Loading...
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