HomeMy WebLinkAboutRedwood Electrical Services 2024-05-22 COU No. 2324r210
ELZCTRICAL SERVICES
SHORT FOIM CONSTRUCTION CONTRACT
This Agreement is made and entered on May 22, 2024, in Ukiah,
California, by and betwee Steven Jiminez, dba Redwood Electrical
Services, a CA Sole Proprietor ("Contractor") and the City of Ukiah
("City") , a general law Municipal corporation.
RECITALS :
1 . The plans and specifications for this work ("the Work")
are contained in Exhibit R - Proposal, which is attached hereto and
incorpo ated herein by this reference.
2. Contractor is properly licensed and qualified to perform
the war .
3. Whenever this Agreement calls for City approval or
notificE,tion, the approval or notification must be signed byl the
City Manager or his or her designee.
Wh refore, in consideration of the foregoing facts andl the
terms arid conditions as turther stated herein, the parties hereby
agree as follows.
1. RHANCE OF THE WORK
Co tractor will perform the Work as further provided herein.
1. Time of Perfozwknce. Contractor shall commence the Work
when re eiving a formal Notice to Proceed, and shall complete the
Work within a reasonable time after receiving Notice to Proceed.
1. 1 . 1. ❑ [check f applicable] It is agreed by the partied to
the con ract that time i2 of the essence and that, in case all
the work is not compietec before or upon the expiration of t�'e
time lirait as set forth, damage, other than those cost items
identif ed in section 1 . .2, will be sustained by the City and
that it is and will be i practicable to determine the actual
amount f damage by reas n of such delay, and it is thereforq
agreed hat, subject to Eections 1. 13-1. 14, below, the
Contrac or will pay to t e City the sum of five hundred dollars
1
COD No. 2329 210
($500. 00 per day for eac and every calendar day' s delay bey nd
the time prescribed.
1. 1 .2 ❑ )check it applicable) In case the work called for
under this contract is not completed within the time limit
stipulated herein, the Ci y shall have the right as provided
hereinabDve, to extend the time of completion thereof. If the
time li 't be so extended the City shall have the right to
charge to the Contractor ind to deduct from the final payment
for the work the actual c st to the City of engineering,
inspection, superintenden a and other overhead expenses which
are directly chargeable to the contract and which accrue duri g
the period of such extens Lon, except that the cost of final
unavoidable delays shall iot be included in such charges.
1.2 Construction of Contract Documents. Contractor will
erform the Work in compliance with the plans and specifications
et forth in the attached Exhibit A. If there is any inconsistency
r con lict between th plans and the specifications, the
pecifi ations will prevail. If there is any inconsistency between
he plans and the specifications and this agreement, the te=5 of
this Ag eement shall prevail, unless expressly stated otherwise in
particular specificatio .
1. Contractor £urn shed items. Contractor will furnish all
ecessa y labor, materials, tools, equipment, and transportation
ecessa y to perform the Work.
1. d SB 854 requirements
1. . 1 No contractor or subcontractor may be listed qn a
bid proposal for a public works project unless registered wi h
the Department of Industrial Relations pursuant to Labor Cod
section 1725. 5 [with limited exceptions from this requiremen
for bid purposes only under Labor Code section 1771. 1 (a) ] .
1. .2 No contractor or subcontractor may be awarded a
ontrac for public work on a public works project unless
egiste ed with the Depa tment of Industrial Relations pursuant
o Labo Code section 1725. 5.
1. . 3 This prof ct is subject to compliance monitoring
nd enf rcement by the D partment of Industrial Relations .
1. . 4 The Laboi Commissioner through the Division f
abor S andards Enforcem nt (DLSE) may at any time require
ontrac ors and subcontractors to furnish electronic certifi d
2
COO No. 2329-210
payroll -ecords directly c DLSE. All contractors and
s bcontr ctors must furni h electronic certified payroll records
d rectly to the DLSE.
1.9 5 The Prime ontractor is required to post job
n tices at the job site a prescribed by regulations (currently,
8 CCR §1 451 (d) . )
1.5 Use £ SmployOes.
1.5. 1. Contr ctor and any subcontractors shall pay
all mechanics and laborers employed by them to work upon the site
of the work unconditionally and without subsequent deductions or
rebate on any account the full amounts due at the time of payment
at wage rates not less --han those contained in the applicable
prevailing wage determination, regardless of any contractual
latio ship which may be alleged to exist between the Contractor
and subcontractors and su h laborers and mechanics.
1. 5.2. Contractor shall comply with the California
labor C de Section 1775. In accordance with said Section 1775,
Contractor shall forfeit as a penalty to the City, $50.00 for each
calendai day or portion thereof, for each workman paid less than
he stipulated prevailinc rates for such work or craft in which
such wo kman is employed for any work done under the Contract by
im or ler or by any sub ontractor under him or her in violation
f the Irovisions of the Labor Code and in particular, Labor ode
ection 1770 to 1780, i lusive. In addition to said penalt y�and
pursuan to Section 1775 the difference between such stipulated
prevail ng wage rates and the amount paid to each workman for each
calendai day or portion hereof for which each workman was paid
less thin the stipulated prevailing wage rate shall be paid to
each workman by the Contractor.
1. 5.3. Pursuant to the provision of Section 1770 of
he Lab r Code of the State of California, City has ascertained
he general prevailing rate of wages (which rate includes employer
ayment for health and welfare, vacation, pension and similar
urpose ) applicable to the work to be done, for straight time
ork. The holiday wage rate listed shall be applicable to all
)oliday3 recognized in tie collective bargaining agreement ol the
articu ar craft, classification, or type of workers conce ned.
opies f the General Prevailing Wage Determination are on fi e in
he off Lee of the City En ineer and are available to the Contr ctor
3
COU No. 2324 210
o request. The Contractor shall post the wage determination at
tie site of work in a prom Lnent place where the workers can easily
see it.
1.5. 4. City will not recognize any claim for
addition 1 compensation be ause the Contractor has paid any rati in
excess of the prevailing wage rate obtained from the City Engin er.
The possibility of wage ncreases is one of the elements tc be
considered by the Contract r in determining his or her bid and iill
n t in any circumstances be considered as the basis for a c aim
a ainst he City.
1. 5.5. Travel and Subsistence Payments.
Contractor shall make travel and subsistence payments to
each wol ker needed to a ecute the work in accordance with the
requiremsnts in Section 773.8 of the Labor Code (Chapter80,
Statutes of 1968) .
1.5. 6. Apprentices.
Attention is directed to the provisions in Sections
1777. 5 lChapter 1411, Sta utes of 1968) and 1777 . 6 of the
Califor is Labor Code con erning the employment of apprentice
by the ontractor or any subcontractor under him. Contractor nd
any sub ontractor under him or her shall comply with the
requirements of said sections in the employment of apprentices.
Information relative to apprenticeship standards,
age sc edules and other requirements may be obtained from the
Directoi of Industrial Relations, ex officio the Administrator
f Appr nticeship, San F ncisco, California, or from the
ivisio of Apprenticeship Standards and its branch offices.
Copies of Labor Code Sec ions 1771 (requiring prevailing we es) ,
1775 (imposing penalties , including a $50 per day, per worker
forfeiture, for failure to pay prevailing wages) , 1776 (requiring
contrac or to maintain a ailable for inspection certified pa roll
ecords , 1777 .5 (requiring certain apprenticeship programs) , 1813
imposi g penalties for failure to make records available for
nspect on) and 1815 (requiring time and ;i for overtime) are
vailab e at the Department of Industrial Relations website at
ittp: //aww.dir. ca.gov/
4
COU No. 232,-�210
1.6 CITY Inspector. TY may designate an architect, engineer,
o her d sign professions or other inspector ("Inspector") to
s pervis and/or inspect Contractor' s performance of the Work. The
Iispector shall have no authority to change the Work, the
ccmpensa ion for performing the Work or the time for completing the
Work wit out City's prior written approval. City shall notify the
Contractor in writing, if 't designates an Inspector.
1.7 Site Conditions. Contractor acknowledges that it has
inspectel the work site ani any improvements involving the Work and
satisfie itself as to the conditions which can affect the Wor or
its cost. Contractor has not relied. on any representation by ITY
or its o ficers or employe Ds as to the condition of the site or the
houses or any condition that might affect the cost of perfo ing
this Agr ement.
1.6 New Products Required. All equipment, materials or
fixtures furnished by Contractor under this Agreement shall be new
and of he most suitable grade for the intended purpose, unless
otherwise specifically provided.
1.5 Compliance wlti Laws. The Contractor shall give all
notices and comply with all applicable laws, ordinances, c Jes,
rules and regulations. T e Contractor shall secure and pay for all
permits, fees, and licenses necessary for the proper execution and
gomplet'on of the work.
1. 0 Protection of Site and Improvements. The Contr ctor
hall preserve and protect the site, grounds and any involved
improvements and shall not alter or damage any portion thereof,
except i s is absolutely necessary in order to perform the Work. The
Contrac or shall repair or replace, as directed by CITY, any
ropert that it damages, looses or destroys in violation of this
aragra kh. Contractor hall assume full responsibility for
aintai king the safety of the worksite in compliance with all
pplica le state and federal worker safety and protection laws and
hall maintain the worksi e in compliance with all such laws.
1. Ll Inspection of Work. The Contractor shall ensure that
he Work is available fo inspection by CITY or its Inspector at
11 reasonable times and that no work is covered up or rendered
5
COU No. 2324-210
i capabl of inspection 4ithout prior notice to CITY or its
Ir spectoi and a reasonable pportunity for inspection. The presence
o absen a of an CITY insp ctor or the conduct of an inspection by
C TY or its Inspector sh 1 not relieve the Contractor from any
c ntract requirement or co pliance with Exhibit A.
1.12 Title. The Con ractor warrants that it conveys full and
complete title, free of al liens and encumbrances, to all mater als,
supplies fixtures and a uipment furnished to CITY under this
Agreemen and agrees to fully defend and indemnify CITY, its
officers and employees, a d the houses and homebuyers included in
to Wor from and agains any claim, lien, charge, debt, c st,
e pense r liability arisi g from a breach of said warranty.
1.13 warranties. In addition to any other warranties in this
c ntract the Contractor warrants that the Work conforms to the
contract requirements anc is free of any defect in equipment,
material or workmanship for a period of one year from the date of
final a eptance of the W rk by CITY. If CITY accepts any part of
Io
e Wor before final act ptance of the entire Work, the warranty
all c ntinue for the p riod of one year from the date of such
rtial cceptance. The Co tractor shall remedy, at the Contractor' s
pense, any failure to conform, or any defect. [Initial if
llowi g sentence applie /_/ / /] CITY shall retain % of the
ntrac Amount to secure he Contractor' s warranty and shall remit
the unused portion of that amount at the end of the warranty period.
The time limit of this war anty shall not apply to any latent defects,
or grosE negligence or fraud on the part of the Contractor.
1.14. Extension of T
�hould any delays occur w ich the City may consider unavoidabl as
herein efined, the Con ractor shall, pursuant to his or her
her
applica ion, be allowed extension of time proportional to said
delay o delays, beyond the time herein set forth, in which to
complet this contract; aid liquidated damages for delay shall not
be charged against the C ntractor by the City during an extension
of time granted because o7 unavoidable delay or delays.
y cla m by Contractor Jor a time extension based on unavoidable
elays hall be based on uritten notice delivered to the City within
5 days of the occurrent a of the event giving rise to the claim.
Failure to file said writ en notice within the time specified shall
onstit to a waiver of sa d claim. Notice of the full extent of the
6
COU No. 2324-210
claim and all supporting d to must be delivered to the City within
4 days f the occurrence unless the City specifies in writing a
longer p riod. All claims or a time extension must be approved by
tILe City and incorporated nto a written change order.
1.1 . Unfavorable Neabher and Other Conditions.
D ring favorable weathe and other conditions, the Contra for
s all pursue only such portions of the work as shall not be damaged
hereby. No portions of he work whose satisfactory quality or
efficiency will be affected by any unfavorable conditions shall be
construe ed while these conditions remain, unless, by special means
or pieca tions approved b the City, the Contractor shall be ble
to overc me them.
Tie Cont actor shall be gr nted a time extension of one day for each
u favors le weather day hat prevents him or her from placing
concrete forms or placing and finishing concrete or asphalt concrete.
Such un avorable weather day is defined as a rain day where
precipitation prevents the contractor from performing the work more
than four (4) continuous hours within the authorized work period or
temperature day where the ambient temperature is below that
ecifi for the placeient of materials associated with the
controlling work item for more than four (4) continuous work hours
f the authorized work pe iod.
1.36. Saturday, SundLy. Holiday and Night Work.
o work shall be done bet een the hours of 6 p.m. and 7 a.m. , nor
n Satu days, Sundays or legal holidays except such work a3 is
ecessa y for the proper care and protection of work already
erformE d, or except in cz sea of absolute necessity and in any case
my with the permission f the City.
It is u derstood, however that night work may be established as a
regular procedure by the ontractor if he or she first obtains the
written permission of the City and that such permission may be
revoked at any time by the City if the Contractor fails to maintain
t nigh adequate force and equipment for reasonable prosecution
nd to ustify inspection of the work.
1. 7. Hours of Labor.
ight ( ) hours of labor shall constitute a legal day's work and
he Contractor or any sub ontractor shall not require or permit more
han ei ht hours of labor in a day from any person employed b him
7
COU No. 2324-210
of her im the performance of the work under this contract, unless
paying c mpensation for a 1 hours worked in excess of eight I (8)
hours pe day at not less than 1 h times the basic rate of pay.
The Cent actor shall forte t to the City, as a penalty, the sum of
t enty-f ve dollars ($25. 0) for each workman employed in the
e ecutio of the contract by him or her or by any subcontractor,
for eact calendar day d1iring which such laborer, workman, or
mechanic is required or permitted to labor more than eight hours in
vLolation of the provisio s of Section 1810 to 1816, inclusive,
(Article 3, Chapter 1, Par 7, Division 2) of the Labor Code of the
S ate of California and an acts amendatory thereof.
2, CONTRACT PRICE
CIT shall pay the Co tractor for performance of this Agreement
time and materials with a total not to exceed amount of $13 00 .
3, pAIMENT OF CONTRACT PRICE
3. 1 City shall pay an invoice for completed work, and approved
by the City, within thirt (30) days of its receipt by City. All
payments under this contract shall be made upon the presentatioa of
ertifi tes in writing f om the City and shall show that the dork
overed by the payments hZLs been done and the payments thereof are
ue in accordance with th s contract.
4. INIEbMIFICATION AND INSURANCE.
4.1 Indemnification The Contractor shall do all of the work
and fur dish all labor, materials, tools and appliances, excepIt as
otherwilce herein expressly stipulated, necessary or proper for
performing and completing the work herein required in the manner
and wit in the time herein specified. The mention of any specific
duty or liability imposed upon the Contractor shall not be construed
s a limitation or restriction of any general liability or duty
imposed upon the Contractor by this contract, said reference to any
specifix duty or liability being made herein merely for the purpose
of explanation.
The rig t of general su rvision by the City shall not make the
Contrac or an agent of the City and the liability of the Contractor
for all damages to person or to public or private property, arising
from th Contractor' s execution of the work, shall not be lessened
8
COU No. 2324- 10
be cause c f such general sul ervision.
U til th completion and final acceptance by the City of all the
work and r and implied by this contract, the work shall be under
the Cont actor's responsib a care and charge. The Contractor shall
rebuild, repair, restore and make good all injuries, damages, re-
e,-ections and repairs, occasioned or rendered necessary by causes
o any nature whatsoever, excepting only acts of God and none other,
t all o any portions of he work, except as otherwise stipulared.
To the f llest extent pe ' tted by law, Contractor shall indemnify
aid hold harmless the City and its officers, directors, agents, Iand
employee employee3 from and against all claims, damages, losses and expe ses
i cludin but not limited o attorneys' fees, costs of suit, ex ert
witness fees and expenses and fees and costs of any necessary private
i vestig tors arising out of or resulting from the performance of
Me work provided that anj such claim, damage, loss or expense (1)
is attri utable to bodily injury, sickness, disease or death, or to
injury to or destruction f tangible property, other than the work
itself, including the loss of use resulting therefrom and (2) is
used ii whole or in part by any act or omission of the Contractor,
any sub ntractor, or anyone directly or indirectly employed by any
f them or anyone for #hose acts any of them may be liable,
regardless of whether or not it is caused in part by a party
indemnified hereunder, or by the negligence or omission of a party
indemnified herein.
n any and all claims a ainst the City or any of its agents or
employees by any employea of the Contractor, any subcontractor,
anyone irectly or indirectly employed by any of them, or anyone
or whose acts any of them may be liable, the indemnification
bligat on shall not be 1 mited in any way by any limitation or the
mount or type of damages, compensation or benefits payable hy or
or the Contractor or any subcontractor under workers' or workmen' s
compensation acts, disa ility benefit acts, or other employee
benefit acts. The obligiLtion to indemnify shall extend to and
nclude acts of the indemnified party which may be negligent or
missio s which may cause negligence.
The Cit shall have the r ght to estimate the amount of such damage
nd to cause the City to pay the same and the amount so paid for
such damage shall be de ucted from the money due the Contractor
nder t is contract; or tie whole or so much of the money due >r to
9
COU No. 2324-210
become die the Contractor iinder this contract as may be considered
necessar by the City, sh 11 be retained by the City until such
suits or claims for damages shall have been settled or otherwise
disposed of and satisfactory evidence to that effect furnished) to
the City.
4.2 Insurance. Contractor shall procure and maintain for
the dura ion of the contract insurance against claims for
iiijuries to persons or damages to property which may arise from
or in co nection with the performance of the work hereunder b
the Cont actor, his agent,- , representatives, employees or
s bcontr ctors.
4.2.1. Minimum scope of Insurance
Coverage shall e at least as broad as:
A. Insurance Services Office Commercial General
Liability mverage (Form No. CG 20 10 10 01 an
Commercial General Liability - Completed
Operations Form No. CG 20 37 10 01) .
B. Insurance 3ervices Office form number CA 0001 (Ed.
1/87) Covering Automobile Liability, code 1 (any
auto) .
C. Worker' s C nation insurance as required by the
State of California and Employer' s Liability
Insurance.
4 .2 .2 . Minimum imits of Insurance
Contractor shall maintain limits no less than:
A. General Lia ility: $2, 000, 000 per occurrence for
bodily injury, personal injury and property damage
including rationsproducts and complete
operations. If Commercial General Liability
Insurance or other form with a general aggregate
limit is us d, either the general aggregate limit
shall apply separately to this project/location or
the general aggregate limit shall be twice the
required occurrence limit. Insurance must be wr tten
on an occurrence basis.
B. Automobile iability: $2, 000, 000 per accident for
10
COU No. 2324- 10
bodily injury and property damage. Insurance must be
written on an occurrence basis .
C. Worker' s C mpensation Employer' s Liabili y:
$1, 000, 000 pei accident for bodily injury or disease.
4.2 .3. Deductibl s and Self-insured Retentions
y dedu tibles or self-i sured retentions must be declared t
a d approved by the City. The City may require the insurer to
reduce o eliminate such ceductibles or self-insured retentions
w th respect to the City, its officers, officials, employees and
v luntee s; or the Contractor to provide a financial guarante
s tis£ac ory to the City cuaranteeing payment of losses and
r lated investigations, claim administration and defense
e penses• or to approve t e deductible without a guarantee.
4.2 .4 . REQUIRED Insurance Provisions
Pr f of general li ility and automobile liability poli ies
a e to contain, or be an rsed to contain, the following
p ovisi s:
A. The City, it officers, officials, employees, and
volunteers are to a covered as ADDITIONAL. INSURED with
re pect to liability arising out of automobiles owned, leased,
hired or borrowed by or on behalf of the contractor; and with
re pect to liabili y arising out of work or operations
pe formed by or o behalf of the Contractor including
materials, parts or equipment, furnished in connection with
such work or operations. General liability coverage can be
provided in the for of an endorsement to the Contractor' s
insurance, or as a parate owner' s policy.
B. The workers' c nsation policy is to be endorsed with
a waiver o£ subroa tion. The insurance company, in its
an,
orsement, agrees to waive all rights of subrogation
ag inst the City, its officers, officials, employees and
vo unteers for losses paid under the terms of this policy
wh ch arises from the work performed by the named insured for
th City. NOTE: You cannot be added as an additional insured
on a workers' compe sation policy.
11
COU No. 2324- 10
C. For any claims re ated to this project, the Contracto ' s
insurance coverage shall be primary insurance with respect to
the 7ity, its officer , officials, employees, and voluntee s .
Any insurance or sel -insurance maintained by the City, its
officers, officials, employees, or volunteers shall be in
exc as of the Contrac or' s insurance and shall not contrib' te
witl it.
D. Each insurance p licy required by this clause shall be
endorsed to state t at coverage shall not be canceled by
eit er party, except after thirty (30) days' prior written
notice by certified nail, return receipt requested, has been
given to the City.
E. Note: (This protects the contractor) -Coverage shall not
extend to any indemni y coverage for the active negligence of
the additional insu ed in any case where an agreement to
ind mnify the addit onal insured would be invalid under
Sub ivision (b) of Section 2782 of Civil Code.
5. TERUNATION.
Thi3 Agreement may o ly be terminated by City: 1) for br ach
of theagreement; 2) beca se funds are no longer available to pay
Contract Dr for services provided under this Agreement; or 3) City
has abandoned and does no wish to complete the project for which
Contract Dr was retained. City shall notify Contractor of any
alleged oreach of the agr ement and of the action required to cure
the brea h. If Contractor fails to cure the breach within the time
specifie J in the notice, t is contract. shall be terminated as of that
time. I terminated for lack of funds or abandonment of the project,
tlhe contract shall termin to on the date notice of termination is
given to Contractor. City shall pay the Contractor only for services
Mess
and expenses incurred as of the effective termination date,
Mess terminated because the Contractor has failed ) to
satisfactorily cure a brea h after notice in which event City shall:
a. retain any amounts earned under the Contract but not yet
aid by City;
b. take possession of all material and fixtures on the job
site;
12
COU No. 2324- ? 10
c. have the right to complete the Work and recover f rom
C ntract r any increased c t to complete the Work above the amounts
tl at wou d have been paid to Contractor hereunder, together with
a y othei damages suffered by City as a result of said breach.
6 MOD FIOATION OF
Cit may, from time t time, request changes in the Work, the
t me to omplete the work or the compensation to be paid for the
W rk. Su h changes must ba incorporated in written amendmentE to
t is Agr ement. To be of ective, all such changes as referre to
in this section must be agreed upon in writing by both parties to
this agr ement.
7. ASSIGNMENT.
The Contractor shall of assign any interest in this Agreement,
and sha 1 not transfer ny interest in the same (whether by
a�ssignme t or novation) , without the prior written consent of City.
S. APELICRTION OF LANE.
ThE parties hereby 2gree that all applicable Federal, State
nd loc 1 rules, regulati ns and guidelines not written into this
Agreeme t shall hereby pr vail during the period of this Agreement.
9. nu EPENDBNT
It is the express i tention of the parties hereto that Con-
tractor is an independen contractor and not an employee, tint
venture , or partner of City for any purpose whatsoever. City hall
ave no right to, and shall not control the manner or prescribe the
lethod f accomplishing t ose services contracted to and performed
y Cant actor under this %greement, and the general public and all
overnmental agencies regi lating such activity shall be so info Imed.
TM se provisions oJ this Agreement that reserve ultimate
uthori y in City have been inserted solely to achieve compliance
rth fe eral and state laws, rules, regulations, and interpretations
hereof. No such provisions and no other provisions of this
13
COU No. 2324- 10
Acreemen shall be interpreted or construed as creating or
eEtablis ing the relation hip of employer and employee between
Contractor and City. -
Coni ractor shall pay all estimated and actual federal ands ate
income add self-employment taxes that are due the state and federal
governmei t and shall furnisa and pay worker' s. compensation insurance,
umemployment insurance and any other benefits required by law for
himself And his employees, if any. Contractor agrees to indemnify
aid hold City and its offi ers, agents and employees harmless from
and against any claims cr demands by federal, state or local
g vernme t agencies for an i such taxes or benefits due but not paid
by Contr ,ctor, including the legal costs associated with defending
against iny audit, claim, Jemand or law suit.
Con ractor warrants and represents that it is a properly
1' censed for the work performed under this Agreement with a ub-
is antial investment in it business and that it maintains its own
o fices and staff which it will use in performing under his
Agreemen .
This Agreement shall a governed by and construed in accord nce
ith th laws of the St to of California and any legal action
concerning the agreement must be filed and litigated in the proper
ourt A Mendocino Count , each party consenting to jurisdiction
nd ven e of California state courts in Mendocino County.
11. SO 7AWILITY.
If any provision of the Agreement is held by a court of com-
etent 'urisdiction to e invalid, void, or unenforceable, the
emaini g provisions shal nevertheless continue in full fore and
ffect Without being impa red or invalidated in any way.
12 . GRATION.
Th s Agreement, i luding the exhibits attached hereto,
ontain the entire agre ent among the parties and supersedes all
xior and contempora ous oral and written agreements,
nderst tidings, and representations among the parties. No
mendme is to this Agree aent shall be binding unless executed in
14
COU No. 2329- 10
w iting hy all of the parties.
1 . m7m ER.
l l
No aiver of any of t e provisions of this Agreement she be
df emed, or shall constitute a waiver of any other provision, nor
stall any waiver constitute a continuing waiver. No waiver shall
b bindir g unless executed n writing by the party making the waiN er.
1 NOT -CES.
Whe ever notice, paym nt or other communication is required or I
p rmitted under this Agreement, it shall be deemed to have been i
given wh n personally delivered, emailed, or deposited in the Un ted
S. ates nail with properfirst-class postage affixed thereto and
addressei as follows:
CONTRRCTDR CITY
Steven .minez City of Ukiah
Redwood Electrical Services 300 Seminary Ave.
5766 Bear Ln. Ukiah, CA. 95482
illits, CA. 95490
ither jerty may change tie address to which notices must be sent
y providing notice of that change as provided in this paragra h.
5. pAEAGRAPH HEADINGS.
The paragraph headings contained herein are for convenience
and reference only and are not intended to define or limit the scope
f this agreement.
6. EECCUTION OF AGREEMENT.
This Agreement may a executed in duplicate originals, each
earing the original si nature of the parties . Alternatively,
his Ag eement may be executed and delivered by facsimile or other
lectro is transmission, and in more than one counterpart, each of
15
COU No. 2324-210
which sh 11 be deemed an o liginal, and all of which together shall
constitute one and the sam instrument. When executed using either
alternative, the executed agreement shall be deemed an original
admissib e as evidence in any administrative or judicial
proceedi g to prove the terms and content of this Agreement.
WHE EFORE, the partieshave entered this Agreement on the date
first wr t above.
CONT CITY OF UKIAH
B, By.57-`
Y� Sage Sangiacomo
City Manager
California Contractor' s License Number ZS-5-6 [Number or N/A]
16
Exhibit A
L Proposal
Redwood Electrical rvices
299 HWY 20 unit A
Willits CA 95490
Neme/Add
city of Ukiah
Date Es innate No. Project
04/22/24 16
Item Description Total
01 Electrical Job Loc tion ; 13.000.00
sew Quality I n Ukiah
1050 S. tate
Repairs up grade electrical service
Removeover head wires and relace o underground feed.
R.E.S. Electric to;
-Install wire pull Section for utility ervice entrance wires.
-reloca ion of one small a/c load ter and some lighting timers
-Install ire trough and Nipples toe siting Meter Main Panel
City of kiah to disconnect,new wi pull and reconnect.
0.00
Sales T.
Total $13,000.00