits. B. Commercial General Liability and Property Damage Insurance in an amount not less than TWO MILLION DOLLARS ($2,000,000) combined single limit per occurrence, FIVE MILLION DOLLARS ($5,000,000) annual aggregate, for bodily injury, property damage, products, completed operations and contractual liability coverage. The policy shall also include coverage for liability arising out of the use and operation of any Town -owned or Town -furnished equipment used or operated by the Contractor, its personnel, agents or subcontractors. C. Comprehensive automobile insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury and property damage including coverage for owned and non - owned vehicles. 2 All insurance policies shall be written on an occurrence basis and shall name the Town Indemnitees as additional insureds. The certificates shall contain a statement of obligation on the part of the carrier to notify the Town of any material change, cancellation, termination or non -renewal of the coverage at least thirty (30) days in advance of the effective date of any such material change, cancellation, termination or non -renewal. Further, if the Contractor's insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer's liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such Provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self- insured retention required to be paid as a precondition to the insurer's liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. 8. General Warranties and Guarantee. Contractor warrants that: (A) All Work, Products and/or Services are as described in this Agreement, including any exhibits incorporated] conform to all drawings, samples, descriptions and specifications; (B) All Work, Products and/or Services delivered are new and of good merchantable quality, free from material defects of workmanship and fit for the purpose for which sold or provided; (C) Contractor has good title to all Products delivered and all Products delivered are free from liens and other encumbrances; and (D) Contractor's Work will be in strict conformity with all applicable local, state, and federal laws. For purposes of this warranty, any parts not meeting the foregoing quality shall be deemed defective. Contractor shall guarantee the Work to be free of defects in material and workmanship for a period of one (1) year following the Town's acceptance of the Work ("Contractor's Guarantee"), as described in Section 11. As part of Contractor's Guarantee, Contractor agrees to make, at Contractor's own expense, any repairs or replacements made necessary by defects in material or workmanship which become evident within the one-year guarantee period. The Contractor's Guarantee is effective regardless of whether or not a maintenance bond is required by the Town for this Agreement. 9. Contract Bonds. 9.1 General. Before the Town executes this Agreement, the Contractor shall file with the Town surety bonds satisfactory to the Town in the amounts and for the purposes noted in this Section 9. Bonds shall be duly executed by an admitted surety insurer, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two good and sufficient surety bonds: the payment bond and the faithful performance bond. 9.2 Payment Bond. The Payment Bond (material and labor) shall be for not less than one -hundred percent (100%) of the estimated cost of the construction and completion of the Work hereunder, as security for the payment of all persons performing labor and providing materials in connection with this Agreement and to satisfy claims of material suppliers and of mechanics and laborers contracted for the Work. The bond shall be maintained by the Contractor in full force and effect until the completed Work is accepted by the Town, and until all claims for materials and labor are paid. The bond shall provide that if the Contractor fails to pay any of its obligations, the surety will pay the obligation and, if an action is brought to enforce the liability on the bond, reasonable attorney's fees. 9.3 Faithful Performance Bond. The Faithful Performance Bond shall be for 100% of the of the estimated cost of the construction and completion of the Work hereunder to guarantee faithful performance of all Work, within the time prescribed, in a manner satisfactory to the Town. 9AWarranty Bond. <Reserved> 9.513ond Renewal and Extension If any bond becomes insufficient, the Contractor shall immediately replace the bond with a substitute upon request from the Town, and the effective date of the bond shall be from the beginning of Work. If any surety at any time is unsatisfactory to the Town, the Town will give notice to the Contractor. No further payments shall be deemed due or will be made under the Agreement until a new surety qualifies and is accepted by the Town. Changes in the Work, or extensions of time, made under the Agreement, shall not release the Contractor or surety from their obligations. The surety must waive notice of such changes or extensions. 10. Licenses. Contractor represents and warrants that Contractor possesses all licenses, permits, and qualifications legally required for the performance of the Work, including but not limited to a business license from the Town and payment of any applicable business license tax. Contractor shall, at Contractor's sole cost and expense, maintain all such licenses, permits and qualifications in full force and effect throughout the term of this Agreement. 11. Damage to Town Facilities and Site Safety. Damage to Town or public facilities or private property caused by the Contractor or by its subcontractors during performance of the Work shall be repaired and/or replaced in kind at no cost to the Town. The worksite shall be kept clean and free of hazards at all times during installation. After work is completed at the site, Contractor shall clean the surrounding area to the condition prior to performance of the Work. 12. Final Inspection and Work Acceptance. All Work shall be subject to final inspection and acceptance or rejection by the Town. Contractor shall guarantee the Work to be free of defects in material and workmanship for a period of one (1) year following the Town's acceptance of the Work. 13. Compliance with all Applicable Laws. A. Contractor shall comply with all applicable local, state and federal laws, regulations and ordinances in the performance of this Agreement. B. Contractor shall not discriminate in the provision of service or in the employment of persons engaged in the performance of this Agreement on account of race, color, national origin, ancestry, religion, gender, marital status, sexual orientation, age, physical or mental disability in violation of any applicable local, state or federal laws or regulations. C. Contractor shall comply with the requirements of the Secretary of Labor and the latest amendments to: Executive Orders 11246 and 11375, as supplemented in Department of Labor regulations (41 C.F.R. chapter 60); the Copeland "Anti -Kickback" Act (18 U.S.C. § 847) as supplemented in Department of Labor regulations (29 C.F.R. part 3); Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. §§ 1701 et seq.); Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000); Section 109 of Title I of the Housing and Community Development Act of 1974 (42 U.S.C. §§ 5301 etseq.); the Age Discrimination Act of 1975 (42 U.S.C. §§ 6101 et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § § 701 et seq.) 14. Payment of Taxes• Tax Withholding. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Contractor must provide Town with a valid California Franchise Tax Board form 590 ("Form 590"). Unless Contractor provides Town with a valid Form 590 or other valid, written evidence of an exemption or waiver from withholding, Town may withhold California taxes from payments to Contractor as required by law. Contractor shall obtain, and maintain on file for three (3) years after the termination of this Agreement, Form 590s (or other 4 written evidence of exemptions or waivers) from all subcontractors. Contractor accepts sole responsibility for withholding taxes from any non -California resident subcontractor and shall submit written documentation of compliance with Contractor's withholding duty to Town upon request. 15. Prev ailing_Wage, A. The wages to be paid for a day's work to all classes of laborers, workmen, or mechanics on the work contemplated by this Agreement, shall be not less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where the work hereby contemplates to be performed as determined by the Director of Industrial Relations pursuant to the Director's authority under Labor Code ,Section 1770, et seq. Each laborer, worker or mechanic employed by Contractor or by any subcontractor shall receive the wages herein provided for. The Contractor shall pay two hundred dollars ($200), or whatever amount may be set by Labor Code Section 1775, as may be amended, per day penalty for each worker paid less than prevailing rate of per diem wages. The difference between the prevailing rate of per diem wages and the wage paid to each worker shall be paid by the Contractor to each worker. The Town will not recognize any claim for additional compensation because of the payment by the Contractor for any wage rate in excess of prevailing wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Contractor. NOTE; An error on the part of an awarding body does not relieve the Contractor from responsibility for payment of the prevailing rate of per diem wages and penalties pursuant to Labor Code Sections 1770-1775. i. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Section 1773:2, the Contractor shall post at appropriate conspicuous points at the site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and mechanics to be engaged in work on the project under this contract and all deductions, if any, required by law to be made from unpaid wages actually earned by the laborers and mechanics so engaged. ii. Payroll Records. Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor in yonnection with the public work. Such records shall be certifies and submitted weekly as required by Labor Code Section 1776. 16. Patents. The Contractor shall assume all costs arising from the use of patented materials, equipment, services, or processes used on or incorporated in the Work, and agrees to indemnify and save harmless the Town of Los Altos Hills, the City Council, and the Engineer, and their duly authorized representatives, for all suits at law, or actions of every nature for, or on account of the use of any patented materials, equipment, services, or processes. 17. Dispute Resolution. Prior to initiating litigation in a court of competent jurisdiction, both Contractor and Town shall undergo alternative dispute procedures as outlined in Public Contract Code Section 20104, et seq. The Parties also expressly agree that such procedures are incorporated as though frilly set forth in this Agreement. 18. Prevailing Party. In the event that either party to this Agreement commences any legal action or proceeding (including but not limited to arbitration) to interpret the terms of this Agreement, the prevailing party in such a proceeding shall be entitled to recover its reasonable attorney's fees associated with that legal action or proceeding. 19. Termination. Town may terminate or suspend this Agreement at any time and without cause upon written notification to Contractor. Upon receipt of notice of termination or suspension, Contractor shall immediately stop all work in progress under this Agreement. The Town's right of termination shall be in addition to all other remedies available under law to the Town. 20. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 21. Entire Agreement. This Agreement represents the entire and integrated agreement between the Parties. This Agreement may be modified or amended only by a subsequent written agreement signed by both Parties. 22. Non -Liability of Officials Employees and Agents. No officer, official, employee or agent of Town shall be personally liable to Contractor in the event of any default or breach by Town or for any amount which may become due to Contractor pursuant to this Agreement. 23. Execution in Counter arts. This Agreement may be executed in counterparts and/or by facsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding upon and effective as to all Parties. 24. Choice of Law; Venue. The applicable law shall be that of the State of California 25. Notice. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: Contractor: Town: PHOENIX ELECTRIC COMPANY, INC. 1350 Van Dyke Ave San Francisco, CA 94124 DANIEL LIANG, UTILITY ENGINEERING MANAGER Town of Los Altos Hills 26379 Fremont Road Los Altos Hills, CA 94022 IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date written above. TOWN: By: Peter Pirnejad City Manager CONTRACTOR: By:�_ _ -> Print Name: Eugene Briody Title: 12/13/23 C0 EXHIBIT A SCOPE OF WORK 12/12/2023 No. Task Report No. Map Date Location Comments Remove AMH1015-AMH1014 - Intruding lateral at 12' 1 intruding 2021-22-056 Al 8/16/23 2215 Old Page from USMH, manholes are on Gerth Lane. lateral Mill Rd The intruding lateral is in the unimproved shoulder. Remove intruding lateral with open 2 Rehab 2021-22-079 64 2/24/22 26026 EMH1220 - clean up, seal and patch, and stop manhole Scarff Way leaks the manhole interior 3 Rehab 2021-22-079 B3 2/24/22 26805 BMH1018 - clean up, seal and patch, and stop manhole I Palo Hills leaks the manhole interior 4 Rehab 2021-22-079 B3 2/24/22 26805 BMH1020 - clean up, seal and patch, and stop manhole Palo Hills leaks the manhole interior 5 Rehab 2021-22-079 B3 2/24/22 26805 BMH1021- clean up, seal and patch, and stop manhole Palo Hills leaks the manhole interior 6 Remove B3 12/12/23 26805 BMH1019 - Remove a broken 6 -inch PVC pipe, p p' broken pipe e Palo Hills and clean up manhole interior Remove KMH1123 (20 ft deep) - Remove intruding intruding WBSD Email 25380 lateral at manhole to be flush with the 7 lateral in 7/21/23 K4 7/18/23 Moody Rd manhole wall. Manhole is located on one Manhole lane. Provide traffic control & confined space requirements Remove 8 excessive 2022-23-066 E4 12/21/22 13851 EC01014 - Remove excessives roots in lamp roots Fremont Pines hole 9 Remove roots 2022-23-066 L2 11/30/22 12816 LMH1070 - Remove roots in manhole. from MH EI Monte Rd Provide traffic control on EI Monte Road 28155 AMH1021- Remove protruding roots, modify 10 Rehab 2023-24-052 A3 8/15/23 Christophers flow channel, and plug abandoned pipe. manhole Ln Rehab EC01076 - EMH1201- Remove roots from the 11 manhole and 2021-22-076 E2 1/26/22 14411 lamp hole, clear blockages, replace sewer lamp hole Kingsley Ave pipe, and reconnect to the manhole as instructed loft ............... REPORT ON ON"'DI-TIONt RING OW -UP WORK TASK 17 Remove intruding Lateral DATE: MAIN LINE DESIGNATION /ADDRESS I MANHOLE/ SUBASIN #(IF CCTV NEEDED): 0 C- Al Q n REASON SUBMITTED (CfkCL): (Follow-up, needs repair work, mainline only, CCTV) co..�A6 hu�. . fyNa0-'c (. &V) CA 1'�01 C� ' V n REPOF17FED BY: V V- c>1* eA SUPERINTENDENT DISPOSITION: DATE: A 'Signature EVALUATION/ACTION INITIATED: DATE: Signature/Position - 1�: FIS; 1"1 r. �•�_.. .. � , 1, �.� a 1� t 2 C ?A I V. -W P rT�ip _ b a ` Y' y�.�L 2F Y Ti TASK 2 - Manhole rehab REPORT ON C ONNTIONS 'REQUIRING FOLLOW-UP WORK DATE: MAINLINE DESIGNATION /ADDRESS /MANMOLE/ SUBASIN #( IF CCTV NEEDED): J 2 Zd REASON SUBMITTED 7n-, ,,� V"', k REPORTED BY: \ ) n* to repair work, mainline only, CCTV) 3 fide- Mr-, L, (e E 14 J4 12 ?.,n SUPERINTENDENT DISPOS[TfO�- DA' q I I- % Signature EVALUATION/ACTION INITIATED: DATE: P in n n h i rn /D,%,, jlF , ^ i, AM ' - Remove roots - Seal, plug, and patch the manhole interior# `. �n TASKS 3, 4, 5 & 6 - Manhole rehab REPORTON CONDITIONS REQUIRING FOLLOW -Up WORK DATE: MAIN LINE DESIGNATION I ADDRESS I MANHOLE/ SUBASIN IF CCTV NEEDED): )-I ?C� O'l-Lgil �A REASON SUBMITTED (CIRCL):(W-0110""j- *eads repair work, mainline only, CCTV) f REPORTED BY: VVIL Q Signat�LA7 EVALUATION/ACTION INITIATED: Sicinature/Position DATE: zx Remove sedimei a SAS '-d patch the interior SK lP E Sy t F; Id 4 l�€ T a~ g j v ± gg y y s _ x .e �wv iv AA$ E Sy t F; 4 TASK 7 - Cut back pipe to the manhole's barrel wall REPORT ON CONDITIONS RI-EQUIRING FOLLOW -Up WORK DATE: NIAIN LINE DES(GNATION / ADDRESS I MANHOUE1 SUBASINN 9(ji: CCTV/ I<fE=C),o): 1 V-2,3 REASOIN SUBi'VITTE0 (CIRCL): (Faffaw-up, neadi r9per wafl(, rjainlina Only, CCTV) 7 bi v �A- v- A.- d, C tv YY) (tyl f- V Y) a Co\f-icrIIA\ IJ i Vv-% ov V-1 C f> RE -PORT -r-0 8y C� SUPERINTENI)EE-PlIT DISPOSITION, OATE. 7 --cP 62--c) -3, VX/1 EVALUATtN/kICTION INITIATED- DATE � ' « ������., �� �s� � :: � \ � \� � -.:� . �\ � /� � � � »� . . .. � \' \ �: � %\\{\ � �� � � � < � » � v . w <. . .. r . .�� ® �, ®�»?. .. « w� y� ?:�� \ \/� �� m. tv: . .. . . ,.. ... . �,�: »w . . .y�� � .� � � w.yy � � w� : m�.�. . _ . . .a .. . . � \� � . � �w� � � /� »� §� � .� REPORT ON CONDITIONS REQUIRING .FOLLOW"U.P WORK TASK 8 - Remove excessive roots, replace pipe DATE: 12/21/2022 MAINLINE DESIGNATION /ADDRESS/ MANHOLE* ECO1014 FREMONT PINES EA REASON SUBMITTED: (Follow-up, needs repairwork, mainline only) EXCESSIVE ROOTS FROM LAMP HOLE COMING INTO MANILINE RECOMMEND REPAIR I REMOVE ROOTS SUPERINTENDENT Signature EVALUATION/ACTION INITIATED: Signature/Position DATE: N:/Forms/MD-344 tl' ST !t►1i�' '. snruranv gisrn�cr 500 taurel 8y6ef Menlo. Park, CA 94025 . F?li X650) 321»0384 ., fax (650)321-465 ww`Ivv we�t6es�nt�ry org ; .�.z..rt' i 4 ;L? :�t l 'k ! 1 -RjRjRj$� F` 4 v'- i rP .: Cyt I ilectu}me lWLAH Media\PfSat�s\ GQ1'd14� 11H1148 M(3 ? �t 120 3 ft 20 22422 2648 JI G 4 1`2/21/2022 , x` i $till Image Repo rk a ;.i Page 1 of 1 i 'TASK:9 -, Remove roots from manhole REPO�T ON: CO,T16 ` n aAT: ri 1 , Q MAINLINE DE—ONATION/ADUR8S..$'IVAN.NOL.E' vlsAsst:c�vIt=aha} H, i �F R►1 _.. ::RAC . • IJC' NiITTED'(!-, CL): (Fo(low�up; negds apait ra�I�; malnl[ne onl CC " Vy ig�s•:�l'Gd'I•+ ,9,v.LJ"..' • A. ':W"'—Mi,r+�-9.�' r'�}�+'(•; 'I11 Gt it f ' , ;� `5, ` °.: •: Y-Orve 1 kE POATW EKY: SUF?RIN"NCN�';pESPC�SITIa' +' pATh:':. .'!, .1' - rte' '�. � •(� ..r .�.. , I Sign'at tra t 8VALUATIONIACTIQN INITIATED:. bAT" : TASK, 10 - Remove roots from manhole • O T 0N.&OW N WkINO FOLLOW -.UP VVORK DATE: MAIN UNE DESIGNATION I ADDRESS,/ MANHO'LEI 'suBASIN #{ IF CCTV NC EDED): j r .' t . �M t` •. REASON SUBMITTED-(ClkCL): p-c116W-up, needs repairwork,malnllnaahly,CCiV) 4 r� ' ".'• l- ci- -•ac-g kn4?mn00vvvvers tv REPORTED BY: -� � Cid q' � . �,►�%r� �i SUPCRINTMDENT DISPOS.ITION: ' Slgnature " EVALUATION./Ad IO.N INITIATED.: �A•��; Signature/hositio*h P TASK 11 - Clean up manhole, replace pipe as rneeded NEPORT ON CONDITIONS REQUIRINJ .- MAIN LINE DESIGNATION/ ADDRESS/ MANHOLE* ELL EA DATE: 1/26/2022 ECO1076-EMH1201 REASON SUBMITTED: (Follow-up, needs repair work, mainline only) PIPE BROKEN AT DROP _)RECOMMEND REPAIR MULTIPLE FOLLOW -UIS ALREADY CREATED REPORTED BY: EMM t b .� Signature EVALUATION/ACTION INITIATED: Signature/Position DATE: N:/Forms/MD-344