HomeMy WebLinkAbout _ 4.6(a)--Approve Amendment with North State Security, Inc. for Security Services � � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: January 21, 2025 FROM: Travis Menne, Director of
ITElVI NO. 4.6(a) Community Services
***APPROVED BY***
� ��" �� Nri����� k?�,� _ � �,, a,,.�
���v� �
,
Tram=is ra�nc�,� �rt�c r��`�irii�'unit�.`"ae���ices 1,`�),f?t1�� rS' �P�it�,C�i ��t t' �f��i;'2{}?w
tmenne@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.6(a)--Approve Contract Amendment to North State Security, Inc., for Security
Services
Recommendation
Approve and Authorize the following:
(1) Approve the Second Amendment to Contract(C-9967) (Second Amendment} with North
State Security, Inc. modifying the private security services scope of work to exclude the
Redding Area Bus Authority from the terms and scope of services with North State
Security, Inc conditioned upon the RABA Board of Directors approval of a new security
contract; and
(2) Authorize the City Manager, or designee, to execute the Second Amendment.
Fiscal Impact
Funds for the City of Redding's (City} Consulting and Professional Services Contract, C-9967,
(Contract) for security services were included in the Fiscal Year 2023-25 Biennial Budget for the
respective departments. Removing the Redding Area Bus Authority (RABA) facilities security
scope of work from the contract will not impact the General Fund.
Alternatives Action
The City Council (Council) could choose not to allow RABA to be removed from the City's
current contract with North State Security (NSS) which would be a continuation of their current
services, or provide staff alternate direction.
Backg�ound
Since May 2023, the City has contracted with NSS for security services at vaY-ious sites
throughout the City. RABA participates in the City's contract, making up a substantial portion of
the scope of work. With recent changes to Federal Transit Administration (FTA) requirements
regarding public transportation safety, including the new General Directive 24-1: Required
Actions Regarding Assaults on Transit Workers, and the updated requirements in the Public
Report to Redding City Council January 15,2025
Re: 4.6(a)--Approve Amendment with North State Security, Inc.for Security Services Page 2
Transportation Agency Safety Plans regulation (49 CFR Part 673), RABA requires a substantial
alteration of services and an expansion of its scope of work to ensure the safety and protection of
its employees, passengers, and federal funded assets.
In response to the scope of work modifications, RABA issued a request for quotes from security
firms and intends to present to the RABA Board of Directors a request to award a new security
contract on January 27, 2025 to meet the intent of the recently adopted FTA requirements.
Per the City's contract with NSS, a change in the scope of work amounting to more than ten
percent of the total contract value requires Council approval. RABA's scope exceeds that
threshold at total of approximately $127,000 annually. Staff drafted a Second Amendment that is
approved by the City Attorney that will exc]ude RABA from the current contract. If the changes
are authorized, NSS will continue to provide services to other City-owned facilities through June
30, 2025. The contract includes options for extension as well. With Council's approval of the
amendment and the RABA Board of Directors approval of a new security contract, staff will
provide a 30-day notice to NSS prior to discontinuing services.
Environmental Review
This action is not a project within the meaning of the California Environmental Quality Act
Guidelines §§ 15378 and 15061(b)(3) as it proposes an organizational structure change that will
not result in any direct or indirect physical change in the environment.
Council P�^iority/City Manage� Goals
• Budget and Financial Management — "Achieve balanced and stable 10-year Financial
Plans for all funds."
• Public Safety— "Work to improve all aspects of public safety to help people feel secure
and safe where they live, work, and play in the City of Redding."
Attachments
North State Security Contract (C-9967)
C-9967 lst Amendment NSS
July 18, 2023 No. 5370 Bid Schedule Award Staff Report
Bid Tab
G9967 EXHIBIT A-1 NSS
C-9967 2nd Amendment-NSS Inc
C-9967 2024-2025 COR- Exhibit B-2 price sheet NSS
CITY OF REDDING
CONSULTING AND PROFESSIONAL SERVICES
CONTRACT WITH NORTH STATE SECURITY,
INC.
THIS CONTRACT is made at Redding, California, by and between the City of
Redding ("City"), a municipal corporation, and North State Security, Inc.
("Consultant") for the purpose of providing security services at various City
locations.
WHEREAS, City does not have sufficient personnel to perform the services
required herein thereby necessitating this Contract for personal services.
NOW, THEREFORE, the P a r t i e s covenant and agree, for good consideration
hereby acknowledged,as follows.
SECTION 1. CONSULTANT SERVICES
A. Subject to the terms and conditions set forth herein, Consultant shall provide to
the City services at the times places, and manner set forth in Exhibit A, attached
and incorporated herein. Consultant shall comply with all federal requirements as
set forth in Exhibit C, attached and incorporated herein. Prior to commencement
of work, Consultant shall execute and deliver to the City all the
certifications/assurances set forth in Exhibits D through H, attached and
incorporated herein.
B. Consultant shall provide alarm response Monday through Friday between the
hours of 5:00 p.m. and 7:00 a.m. and on Saturday, Sunday, and holidays on a
24-hour basis at a rate of$26.70 per alarm response for the following locations:
a. City Hall
b. Stillwater Wastewater
c. Clear Creek Wastewater
d. Redding Aquatic Center including Caldwell Park Recreation Hall
e. 1250 Parkview Avenue(Old Recreation Of�ce)
£ Martin Luther King Center
SECTION 2. COMPENSATION AND REIlVIBURSEMENT OF COSTS
A. City shall pay Consultant for services rendered pursuant to this Contract, at
times and in the manner set forth in Exhibit B, attached and incorporated
herein. This sum includes all incidental expenses incurred by Consultant that
are reasonably associated with the provision of the services under this
Contract. The payments specified herein shall be the only payments to be
made to Consultant for services rendered pursuant to this Contract.
B. Consultant shall submit monthly invoices to City for work completed to the
date of the invoice. All invoices shall be itemized to reflect the employees
performing the requested tasks, the billing rate for each employee and the
hours worked.
Consulting and Professional Services Contract [New June 2023] Page 1
C. All correct, complete and undisputed invoices sent by Consultant to City
shall be paid within thirty (30) calendar days of receipt.
SECTION 3. TERM AND TERMINATION
A. Consultant shall commence work on or about August 1,2023, and the Contract shall expire
on July 31, 2025. Time is of the essence. The Contract term may be renewed and signed
on behalf of the City by the Director of Community Services for up to three(3)consecutive
one (1) year periods through July 31, 2028 at a price to be negotiated and agreed upon by
both parties.
B. If Consultant fails to perform its duties to the satisfaction of City, or if consultant fails to
fulfill in a timely and professional manner its obligations under this Contract, then City
shall have the right to terminate this Contract effective immediately upon City giving
written notice thereof to Consultant. If termination pursuant to this subdivision is given to
Consultant and a court of law later determines that the Consultant was not in default or the
default was excusable, then notice of termination provided for in this termination shall be
deemed to have been given without cause pursuant to Subdivision C of this Section.
C. Either Party may terminate this Contract without cause on thirly(30}calendar days'written
notice.
D. Consultant hereby acknowledges and agrees that the obligation of City to pay under this
Contract are contingent upon the availability of City's funds which are appropriated or
allocated by the City Council. Should the funding for the project andlor work set forth
herein not be appropriated or allocated by the Council,City may terminate this Agreement
by furnishing at least (30) calendar days'written notice of its intention to terrninate. In the
event of a tennination pursuant to this subdivision, Consultant shall not be entitled to a
remedy of acceleration of payments due over the term of this Agreement. The Parties
acknowledge by Article 16, Section 18, of the California Constitution, and that
constitutional provision supersedes any law,rule,regulation or statute which conflicts with
the provisions of this Section. In the event that City gives notice of termination,Consultant
shall promptly provide to City any and all finished and unfinished reports, data, studies,
photographs,charts or other work product prepared by Consultant pursuant to this Contract.
City shall have full ownership, including, but not limited to, intellecri�al property rights,
and control of all such finished and unfinished reports, data, studies, photographs, charts
or other wark product.
E. In the event that City terminates the Contract, Ciry shall pay Consultant the contracted rate
for services rendered by Consultant pursuant to this Contract;provided,however, that City
shall not in any manner be liable for future lost profits which might have been made by
Consultant had Consultant completed the services required by this Contract.
F. In no event shall the termination or expiration of this Contract be construed as a waiver of
any right to seek remedies in law, equity or otherwise for a Party's failure to perform each
obligation required by diis Contract.
Consulting and Professional Services Contract [New June 2023] Page 2
G. Upon tennination or other expiration of the contract, each party will assist the other party
in orderly termination of the contract and the transfer of all assets, tangible and intangible,
as may facilitate the orderly, non-disrupted business continuation of each party.
SECTION 4. MISCELLANEOUS TERMS AND CONDITIONS OF CONTRA T
A. City shall make its facilities accessible to Consultant as required for Consultant's
performance of its services under this Contract, and, upon request of Consultant, provide
labor and safety equipinent as required by Consultant for such access.
B. Pursuant to the City's business license ordinance, Consultant shall obtain a City business
license prior to commencing work.
C. Consultant represents and warrants to City that it has all licenses, permits, qualifications
and approvals of any nature whatsoever that are legally required for Consultant to practice
its profession. Consultant represents and warrants to City that Consultant shall, at its sole
cost and expense, keep in effect or obtain at all times during the term of this Contract any
licenses, permits and approvals that are legally required for Consultant to practice its
profession.
D. Consultant shall, during the entire term of this Contract, be construed to be an independent
contractor and nothing in this Contract is intended, nor shall it be construed, to create an
employer/employee relationship, association,joint venture relationship, trust or partnership or
to allow City to exercise discretion or control over the professional manner in which Consultant
performs under this Contract;provided,however,that the services to be provided by Consultant
shall be provided in a manner consistent with the professional standards applicable to such
services. The sole interest of City is to ensure that services are rendered and performed in a
competent,efficient and satisfactory manner. Consultant shall be fully responsible for payment
of all taxes due to the state and federal governments. City shall not be liable for deductions for
any amount for any purpose relating to Consultant's compensation. Consultant shall not be
eligible for coverage under the City's workers'comperisation insurance plan,benefits under the
Public Employee Retirement System or be eligible for any other City benefit.No party shall be
the agent of,or have a right or power to bind,the other Party without its express written consent.
E. No provision of this Contract is intended to,or shall be for the benefit of, or construed to create
rights in, or grant remedies to, any person or entity not a party hereto.
No portion of the work or services to be performed under this Contract shall be assigned,
transferred, conveyed or subcontracted without the prior written approval of City. Consultant
may use the services of independent contractors and subcontractors to perform a portion of its
obligations under this Contract with the prior written approval of City. Independent contractors
and subcontractors shall be provided with a copy of this Contract and Consultant shall have an
affirmative duty to assure that said independent contractors and subcontractors comply with the
same and agree to be bound by its terms. Consultant shall be the responsible party with respect
to all actions of its independent contractors and subcontractors, and shall obtain such insurance
and indemnity provisions from its contractors and subcontractors as City's Risk Manager
shall determine to be necessary.
F. Consultant, at such times and in such form as City may require, shall furnish City with such
periodic reports as it may request pertaining to the work or services undertaken pursuant to
Consulting and Professional Services Contract [New June 2023] Page 3
this Contract, the costs or obligations incurred or to be incurred in connection therewith,
and any other matters covered by this Contract.
G. Consultant shall maintain accounts and records, including personnel, property and financial
records,adequate to identify and account for all costs pertaining to this Contract and such other
records as may be deemed necessary by City to assure proper accounting for all project funds.
These records shall be made available for audit purposes to state and federal authorities or any
authorized representative of City. Consultant shall retain such records for three (3) years after
the expiration of this Contract,unless prior permission to destroy them is granted by City.
H. Consultant shall perform all services required pursuant to this Contract in the inanner and
according to the standards observed by a competent practitioner of Consultant's profession. All
products of whatsoever nature which Consultant delivers to City pursuant to this Contract shall
be prepared in a professional manner and conform to the standards of quality normally observed
by a person practicing the profession of Consultant and its agents, employees and
subcontractors assigned to perform the services contemplated by this Contract.
I. All completed reports and other data or documents, or computer media including diskettes,
and other materials provided or prepared by Consultant in accordance with this Contract are
the property of City, and may be used by City. City shall have all intellectual properry rights
including, but not limited to, copyright and patent rights, in said documents, computer media,
and other inaterials provided by Consultant. City shall release, defend, indemnify and hold
harmless Consultant from all claims, costs, expenses, damage or liability arising out of or
resulting from City's use or modification of any reports, data, documents, drawings,
specifications or other work product prepared by Consultant, except for use by City on those
portions of the City's project for which items were prepared.
J. Consultant, including its einployees, agents, and subconsultants, shal l not inaintain or acquire
any direct or indirect interest that conflicts with the performance of this Contract. Consultant
shall comply with all requirements of the Political Reform Act (Government Code § 8100 et
seq.)and other laws relating to conflicts of interest,including the following: 1)Consultant shall
not make or participate in a decision made by City if it is reasonably foreseeable that the
decision may have a material effect on Consultant's economic interest, and 2)if required by the
City Attorney, Consultant shall file financial disclosure forms with the City Clerk.
K. Consultant shall follow the federal contract requirements set forth in Exhibit C, attached
and incorporated herein.
SECTION 5. INSURANCE
A. Unless modified in writing by City's Risk Manager, Consultant shall maintain the
following noted insurance during the duration of the Contract:
Covera�e Required Not Required
Commercial General Liability X
Com rehensive Vehicle Liabili X
Workers'Compensation and Employers' Liability X
(Place an "x" in the appropriate box)
Consulting and Professional Services Contract [New June 2023] Page 4
B. Coverage shall be at least as broad as:
1. Insurance Services Office form number CG-0001, Commercial General Liability Insurance, in an
amount not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily injury,
personal injury and property damage;
2. Insurance Services Office fortn number CA-0001 (Ed. 1/87), Comprehensive Automobile Liability
Insurance, which provides for total limits of not less than $1,000,000 combined single limits per
accident applicable to all owned, non-owned and hired vehicles;
3. Statutory Workers' Coinpensation required by the Labor Code of the State of California and
Employers' Liability Insurance in an amount not less than $1,000,000 per occurrence. Both the
Workers' Compensation and Employers' Liability policies shall contain the insurer's waivers of
subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers;
4. Professional Liability(Errors and Omissions) Insurance, appropriate to Consultant's profession, against
loss due to error or omission or malpractice in an amount not less than$1,000,000.
C. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its
elected officials,officers,employees,agents and volunteers;or the Consultant shall procure a bond guaranteeing
payment of losses and related investigations,claims administration and defense expenses.
D. The Cominercial General Liability Insurance shall contain or be endorsed to contain the following
provisions:
1. City, its elected officials, officers, employees, and agents are to be covered as additional insured
as respects liability arising out of work or operations performed by or on behalf of Consultant;
premises owned, leased or used by Consultant; or automobiles owned, leased, hired or borrowed
by Consultant. The coverage shall contain no special limitations on the scope of protection
afforded to City,its elected officials, officers, employees, agents and volunteers.
2. The insurance coverage of Consultant shall be primary insurance as respects City, its elected
officials, officers, employees, agents and volunteers. Any insurance or self-insurance maintained
by City, its elected officials, officers, employees, agents and volunteers, shall be in excess of
Consultant's insurance and shall not contribute with it.
3. Coverage shall state that the insurance of Consultant shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.
4. Each insurance policy required by this Contract shall be endorsed to state that coverage shall not be
canceled except after thirty (30) calendar days' prior written notice to City. In addition, Consultant
agrees that it shall not reduce its coverage or limits on any such policy except after thirty(30)calendar
days' prior written notice has been given to City.
5, Endorsements should be provided on standard ISO forms appropriate to job. Primary and Additional
Insured endorsements must be provided and are separate from the certificate.
E. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A-VII.
F. Consultant shall designate the City of Redding as a Certificate Holder of the insurance. Consultant shall furnish
City with certificates of insurance and original endorsements affecting the coverages required by this clause.
Consulting and Professional Services Contract[New June 2023] Page 5
Certi�cates and endorsements shall be furnished to: Risk Management Department of Redding, 777 Cypress
Avenue, Redding, CA 96001. The certificates and endorsements for each insurance policy are to be signed by
a person authorized by the insurer to bind coverage on its behalf. All endorsements are to be received and
approved by the City's Risk Manager prior to tl�e commencement of contracted services. City may withhold
payments to Consultant if adequate certificates of insurance and endorsements required l�ave not been provided,
or not been provided in a timely manner.
G. The requireinents as to the types and limits of insurance coverage to be maintained by Consultant as required
by Section 5 of this Contract, and any approval of said insurance by City, are not intended to and will not in
any manner liinit or qualify the liabilities and obligations otherwise assumed by Consultant pursuant to tl�is
Contract,including, without limitation,provisions concerning indeinnification.
H. If any policy of insurance required by this Section is a "claims made" policy, pursuant to Code of Civil
Procedure§ 342 and Government Code§ 945.6, Consultant shall keep said insurance in effect for a period of
eighteen(18) inonths after the termination of this Contract.
I. If any damage, including death,personal injury or property damage,occurs in connection with the performance
of this Contract, Consultant shall immediately notify City's Risk Manager by telephone at(530)225-4068. No
later than three(3)calendar days after the event,Consultant shall submit a written report to City's Risk Manager
containing the following information, as appiicable: 1) name and address of injured or deceased person(s); 2)
name and address of witnesses; 3) name and address of Consultant's insurance company; and 4) a detailed
description of the damage and whether any City property was involved.
SECTION 6. INDEMNIFICATION AND HOLD HARIVILESS
A. Consistent with California Civil Code § 2782.8, when the services to be provided under this Contract are
design professional services to be performed by a design professional, as that term is defined under Section
2782.8, Consultant shall, to the fullest extent permitted by law, indemnify protect, defend and hold harmless,
City, its elected officials, officers, Employees, and agents, and each and every one of them, from and against
all actions, damages, cost, liability, claims, losses, penalties and expenses (including, but not limited to,
reasonable attorney's fees of the City Attorney or legal counsel retained by City, expert fees, litigation costs,
and investigation costs)of every type and description to which any or all of them may be subjected by reason
of, or resulting from, directly or indirectly, the negligence, recklessness, or willful misconduct of Consultant,
its officers, employees or agent in the performance of professional services under this Contract, except when
liability arises due to the sole negligence, active negligence or misconduct of the City.
B. Other than in the performance of professional services by a design professional,which is addressed solely by
subdivision(A)of this Section, and to the fullest extent permitted by law,Consultant shall indemnify,protect,
defend, and hold harmless, City,its elected officials, officers, employees, and agents, and each and every one
of them, from and against all actions, damages, costs, liability, claims, losses, penalties and expenses
(including,but not limited to,reasonable attorney's fees of the City Attorney or legal counsel retained by City,
expert fees, litigation costs, and investigation costs) of every type and description to which any or all of them
may be subjected by reason of the performance of the services required under this Contract by Consultant its
officers, employees or agents in the performance of professional services under this Contract, except when
liability arises due to the sole negligence, active negligence or misconduct of the City.
C. In the event of concurrent negligence of Consultant and City, its elected officials, officers,
employees, and agents the liability for any and all claims for injuries or damages to persons
and/or property shall be apportioned under principles of comparative negligence as established in the State of
California.
Consulting and Professional Services Contract [New June 2023] Page 6
D. The Consultant's obligation to defend, indemnify and hold harinless shall not be excused because of the
Consultant's inability to evaluate liability. The Consultant shall respond witlun thirty(30)calendar days to the
tender of any claim for defense and indemnity by the City, unless this time has been extended in writing by
the City. If the Consultant fails to accept or reject a tender of defense and indemnity in writing delivered to
City within thirty(30)calendar days,in addition to any other remedy authorized by law,the City may withhold
such funds the City reasonably considers necessary for its defense and indemnity until disposition has been
made of the claim or until the Consultant accepts or rejects the tender of defense in writing delivered to the
City, whichever occurs first. This subdivision shall not be construed to excuse the prompt and continued
performance of the duties required of Consultant herein.
E. The obligation to indemnify, protect, defend, and hold hannless set forth in this Section applies to all
claims and liability regardless of whether any insurance policies are applicable. The policy limits of said
insurance policies do not act as a limitation upon the amount of indemnification to be provided by
Contractor.
F. City shall have the right to approve or disapprove the legal counsel retained by Consultant pursuant to this
Section to represent City's interests. City shall be reimbursed for all costs and attorney's fees incurred by
City in enforcing the obligations set forth in this Section.
SECTION 7. �ONTRACT INTERPRETATION VENLTF AND ATTORNEY FEE
A. This Contract shall be deemed to have been entered into in Redding, California. All questions regarding
the validity, interpretation or performance of any of its terms or of any rights or obligations of the parties to
this Contract shall be governed by California law, and any action brought by either party to enforce any
of the terms of this Contract shall be filed in the Shasta County Superior Court.If any claim,at law or otherwise,
is made by either to this Contract, the prevailing party sl�all be entitled to its costs and reasonable attorneys'
fees.
B. This document, including all exhibits, contains the entire agreement between the parties
and supersedes whatever oral or written understanding each may have had prior to the execution of this
Contract. This Contract shall not be altered, amended or modified except by a writing signed by City and
Consultant. No verbal agreement or conversation with any official, officer, agent or employee of City, either
before,during or after the execution of this Contract,nor shall any such verbal agreement or conversation entitle
Consultant to any additional payment whatsoever under the terms of this Contract.
C. No covenant or condition to be performed by Consultant under this Contract can be waived except by the
written consent of City. Forbearance or indulgence by City in any regard whatsoever shall not constitute a
waiver of the covenant or condition in question.Until performance by Consultant of said covenant or condition
is complete, City shall be entitled to invoke any remedy available to City under this Contract or by law or in
equity despite said forbearance or indulgence.
D. If any portion of this Contract or the application thereof to any person or circumstance shall
be invalid or unenforceable to any extent, the remainder of this Contract shall not be affected thereby and shall
be enforced to the greatest extent permitted by law.
E. The headings in this Contract are inserted for convenience only and shall not constitute a part hereof. A waiver
of any party of any provision or a breach of this Contract must be provided in writing,and shall not be construed
as a waiver of any other provision or any succeeding breach of the same or any other provisions herein.
F. Each Party hereto declares and represents that in entering into this Contract, it has relied and is relying solely
upon its own judgment, belief and knowledge of the nature, extent, effect and consequence relating thereto.
Consulting and Professional Services Contract [New June 2023] Page 7
Each Party further declares and represents that this Contract is made without reliance upon any statement or
representation not contained herein of any other Party or any representative,agent or attorney of the other Party.
The Parties agree that they are aware that they have the right to be advised by counsel with respect to the
negotiations, terms, and conditions of this Contract and that the decision of whether or not to seek the advice
of counsel with respect to this Contract is a decision which is the sole responsibility of each of the Parties.
Accordingly,no party shall be deemed to have been the drafter hereof,and the principle of law set forth in Civil
Code §1654 that contracts are construed against the drafter shall not apply.
G. In the eveut of a conflict between the term and conditions of the body of this Contract and those of any
exliibit or attaclunent hereto, the tenns and conditions set forth in the body of this Contract proper shall
prevail. In the event of a conflict between the terms and conditions of any two or more exhibits or
attachments hereto, those prepared by City shall prevail over those prepared by Consultant.
SECTION 8. SURVIVAL
The provisions set forth in Sections 3.E., 3.F.,3.G.,3.J.,4.E.,4.H., 5,6,7.A.,7.B.,7.D.,and 7.G. of this Contract shall
survive termination of the Contract.
SECTION 9. COMPLIANCE WITH LAWS—NONDISCRIlVIINATION
A. Consultant shall comply with all applicable laws, ordinances and codes of federal, state, and local
governments.
B. In the performance of this Contract,Consultant shall not discriminate against any employee ar applicant
for employment because of race, color, ancestry,national origin, religious creed, sex, sexual orientation,
disability, age, marital status, political affiliation, or membership or non-membership in any
organization. Consultant shall take affirmative action to ensure applicants are employed and that
employees are treated during their employment without regard to their race, color, ancestry, national
origin, religious creed, sex, sexual orientation, disability, age, marital status, political affiliation, or
membership or non-membership in any organization. Such actions shall include, but not be limited to,
the following: employrnent, upgrading, demotion or transfer, recruitment or recruitment advertising,
layoff or termination, rates of pay or other forms of compensation and selection for training.
SECTION 10. REPRESENTATIVES
A. City's representative for this Contract is Joey Forseth-Deshais, Assistant Director of Community
Services, telephone number (530) 224-6020, fax number (530) 224-6010. All of Consultant's questions
pertainmg to this Contract shall be referred to the above-named person, or to the representative's
designee.
B. Consultant's representative for this Contract is Kelly Boek, President, telephone number
(530) 243-0295, fax number(530) 243-3870. All of City's questions pertaining to this Contract shall be
referred to the above-named person.
C. The representatives set forth herein shall have authority to give all notices required herein.
SECTION 11. NOTICES
Consulting and Professional Services Contract[New June 2023] Page 8
A. All notices, requests, demands and other communications hereunder shall be deemed given only if in
writing signed by an authorized representative of the sender(may be other than flie representatives referred
to in Section 10 and delivered by facsimile, with a hard copy mailed first class,postage prepaid; or when sent by a
courier or an express service guaranteeing overnight delivery to the receiving party, addressed to the respective
parties as follows:
To City: To Consultant:
City of Redding North State Security,Inc.
Joey Forseth-Deshais Kelly Boek
777 Cypress Avenue P.O.Box 991348
Redding,CA 96001 Redding,CA 96099-1348
B. Either party may change its address for the purposes of this paragraph by giving written notice of such change to the
other party in the manner provided in this Section.
C. Not shall be deemed effective upon: 1) personal service; 2) two calendar days after mailing or transmission by
facsimile,whichever is earlier.
SECTION 12. AUTHORITY TO CONTRACT
A. Each of the undersigned signatories hereby represents and warrants that they are authorized to execute
this Contract on behalf of the respective parties to this Contract; that they have full right, power and lawful
authority to undertake all obligations as provided in this Contract; and that the execution,performance and delivery
of this Contract by said signatories has been fully authorized by all requisite actions on the part of the
respective parties to this Contract.
B. When the Mayor is signatory to this Contract, the City Manager andlor Department Director having direct
responsibility for managing the services provided herein shall have authority to execute any amendment to
this Contract which does not increase the amount of compensation allowable to Consultant or otherwise
substantially change the nature or scope of the services provided herein.
C. Notwithstanding the preceding, the City Manager or his designee shall have the authority to amend the scope
of work and the compensation due to the consultant in the amount not to exceed 10 percent of the total cost of
the contract.
SECTION 13. DATE OF CONTRACT
The date of this Contract shall be the date it is signed by City.
Consulting and Professional Services Contract[New June 2023] Page 9
IN WITNESS �V REQF, City and Consultant have executed this Contract on the clays and year set forth
below:
CITY C}F DDING,
A TVlunicipal Corporation
Dated: ,20
By:
ATTEST: APPROVED AS T�FQRNI:
B Y E.DeWALT
City Attarney
_
PAMELA MI�E,City Clerk By;
CC?NSULTANT
D�ted: � 20 '�"� Sy: ,Q �
Tax ID►No..°_{���' `�- � ' l�t�,"
Y�
Attachrnents:
Exhibit A(Scope af Work}
Exhibrt B(Cost/Fee Schedule)
Exhibit C(Federaliy R:equired Cantract Clauses)
Exhfb�t D(49 CFR Part 20--Certificat�on Regarding Lobbying}
Exhibit E (Government-Wide Debarment and Suspensian 49�FR Part 29}
Exhibit F(Disadvantaged Business Enterprise Informat�on Form)
Exhibit G{Disclasure af Conflicts of Interest)
Exhibit H(Natificatian to Agency-Legal Matters Pertazning to FTA.)
Consulting and Professional Services Contract [New June 2023] Page 1(}
EXHIBIT A
CITY OF REDDING SCOPE OF WORK
SECURITY SERVICES
GENEFtAT,
Services shall be perfonned to the satisfaction of the City of Redding Assistant Director of
Community Services and Transit Manager.Failure to perform the security services in accordance
with the proposal, specifications, and to the satisfaction of the Assistant Director of Community
Services shall be grounds for cancellation by the City of Redding.
Security personnel will provide patrol and surveillance services or any other duties the City of
Redding Assistant Director of Community Services deems appropriate throughout all noted
locations.
Security personnel shall maintain two-way radio or cellular telephone contact with their
headquarters and shall be equipped with radios or cellular telephones having the capability to
conduct two-way conversations with the Redding Police Deparhnent, and/or other law
enforcement agencies.
In the event that security personnel need assistance due to an inability to handle a situation,
requests for assistance from the Redding Police Department shall be in accordance with industry
protocol.
REPORTS
1. Daily Reports
Contracting security agency shall keep legible, current, and accurate records to support
invoices rendered. These records shall include but not be limited to daily activity reports
of security guards, defining all actions performed by them in fulfilling the
requirements of this contract. Daily activity reports shall begin with the time the
security guard enters a City facility and end with the time the security guard departs.
Daily activity reports shall be emailed to the Assistant Director of Community
Services and the Building Maintenance Administrative Assistant each morning by
8:00 a.m.
2. Occurrences or incidents at all facilities that are serious in nature shall be reported on an
individual basis within 24 hours, followed by a full written report(or other agreed upon
format),which shall be delivered within seven(7)days.
For all locations except RABA,Benton Airpark and the Redding Power Plant,the contact
is the Assistant Director of Community Services.
For RABA,the contact is the Transit Manager(530)245-7116
For Benton Airpark,the contact is the Airports Manager. (530)224-4321
For the Redding Power Plant(RPP), the contact is RPP Electric Manager(530)245-7188
Consulting and Professional Services Contract [New June 2023] Page 11
3. Monthly Work Schedule
Successful contractor agrees to furnish to the Assistant Director of Communiry
Services(or designee) and the Transit Manager,completed monthly work schedules
as follows:
a. The contract's first month's working schedule(s) of personnel assigned
and hours to be worked to fulfill the requirements of the contract shall be
delivered a minimuin of ten(10)warking days prior to the effective date of
any contract resulting from this proposal.
b. A monthly schedule of personnel assigned and hours to be worked to fulfill
the requirements of the contract shall be delivered no later than the last
working day of the month preceding the effective date of the new monthly
schedule.
c. If a new-to-the-City security employee is scheduled a copy of their guard
card along with a picture ID and work history is to be submitted to the
Assistant Director of Community Services for approval.
4. Benton Airport
Weekly report emailed to Airports Manager at airports cr,cityofredding.org to include
who patrolled and at what time.
a. Weekly report emailed to Airports Manager at airports(c�,citvofredding.org to
include who patrolled and at what time.
b. Nightly aircraft parking log report, prepared after 2:00 a.m., emailed to
Airports Manager at airports cr,citvofreddin .�org within 24-hours.
c. Nightly report regarding tampering to be emailed to Airports Manager at
airports cr,citvofredding.org along with parking log.
d. Security guard will be provided with parking logs to verify and document
aircraft tail numbers.
HOLIDAY SCHEDULE
The City has 11 fixed holidays a year whereby many buildings are closed, and thus
"holiday pay" is recognized. These days are:
• January 1 st
• Martin Luther King, Jr. Day(third Monday in January) *Provide service to RABA
• President's Day(third Monday in February) *Provide service to RABA
• Memorial Day(last Monday in May)
• Juneteenth(June 19t�')
• July 4th Independence Day
• Labor Day (first Monday in September) Thanksgiving Day (4th Thursday in
November)
• Day After Thanksgiving (4� Friday in November) *Provide service to RABA
Consulting and Professional Services Contract [New June 2023] Page 12
• the last half of the normal work shift prior to Christmas Day Christmas day
(December 25th�
If any of the foregoing holidays fall on a Sunday, the holiday for employees will be observed
on the following Monday. Likewise,if the holiday falis on a Saturday,employees will observe
it on the preceding Friday.
Clear Creek Wastewater Treatment Plant, Stillwater Wastewater Treatment Plant, and Benton
Airport are exempt from the holiday schedule. These locations require services 7 days a
week/365 days a year.
SECURITY SCHEDULE
See addresses on Exhibit A -Proposal Form.
1. CIVIC CENTER/SCULPTURE GARDEN/LIBRARY
Seven (7) Days a Week (Sunday through Saturday):
Provide parking lot patrol from 4:45 p.m. to 5:30 p.m. Monday through Friday(Except holidays and
furloughs). From 5:30 p.m. to 6:00 p.m., conduct internal building inspections of the Civic Center to
assure that office doors are locked, internal alarm panels are set and indicate no problems "active
alarms" are located in Personnel, Treasurer, and City Clerk), and that the building is empty of non-
employees or those attending a City-sanctioned event. Security guard shall also check that all
exteriar points of entry at the Civic Center are secure. Security guard shall check the Sculpture
Garden, paying close attention as to whether or not any acts of vandalism have taken place.
Security guard shall secure the locked parking area on the southeast section of the property.
One security guard shall be on-site at the Civic Center/Sculpture Garden/Library complex Monday
through Friday between 9:00 p.m.and 1:00 a.m. An early morning patrol/inspection of the Library
complex will also be performed. Security guard will secure all doors, gates,windows, or other
points of entry at the Civic Center and Redding Library. If unable to do so, the security guard
shall call City's answering service, who will call the appropriate city staff to secure the site. If an
alann is sounded the alarm company has been instructed to call the appropriate City staff for
instructions.
The security guard shall conduct one patrol check of these premises between 3:00-6:00 a.m.,Monday
through Friday. Security guard shall conduct five patrol checks over each 24-hour period on
Saturday, Sunday and holidays. This inspection is carried out via a visual"spotlight check" whereby
security officer drives slowly around the perimeter of each facility looking for any signs of
unwarranted disturbance. One of the five weekencUholiday inspections shall occur at approximately
9:00 p.m. and the exterior doors of the Civic Center and Redding Library shall be checked to
ensure they are secured. If a door is found unsecured, an interior inspection shall be required to
ensure the building is unoccupied.
2.* CORPORATION YARD
Seven(7)Days a Week (Sunday through Saturday):
There will be three (3) nightly security inspections between the hours of 11;00 p.m. and 5:00
a.m. The first inspection shall consist of checking all exterior doors Security guard shall secure all
doors, gates, windows, or other points of entry. If unable to do so, the security guard shall
Consulting and Professional Services Contract [New June 2023] Page 13
call the City of Redding's answering service. During any round of inspection, if a building
door is found to be unsecured, security guard will perforin an internal inspection of the building
tl�en re-secure the building. If unable to secure the building, security guard will notify the City of
Redding's answering service, supplying the appropriate lock set number, and the answering
service will determine the appropriate City personnel to contact.
During the first inspection, the security guard shall also physically check each door of
all vehicles, with the exception of garbage trucks, parked behind the gates. Between the
Corporation Yard and the Solid Waste Transfer/Recycling Facility,the total number of vehicles
left on site overnight is estimated to be 250. If keys are left in an unlocked vehicle, vehicle is
to be locked and the keys returned to the closest lock box (each building has their own lock
box). An incident report shall be made-up and emailed to Building Maintenance the next day.
If keys are not in the veliicle, security guard shall lock all doors and make a notation of this
action and the vehicle number in the standard shift report which shall be emailed to building
maintenance the next day. Security guard is not expected to check compartments on truck
service bodies to verify that they are locked.
The second and third security inspection shall be a "spotlight check" whereby security guard
drives slowly around the perimeter of all buildings. Vehicles shall also be checked by spotlight
during this time.
Provide three (3) random patrols on Monday through Friday between 7:00 a.m. and 6:00
p.m. Patrol would drive the front of buildings 1-4 and look for any suspicious activity.
3.* SOLID WASTE TRANSFER/RECYCLING FACILITY
Seven (7)Days a Week(Sunday through Saturday):
Sunday - Thursday - two (2) nightly security inspections between the hours of 11:00 p.m. and 2:00
a.m.
Friday/Saturday-three (3) nightly security inspections between the hours of 11:00 p.m. and 5:00 a.m.
The first inspection shall consist of checking all of the exterior doors. Security guard shall secure
all doors, gates, windows, or other points of entry. If unable to do so,the security guard shall call
the City of Redding's answering service. During any round of inspection, if a building door is
found to be unsecured, and security guard is unable to secure the door, security guard will notify
the City of Redding"s answering service, supplying the appropriate lock set number, and the
answering service will determine the appropriate City personnel to contact.
During the first inspection,the security guard shall also physically check each door of all vehicles,
with the exception of garbage trucks,parked behind the gates. Between the Corporation Yard and
the Solid Waste Transfer/Recycling Facility the total number of vehicles left on site overnight is
estimated to be 250. If keys are left in an unlocked vehicle, vehicle is to be locked and the keys
returned to the closest lock box (each building has their own lock box). An incident report shall
be made up and emailed to Building Maintenance the next day. If keys are not in the vehicle,
security guard shall lock all doors and make a notation of this action and the vehicle number in
the standard shift report which shall be emailed to building maintenance the next day. Security
guard is not expected to check compartments on truck service bodies to verify that they are not in
the vehicle, security guard shall lock all doors and make a notation of this action and the vehicle
number in the standard shift report which shall be emailed to building maintenance the next day.
Consulting and Professional Services Contract [New June 2023] Page 14
Security guard is not expected to check coinpartments on truck service bodies to verify that they
are locked.
The second and third security inspections shall be a "spotlight check" whereby security guard
drives slowly around the perimeter of all buildings. Vehicles shall also be checked by spotlight
during this time.
During all inspections, security guard shall check for a flashing red light on the west side of the
main Transfer building. Light signifies a problem with the sump pump. If flashinQ, security
guard shall call City of Reddin�'s answerin�service immediatelv
* Items No. 2 and 3 are considered one site. Thev are noted separatelv for billing and pavment
nurposes
4. RABA INTERMODAL PASSENGER TRANSFER FACILITY and PARKING LOT
Seven (7) Days a Week (Sunday through Saturday):
Provide at least one(1)on-site security guard at the Downtown Intermodal Facility from 7:00 p.m. to 7:00 a.m.
walking/patrolling the sites on a continuous basis. This patrol will include random patrols of the block to the
north,bounded by Shasta,California,Oregon,and Tehama Streets. On Sunday,vendor shall provide three(3)
more on-site patrols of the RABA Intermodal Passenger Transfer Facility from 6:00 a.m. through 7:00 p.m at
times detennined by RABA.Each on-site patrol shall be of 30 minutes duration. Security guard shall check and
secure all doors,gates,windows,or other points of entry,as well as provide security while Greyhound,Amtrak,
and/or Flixbus are in the facility. If security guard is unable to secure the site, the security guard shall call the
appropriate City and/or RABA to secure the site. At RABA's request Monday through Saturday,there will be
four(4)random patrols daily at the other RABA location on Masonic Drive,each visit shall be of 30 minutes
to observe,report,and ensure the facility is being used by transit patrons. Security guard is to use professional
judgement ensuring that the Downtown Intermodal Passenger Transfer Facility and the Masonic Drive location
is utilized by transit clients(note: typical wait is 1 hour or less),to discouraging loitering and illegal activities.
Any issues should be reported to the Transit Manager and reports emailed to rabastaff cr,citvofredding.org.
5. BENTON AIRPARK
Seven (7)Days a Week (Sunday through Saturday):
Four(4)nightly security inspections at random intervals between the hours of 7:00 p.m. and 6:00 a.m.Each on-
site patrol shall be of thirry(30)minutes duration. Each visit should be documented in a report to include time
arriving on property; if any findings: who, what, when,where, and how handled; and tiine exiting property, as
well as any other pertinent information. Reports should be emailed immediately to airports@cityofredding.org.
Security guard is to use professional judgement, and question any people found on site who appear to have no
reason for being on the property. As part of this effort, security guard shall record vehicle license numbers
including vehicle make and model for vehicles situated in an unusual area or for an extended period of time.
Unusual areas include parallel to the perimeter fence line, adjacent to access portals and around inconspicuous
areas. Security guard shall report outages of runway lights or those on the exterior of hangars in a daily report to
be emailed to airports@cityofredding.org. Security guard shall report any irregularities in a nightly report to be
emailed to the Airports Manager in conjunction with the nightly aircraft parking log. Any emergency situation
or criminal activity shall be reported immediately to the Airport Manager or Assistants Airport Manager via cell
phone. Security guard shall complete a nightly aircraft parking log,after 2:00 a.m., to be emailed to the Airport
Manager. Security guard shall secure all doars, gates, windows, or other points of entry and document such
findings. If unable to do so,the security guard shall call the Airports Operations &Maintenance Supervisor ar
appropriate tenant to secure the site (tenant list will be provided by the City). Special responses to the airport
will be requested on an as needed basis by Airports Administration
Consulting and Professional Services Contract [New June 2023] Page 15
6. ENTERPRISE COMMUNITY PARIC
Service shall be on an as-needed basis,
Duties performed 30 minutes after dusk:lock roller hockey rink gates,lock pickle ball courts,lock upper and lower
restrooms, lock north (chain link) walk-through gate, lock north driveway gates, and lock the main gate at EI Vista.
Check mobile building located in the lower/westem area of the park,by `Kids Kingdom' to ensure it is locked.While
conducting the park sweep at dusk,it is imperative to confirm that all people are out of the restrooms and all cars out
of the parking areas. Security guard shall notify the Redding Police Department if unable to locate the driver/owner
of any vehicle.One drive-through patrol of the park is required at approximately 1:00 a.m.,to be varied by plus/minus
30 minutes so as to not have a set routine. Security guard shall unlock the necessary gates and re-lock them upon
passing through. Security guard shall secure all doors,gates,windows,or other points of entry. If unable to do so,the
security guard shall call the City's answering service,who will contact the appropriate City staff to secure the
site.
Operations to be performed at 6:00 a.m.: open the main gate at El Vista,open the north driveway gate,open
the north walk-through gate,open the upper and lower restrooms and unlock the roller hockey rink gates.
7. REDDING AQUATIC CENTER/CALDWELL PARK
Seven (7)days a week (Sunday through Saturday):
Twice nightly patrol with one (1) walk through and one (1) spotlight check. The areas specifically to be
patrolled are the Fish Viewing Facility, Jump River Playground, Carter House/North Valley Art League, Teen
Center,Aquatic Center, Caldwell Memorial Picnic Area,Bronze Sculptures,K2 ball field, K3 ball field and the
Skate Park. Make note of signs of vandalism.
Walk through shall include conducting a physical check of buildings/structures, doors and gates. Security guard
shall check that all are secured.
Redding Aquatic Center, after hours alarm response: Monday to Friday, 5:00 p.m. to 7:00 a.m.,
Saturday/Sunday/Holidays,24-hour response coverage. All calls for service shall be documented with an Incident
Report and emailed with the Daily Activity Report to the Assistant Director of Community Services(or designee)
and the Building Maintenance Office Services Supervisor.
8. CLEAR CREEK WASTEWATER TREATMENT PLANT
Seven (7)days a week(Sunday through Saturday):
Four nightly security inspections between the hours of 6:00 p.m.and 6:00 a.m.Duties include checking the fishing
access parking area for illicit activity, checking to verify four critical gates are locked (main gate, pond access
gate, river access gate to ponds and influent pump gate), checking structure which houses chlorine and sulphur
dioxide, conducting visual spotlight check of building which houses city vehicles and performing thorough
spotlight-security inspection of the entire gated area known as the Wastewater Treatment Facility. Spotlight-
security inspection of Admin Building. Since most faciliry doors and windows are on an alarmed system it is not
advised to physically rattle doors or windows to verify they are secure;therefore,the spotlight inspection is called
for rather than a physical check of pulling door handles.
Security guard shall be vigilant to look for and immediately notify City staff of any signs of chlorine gas or
sulphur dioxide leaks. If needed,security guard shall secure all doors,gates and windows ar other points of entry.
If unable to do so, the security guard will call the City's answering szrvice, who will contact the appropriate
City staff to secure the site.
Consulting and Professional Services Contract [New June 2023] Page 16
9. REDDING POWER PLANT
Five (5) days a week (Monday through Friday):
Security guard shall be based continuously at the security building located at the main entrance to the Power
Plant.The regular schedule is currently from 6:00 a.m.to 6:00 p.m.for the purpose of checking all city employees,
vendors,and other visitors into the site.During project or major maintenance work,the City may request coverage
outside of these regular hours including nights and weekends. Security guard shall maintain visitors logs,
contractor logs,issue security access badges,verify security badge inventory,and check visitor identifications to
assure that only authorized persons have access to the facility.The security guard shall communicate with Power
Plant staff via phone and radio(provided by the City)and shall follow the site-specific radio guidelines as trained
by the Power Plant staff.
The security guard shall comply with North American Electric Reliability Corporation (NERC) regulations
regarding physical and cyber security.The security guard shall follow the Power Plant site-specific procedure for
site security. The security guard shall undergo annual training and certification including successful completion
of an examination administered by Power Plant staf£The security guard shall have a current certificate of course
completion while perfonning duties at the Power Plant.
The security guard shall maintain situational awareness at all times and shall report any suspicious or hazardous
event or situation immediately to the Power Plant staf£ The security guard shall assist Power Plant staff with
evaluating the risk to the physical or cyber security of the facility by providing observations and information in a
collaborative manner with City of Redding representatives.The security guard shall maintain familiarity with the
layout of the Power Plant facility and shall know the location of critical pieces of equipment and buildings for the
purpose of directing contractors to the correct location and assisting emergency responders if necessary.
The security guard shall maintain the access badge inventory by ensuring to the best of their ability that contractors
retum badges at the completion of their project work. If a badge is not returned, the security guard shall notify
Power Plant staff iminediately to allow deactivation of the badge.
In an emergency,the security guard shall assist Power Plant staff as needed within their level of training,including
directing emergency responders to the scene of an incident,providing the facility access log to the Power Plant
Operator for purposes of roll call to evaluate safety of all onsite personnel, and operating the electric gates as
needed to facility emergency response.
The security company shall maintain an adequate group of security guards with the appropriate certification and
training as outlined above at all times to provide coverage at the Power Plant in the event of an absence of the
regularly scheduled security guard.
10. STILLWATER WASTEWATER TREATMENT PLANT
Seven (7) days a week (Sunday through Saturday):
Four nightly security inspections between the hours of 6:00 p.m. and 6:00 a.m. Duties include checking the
Plant/Property area for illicit behavior, checking to verify that critical gates are locked (main gate and pond
access gate),checking structure which houses chlorine and sulfur dioxide, conducting a thorough visual spotlight
check as necessary of the entire gated area known as the Wastewater Treatment Facility. The doors and
windows may be physically rattled to verify if they are secure. The door shall be checked at the outfall/pump
house building. It is also necessary for security guard to be aware and notify City staff of any signs of chlorine
gas or Sulphur dioxide leaks. If needed, security guard shall secure all doors, gates and windows or other
points of entry. If unable to do so, the security guard will call the City's answering service,who will contact the
appropriate City staff to secure the site.
Consulting and Professional Services Contract [New June 2023] Page 17
11. SOFTBALL PARK, K-1 FIELD AND TIGER FIELD
Service shall be on an as-needed basis,
On an "as needed"basis,provide security guard services at the ball fields during recreation activities.
12. WEST CENTRAL LANDFILL
One(1) physical inspection between the hours of 6:00 p.m. and 6:00 a.m., every other night.
The security guard will unlock/open the gate, drive through and spot light the scale house and maintenance
shop. The windows and doars at the scale house and maintenance shop shall be checked during each visit.
Security guard will close and lock up gate when done.
13. REU OFFICES, AVTECH BUILDING
Seven (7) days a week (Sunday through Saturday)
One security guard shall be on-site at the REU Customer Service area Monday through Friday between 7:00 a.m.
and 6:00 p.m.,except City holidays. On these days,the security guard locks the front internal doors of the customer
service area at 5:00 p.m. Between 5:00 p.m.and 6:00 p.m. guard checks all exterior doors to ensure locked and
secured.At 6:00 p.m. the guard locks the service vehicles parking lot.
On City holidays and weekends, there will be one(1)daily inspection between the hours of 8:00 a.m, and 10:00 a.m.
The daytime inspection includes confirmation that all ten(10)door sets are locked.
Seven(7)days a week,there will be one(1)nightly inspection between the hours of 6:00 p.m. and 6:00 a.m.
14. PARKS RESTROOM LOCKUP
Various Locations Listed Below
Seven (7)days a week
Clear and lock public restrooms at dusk at the following locations:
899 N. Market Street(one(1)restroom site)
Caldwell Park (four (4)restroom sites)
Bonnyview Boat Ramp-3855 S. Bonnyview(one(1)restroom site)
702 Auditorium Drive(two (2)restroom sites)
Provide on call service
Provide Incident Reports in a timely manner describing any new vandalism and incidents with individuals
that cause disruption to the patrolman's ability to perform restroom lockup.
15. SACRAMENT(? RIVER TRAIL SYSTEM/PUBLIC WORKS FACILITIES
Five (5)days a week.
Daily shifts worked will be comprised of two (2) security officers assigned to river trail duties consisting of two (2)
split shifts daily; one (1) in the a.m, and one (1) in the p.m. Scheduling will encompass two (2), three (3)hour shift
per day, with an a.m. shift beginning around nautical twilight (dawn) and a p.m. shift terminating around nautical
twilight (dusk). Scheduled hours may vary as to avoid setting a set schedule for a maximum deterrence factor.
Scheduling of days of the week will remain random and subject to frequent change.North State Security to post and
provide to the City a monthly schedule in advance. Standard patrol shifts will have security officers performing
coordinated patrols separately, but will remain in frequent contact and provide backup as necessary. Due to time
Consulting and Professional Services Contract[New June 2023] Page 18
limitations and unforeseen incidents there may be portions of the river trail left unchecked on any given shift.Although
assigned personnel are scheduled for no more than three(3)hours a day,there may be occasions when security officer
works beyond scheduled three(3)hour shift due to actions beyond one's control.Duties are to include surveillance of
numerous COR Public Works facilities located along the river trail,as well as,providing a noticeable/positive security
presence supporting safe community river trail activity. A heightened state of vigilance is required at these sites to
guard against vandalism,sabotage,theft,etc.
Security officers are expected to keep ongoing records of patrols to measure the prograin's success and report on a
inonthly basis to'the Ciry of the month's activities. Dai1y reports will include RPD contacts,notable public contacts,
public works facilities inspected, miles patrolled, and other security related concerns. An actual Incident Report(IR)
will be submitted whenever an incident happens that warrants further documentation. A monthly summary of daily
reports will be submitted to the City.
Vendor shall provide all necessarv epuipment to patrol the Sacramento Trail svstem.
16. BUCKEYE WATER TREATMENT PLANT
Seven (7) days a week (Sunday through Saturday):
Twice nightly patrol which consist of two (2) walk-through checks. Duties include checking all buildings and
fence lines as well vandalism, theft,fire, water leaks, or people on site.
17. FOOTHILL WATER TREATMENT PLANT
Seven (7) days a week (Sunday through Saturday):
Nightly patrol which consist of three (3) walk-through checks. Duties include checking all buildings and fence
lines as well as looking for any signs of vandalism, theft, fire,water leaks, or people on site.
18. PUMP STATION 1
Seven (7) days a week (Sunday through Saturday):
Twice nightly patrol which consist of two(2)walk-through spotlight checks.Duties include checking for any signs
of vandalism, theft, fire, water leaks,or people on site.
19. PUMP STATION 3
Seven (7) days a week (Sunday through Saturday):
Twice nightly patrol which consist of two (2) spotlight checks. Duties include checking fence line as well as
looking for any signs of vandalism, theft,fire,water leaks,or people on site.
20. PUMP STATION 5
Seven (7) days a week (Sunday through Saturday):
Twice nightly patrol which consist of two (2) walk-through checks. Duties include checking for any signs of
vandalism, theft,fire,water leaks,or people on site.
21. DR.MARTIN LUTHER KING JR CENTER
Five (5) days a week (Sunday through Thursday):
Lock the gate at dusk.
Security officers are expected to keep ongoing records of patrols to ineasure the program's success and
report on a monthly basis to the City of the month's activities.Daily reports will include RPD contacts,notable
Consulting and Professional Services Contract [New June 2023] Page 19
public contacts, public works facilities inspected, miles patrolled, and other security related concerns. An
actual Incident Report (IR) will be submitted whenever an incident happens that warrants further
documentation. A monthly summary of daily reports will be submitted to the City.
Vendor shall provide all necessary equipment to patrol the Sacramento Trail system.
22. SOUTH SACRAMENTO RIVER TRAIL RESTROOM
Seven (7) days a week(Sunday through Saturday):
Clear and lock restroom facility at dusk. Unlock restroom facility at dawn.
Provide Incident Reports in a timely manner describing any new vandalism and incidents with individuals
that cause disruption to the patrolman's ability to perform restroom lockup.
23. NUR PON OPEN SPACE RESTROOM & GATE
Seven (7) days a week(Sunday through Saturday):
At dusk clear and lock restroom facility as well as lock main entry gate on Henderson road.
At dawn unlock the restroom facility and unlock main entry gate on Henderson road.Ensure gate is LOCKED
in tl�e open position.Provide Incident Reports in a timely manner describing any new vandalism and incidents
with individuals that cause disruption to the patrolman's ability to perform restroom lockup.
24. BUCKEYE PARK RESTROOMS & GATE
Seven (7) days a week(Sunday through Saturday):
At dusk clear and lock restroom facility as well as lock main entry gate on Hiatt Drive.
At dawn unlock the restroom facility and unlock main entry gate on Hiatt Drive. Ensure gate is LOCKED in
the open position.
Provide Incident Reports in a timely manner describing any new vandalism and incidents with individuals
that cause disruption to the patrolman's ability to perform restroom lockup.
25. Hill 900(access through Foothill Water Treatment Plant)
Seven(7) days a week. (Sunday through Saturday):
Nightly patrol which consist of three(3)walk-through checks. Duties include checking all
buildings and fence lines as well as looking for any signs of vandalism, theft, fire, water leaks, or
people on site.
PERSONNEL
All personnel employed by the contracted security force must meet the following requirements established by the
Assistant Director of Community Services and Transit Manager prior to assignment at all noted security locations.
1. Security personnel must have at least one-year experience as a registered security guard. At the City's sole
discretion,less than one-year experience may be accepted if the employee has other related work experience.
2. Security personnel must possess and carry a security guard registration card from the Department of Consumer
Affairs, certifying that the security person is qualified. Copies must be submitted with proposal documents.
A securit�euard must possess a valid and current securit�guard reeistration card on his or her person while
on-dutv(California Business and Professional Section 7583.3.
Consulting and Professional Services Contract [New June 2023] Page 20
3. Security personnel must be identifiable by a uniform and badge approved by the Assistant Community
Services Director and the Transit Manager. Submit with proposal photoeraphs showin�the front and side view
of unifonned securit� uard. Uniforms shall meet all requirements as required bv the California Business and
Professional Code(BPC),Division 3,Chapter 11.5,Article 3. Section 7582.26.
4. Within five (5) business days of being informed of contract award, security agency must provide to the
Assistant Director of Community Services and the Transit Manager,a copy of the pre-emplo}nnent background
investigation of each employee assigned to work at City facilities. The Assistant Director of Community
Services and the Transit Manager may reject any such employee if in their judgement the person is not suitable
for the position.
5. Security service patrol vehicles must be clearly marked with company logo or emblem when conducting
patrols at all noted locations. Submit photo of patrol vehicle with proposal. Vendor's patrol cars must be
le�allv marked as"securiry".
6. Security guards shall not have non-employees of securiry contractor as ride-along passengers nor guests,while
conducting security work for the City of Redding, without the written approval of the Assistant Director of
Community Services and/ar the Transit Manager.
7. The Private Patrol Operator and Security Guard shall abide by all pertinent sections of the Departtnent of
Consumer Affairs,Bureau of Security and Investigative Services,California Business and Professional Code,
California Code of Regulations,and Penal Code.
8. Upon submission of their proposal,security service firm agrees to allow the Assistant Director of Community
Services(or his/her representative),and/or the Transit Manager(or his/her representative)and/or the Airports
Manager(or his/her representative)to personally inspect the security service firm's Redding area headquarters
and dispatch facility to determine the security service firm's operating capabilities upon submission of their
proposal. In addition, the security service firm agrees to random, unannounced inspections by the
Assistant Director of Community Services (or his/her representative) and/or Transit Manager Works (or
his/her representative) and/or the Airports Manager(or his/her representative) to ensure the continuing
capabilities of the security service firm and dispatch facility during the tenure of any resulting contract
pursuant to said proposal.
INVOICING:
Invoices shall be rendered monthly, sent to the following locations:
All locations except 4.S. and 9:
City of Redding Building Maintenance Department
P.O. Box 496071, Redding, CA 96049-6071
Location 4: City of Redding—RABA
P.O. Box 496071, Redding, CA 96049-6071
Location 5: Redding Municipal Airport
Attn: Airports Manager
6751 Woodrum Circle, #200,Redding, CA 96002
Location 9: City of Redding-Redding Power Plant ATTN: Electric Manager
17120 Clear Creek Road, Redding, CA 96001
Consulting and Professional Services Contract [New June 2023] Page 21
EXHIBIT B
Updated 5/26/2023
Item No. 1
Security Services for the following locations,per specifications,terms, and conditions.
Patrol Sites/Monthly Fee
8/1/2023 to 7/31/2024 8/1/2024 to 7/31/2025
1 Civic Center/Sculpture Garden/Redding Library $1,7�5.00 $1,775.00
7'77 C ress Ave / 1100 Parkview
2 Corporation Yard $1,425.00 $1,425.00
20055 Vikin Wa ,Reddin , CA
3 Solid Waste Transfer/Recycling Facility $695.00 $695.00
2255 Abernath Lane,Reddin , CA
4 Redding Area Bus Authority(RABA) $1,465.00 $1,465.00
Intermodal Passenger Transfer Facility
1530 Yuba Street,Reddin ,CA
5 Benton Airpark $1,955.00 $1,955.00
2600 Gold Street,Reddin , CA
6 Enterprise Community Park $795.00 $795.00
4000 Victor Avenue,Reddin , CA
� Redding Aquatic Center/Caldwell Park $625.00 $625.00
44 uartz Hill Road,Reddin , CA
g Clear Creek Wastewater Treatment Plant $1,340.00 $1,340.00
2220 Metz Road,Reddin , CA
9 Redding Power Plant As needed As needed
17120 Clear Creek Road,Reddin , CA
10 Stillwater Wastewater Treatment Plant $1,095.00 $1,095.00
6475 Ai ort Road,Anderson, CA
11 Softball Park,K-1 Ball Field&Tiger Field As needed As needed
12 West Central Landfill $925.00 $925.00
14095 Clear Creek Road, I o, CA
13 �U Offices,Avtech Building $475.00 $475.00
3611 Avtech Parkwa , Reddin , CA
14 Parks Restroom Lockup Various Locations Listed: 899 $1,440.00 $1,440.00
N. Market Street(one(1)restroom site), Caldwell Park
(four(4)restroom sites),Bonnyview Boat Ramp—
3855 S. Bonnyview(one(1)restroom site),
702 Auditorium Drive two 2 restroom sites
15 Sacramento River Trail System/Public Works Facilities See item No. 2 15 See item No. 2 15
16 Buckeye Water Treatment Plant $1,795.00 $1,795.00
11501 Benson Drive, Shasta, CA
1� Foothill Water Treatment Plant $660.00 $660.00
3100 Foothill Boulevard,Reddin , CA
Consulting and Professional Services Contract [New June 2023) Page 22
1 g Pump Station 1 $375.00 $375.00
2300 Riverside Drive,Reddin , CA
19 Pump Station 3 $375.00 $375.00
299 Sulfur Creek, Reddin , CA
20 Pump Station 5 $375.00 $375.00
941 S rin er Drive,Reddin , CA
21 Dr. Martin Luther King Jr. Center $405.00 $405.00
1815 Sheridan Street,Reddin , CA
22 South Sacramento River Trail Restroom $405.00 $405.00
2300 Riverside Drive,Reddin , CA
23 Nur Pon Open Space Restroom& Gate $545.00 $545.00
2502 Henderson Road,Reddin , CA
24 Buckeye Park Restroom&Gate $405.00 $405.00
3500 Hiatt Drive,Reddin ,CA
25 Hill 900 Access Throu h Foothill Treatment Plant $450.00 $450.00
Item No. 2
Specified, and/or Extra Manned Security Services as may be requested,at straight time hourly rate(overtime shall be at
1-1/2 times of straight time hourly rate), for the following locations,per specifications,terms,and conditions:
LOCATION 8/1/2023 to 7/31/2024
1 Civic Center/Sculpture Garden/Redding Library $26.70
777 C ress Ave/ 1100 Parkview
Z Corporation Yard �2��5
20055 Vikin Wa ,Reddin , CA
3 Solid Waste Transfer/Recycling Facility $2� �5
2255 Abernath Lane,Reddin , CA
4 Redding Area Bus Authority(RABA) $2��5
Intermodal Passenger Transfer Facility
1530 Yuba Street, Reddin , CA
5 Benton Airpark $2� �5
2600 Gold Street,Reddin ,CA
6 Enterprise Community Park �2� �5
4000 Victor Avenue,Reddin , CA
� Redding Aquatic Center/Caldwell Park $2� �5
44 Quartz Hill Road, Reddin , CA
8 Clear Creek Wastewater Treatment Plant $2� �5
2220 Metz Road, Reddin , CA
9 Redding Power Plant $26.70
17120 Clear Creek Road,Reddin ,CA
10 Stillwater Wastewater Treatment Plant $26.70
6475 Ai ort Road,Anderson, CA
11 Softball Park,K-1 Ball Field&Tiger Field $26.70
12 West Central Landfill $26.70
14095 Clear Creek Road,I o, CA
13 �U Offices, Avtech Building $26.70
3611 Avtech Parkwa ,Reddin , CA
Consulting and Professional Services Contract [New June 2023] Page 23
14 parks Restroom Lockup Various Locations Listed: 899 $26.70
N. Market Street(one(1)restroom site),Caldwell Park
(four(4)restroom sites), Bonnyview Boat Ramp—
3855 S. Bonnyview(one(1)restroom site),
702 Auditorium Drive two 2)restroom sites)
15 Sacramento River Trail System/Public Works Facilities $33.00
16 Buckeye Water Treatment Plant $2� �5
11501 Benson Drive, Shasta, CA
l� Foothill Water Treatment Plant $2� �5
3100 Foothill Boulevard,Reddin , CA
1 g Pump Station 1 �2� �5
2300 Riverside Drive,Reddin , CA
19 pump Station 3 $2� �5
299 Sulfur Creek,Reddin , CA
20 Pump Station 5 $2� �5
941 S rin er Drive,Reddin , CA
21 Dr.Martin Luther King Jr.Center �2� �5
1815 Sheridan Street,Reddin , CA
22 South Sacramento River Trail Restroom �Z� �5
2300 Riverside Drive, Reddin , CA
23 Nur Pon Open Space Restroom&Gate $2� �5
2502 Henderson Road, Reddin , CA
24 Buckeye Park Restroom&Gate $2� �5
3500 Hiatt Drive,Reddin , CA
25 Hi11900 Access Throu h Foothill Treatment Plant No rice
Item No.3
Manned and/or Patrolled Security Services as may be requested, at straight time haurly rate(overtime shall be at 1-1/2
times of straight time hourly rate), for additional work, small special events, andlor emergencies:
1 On-Site Securit Officer $32.50 er hour
2 Patrol Officer $33.15 er hour
Indicate the guaranteed range of hourly wage for standard Patrol Officer: $16.50 thru$17.25
Indicated the guaranteed range of hourly wage for On-Site Security Officer: $18.00 thru$18.50
Other Charges(specify):
Consulting and Professional Services Contract[New June 2023] Page 24
EXHIBIT C
FTA REQUIRED FEDERAL CLAUSES
CITY OF REDDING
REDDING AREA BUS AUTHORITY
FY 2023
The required FTA Grant Contract Provisions set forth herein shall be incorporated into and become part of the
contempiated contract documents executed in connection with an award of this contract to the Vendor. In case of any
conflict or discrepancy, the FTA Grant Contract Provisions set forth herein shall prevail over all other terms and
conditions contained in the RFB,the contents of the successful proposal, and/or the Professional Services Agreement.
This Contract is subject to a financial assistance contract between RABA and the United States of America (hereinafter
"Federal Government"),acting through the Department of Transportation(hereinafter"U.S. DOT"),and Federal Transit
Administration (hereinafter "FTA"). Contractor shall at all times comply with all applicable FTA regulations, policies,
procedures and directives including without limitation those listed directly or by reference in the FTA Master Agreement
between RABA and FTA,as amended,and are incorporated herein by this reference.Contractor shall comply with these
FTA requirements and as they may be amended or promulgated from time to time during the term of this Contract.The
Contractor shall not perform any act,fail to perform any act,or refuse to comply with any RABA directives,which would
cause RABA to be in violation of FTA requirements. Contractor's failure to comply with these FTA requirements and
RABA directives shall constitute a material breach of this Contract.
If FTA requires any change to this Contract to comply with its requirements, both parties agree to amend this Contract
as required by FTA. If such changes cause an increase or decrease in the work to be performed by Contractor or the
time for such performance, then the compensation to be paid Contractor and time of performance shall be equitably
adjusted.
1. FLY AMERICA
Applies to all contracts GREATER THAN$10,000 that include air transportation of persons or property between
US and foreign or between foreign places.
Flows down to first tier contractors and lower tier contractors and subcontractors.
Contractor agrees to comply with 49 US.C.40118(the"Fly America"Act) in accordance with the General5ervices
Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal
funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air
travel and transportation of their personal effects or property,to the extent such service is available, unless travel
by foreign air carrier is a matter of necessity,as defined by the Fly America Act.Contractor shall submit,if a foreign
air carrier was used,an appropriate certification or memorandum adequately explaining why service by a U.S.flag
air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a
certificate of compliance with the Fly America requirements. Contractor agrees to include the requirements of
this section in all subcontracts that may involve international air transportation.
2. BUY AMERICA
Applies to Construction, Equip&Supplies,or Rolling Stock contract GREATER THAN$100,000
DOES NOT APPLY TO THIS CONTRACT.
Consulting and Professional Services Contract [New June 2023] Page 25
3. CARGO PREFERENCE
Applies to all contracts GREATER THAN $2,500 involving equipment, materials, or commodities which may be
transported by ocean vessels.
Flow Down: Applies to all subcontracts when the subcontract may be involved with the transport of equipment,
material, or commodities by ocean vessel.
Contractor agrees:
a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage
(computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any
equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available
at fair and reasonable rates for United States-Flag commercial vessels;
b. to furnish within 20 working days following the date of loading for shipments originating within the United
States or within 30 working days following the date of leading for shipments originating outside the United States,
a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo
described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 and to the FTA recipient (through the Contractor in the case of a
subcontractor's bill-of-lading.)c.to include these requirements in all subcontracts issued pursuant to this contract
when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.
4. SEISMIC SAFETY
Applies to Construction and A&E contracts GREATER THAN $2,500 for any new building or addition to existing
building that will be desi�ned and constructed in accordance with the standards for seismic safety.
DOES NOT APPLY TO THIS CONTRACT.
5. ENERGY CONSERVATION
Applies to mandatory standards and polices relating to energy efficiency on all contracts GREATER THAN
$10,000.
Flows down to all third party contractors and their contracts at every tier.
Contractor shall comply with mandatory standards and policies relating to energy efficiency that are contained in
the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C.
'6321 et seq. and 49 CFR Part 18.
6. CLEAN WATER ACT
Applies to al) contracts and subcontracts GREATER THAN$100,000.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal
Water Pollution Contro)Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to report each violation to the
RABA and understands and agrees that the RABA will, in turn, report each violation as required to assure
notification to FTA and the appropriate EPA Regional Office.
Consulting and Professional Services Contract [New June 2023] Page 26
Contractor aiso agrees to include these requirements in each subcontract exceeding $100,000 financed in whole
or in part with Federal assistance provided by FTA.
7. LOBBYING RESTRICTIONS
Applies to Construction, Rolling Stock, Professional Services,and A&E contracts GREATER THAN $100,000.
Byrd Rnti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65
[to be codified at 2 U.S.C. ' 1601,et seq.)
Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-
purchases.
Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti-Lobbying Amendment.
A bidder or offeror must submit to RABA the appropriate Certification Re�ardin� Lobbvin�(attached as Exhibit
C herein)with all bids or offers on FTA-funded Construction,RS,PS,and A&E contracts GREATER THAN$100,000,
except those subiect to a�eneral waiver. Bids or offers that are not accompanied bv a completed certification
must be reiected as nonresponsive.
Clause and specific language herein are mandated by 49 CFR Part 19,Appendix A
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person
or organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining
any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name
of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with
non-Federal funds with respect to that Federat contract, grant or award covered by 31 U.S.C. 1352. Such
disclosures are forwarded from tier to tier up to the recipient.
8. ACCESS TO RECORDS AND REPORTS
Applies to Construction,Rolling Stock, Professiona)Services,and A&E contracts GREATER THAN$10,000.
Flow Down: The FTA does not require the inclusion of these requirements in subcontracts.
Contractor agrees to provide the RABA, the FTA Administrator, the Comptroller General of the United States or
any of their authorized representatives access to any books, documents, papers and records of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and
transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his
authorized representatives including any PMO contractor access to Contractor's records and construction sites
pertaining to a major capital project, defined at 49 U.S.C. 5302(a)I, which is receiving federal financial assistance
through the programs described at 49 U.S.C.5307,5309 or 5311. Contractor agrees to permit any of the foregoing
parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.
Contractor agrees to maintain all books, records, accounts and reports required under this Contract for a period
of not less than three years after the date of termination or expiration of this contract, except in the event of
litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to
maintain same until the RABA, the FTA Administrator, the Comptroller General, or any of their duly authorized
representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. (Reference 49
CFR 18.39(i)(I 1).)
Consulting and Professional Services Contract [New June 2023] Page 2'7
FEDERAI.CHANGES
Applies to all contracts GREATER THAN$10,000.
Flows down appropriately to each applicable changed requirement.
Contractor shall at ali times compiy with ali applicable FTA regulations, policies, procedures and directives,
including without limitation those listed directly or by reference in the Master Agreement between RABA and FTA,
as they may be amended or promulgated from time to time during the term of its contract with RABA.Contractor's
failure to so comply shall constitute a materiai breach of its contract with RABA.
10. BONDING
Applies to Construction (or facility improvement contracts or subcontracts)GREATER THAN$100,000
DOES NOT APPLY TO THIS CONTRACT.
11. CLEAN AIR ACT
Applies to all contracts GREATER THAN$100,000, including indefinite quantities where the amount is expected
to exceed$100,000 in a year
Flows down to all subcontracts which exceed$100,000.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean
Air Act, as amended,42 U.S.C. " 7401 et seq.
Contractor agrees to report each violation to the RABA and understands and agrees that the RABA will, in turn,
report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.
Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in
whole or in part with Federal assistance provided by FTA.
Contractor agrees to comply with the following EPA regulations as applicable: "Control of Air Pollution from
Mobile Sources,"40 C.F.R. Part 85; "Control of Air Pollution from New and In-Use Motor Vehicles and New and In-
Use Motor Vehicle Engines; Certification and Test Procedures," 40 C.F.R. Part 86; and "Fuel Economy of Motor
Vehicles,"40 C.F.R. Part 600, and any revisions thereto.
12. RECYCLED PRODUCTS
Applies to all contracts GREATER THAN$10,000 for items desi�nated bv EPA when procuring$10,000 OR
MORE PER YEAR.
Flows down to all contractors and subcontractors.
Contractor agrees to comply with all of the requirements of Section 6002 of the Resource Conservation and
Recovery Act, as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part
247 and Executive Order 12873,as they may apply to the procurement of the items designated in Subpart B of 40
CFR Part 247.
13. DAVIS BACON AND COPEl.AND ANTI-KICKBACK ACTS-FEDERAL PREVAILING WAGE
Applies to construction contracts GREATER THAN$2,000.
DOES NOT APPLY TO THIS CONTRACT.
Consulting and Professional Services Contract [New June 2023] Page 28
14. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
Applies to Construction contracts--including actual construction, alteration, or repair including painting and
decorating--GREATER THAN$100,000.
DOES NOT APPLY TO THIS CONTRACT.
15. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
Applies to all contracts GREATER THAN$10,000.
Flow down: Although flow down is not required by statute or regulation for either primary contractors or
subcontractors, the concept should flow down to all levels to clarify that the federal government does not have
contractual liability.
A. RABA and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government,the Federal Government is not a party to the contract and shall not be subject
to any obligations or liabilities to RABA, Contractor, or any other party (whether or not a party to that contract)
pertaining to any matter resulting from the underlying contract.
B. Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal
assistance provided by FTA. It is further agreed that the clause shall not be modified except to identify the
subcontractor who will be subject to its provisions.
16. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS
Applies to all contracts GREATER THAN$10,000.
Flows down to contractors and subcontractors who make, present, or submit covered claims and statements.
Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31
U.S.C. ' 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its
actions pertaining to this Project. Upon execution of the underlying contract, Contractor certifies or affirms the
truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining
to the underlying contract or the FTA assisted project for which this Contract work is being performed. In addition
to other penalties that may be applicable,Contractor further acknowledges that if it makes,or causes to be made,
a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves
the right ta impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the
Federal Government deems appropriate.
Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission,or certification to the Federal Government under a contract connected with a project that
is financed in whole or in part with Federal assistance originally awarded by FTA under authority of 49 U.S.C. '
5307, the Government reserves the right to impose the penalties of 18 U.S.C. ' 1001 and 49 U.S.C. ' 5307(n)(I) on
Contractor, to the extent the Federal Government deems appropriate.
Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal
assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the
subcontractor who will be subject to the provisions.
Consulting and Professional Services Contract [New June 2023) Page 29
17. TERMINATION
Applies to all contracts GREATER THAN$10,000(except contracts with nonprofit organizations and institutions of
higher education).
RABA, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest.
If this contract is terminated, RABA shall be liable only for payment under the payment provisions of this contract
for services rendered before the effective date of termination.
18. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION
Applies to all contracts and subcontracts at any level GREATER THAN OR EQUAL TO$25,000 as well as any
contract or subcontract at any level for federally required auditing services(49 CFR 29.220(b).
Contractors who applv or bid for an award of$25 000 or more shall submit to RABA the appropriate Debarment
and Suspension Certification (attached as Exhibit D herein) with all bids or offers on FTA-funded contracts
except those subiect to a�eneral waiver.
This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify
that the contractor, its principals (as defined at 49 CFR 29.995) or affiliates (as defined at 49 CFR 29.905) are
excluded or disqualified as defined at 49 CFR 29.940 and 29.945.
Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply
with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into.
19. PRIVACY ACT
Applies to all contracts GREATER THAN $10,000 where RABA maintains files on drug and alcohol
enforcement activities for the FTA.
Flows down to each third party contractor and their contracts at every tier.
Contractor agrees to comply with, and assures the compliance of its employees with, the information
restrictions and other applicable requirements of the Privacy Act of 1974, U.S.C. 'S52(a). Among other
things, Contractor agrees to obtain the express consent of the Federal Government before Contractor or
its employees operate a system of records on behalf of the Federal Government.Contractor understands
that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act,
apply to those individuals involved,and that failure to comply with the terms of the Privacy Act may result
in termination of the underlying contract.
Contractor also agrees to include these requirements in each subcontract to administer any system of
records on behalf of the Federal Government financed in whole or in part with Federal assistance provided
by FTA.
20. CIVIL RIGHTS REQUIREMENTS
Consulting and Professional Services Contract [New June 2023] Page 30
Applies to all contracts GREATER THAN$10,000.
Flows down to all third party contractors and their contracts at every tier.
The following Civil Rights requirements apply to the underlying contract:
A. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended,42 U.S.C. § 2000d,
section 303 of the Age Discrimination Act of 1975, as amended,42 U.S.C. § 6102, section 202 of the
Americans with Disabilities Act of 1990,42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. §5332,
Contractor agrees that it wil� not discriminate against any employee or applicant for employment because
of race, color, creed, national origin, sex, age,or disability. In addition,the Contractor agrees to comply
with applicable Federal implementing regulations and other implementing requirements FTA may issue.
B. Equal Emplovment Opportunitv-The following equal employment opportunity requirements apply to the
underlying contract:
(1) Race, Color, Creed, National Ori�in, Sex- In accordance with Title VII of the Civil Rights Act,as
amended,42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332,Contractor agrees to comply
with all applicable equal employment opportunity requirements of U.S. Department of Labor(U.S. DOL)
regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor,"41 C.F.R. Parts 60 et se�c ., (which implement Executive Order No. 11246, "Equal
Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246
Relating to Equal Employment Opportunity,"42 U.S.C. § 2000e note), and with any applicable Federal
statutes, executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. Contractor agrees to take affirmative action to ensure
that applicants are employed, and that employees are treated during employment, without regard to their
race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to,the
following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. In addition, Contractor agrees to comply with any implementing requirements FTA may
issue.
(2) A�e- In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended,
29 U.S.C. §§623 and Federal transit law at 49 U.S.C. §5332,Contractor agrees to refrain from
discrimination against present and prospective employees for reason of age. In addition, Contractor
agrees to comply with any implementing requirements FTA may issue.
(3} Disabilities- In accordance with section 102 of the Americans with Disabilities Act, as amended,42
U.S.C. § 12112, Contractor agrees that it will comply with the requirements of U.S. Equal Employment
Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans
with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In
addition, Contractor agrees to comply with any implementing requirements FTA may issue.
C. Contractor also agrees to include these requirements in each subcontract financed in whole or in part with
Federal assistance provided by FTA, modified only if necessary to identify the affected parties.
21. BREACHES AND DISPUTE RESOLUTION
Applies to all contracts GREATER THAN$100,000
Flows down to all tiers.
Consulting and Professional Services Contract [New June 2023] Page 31
City of Redding contract requirements regarding disputes apply.
22. DISADVANTAGED BUSINESS ENTERPRISE (DBE)
APPLIES TO ALL CONTRACTS.
Requirements of clause subsection b flows down to subcontracts.
Contractors who applv or bid for an award of $10 000 or more shall submit to RABA the appropriate DBE
certification (attached as Exhibit E herein) with all bids or offers on FTA-funded contracts except those subject
to a �eneral waiver. Bids or offers that are not accompanied bv a completed certification must be reiected as
nonresponsive.
This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.The national
goal for participation of Disadvantaged Business Enterprises(DBE) is 10%. RABA's overall goal for DBE
participation is.30%.A separate contract�oal has not been established for this procurement.
Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this
contract.The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a
material breach of this contract,which may result in the termination of this contract or such other remedy as
RABR deems appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph (see 49 CFR 26.13(b)).
The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral
means throughout the period of performance.
Contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor's receipt of payment for that work from
RABA. In addition,the contractor is required to return any retainage payments to those subcontractors within
30 days after incremental acceptance of the subcontractor's work by RABA and contractor's receipt of the partial
retainage payment related to the subcontractor's work.
Contractor must promptly notify RABA whenever a DBE subcontractor performing work related to this contract is
terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor
to perform at least the same amount of work.The contractor may not terminate any DBE subcontractor and
perform that work through its own forces or those of an affiliate without prior written consent of RABA.
Bids or offers that are not accompanied by a completed DBE certification must be rejected as nonresponsive.
23. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA)TERMS
Applies to all contracts GREATER THAN $10,000.
The incorporation of FTA terms has unlimited flow down.
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,whether or
not expressly set forth in the preceding contract provisions.All contractual provisions required by DOT,as set forth
Consulting and Professional Services Contract [New June 2023] Page 32
in FTA Circular 4220.1F,dated November 1, 2008, are hereby incorporated by reference.Anything to the contrary
herein notwithstanding, all FTA mandated terms shali be deemed to control in the event of a conflict with other
provisions contained in this Agreement.The Contractor shall not perform any act,fail to perform any act,or refuse
to comply with any REDDING AREA BUS AUTHORIIY requests,which would cause REDDING AREA BUS AUTHORITY
to be in violation of the FTA terms and conditions.
Consulting and Professional Services Contract [New June 2023] Page 33
AGKNQW�EDGEMENT OF RECEIPT AND
CERTIFiCATIt}fV OF CQMPI.IANCE WITH FEDERAL COIVTRACT CLAUSES
7c� be completed for all procurements over$'1Q,Q00.
Cr�ntractar/Vendor'acknowledges receipt of the attached Federal Contract Clause�and certifies compfiance with aEl
federal requirements related tothis CantractJAgreement.
�ate �'' ��' ��
Signature � ,�
Cc�mpany Name , � . �,/�
Tifile � ,�,�2� , �" .�1 ..��,�
The follawing Certifications are s�bmitfed alon�with this acknowledgement:
Yes N/,4
❑ ❑ Certifieation Regarding Labbying(for�ffers exceeding$1Qa,OfJ�J
❑ ❑ t�overnment-wide Debarment and Suspensian (fc�r offers 3$25,OOUJ
❑ DBE Certification
❑ Conflict of Interest
❑ IUotification ta Agency
The following ctauses which apply only fio eontracts exceeding$100,000;
❑ 6; Clean Water Act
C� 7. Lobbying Restrictions
❑ 11: Glean Air Act
❑ 12. Recyeled Products
❑ 2"1: Breaches and Dispute Resolution
❑ Exhibit C Gertificate for Lobbying
Cansulting and Professianal Services Cantract[TVew June 2023] Fage 34
i IT
A�9 C�RFART20--CEF2TIFICATlfJN REGARDING [.QBBYING
Certification for CantracYs,Grants, Loans,and Cooperafiive Agreements
jTo be submitted with each bid ar offer exceedrng$10D,OOQJ
The undersigned Contractor certifies,to the best of his or her'knowledge and belief,that:
t�.j Na Federal appropriated funds have been paid or will be paid, by or on behalfi c�f the undersigned,to any person for
influencing or attempting to influence an officer or employee of an agency, a Member af Congress, an officer or
employee of Congress, or an employee trf a Member ofi Congress in connection with the awarding of any Federal
contract, the making of �ny Federal grant, the making of any Federal [oan, the entering into c�f any cooperative
agreem�nt,and the extension,continuation, rer�ewal;arr�endment,�r�madification afiany Federai contraet,grant, loan,
or cc�operativ� agreement,
(2� If any#unds ather than Federal appropriated funds have �een paid or will be paid�o any person for making Ir�bbying
contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal cantract, grant, loan, or coaperative agreernent,
the undersigned shall eompfete and subm�t Standard Form--LLL, "Qisclosure Form to Repr�rt Lobbying," in accordance
wifh its instractions[as amended by°°Government wide Guidance for New Restrictions on Lc�bbying,°'61 Fed.Reg. 1413
(1/19/96). Note; Language in paragraph (2) herein has been modified in accardance with Section ZO of the Lobbying
Disclosure Act of 1995 (P.L: 104-65,tt� be codified at 2 U.S.C.1601,etseq.)�
(3} �"he undersigned shall require that the lang�age of this certification be included in the award dc�cuments for all
subawards at all ti�rs {including subcontracts, subgrants, and contracts under grants, loans, a�d cooperative
agreements)anc!that all subrecipients shall certify and disclose accordingly,
This certification is a materiai representation of fact upan which reliance was placed when this fransaction was made
or entered inta. Submissson of this certificatian is a prerequisite for making or enterang into this transacti�n imposed
by 31, U,S,C. § 1352 (as amended by the Labbying Disclasure Act of 1995). Any person who fails to file the required
certification shall be subject to a civil penalty af nat less than$10,00C�and not more'than$1t?O,OOt�for each such failure;
[Nafe:Pursuant to 31 U.S.C.§1352(c)(1)-(2j{Aj,any person wht�makes a prohibited expenditure a�fails to file or amend
a required eertificatian or disclosure form shall be subject to a civil penalty af not less than$10,000 and not more than
$1Q0,000 for each such expenditure or failure,]
Contractor certifies ar affirms the'truthfulness and accuracy of each statement of its certificatiQn and disclasure, if any.
In addit►on, the Contractor undecstands and agrees that the provisions of 31 Cl.S.C. A 3801, et seq:; apply to this
certificafion and discfosure, if arry:
Date `�,' �'"�,
Signature of Contractor's Authorized C}fficial�� �,d
�
Name of Cantractc�r's Authorized Qfficial �� �r
Title�f Cc�ntractor's Authc�rized C?fFicial �� 1 �
Company Name �e°� ' "�"�,r � �'
Consulting and Prafessional Services Contract [New June 2023] Page 35
' rT
GOVERREMENT-WII7E DEBARMENT ANLt SU5PENSIQN
49 CFR Part 29
{To be submitted with each b►d or offer equal to or exceeding$25,000)
The Contractar certifies that, neither the Contractor firm nt�r any owner, partner, director, afficer, ar principal of the
Contractor, nor any person in a positior� with management responsibility or respansibility for the administration of
federal funds:
(a) is presently debarred, suspended, proposed for debarment,declared ineligible, or valuntarily excluded fram
covered transactions by any federal or st�te department/agency,
(b) Has within a three-year period preceding this certification been eonvicted of ar had a civil judgment rendered
against it for: commissian of fraud or a criminal 4ffense in cannection with obtaining, attempting ta obtain, or
performing a public transaction or contract(federal,state, or local),;violation of federal or state antitrust statutes;or
cammission af embezzlement,theft,forgery,bribery,falsificatian or destruction af records, making false statements,
ar receiving stolen property,
(c} Is pre�ently indicted for or otherwise criminally or civilly charged by a governmental entity(federal, state,or
loca!)with commission c�f any of the offenses enumerated in paragraph (b) abc�ve;c�r,
(d) Has within a three=year period preceding this certification had nne or more public transaction� or contracts
(federal, state,or locaf)terminated for cause ar default.
The contract€�r further certifies that it shaPl not knowingly enter into any transaction with any subcontractor, material
supplier,orvendarwho is debarred,suspended,declared ineligible,arvc�iuntarilyexcluded from covered transactions
by any federal or state departmentJagency.
Date_ � `' ���' '��
Signature ofi Contractor's Authorized �fficial ,l
�
Name of Contractar°s Authorized Official �.
7itle of Contractar's Autharized QfFiciai � � ` �
Company Name . � + � � , ,
Company Address �� �'��`�.. � �
--�—� —�� j �
company c�ty/s�ate/z�p co�e i� t�. . � �� D�l�
�
Corr�'pany Area Code/Teiephone NumberJE-ail Addresse
The certificatian in this clause is a material representation f faet relied upon by RABA. 1f it is later determined that the
bidder or proposer knawingly rendered an erroneous certification,in additian to remedies availahle to RABA,the Federal
Gavernment may pursue avaiiable remedies, including but nat limited to suspension and/or debarment. The I�idder or
proposer agrees to comply with the requirements of 49 GER 29,Subpart G while this offer is valid and throughout the
period of any contract that may arise from this affer. The bidder ar proposer further agreesto inclt�de a provision requiring
such compliance in its lower tier covered transactions.
Cansulting and Professional Services Contract [New June 2�23] Page 3b
EXHIBIT F
DISADVANTAGED BUSINESS ENTERPRISE INFORMATION FORM
Background
The term "Disadvantaged Business Enterprise" or "DBE" means a for-profit smali business concern as defined in Title
49,Part 26.5,Code of Federai Regulations(CFR). It is the policy of the Redding Area Bus Authority(RABA),the California
Department of Transportation (CalTrans), and the U.S. Department of Transportation that DBE's have the maximum
opportunity to participate in the performance of contracts financed in whole or in part with federal transportation
funds. A certified DBE may participate in the performance of RABA contracts as a contractor, subcontractor, joint
venture partner, or as a vendor of material or supplies.
Requirements and Purpose of Form
The awardee shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of
subcontracts. Even if no DBE participation will be reported,the awardee shall check the "No DBE Participation" option
below(Option#1), and sign and return this form.
Resources
The California Unified Certification Program (CUCP) may be used for DBE certification and to identify firms eligible to
participate as DBE's. The CUCP database may be accessed on-line at http://www.californiaucp.com. If you believe a
firm is certified but cannot locate it in the CUCP database,you may contact the CalTrans Office of Certification toll free
number 1-866-810-6346 for assistance. If you do not have internet access,you may order a written directory of certified
DBE firms from the CalTrans Division of Procurement and Contracts/Publication Unit, 1900 Royal Oaks Drive,
Sacramento,CA 95815,telephone 916-445-3520.
Demonstration of Good Faith Effort
DBE Utilization
(Awardee must check Option#1 or Option#2 befow, provide required information regarding certified DBE's, and sign
this Certification Page 2J
None? Initial Here and skip to Contractor Certification below.
Option#1- No Certified DBE participation proposed for this contract
Utilizing DBE? Initial Here and complete all info below.
Option#2- It is proposed that the following DBE's be used on this contract(you may attach additional
sheets if necessary).
Letter of Intent
Name of Certified DBE DBE Certification No.
DBE Address DBE Telephone No.
DBE E-Mail Address
Consulting and Professional Services Contract [New June 2023] Page 37
Capacity of DBE (e.g. contractor, subcontractor, $Amount DBE Participation
vendor)
Description of services or materials to be provided by DBE
Name of Certified DBE DBE Certification No.
DBE Address DBE Telephone No.
DBE E-Mai)Address
Capacity of DBE(e.g. contractor,subcontractor, $Amount DBE Participation
vendor)
Description of services or materials to be provided by DBE
Affirmation
The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as
stated above.
By
(Signature) (Title)
If the bidder/offeror does not receive award of the prime contract,any and all representations in this Letter of Intent
and Affirmation shall be null and void.
Contractor Certi�cation
Submitted by:
Signature Date
Print Name and Title
Name of Contractor, if different from Signatory
Consulting and Professional Services Contract [New June 2023] Page 38
EXHIBIT G
DISCLOSURE OF CONFLICTS OF INTEREST
It is RABA's policy that each entity that enters into a contract with RABA is required, prior to entering into such contract,
to inform RABA of any real or apparent organizational conflict of interest. Such organizational conflict of interest exists
when the nature of the work to be performed under a contract may,without some restriction on future activities,result
in an unfair competitive advantage to the contractor, or may impact the contractor's objectivity in performing the
contract work. Based on this policy:
a. The offeror shall provide a statement in its proposal which describes in a concise manner all past, present or
planned organizational, financial, contractual or other interest(s) with RABA, or with an organization whose
interests may be substantially affected by RABA activities,and which is related to the work under this solicitation.
The interest(s) described shall include those of the proposer, its affiliates, proposed consultants, proposed
subcontractors and key personnel of any of the above. Past interest shall be limited to within one year of the date
of the offeror's technical proposal. Key personnel shall include any person owning more than 20% interest in the
offeror, and the offeror's corporate officers, its senior managers and any employee who is responsible for making
a decision or taking an action on this contract where the decision or action can have an economic or other impact
on the interests of a regulated or affected organization.The offeror shall describe in detail why it believes, in light
of the interest(s) identified in (a) above, that performance of the proposed contract can be accomplished in an
impartial and objective manner.
b. In the absence of any relevant interest identified in(a)above,the offeror shall submit in its proposal a statement
certifying that to its best knowledge and belief no affiliation exists relevant to possible conflicts of interest. The
offeror must obtain the same information from potential subcontractors prior to award of a subcontract.
c. The Purchasing Officer will review the statement submitted and may require additional relevant information from
the offeror. All such information, and any other relevant information known to RABA, will be used to determine
whether an award to the offeror may create a conflict of interest. If any such conflict of interest is found to exist,
the Purchasing Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of
RABA to contract with the offeror and include appropriate provisions to mitigate or avoid such conflict in the
contract awarded.
d. The refusal to provide the disclosure or representation, or any additional information required, may result in
disqualification of the offeror for award. If nondisclosure or misrepresentation is discovered after award, the
resulting contract may be terminated. If after award the Contractor discovers a conflict of interest with respect to
the contract awarded as a result of this solicitation, which could not reasonably have been know prior to award,
an immediate and full disclosure shall be made in writing to the Purchasing Officer.The disclosure shall include a
full description of the conflict, a description of the action the contractor has taken, or proposes to take,to avoid
or mitigate such conflict. The Purchasing Officer may, however, terminate the contract for convenience if he or
she deems that termination is in the best interest of RABA.
Consulting and Professional Services Contract [New June 2023] Page 39
❑ 1 believe a conflict exists or has existed in the past 12 manth,and 1 have attached a statement describing
such conflict in a concise manner.
' To the best of my knawledge and belief na affiliation exists relevant ta`possible conflicts af interest with
specific regard to this contract.
.
�f �' ��' ��
Signature Date
Print Na and Title
Consulting and Prc�fessional Services Contract[New June 2023] Page 40
! IT
Notification to Agency
(Legal Matters pertaining ta FTA)
Vendor hereby acknowledge�that if a current o�-prospective legal matter that may affect the Federal Government
interest in the eontract emerges,Vendor must promptfy inform the Reddir�g Area Bus Authority sa that it may notify
the Eederal Transit Administration and/or it's designee, the California Department ofTransportation;
The types of legal matters that require notification include, but are not limited to,a major disp�te, breach, default,
litigation,or naming the Federai Government as a party to iitigation or a legal disagreement in any forum far any
reason.
>
���� ���,�—e.� s�����,�`
Ferm N�me
_�����'��'i C�� �-- �o' �-�,
Autharized Signature/Title date
Consulting and Professional Services Contract [New June 2023] Fage 41
�� `�' � �
F�l2S'I' AI4�E1�I�11�I�I�'I' 'I'� �C)NS�TIJ'�'��� AI�I�i PI2:faF°��S��ll�r��., SEI����E�
� Z' C
{C-9'967�
This I'ii�st A,�er�dinent is entered into betweer€ the City of Redding ("C�ty") a municipa!
cas�poration and No�-th State Security Inc. (46Consultant"), (cailectively the "Pa��ties", �ndivid�wally
a "Party") far the purpose tQ amend the Consctltirr� and P1•ofessiona[ Services �ontract (G-9967)
dated Ju(y 19, 2023, between the Pat°ties ("Contract") as fallows:
RE�[TALS
E r-4S, City and Gonsu�tatit have previously �ntei•ed into the Contract foa- the purpose of
pt�Q�Eding security services at various City locations, artd
E EA�, the Parties desi���to amend Exhib►t� to the Contract,
q E EF , the �ontract is ainended as f-ollows;
I. As c�f the effect►ve date af th�s I'�rst Amend�nent; Exhibit B to the Cant�•act is her•eby
d�(eted i�rt iti��entirety�arrti �-eplaced ��ith Fxhib�it B-] atta�hed h�reto and incog•por�ated�
herein by referenee, each ��eference in the Cantcact to "Exhibit B" shall mean and be a
z�efecence to "Exhibit B-1".
IT: Except as expressly set forth herein� aIl ofthe tecros and canditions of the Contract shall
re��ain in fu(� t�orce an�d eff�ct.
III. The effective date of this Tirst A��endment shall be the date that it is signed by the City:
[ � �i�' ca-of ��c Inte�ti�r��ily I�ef� l��a . �i���t m-� a���'s�ll�a sa]
4"�'�:s
�
��,y
w�.:.
�
��
Il�t'WITl�tES��VVEHREOJF,the City and Consultant l�ave executed thzs �irst Alnend�ent on the
day an�i year set forth below:
��T Y �F l�Aal7lJl��y
A tYlu�icipal�t�rpc�ration
�,� �.�.��
� � ,....
I7ated: �✓r� , 2024 '
�.•� � ��a�� ��� �
�y: I3� Y� PI ity Mana��r
ATTEST".
r�F"PRt�VET1 AS T�FU '
C�FtIS'I'I�I�I M, �UR7C"IS
� . �{��C�1 �CQ4��C�
� ,
y � 4����iia �{, �b�rsc��� E
. ,
�
� �.
� �, _,��
� �, .
� ��� a ��> ' 1 ��ft��'i�� ' �'
� ;�'�HA ENE 7['IPTOI�T,City Clerk B' ' . . ur ts, t Attorne�
�
��l�d�LTI.�TAN`I':
, „ �
�
T�ated:_ � � r ,2�24 By: ����°��",���1.�� � �
Task l�cr,: ,
� � �� @ �
�Jp��ted 7/2f�024
It� l�d�. �
Secc�rity Services fc�r the f�llawin�3c�cations,per s�eci�catiions,terms,�nci canditi�ns.
Pat��c�l �rtes/Mt�nti�Iy Fee
�1112024�� �/1/202���
7131f20�5 713�12��6
� Civic�enter/Sc��I�StLire Garden/iteddii7�i,ib�;ary _� �t,775.�� 'T'BII:>
777�y�ress Aue l 1100 F°arkview
�_ � �arpcsration'Yard �1,425.4Q TBI�
20(�55 Vikin t�i/ay Red�iing CA
-__ __ _.__ _ __._�. —_
� S�lid Waste T�-ansfe�•11Zecycli��g Facility ��c�5.{?0 TBI3
2255 Abernathy �,ane E�eddin�,CA
� Reddin�;t0re��3�tsA�€thoi•ity (1�AB�} $2,4�i5.(#(� �`BD
Tntermcsda! k'assei��ei� Transfer Facility
i 530 Y�rba�tr�et Reddin��A
� Bentan Airpa�•k �I,95�,OQ TBL�i
2600(ic�id Street R�dding,CA
� En�erprise Caln�l�un�ty I�ark ` �795.0(} TBL�
40�0 Victor Avenue Redding CA
,� Reddi��g Aquatic �enterl�alciwell �625.00 TBI�
Park 4�Q��a��z Hil l Road,Rec[dii-��CA
--- _.�_ _ ,. _
� Clear C�•eek Waste`�ater~ T'��eat�nent Pla��t �1;�40.QU T�C�
222t} N�etz F�oad Redding,�A
� Redding Povver Plant As��eeded T�i�
l 7120 Clear Creek I�c�ad, Iteddir�g�CA
1� Stillwater Wastewater Tre�tment F'lant _ $t,��5.0� TBI�
6�75 ort Rcsad,�ndei�sc�n GA
�� Softb�ll Park, 1<-I Sall �'ieid&:Tiger�`ield As needed TBLL� _
�� West�entral L,a,�dfitl, �9�S.q� T�D
14095 �lear Creek ftc�ad Igca,��
i� REU Qf�ices,Avtech Bui�d�izg �
361[ Avtech�'arkway, Redding,�A �475,(3U T�3I�
14 Parks Resfirocrtn Lc�ckup Varic�us Lc�cati�ns Listed: 899 $I,440.(�t� T£3I�
I�1. Market�treet{or�e{I}�~estroo�n site), ��Idwel!
�ark
(four(4) restrc�om sites},Scsnnyview�c�at Ramp
3$55 S. B�nnyview(ane(l}i�estrc�c�7n site);
'702 Auditoriuin L3rii�e{two 2 restres�m sites)
C�r�sultlrlg�nd Prc�fessional Servzces Ccantract[New Ju�te 2024] I'age 22
-- _ —�__ _��
Sacx•a�nentc�R�ver Tt•arl �ystelnlPublie V�c�i•ks
15 Facilities See itei�i No,2{15} TBC�3
I6 �uckeye Water Treatn��nt Piar�t
1 l S(}1 �ensc�n 1�►�ive, St�asta�i� ��,a��.�� TBD
Footlxall Water Treatn�ei�t P[ant $���.�� _ T�L3
17
3100�c�othitl Boulevard, i2;edding,�A
��� v_____s.�.
�� Purt�p Statian I $375.�� TBI�
23(}� IZiverside L?��ive Peddin��A.
�� Puanp Statican 3 $3'75.Ofl TF3�
2�9 Sulfi�r Cree� 12edding,��1
�� Put�tp 5ta#ian S $3�5.OQ TB�
�41 S Ftive��I�rive �2edding CA
�� Dr. Ma�-tiiz Lutl2er Kir�g Jr.�entei• $4�5.{}0' T�L7
l S 15 �herida��Street, Redding CA
�2 Sout�a Sacra�n�n�a River Trail Restroe�zn �� ���5.4t� T�3D
23Q0 Riverside Drive R�dding,CA
Nui• Pon C}pen Space Rest�•c�a�i� �c C�ate $545:Ot} TBL>
2� 25CJ2'Nenderst�n R€��d Redd�n�,CA
24 Buc�eye Pat•k Restt�oo�T�c�t:rate $4�5.00 T$L�
350C1 Hiatt Brive Reddin�CA
2� Ni1t 9��Access Throu�l�Fc�catlzill Treatrnent Plant $45Q,00 T�I�
I�e�I�a:2
Speci�ed,;at�dlcir Extra Llnartned Security Services as�nay be requested,at straight ti�ne t�our[y rate(c�vertimme shall be at
14l2 tii�tes of straight tiine hc�c�r[y i�ate),ftir tlae f€�Itowin�lc�cati�ns>per specift��t�o��s,tertns>a�ac3 cottditions:
�/�12 24��
I�C7CATiON '713�120��
'!
Civic Center/Sculpture Gardenl Redding Library ���7.75
777 Cy�sress Ave!114(}�'�rkview
� Corpot�atian Yarcl �2�.9�
�{}Q�J �I�C1CI�c��,��t�{�[�1�;��1
3 5olid Waste Trans�erlRecycting Facility �2�.�� �
� 2255 Abern�thy La1ie Redding,CA
4 Reddi��g Area Bus Author�ty(R:A�1�} �2�.95
Intern��dal Passenger Trarisfer Faci�ity
1530 Yu�a SEreet, EZeddin�,CA
� Bentan Airpaxk _ �28.95
260t��ald�treet, Reddin�,CA
C€snsulting a��t1 Professior�al Service5 Contract[New June 2024] " I'age��
�
� �nt�rprise C�mrr�unity Park ���:�5
400t}�ictor�ver3�e,Redc�i�1�,CA
_ —_ ___ — - - _ _�___�� .__
� Redding �c�uatic CenterfCaldwell $,�8;��
I'ark 44 Quartz F-�ill i2oad,Redding,�A
8 Clear�a•eek Wastewatea•Treatt�7ea�t Ptant 2220 $28.�5
Metz I�tc�ad I�eddang,�A
� F�eddir�� F�owe�{1'lant � $33,'1�
]7]20 Cle�r Greek Ft�ad, Re�din�; C�
I0 Stil(�v�ter W�iste�vater Treatiinent F[�nt 6475 $��.�5
Faa�t Ctoacl,Ar�derso�a,�A
11 Sc�fYba}l Park, 1 Ball F�eld&Ti�er Field $27.75
12 West Central Landfili $27:75
14095 �lear Creek Road, IZedding CA
REU C��ces,Avtech B�zi[d`ang ` $27;75
]3 3611 �,vtech Pa�•kway, Re�ding,C�
14 Parks Restrc�c�m Locku�Variazis Lc�catioras L;�sted: 899 $27.75
N,Market Street{c�ne{I)restrcic��n site},�aldwell Park
(fc�u��{4}restt�c�c�[n sites}, Bsannyvi�w Baat Ra�r,p
3855 S,Bt�n�tyvaew(one(1}restrc�a��i site);
742 Ac,ditoriuti� I��ive twt�2�-estrooiz�sites
15 �act�aanentc�River Trai[systesnlPtab[;ic 1�carks Facilit`res $33:85
l 6 Buckeye GVate�•T�-eattnent Plant �28:95
1 I501 Benso�� Drive;S1�asta CA
17 Fcsothili Water Tre3t�nent�'lant _.
31�(? Ft�athitl Bcrtalevard Reddin�CA �28.95
t� Putnp Station i ���.�5
2300 IZivet�side L)rive, Reddin�CA
_�� —�_ __ -- -- --.�----- ---
1� Pump St�tic�n � �'?8:95
299 Seilfur Cceek Redding Ct1
2� Putnp Stat�+an 5 �28.95
94 i S River D�•�ve Redding>�A
�t Dr, Martin I�utl�er King Jr,Ce�te�° �2�.95
1815 Sh�ridan Street Red�ting, CA
22 ��+uth Sacra�nentc�R�v�r TraiJ Rest�~cso�r� �2�.95
2300 Riverside Drive, IZedding�A
23 Nur Pon t�pen Space Rest��oarr� � CJate �2�,�5
25a2 Hender�s�n F�c�ad Redding, �A
24 F3uckey� Park IZestrcram�z�,Sate $28.9�
3500�Iiatt I?rive i�edding,Cp�
25 Hill�0�Access Th�°c�ugi�Ft�t�thill fii-eatment Plant � �lc�p��ice
Consuiting atZd Prafessic�nai �ervices Cc�sitract[Netu Jun�2024] Page 24
I�� ��:3
M�i�ned andlc�r 1?�troiied Security �ervaces as r�iay be req�ze�ted,at strai�h�ti�ne hsaurly t°ate{tsv�rtirr�e s11a(I be�t
1 - l/2 tiines of str�igl�t titne h��.arly rat�},f�t•add�txcsr��l work,st�tait special events; andlt��•em�rge��ctes:
1 fln-�ite Secatrity fJfficer $34,C1t1 per hour
2 Patrol C}�fi�er ���.55 pes•hol���
Isldicate t1�e g��aranteed i°a�age ofhc�urly wage fot�staiitia�•d Patrc�] C�fficer� �17.C�0 th��u�17:'J5
Indicated the guaranteed range ofhc�L�r1y wage fc�r Qn-�it� �ecu��ity{)�cet-a�l�,54 thru�19.25
t�t}ier Charges{specify):
Cc�nsultin�and F'rafessic�nal S�rviees�antract[l'�tew June 202�] Page 2S
� � �' � � �
� � � ' � �' � � ' � ` CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: July 18, 2023 FROM: Kim Niemer, Community
ITElVI NO. 4.6(a) Services Director
***APPROVED BY***
' o y ,.x � tr,,,��
i�r�t^�i� r, r��'�r� c�it,� erv�ct� ar�ctc�r 7f�i2t?'�3 �> �p�ir�,C�i �� �° 7�'1(lt'2{}?�
kniemer@cityofredding.org btippin@cityofredding.org
SUBJECT: 4.6(a)--Award Bid Schedule No. 5370 to North State Security, Inc., for Security
Services
Recommendation
Approve and Authorize the following:
(1) Award Bid Schedule No. 5370 in the annual base rate of $234,540 to North State
Security, Inc.; and
(2) Authorize the City Manager, or designee, to execute an agreement with North State
Security to provide security services at various City of Redding locations for the ter�n of
August 1, 2023, to J�uly 31, 2025, with the option of up to three consecutive one-year
renewals.
Fiscal Impact
Funds for security services were included in the Fiscal Year 2023-25 Biennial Budget for the
respective departments. The base annual contract rate is $234,540 that does not include
additional manned hourly rates at various locations which are billed monthly per location,
specifications, terms and conditions.
Alternatives Action
The City Council (Council) could choose to award to another vendor or not to award Bid
Schedule No. 5370. This action would require staff to prepare and publish a new Reques� for
Proposal and then select and award a contract to a new service provider. The City of Redding
(City) would enter into a month-to-month agreement with the current provider, North State
Security (NSS), for the interim period. The bid process was fair and thorough and resulted in an
outcome that is unlikely to change, if repeated.
Background
The City and the Redding Area Bus Authority (RABA} have significan� inves�ments in public
facilities. Protecting these assets from vandals, burglars, and fire is prudent. The City has
Report to Redding City Council Ju1y 10,2023
Re: 4.6(a)--Award Bid Schedule No.53�0 to North State Security, lnc, for Security ServicesPage 2
contracted for security services for decades. Per policy, City staff solicited proposals for services
before the current contract concludes. NSS is the current security services provider. The scope of
work includes a combination of onsite security personnel and patrol services for a variety of City
facilities, including City Ha11, the Corporation Yard, RABA, Benton Airpark, the Redding Power
Plant, the Redding Electric Utility Offices at the Avtech Building, and various City parks. This
most recent solicitation resulted in five proposals. One local and four out-of-area agencies
participated. Proposals were received from Universal Protection Services, LP dba: Allied
Universal Security Services, American Guard Services, Inc., Securitas Security Services USA,
United Security Specialties, Inc., and NSS.
City staff evaluated each firm's responses in a variety of areas, including years of experience,
dispatch services, security officer training programs, expertise, competence and availability of
personnel, and reasonableness of cost. The NSS bid received the highest score and was
significantly less expensive than the second-place bidder. NSS has demonstrated its ability to
adeguately staff multiple locations with experienced officers and provide local, 24/7 dispatch.
The top three proposal rankings are: 1 — NSS, 2 — American Guard Services, and 3 — Allied
Universal Security Services. The review panel unanimously selected NSS to provide these
services to the City.
Envi�^onmental Review
This action is not a project within the meaning of the California Environmental Quality Act
Guidelines §§ 15378 and 15061(b)(3) as it proposes an organizational structure change that will
not result in any direct or indirect physical change in the environment.
Council Prior�ity/City ManageN Goals
• Budget and Financial Management— "Achieve balanced and stable 10-year Financial
Plans for all funds."
• Public Safety — "Work to improve all aspects of public safety to help people feel secure
and safe where they live, work, and play in the City of Redding."
c: North State Seeurity, Inc.
Michelle Kempley, Purchasing
Attachments
^Bid Tab
North State Security Contract
City of Redding Security Services Request for Proposal
Bid Schedule: 5370
Rates Submitted: May 24, 2023
Monthl Rate: er location, er s ecifications, terms, and conditions:
FY 2023-2024 North State United Security Allied Securitas American
Location: Security Guard
NSS
1 Civic Center $1,��5.00 $1,369.00 $1,950.00 $1,49�17 $2,813.42
2 Co oration Yard $1,425.00 $1,369.00 $3,100.00 $4,261.83 $4,581.85
3 Solid Waste Transfer/Recycling $695.00 $913.00 $1,130.00 $1,839.50 $964.60
Facilit
4 Redding Area Bus Authority(RABA) $1,465.00 NA $2,200.00 $2,665.00 $361.'73
5 Benton Airpark $1,955.00 $1,825.00 $2,100.00 $4,004.00 $3,3�6.10
6 Ente rise Communit Park $795.00 $913.00 As needed $1,304.33 $1,685.05
'7 Redding Aquatic Center/Caldwell $625.00 $913.00 $1,130.00 $1,653.1'7 $1,688.05
Park
8 C1ear Creek WasteWater Treatment $1,340.00 $1,825.00 $1,980.00 $2,608.6'7 $3,3'76.10
P1ant
9 Redding Power Plant As needed NA Patrol provided $0 No patrol
asneeded needed
10 Stillwater Wastewater Treatinent Plant $1,095.00 $1,825.00 $1,980.00 $2,608.6'7 $3,3'76.10
11 Softball Park, K-1 Ball Field&Tiger As needed As needed As needed $0 As needed
Field
12 West Central Landfill $925.00 $456.00 $590.00 $650.00 $422.01
13 REU Offices,Avtech Building $4�5.00 $684.00 $1,130.00 $1,490.6� $1,688.05
14 Parks Restroom Lockup Various $1,440.00 $1,825.00 $1,980.00 $2,608.68 $1,688.05
Locations Listed: 899 N. 1Vlarket
Street(one(1)restroom site),
Caldwell Park(four(4)restroom
sites),Bonnyview Boat Ramp—3855
S. Bonnyview(one (1)restroom site),
702 Auditorium Drive (two(2)
restroom sites
15 Sacramento River Trail System/Public See item No. NA Tncluded in $0 $11,253.6'7
Works Facilities 2 15 Manned Rate
16 Buckeye Water Treatment Plant $1,�95.00 $913.00 $1,130.00 $1,820.00 $1,688.05
17 Foothill Water Treatment P1ant $660.00 $913.00 $1,420.00 $1,956.50 $2,532.08
18 Fuin Station 1 $3'75.00 $913.00 $1,130.00 $1,304.33 $1,688.05
19 Pum Station 3 $375.00 $913.00 $1,130.00 $1,304.33 $1,688.05
20 Pump Station 5 $375.00 $913.00 $1,130.00 $1,304.33 $1,688.05
21 Dr. Martin Luther Kin Jr. Center $405.00 $456.00 $290.00 $465.83 $602.88
22 South Sacramento River Trai1 $405.00 $913.00 $1,130.00 $1,304.33 $1,688.05
Restroom
23 Nur Pon Open Space Restroom& $545.00 $913.00 $1,130.00 $1,304.33 $1,688.05
Gate
24 Bucke e Park Restroom&Gate $405.00 $913.00 $1,130.00 $1,304.33 $1,688.05
25 Hi11900 $450.00 $913.00 Not spec'd in $4,959.51 $2,532.08
RFP,unsure of
Patrol
Re uirements
Monthl Total $19,545.00 $22,590.00 $28,$90.00 $44,219.51 $54,761.15
Annual Total $234,540.00 $271,080.00 $346,680.00 $530,634.12 $657,133.80
*Per Visit Rate not included in monthly or annual calculations
S ecified and/or additional Manned Hourl Rate er location at strai ht time:
FY 2023-2024 North State United Security Allied Securitas American
Location: S NSSty Universal Guard
1 Civic Center $26.70 $27.12 $32.9� $30.87 $36.10
2 Co oration Yard $27.75 $27.12 $32.97 $30.87 $37.10
3 Solid Waste Transfer/Recycling $2"7.75 $2"7.12 $32.97 $30.8'7 $3'7.10
Facilit
4 Redding Area Bus Authority(RABA) $27.75 $27.12 $32.97 $30.87 $3l.60
5 Benton Airpark $2�.'75 $2�.12 $32.9'7 $30.8'7 $3'7.10
6 Ente rise Communit Park $27.75 $27.12 $32.97 $30.87 $37.10
'7 Redding Aquatic Center/Caldwell $2'7.'75 $2'712 $329'7 $30.8'7 $3'7.10
Park
8 C1ear Creek Wastewater Treatment $2'7.'75 $2'7.12 $32.9'7 $30.8'7 $3'7.10
P1ant
9 Redding Power Plant $26.70 $27.12 $32.97 $30.87 $31.60
10 Stillwater Wastewater Treatment Plant $26.'70 $2'712 $329'7 $30.8'7 $3'7.10
11 Softball Park, K-1 Ball Field&Tiger $26.70 $27.12 $32.97 $30.87 $37.10
Field
12 West Central Landfill $26.70 $27.12 $32.97 $30.87 $37.10
13 REU Offices,Avtech Building $26.'70 $2'7.12 $32.9'7 $30.8'7 $31.60
14 Parks Restroom Lockup Various $26.70 $27.12 $32.97 $30.87 $37.10
Locations Listed: 899 N. 1Vlarket
Street(one(1)restroom site),
Caldwell Park(four(4)restroom
sites),Bonnyview Boat Ramp-3855
S. Bonnyview(one (1)restroom site),
702 Auditorium Drive (two(2)
restroom sites
15 Sacramento River Trail System/Public $33.00 $33.00 $36.23 $30.8'7 $3'7.10
Works Facilities
16 Buckeye Water Treatment Plant $2'7.'75 $2'7.12 $32.9'7 $30.8'7 $3'7.10
17 Foothill Water Treatment P1ant $27.75 $27.12 $32.97 $30.87 $37.10
18 Fuin Station 1 $2�.'75 $2�.12 $32.9'7 $30.8'7 $3'7.10
19 Pum Station 3 $27.75 $27.12 $32.97 $30.87 $37.10
20 Pump Station 5 $2�.75 $2�12 $32.9� $30.8'7 $3'7.10
21 Dr. Martin Luther Kin Jr. Center $27.75 $27.12 $32.97 $30.87 $37.10
22 South Sacramento River Trai1 $2"7.'75 $2"7.12 $32.97 $30.$'7 $3'7.10
Restroom
23 Nur Pon Open Space Restroom& $27.75 $27.12 $32.97 $30.87 $37.10
Gate
24 Bucke e Park Restroom&Gate $27.75 $27.12 $32.97 $30.87 $37.10
25 Hi11900 $329'7 $30.8'7 $3'7.10
Manned/Patrolled Rates for additional services as re uested at strai ht time:
FY 2023-2024 North State United Security Allied Securitas American Guard
Security (NSS) Universal
Hourly On-Site $32.50 $34.25 $49.45 $45.54 $31.60
Securit
Hourly Patrol $3315 $35.'71 $54.35 $45.54 $3'7.10
Officer
Hourl Wa e Ran e Guarantee
Guaranteed Range $16.50- $17.25 $1'7.50-$19.50 $22.00- $22.50 $1'7.00 -$18.00 $19.00
for Patrol Officer
Guaranteed Range $18.00- $18.50 $18.50-$20.50 $20.00- $20.50 $17.00 -$18.00 $19.00
for Securit Officer
EXHIBIT A-1
CITY OF REDDING SCOPE OF WORK
SECURITY SERVICES
GENERAL
Services shall be performed to the satisfaction of the City of Redding Director of Coimnunity
Services. Failure to perform the security services in accordance with the proposal, specifications,
and to the satisfaction of the Director of Community Services shall be grounds for cancellation
by the City of Reddin�.
Security personnel will provide patrol and surveillance services or any other duties the City of
Redding Director of Community Services deems appropriate throughout a11 noted locations.
Security personnel shall maintain two-way radio or cellular telephone contact with their
headquarters and shall be equipped with radios or cellular telephones having the capability to
conduct two-way conversations with the Redding Police Department, and/or other law
enforcement agencies.
In the event that security personnel need assistance due to an inability to handle a situation,
requests for assistance from the Redding Police Department shall be in accordance with industry
protocol.
REPORTS
1. Daily Reports
Contracting security agency shall keep legible, current, and accurate records to support
invoices rendered. These records shall include but not be limited to daily activity reports
of security guards, defining all actions performed by them in fulfilling the
requirements of this contract. Daily activity reports shall begin with the time the
security guard enters a City facility and end with the time the security guard departs.
Dai1y activity reports shall be emailed to the Directar of Community Services and the
Building Maintenance Administrative Assistant each moming by 8:00 a.m.
2. Occurrences or incidents at all facilities that are serious in nature shall be reported on an
individual basis within 24 hours, followed by a full written report(ar other agreed upon
format),which shall be delivered within seven(7)days.
For all locations except Benton Airpark and the Redding Power Plant,the contact is the
Director of Community Services.
For Benton Airpark,the contact is the Airports Manager. (530)224-4321
For the Redding Power Plant(RPP),the contact is RPP Electric Manager(530)245-7188
3. Monthly Work Schedule
Successful contractor agrees to furnish to the Director of Cominunity Services (or
designee),coinpleted inonthly work schedules as follows:
a. The contract's �rst month's working schedule(s) of personnel assigned
and hours to be worked to fulfill the requirements of the contract shall be
delivered a minimum of ten(10)working days prior to the effective date of
any contract resulting from this proposal.
b. A monthly schedule of personnel assigned and hours to be worked to fulfill
the requirements of the contract shall be delivered no later than the last
working day of the month preceding the effective date of the new monthly
schedule.
c. If a new-to-the-City security employee is scheduled a copy of their guard
card along with a picture ID and work history is to be submitted to the
Director of Community Services for approval.
4. Benton Airport
Weekly report emailed to Airports Manager at airport�citvofredding.org
to include who patrolled and at what time.
a. Weekly report emailed to Airports Manager at
airports(a?,cityofredding.org to include who patrolled and at
what time.
b. Nightly aircraft parking log report, prepared after 2:00 a.m.,
emailed to Airports Manager at airports(a�cityofreddin_.org
within 24-hours.
c. Nightly report regarding tampering to be emailed to Airports
Manager at airports(a�cityofreddin�.org along with parkin�log.
d. Security guard will be provided with parking logs to verify and
document aircraft tail numbers.
HOLIDAY SCHEDULE
The City has 11 fixed holidays a year whereby many buildings are closed,
and thus "holiday pay"is recognized. These days are:
• January 1 st
• Martin Luther King, Jr.Day(third Monday in January)
• President`s Day(third Monday in February)
• Memorial Day(last Monday in May)
• Juneteenth(June 19tih)
• July 4�h Independence Day
• Labor Day(first Monday in Septeinber)Thanksgiving Day(4th
Thursday in November)
• Day After Thanksgiving (4th Friday in November)
• the last half of the normal work shift prior to Christmas Day
Christmas day(December 25th�
If any of the foregoing holidays fall on a Sunday, the holiday for employees will be observed
on the following Monday. Likewise,if the holiday falis on a Saturday,employees will observe
it on the preceding Friday.
Clear Creek Wastewater Treatment Plant, Stillwater Wastewater Treatment Plant, and Benton
Airport are exempt from the holiday schedule. These locations require services 7 days a
week/365 days a year.
SECURITY SCHEDULE
See addresses on Exhihit A -Proposal Form.
1. CIVIC CENTER/SCULPTURE GARDEN/LIBRARY
Seven (7) Days a Week (Sunday through Saturday):
Provide parking lot patrol from 4:45 p.m. to 5:30 p.m. Monday through Friday(Except holidays and
furloughs). From 5:30 p.m. to 6:00 p.m., conduct internal building inspections of the Civic Center to
assure that office doors are locked, internal alarm panels are set and indicate no probiems "active
alanns" are located in Personnei, Treasurer, and City Clerk), and that the building is empty of non-
employees or those attending a City-sanctioned event. Security guard shall also check that all exterior
points of entry at the Civic Center are secure. Security guard shall check the Sculpture Garden,
paying close attention as to whether or not any acts of vandalism have taken place. Security guard
shall secure the locked parking area on the southeast section of the property.
One security guard shall be on-site at the Civic Center/Sculpture Garden/Library complex Monday
through Friday between 9:00 p.m. and 1:00 a.m. An early morning patrol/inspection of the Library
complex will also be performed. Security guard will secure all doors, gates,windows, or other
points of entry at the Civic Center and Redding Library. If unable to do so, the security guard
shall call City's answering service, who will call the appropriate city staff to secure the site. If an
alarm is sounded the alarm company has been instructed to call the appropriate City staff for
instructions.
The security guard shall conduct one patrol check of these premises between 3:00-6:00 a.m.,Monday
through Friday. Security guard shall conduct five patrol checks over each 24-hour period on.
Saturday, Sunday and holidays. This inspection is carried out via a visual "spotlight check" whereby
security officer drives slowly around the periineter of each facility looking for any signs of
unwarranted disturbance. One of the five weekendlholiday inspections shall occur at approximately
9:00 p.m. and the exterior doors of the Civic Center and Redding Library shall be checked to ensure
they are secured. If a doar is found unsecured, an interiar inspection shall be required to ensure the
building is unoccupied.
2.* CORPORATION YARD
Seven(7)Days a Week (Sunday through Saturday):
There will be three (3) nightly security inspections between the hours of ll:00 p.m. and 5:00
a.m. The first inspection shall consist of checking all exterior doors Security guard shall secure all
doors, gates, windows, or other points of entry. If unable to do so, the security guard shall
call the City of Redding's answering service.During any round of inspection, if a building door
is found to be unsecured, security guard will perform an internal inspection of the building
then re-secure the building.If unabie to secure the building, security guard wi11 notify the City of
Redding's answering service, supplying the appropriate lock set number, and the answering
service will determine the appropriate City personnel to contact.
During the first inspection, the security �uard shall also physically check each door of
a]1 vehicles, with the exception of garbage trucks, parked behind the gates.Between the
Corporation Yard and the Solid Waste Transfer/Recycling Facility,the total number of vehicles
left on site overnight is estimated to be 250. If keys are left in an unlocked vehicle, vehicle is
to be locked and the keys returned to the closest lock box (each buiiding has their own lock
box). An incident report shall be made-up and emailed to Building Maintenance the next day.
If keys are not in the vehicle, security guard shall lock all doors and inake a notation of this
action and the vehicle number in the standard shift report which shall be emailed to building
maintenance the next day. Security guaxd is not expected to check compartments on truck
service bodies to verify that they are locked.
The second and third security inspection shall be a "spotlight check" whereby security guard
drives slowly around the perimeter of all buildings. Vehicles shall also be checked by spotlight
during this time.
Provide three (3) random patrols on Monday through Friday between 7:00 a.m. and 6:00
p.m. Patrol would drive the front of buildings 1-4 and look far any suspicious activity.
3.* SOLID WASTE TRANSFER/RECYCLING FACILITY
Seven (7)Days a Week(Sunday through Saturday):
Sunday - Thursday - two (2) nightly security inspections between the hours of ll:00
p.m. and 2:00 a.m.
Friday/Saturday-three (3)nightly security inspections between the hours of 11:00 p.m. and 5:00
a.m.
The first inspection shall consist of checking all of the exterior doors. Security guard shall secure
all doors,gates,windows, or other points of entry.If unable to do so,the security guard shall call
the City of Redding's answering service. During any round of inspection, if a building door is
found to be unsecured, and security guard is unable to secure the door, security guard wiil notify
the City of Redding's answerin� service, supplying the appropriate lock set number, and the
answering service wil] determine the appropriate City personnel to contact.
During the first inspection,the security guard shall also physically check each door of a11 vehicles,
with the exception of garbage trucks,parked behind the gates. Between the Corporation Yard and
the Solid Waste Transfer/Recycling Facility the total number of vehicles left on site overnight is
estimated to be 250. If keys are left in an unlocked vehicle, vehicle is to be locked and the keys
returned to the closest lock box (each building has their own lock box). An incident report shall
be made up and emailed to Building Maintenance the next day. If keys are not in the vehicle,
security guard shall lock all doors and make a notation of this action and the vehicle number in
the standard shift report which shall be emailed to building maintenance the next day. Security
guard is not expected to check compaxtments on truck service bodies to verify that they are not in
the vehicle, security guard shall lock all doors and make a notation of this action and the vehicle
number in the standard shift report which shall be emailed to building maintenance the next day.
Security guard is not expected to check compartments on truck service bodies to verify that they
are locked.
The second and third security inspections shall be a "spotlight check" whereby security guard
drives slowly around the perimeter of all buildings. Vehicles shall also be checked by spotlight
during this time.
During all inspections, security guard shall check for a flashing red light on the west side of the
main Transfer building. Light signifies a prob]em with the sump pump. If flashin�, security
guard shall call Citv of Redding's answering service immediately.
*Items No.2 and 3 are considered one site. Thev are noted separatelv for billin�and
pavment purposes
4. BENTON AIRPARK
Seven (7)Days a Week (Sunday through Saturday):
Four(4)nightly security inspections at random intervals between the hours of 7:00 p.m. and 6:00 a.m.
Each on-site patrol shall be of thirty(30)minutes duration. Each visit should be documented in a report
to include time arriving on property; if any findings: who, what, when, where, and how handled; and
tiine exiting property,as well as any other pertinent information.Reports should be emailed immediately
to��r�a�t��a,citys�fr�ddi�g.c�r�.Security guard is to use professional judgement,and question any people
found on site who appear to have no reason for being on the property. As part of this effort, security
guard shaii record vehicle license numbers including vehicle make and model for vehicies situated in
an unusual area or for an extended period of time.Unusual areas include parallel to the perimeter fence
line, adjacent to access portals and around inconspicuous areas. Security guard shall report outages of
runway lights or those on the exterior of hangars in a daily report to be emailed to
�irport�(c��ity��r�ddin�.s�rg. Security guard shall report any irregularities in a nightly report to be
emailed to the Airports Manager in conjunction with the nightly aircraft parking log. Any emergency
situation or criminai activity shail be reported immediately to the Airport Manager or Assistants Airport
Manager via cell phone. Security guard shall complete a nightly aircraft parking log,after 2:00 a.m.,to
be emailed to the Airport Manager. Security guard shall secure all doors,gates,windows,or other points
of entry and document such findings. If unable to do so, the security guard shall call the Airports
Operations & Maintenance Supervisor or appropriate tenant to secure the site (tenant list will be
provided by the City). Special responses to the airport wi11 be requested on an as needed basis by
Airports Administration
5. ENTERPRISE COMMUNITY PARK
Service shall be on an as-needed basis,
Duties performed 30 minutes after dusk: lock roller hockey rink gates, lock pickle ball courts, lock
upper and lower restrooms, lock north (chain link) walk-throu�h gate, lock north driveway gates, and
lock the main gate at El Vista. Check inobile building located in the lowerlwestern area of the park,by
`Kids Kingdom' to ensure it is locked. While conducting the park sweep at dusk, it is imperative to
confirm that a11 people are out of the res�rooms and all cars out of the parking areas. Security guard shall
notify the Redding Police Department if unable to locate the driver/owner of any vehicle. One drive-
through pa�rol of the park is required at approxiinately 1:00 a.m.,to be varied by plus/minus 30 minutes
so as to not have a set routine. Security guard shall unlock the necessary gates and re-lock them upon
passing through.Security guard shall secure all doors,gates,windows,or other points of entry.If unable
to do so,the security guard shall call the City's answering service,who will contact the appropriate City
staff to secure the slte.
Operations to be performed at 6:00 a.m.: open the main gate at El Vista, open the north
driveway�ate,open the north walk-through gate,open the upper and lower restrooms and uniock
the roller hockey rink gates.
6. REDDING AQUATIC CENTER/CALDWELL PARK
Seven (7)days a week(Sunday through Saturday):
Twice nightly patrol with one (1) walk through and one (1) spotlight check. The areas
specifically to be patrolled are the Fish Viewing Facility, Jump River Playground, Carter
House/North Valley Art League, Teen Center, Aquatic Center, Caldwell Meinorial Picnic Area,
Bronze Sculptures, K2 ball field, K3 ball field and the Skate Park. Make note of signs of
vandalism.
Wa1k through shal] inciude conducting a physical check of buildingslstructures, doors and gates.
Security guard shall check that all are secured.
Redding Aquatic Center, after hours alarm response: Monday to Friday, 5:00 p.m. to 7:00 a.m.,
SaturdaylSunday/Holidays, 24-hour response coverage. All calls for service shall be documented
with an Tncident Report and emailed with the Daily Activity Report to the Director of Community
Services(or designee)and the Building Maintenance Office Services Supervisar.
7. CLEAR CREEK WASTEWATER TREATMENT PLANT
Seven (7)days a week(Sunday through Saturday);
Four nightly security inspections between the hours of 6:00 p.m. and 6:00 a.m. Duties include
checking the fishing access parking area for illicit activity,checking to verify four critical gates are
locked(main gate,pond access gate,river access gate to ponds and influent pump gate), checking
structure which houses chlorine and suiphur dioxide,conducting visuai spotlight check of building
which houses city vehicles and performing thorough spotlight-security inspection of the entire
gated area known as the Wastewater Treatment Facility. Spotlight-security inspection of Admin
Building. Since most facility doors and windows are on an alarmed system it is not
advised to physically rattle doors or windows to verify they are secure; therefore, the spotlight
inspection is called for rather than a physicai check of pulling door handies.
Security guard shall be vigilant to look for and immediately notify City staff of any signs of
chlorine gas or sulphur dioxide leaks. If needed, security guard shall secure all doors, gates and
windows or other points of entry. If unabie to do so, the security guard will call the City's
answering service,who will contact the appropriate City staff to secure the site.
8. REDDING POWER PLANT
Five (5) days a week (Monday through Friday):
Security guard shall be based continuously at the security building located at the main en�rance to
the Power Plant. The regular schedule is currently from 6;00 a.m. to 6:00 p.m. for the purpose of
checking all city employees, vendors, and other visitors into the site. During project ar major
maintenance work, the City may request coverage outside of these regular hours including nights
and weekends. Security guard shall maintain visitors logs, contractor logs, issue security access
badges, verify security badge inventory, and check visitor identifications to assure that only
authorized persons have access to the facility. The security guard shall communicate with Power
Plant staff via phone and radio (provided by the City) and shall follow the site-specific radio
guidelines as trained by the Power Plant staff.
The security guard shall comply with North American Electric Reliability Corporation (NERC)
regulations regarding physical and cyber security. The security guard shall follow the Power Plant
site-specific procedure for site security. The security guard shall undergo annual training and
certification including successful completion of an examination administered by Power Plant staff.
The security guard shall have a current certificate of course completion while performing duties at
the Power Plant.
The security guard shall maintain situational awareness at all times and shall report any suspicious
or hazardous event or situation immediately to the Power Plant staff.The security guard shail assist
Power Plant staff with evaluating the risk to the physical or cyber security of the facility by
providing observations and information in a collaborative manner with City of Redding
representatives. The security guard shaii maintain familiarity with the layout of the Power Plant
facility and shaii know the location of critical pieces of equipment and buildings for the purpose of
directing contractors to the correct location and assisting emergency responders if necessary.
The security guard shall maintain the access badge inventory by ensuring to the best of their ability
that contractors return badges at the completion of their project work. If a badge is not returned,
the security guard shall notify Power Plant staff immediately to allow deactivation of the badge.
In an emergency, the security guard shall assist Power Plant staff as needed within their level of
training, inciuding directing emergency responders to the scene of an incident, providing the
facility access log to the Power Plant Operator for purposes of roll call to evaluate safety of ali
onsite personnel,and operating the electric gates as needed to facility emergency response.
The security company shall maintain an adequate group of security guards with the appropriate
certification and training as outlined above at all times to provide coverage at the Power Plant in
the event of an absence of the regularly scheduled security guard.
9. STILLWATER WASTEWATER TREATMENT PLANT
Seven (7) days a week (Sunday through Saturday):
Four nightly security inspections between the hours of 6:00 p.m. and 6:00 a.m. Duties include
checking the Plant/Properly area for illicit behavior, checking to verify that critical gates are
locked (main gate and pond access gate), checking structure which houses chlorine and sulfur
dioxide, conducting a thorough visual spotlight check as necessary of the entire gated area
known as the Wastewater Treatment Facility. The doors and windows inay be physically rattled
to verify if they are secure. The door shall be checked at the outfall/pump house building. It is
also necessary for security guard to be aware and notify City staff of any signs of chlorine gas or
Sulphur dioxide leaks. If needed, security guard shall secure all doors, gates and windows or
other points of entry. If unable to do so, the security guard wi11 ca11 the Ciry's answering service,
who will contact the appropriate City staff to secure the site.
10. SOFTBALL PARK, K-1 FIELD AND TIGER FIELD
Service shall be on an as-needed basis,
On an"as needed"basis,provide security guard services at the ball fields during recreation activities.
ll. WEST CENTRAL LANDFILL
One (1)physical inspection between the hours of 6:00 p.m. and 6:00 a.m., every other night.
The security guard will unlock/open the gate, drive through and spot light the scale house and
maintenance shop. The windows and doors at the scale house and maintenance shop shall be
checked during each visit. Security guard wi11 close and lock up gate when done.
12. REU OFFICES, AVTECH BUILDING
Seven (7) days a week (Sunday through Saturday)
One security guard shall be on-site at the REU Customer Service area Monday through Friday
between 7:00 a.m. and 6:00 p.m.,except City holidays. On these days,the security guard locks the
front internal doors of the customer service area at 5:00 p.m. Between 5:00 p.m. and 6:00 p.m. guard
checks all exterior doors to ensure locked and secured.At 6:00 p.in.the guard locks the service
vehicles parking lot.
On Ciry holidays and weekends,there will be one(1)daily inspection between the hours of 8:00 a.m.
and 10:00 a.m. The daytime inspection includes confirmation that all ten(10)door sets are locked.
Seven(7)days a week,there will be one(1)nightly inspection between the hours of 6:00 p.m. and
6:00 a.m.
13. PARKS RESTROOM LOCKUP
Various Locations Listed Below
Seven(7) days a week
Clear and lock public restrooms at dusk at the following locations:
899 N. Market Street(one (1)restroom site)
Caldwell Park (four (4)restroom sites)
Bonnyview Boat Ramp- 3855 S. Bonnyview(one(1)restroom site)
702 Auditorium Drive(two(2)restroom sites)
Provide on call service
Provide Incident Reports in a timely manner describing any new vandalism and incidents witl�.
individuals that cause disruption to the patrolman's ability to perform restroom lockup.
14. SACRAMENTO RIVER TRAIL SYSTEM/PUBLIC WORKS FACILITIES
Five(5) days a week.
Daily shifts worked will be comprised of two(2)security officers assigned to river trail duties consisting
of two (2) split shifts daily; one (1)in the a.ln. and one(1)in the p.m. Scheduling will encompass two
(2),three(3)hour shift per day,with an a.m. shift beginning around nautical twilight(dawn)and a p.m.
shift terminating around nautical twilight (dusk). Scheduled hours may vary as to avoid setting a set
schedule for a maximum deterrence factor. Scheduling of days of the week will remain random and
subject to frequent change.North State Security to post and provide to the City a monthly schedule in
advance. Standard patrol shifts will have security officers performing coordinated patrols separately,
but will remain in frequent contact and provide backup as necessary. Due to time limitations and
unforeseen incidents there may be portions of the river trail left unchecked on any given shift.Although
assigned personnel are scheduled for no more than three(3)hours a day, there may be occasions when.
security officer works beyond scheduled three(3)hour shift due to actions beyond one's control.Duties
are to include surveillance of numerous COR Public Works facilities ]ocated along the river trail, as
well as,providing a noticeable/positive security presence supporting safe community river trail activity.
A heightened state of vigilance is required at these sites to guard against vandalism,sabotage,theft,etc.
Security officers are e�pected to keep ongoing records of patrols to measure the program's success and
report on a monthly basis to the City of the month's activities.Daily reports will include RPD contacts,
notable public contacts, public warks facilities inspected, miles patro]]ed, and other security related
concerns.An actual Incident Report(IR)will be submitted whenever an incident happens that warrants
further documentation.A monthly summary of daily reports will be submitted to the City.
Vendor shall provide all necessary equipment to patrol the Sacramento Trail svstem.
15. BUCKEYE WATER TREATMENT PLANT
Seven (7) days a week (Sunday throu�h Saturday):
Twice nightly patrol which consist of two (2) walk-through checks. Duties include checking all
buildings and fence lines as well vandalism, theft, fire, water leaks, or people on site.
16. FOOTHILL WATER TREATMENT PLANT
Seven (7) days a week (Sunday through Saturday):
Nightly patrol which consist of three(3)walk-through checks.Duties include checking all buildings
and fence lines as well as looking for any signs of vandalism, theft, fire,water leaks, or people
on site.
17. PUMP STATION 1
Seven (7)days a week(Sunday through Saturday):
Twice nightly patrol which consist of two (2) walk-through spotlight checks. Duties include
checking for any signs of vandalism, theft, fire, water leaks, or people on site.
18. PUMP STATION 3
Seven (7)days a week(Sunday through Saturday):
Twice nightly patrol which consist of two (2) spotlight checks. Duties include checking fence line
as well as looking for any signs of vandalism, theft,fire,water leaks, or peopie on site.
19. PUMP STATION 5
Seven (7) days a week(Sunday through Saturday):
Twice nightly patrol which consist of two(2)walk-through checks.Duties include checking for any
signs of vandalism, theft,fire,water leaks,or people on site.
20. DR.MARTIN LUTHER KING JR CENTER
Five (5) days a week (Sunday through Thursday):
Lock the gate at dusk.
Securily officers are expected to keep ongoing records of patrols to measure the program's
success and report on a monthly basis to the City of the month's activities. Dai1y reports will
inc]ude RPD contacts, notable public contacts, pub]ic works facilities inspected, miles
patro]led,and other security related concerns. An actual Incident Report(IR)will be submitted
whenever an incident happens that warrants further documentation. A monthly summary of
daily reports will be submitted to the City.
Vendor shall provide all necessary equipment to patrol the Sacramento Trail system.
21. SOUTI-� SACRAMENTO RIVER TRAIL RESTROOM
Seven(7) days a week(Sunday throu�h Saturday):
Clear and lock restroom facility at dusk. Unlock restroom facilily at dawn.
Provide Incident Reports in a timely manner describing any new vandalism and incidents with
individuals that cause disruption to the patrolman's ability to perform restroom lockup.
22. NUR PON OPEN SPACE RESTROOM& GATE
Seven(7) days a week(Sunday through Saturday):
At dusk clear and lock restroom facility as well as lock main entry gate on Henderson road.
At dawn unlock the restroom facility and un]ock main entry gate on Henderson road, Ensure
gate is LOCKED in the open position. Provide Incident Reports in a timely manner describing
any new vandalism and incidents with individuals that cause disruption to the patrolman's
ability to perform restroom lockup.
23. BUCKEYE PARK RESTROOMS & GATE
Seven(7) days a week(Sunday through Saturday):
At dusk clear and]ock restroom facility as well as lock main entry gate on Hiatt Dr�ve.
At dawn unlock the restroom facility anc3 unlock main entry�ate on Hiatt Drive. Ensure gate is
LOCKED in the open position.
Provide Incident Reports in a timely manner describing any new vandalism and incidents with.
individuals that cause disruption to the patrolman's ability to perform restroom lockup.
24. Hill 900 (access through Foothill Water Treatment Plant)
Seven(7) days a week. (Sunday through Saturday):
Nightly patrol which consist of three(3)walk-through checks. Duties include checking all
buildings and fence lines as well as looking for any si�ns of vanclalism, theft,fire, water leaks,
or people on site.
PERSONNEL
All personnel employed by the contracted security force must meet the following requirements
established by the Director of Corrnnunity Services prior to assignment at all noted security
locations.
1. Security personnel inust have at least one-year experience as a registered security guard.At the
City's sole discretion,less than one-year experience may be accepted if the employee has other
related work experience.
2. Security personnel must possess and carry a security guard registration card from the
Department of Consumer Affairs, certifying that the security person is quali�ed. Copies must
be submitted with proposal documents. A securitv �uard must possess a valid and current
securitv guard registration card on his or her person while on-dutv (California Business and
Professional Section 7583.3.
3. Security personnel must be identifiable by a uniform and badge approved by the Community
Services Director. Submit with proposal photog�raphs showin� the front and side view of
uniformed securit� �uard. Uniforms shall meet all requirements as required bv the California
Business and Professional Code BPC),Division 3,Chapter 11.5,Article 3, Section 7582.26.
4. Within fve(5)business days ofbeing informed of contract award,security agency must provide
to the Director of Community Services,a copy of the pre-employment background investigation
of each employee assigned to work at City facilities. The t Director of Coinmunity Services inay
reject any such employee if in their judgement the person is not suitable for the position.
5. Security service patrol vehicies must be clearly marked with company logo or emblem when
conducting patrols at all noted locations. Submit photo of patrol vehicle with proposal.
Vendor's patrol cars must be le�allv marked as"securitv".
6. Security guards shall not have non-einployees of security contractor as ride-along passengers
nar guests,while conducting security work far the City of Redding,without the written approval.
of the Directar of Community Services.
7. The Private PaYrol Operator and Security Guard shall abide by all pertinent sections of the
Department of Consumer Affairs, Bureau of Security and Investigative Services, California
Business and Professional Code,California Code of Regulations, and Penal Code.
8. Upon submission of their proposal, security service firm agrees to ailow the Director of
Community Services (or his/her representative) andlor the Airports Manager (or his/her
representative)to personally inspect the security service firm's Redding area headquarters and
dispatch facility to determine the security service firm's operating capabilities upon submission
of their proposal. In addition, the security service f3rm agrees to random, unannounced
inspections by the Director of Community Services (or his/her representative) and/or the
Ai�rports Manager (or his/her representative) to ensure the continuing capabilities of the
security service frm and dispatch facility during the tenure of any resulting contract pursuant
to said proposal.
INVOICING:
Invoices shall be rendered monthly, sent to the following locations;
All locations except 4. an�,
City of Redding Building Maintenance Department
P.O. Box 496071, Redding, CA 96049-6071.
Location 5: Redding Municipal Airport
Attn: Airports Manager
6751 Woodrum Circle, #200, Redding, CA 96002
Location 9: City of Redding-Redding Power Plant ATTN: Electric Manager
17120 Clear Creek Road, Redding, CA 96001
CITY �F DDING
��;COI'�D�IVIEI�IDl�1EN"I" T4� �t�NS1ULTII�IG ANI�PROFESSI(?NAL SERVICES
CUNT CT
{C�9967}
This Second Arr�endment is entered into between th� City af Redding {"City"}, a municipal
corparation and North 5tate Security Inc. ("Cansultant"}, (callectively the"Parties", individually
a "Party"} for the purpose to arnend the Consulting arld Professional Serv�ces Contract(C-996'7}
dated Ju1y 19, 2f�23, and amended on Novernber 26, 2024; between the Parties ("Contract"} as
fallows:
R.ECITALS
WHEREA�, City and Consultant have previausly �ntered into the Contract for the purpo�e af
providing security services at various City�ocations,and
WHEItEAS, the Redding Area Bus Authc�rity (RA.BA} has requested to rescind their abligation
to this contract; and
WHEREAS;the Parties desire tra amend Exhibit A, B-1, tc�the Contract; anid
Vt'HEREAS, the Parties desire tc� exclude Exhibit C, Exhibit E, Exhibit F; Exhibit G,Exhibit H
t�the Cantract, and
NOW,THEREFflR�, the Contract is arnended as follaws:
I. As af'the effective date of this Second Amendment;Exhibit A,to the Gontract is hereby
deleted in its entirety and replaced witl� Exhibit A-l. Exhibit B-1 to the Contract is
hereby deleted in its entirety and repla�ed with Exhibit B-2 attached h�reto and
incarparated herein by reference,each reference in the Cantract to "Exhibit B-1" sha11
mean and be a reference to "Exhibit B-2".
II. Except as expressly set forth`herein,all of the terms and canditions of the Contract shall
remain in full force and effect.
III. The effective date af this Second Amendment shall be the date that it is signed by the
�ity:
[I��mainder of Page Intentionally Lefk Blank. Signature Page Follows.]
Il�T 6VITNES� �VE�I OF, the City and Consultant have execut�d this First Amendment on the
day and year set forth below:
�I'I'Y OF �I��IN�,
A 1!7[unicip�l Corporatian
Dated: ,2024
By; �A Y TIPPIN, City Mana�er
ATTEST:
AP"PRO�ED A�T�F(3RM:
CHRISTIAN 1Vi. CU�'TI�
�ity Attorney
�HA E1�TE'�'IPTUN,City Clea-k �y: Christian M. Curtis,City Attorney
Ct�NSULTAIYTz
��
I}ated. � r � � 2024 By; u�
Task ID No,:� �' � �
EX�IIBIT B - 2
Updated 7/2/2024
Item No. 1
Security Services for the following iocations,per specifications,tenns,and conditions.
Patrol Sites/Monthiy Fee
i 8/1/2024 to 8/1/2025 to �
� 7/31/2025 7/31/2026 ;
1 $1,775.00 TBD i
� Civic Center/Sculpture Garden/Redding Library �
i
i 777 Cypress Ave / 1100 Parkview ;
— - -----
—
� Corporation Yard
2 � $1,425.00 TBD
� 20055 Vikin Way Redding CA
3 i Solid Waste Transfer/Recycling Facility $695.00 TBD
�
i 2255 Abernathy Lane Redding, CA
�
i
i
i
i
i
4 Benton Airpark $1,955.00 TBD
� 2600 Gold Street Redding,CA
5 � Enterprise Community Park �'795.00 TBD
� 4000 Victor Avenue Redding CA
6 � Redding Aquatic Center/Caldwell �625.00 TBD
; Park 44 Quartz Hill Road,Redding CA
� Clear Creek Wastewater Treatment Plant �1,340.00 TBD
I 2220 Metz Road Redding,CA
; Redding Power Plant
g � 17120 Clear Creek Road, Redding CA As needed TBD
� Stillwater Wastewater Treatment Plant �
9 � 6475 ort Road,Anderson CA �1,095.00 TBD �
10 Softball Park, 1<-1 Ball Field&Tiger Field As needed TBD �
i
West Central Landfill
11 $925.00 TBD i
i 14095 Clear Creek Road Igo, CA ;
� REU Offices Avtech Buildin �
12 i ' g $475.00 TBD i
� 3611 Avteeh Parkway, Redding, CA �
13 Parks Restroom Loekup Various Loeations Listed: 899 $1,440.00 TBD i
i N. Market Street(one(1)restroom site), Caldwell �
i Park �
i (four(4)restroom sites),Bonnyview Boat Ramp �
i3855 S. Bonnyview(one(1)restroom site), �
i 702 Auditorium Drive(two 2 restroom sites) �
Consulting and Professionai Services Contract[New December 2024] Page 22
� Sacramento River Trail System/Public Works �
14 i Facilities See item No. 2 (15) TBD �
Buckeye Water Treatment Plant ;
15 i 11501 Benson Drive, Shasta CA $�,795.00 TBD �
i - -- ----------
-- -----------
�Foothill Water Treatment Plant �
16 $660.00 TBD i
i 3100 Foothill Boulevard, Redding, CA �
� Pump Station I ;
1'7 i $375.00 TBD �
i 2300 Riverside Drive Redding CA ,
i
— — - - -- -
i g � Pump Station 3 $375.00 TBD �
� 299 Suifur Creek Reddin�,CA �
� Pump Station 5 �
19 i . $375.00 TBD ,
i 941 S River Drive Redding CA �
-�--------------- --- 1
� Dr. Martin Luther King Jr. Center �
20 $405.00 TBD i
� 1815 Sheridan Street,Redding CA �
i South Sacramento River Trail Restroom I
21 � $405.00 TBD �
i 2300 Riverside Drive Redding, CA
�
-- --- ----- ----- — 1
Nur Pon Open Space Restroom & Gate ;
22 � $545.00 TBD i
� 2502 Henderson Road Redding, CA ,
; Buckeye Park Restroom&Gate I
23 i 3500 Hiatt Drive Redding CA �405.00 TBD �
--LL- ------ ---- — --
24 � Hi11900 Access Through Foothill Treahnent Plant $450.00 TBD i
Item No. 2
Specified,andlor Extra Unarmed Security Services as may be requested,at straight time hourly rate(overtime shall be at
1-1/2 times of straight time hourly rate),for the following locations,per specificarions,terms,and conditions:
i
; 8/1/2024 to
j LOCATION 7/31/2025
� $27.75
� i Civic Center/Sculpture Garden/Redding Library
; '777 Cypress Ave/1100 Parkview
2 Corporation Yard �28 95
i 20055 Vikin Way,Redding,CA
; Solid Waste Transfer/Reeyeling Faeility
3 ; 2255 Abernathy Lane Redding, CA ��g��s
i
i
i
i
4 Benton Airpark $28.95
� 2600 Go1d S�reet, Redding, CA
�
�_.—.—___ _. _.—_. —_
Consulting and Professionai Services Contract[New December 2024] Page 23
5 Enterprise Community Park $28.95
i 4000 Victor Avenue,Redding, CA
---------------- ----- -
------ -------- --------------------------
6 Redding Aquatic Center/Caldwell
i Park 44 Quartz Hill Road,Redding,CA $28�95
C1ear Creek Wastewater Treatment Plant 2220 $2g.95
� � Metz Road Redding,CA
- - —-- --- — ---------------------------
g Redding Power Plant $33.�0
� 1'7120 Clear Creek Road,Redding, CA
Stillwater Wastewater Treatment Plant 6475
9 i Fort Road,Anderson,CA �2�'�5
------- -— ---
10 �oftball Park 1 Ball Field&Tiger Field $27 75
- —---- - - --------- --------------- $27.75
--------------------------------------------------
11 West Central Lan�ll
i 14095 Clear Creek Road,Redding CA
i REU Offices,Avtech Buiiding
l� i 36ll Avtech Parkway,Redding, CA �27.75
13 i Parks Restroom Lockup Various Locations Listed: 899 $2'7.75
i N,1Vlarket Street(one(1)restroom site),Caldwell Park
� (four(4)restroom sites),Bonnyview Boat Ramp
i 3855 S,Bonnyview(one(1)restroom site),
i '702 Auditorium Drive two 2 restroom sites
14 i Sacramento River Trail System/Public Works Facilities $33.85
15 ; Buckeye Water Treatment Plant �28.95
; 11501 Benson Drive, Shasta CA
Foothill Water Treatment Plant
16 i 3100 Foothill Boulevard Redding CA $2895
1� � Pump Station 1 $28 95
i 2300 Riverside Drive,Redding CA
i g � Pump Station 3 $28.95
i 299 Sulfur Creek Redding CA
19 ( Pump Station 5 $2895
� 941 S River Drive Redding, CA
20 Dr, Martin Luther King Jr,Center $28.95
i 1815 Sheridan Street Redding, CA
21 � South Sacramento River Trail Restroom $2g.95
; 2300 Riverside Drive,Redding CA
__ __ _...----- —.
22 � Nur Pon Open Space Restroom & Gate
; 2502 Henderson Road Redding, CA $28.95
23 Buckeye Park Restroom&Gate $28.95
i 3500 Hiatt Drive Redding,CA
___________ _.... _____..__. ____________________________ _________________________________________________.
24 i H111900 Access Through Foothill Treatment Plant No price
Consulting and Professional Services Contract[New December 2024] Page 24
Item No. 3
Manned and/ar Patrolled Security Services as may be requested, at straight time hourly rate(overtime sha11 be at
1 - 1/2 ti�nes of straight time hourly rate),for additional work, small special events, and/or emergencies:
1 On-Site SecuriYy Officer $34.00 per hour
2 Patrol Officer $34.55 per hour
Tndicate the guaranteed range of hourly wage far standard Patrol Officer: $17.00 thru$17.75
Indicated the guaranteed range of hourly wage far On-Site Security Officer: $18.50 thru$19.25
Other Charges(specify}:
Consulting and Professionai Services Contract[New December 2024] Page 25