HomeMy WebLinkAbout _ 4.9(a)--Extension of Contract Agreement with EVOC GI �" Y C� F
� � �- ' � ° � � i � CITY OF REDDING
��
REPORT TO THE CITY COUNCIL
MEETING DATE: October 7, 2025 FROM: Brian Barner, Chief of Police
ITEM NO. 49(a)
***APPROVED BY***
,�
.�' ° �
. �:�� ���.,�.,.��e .. .:.
Srian F3arn� ef 4f P41ice ��""�"' �3(2�1242� t�F�a a �, i�t � 10(1(202;�
bbarner@reddingpolice.org sbade@cityofredding.org
SUBJECT: 4.9(a)--Authorize Extending a Sole Source Agreement with Emergency Vehicle
Outfittin Com an for Vehicle Outfittin for the Reddin Police De artment for two years
Recommendation
Authorize the City Manager, or designee, to execute the First Amendment (C-10028) to the
contract with Emergency Vehicle Outfitting Company in an amount not-to-exceed $200,000,
annually, for two years for outfitting vehicles with the needed equipment.
Fiscal Impact
The City of Redding Police Department (RPD) will use previously allocated funds to RPD's
Rolling Stock Replacement Fund to outfit the vehicles. Pursuant to Council Policy 416, staff
will administratively cover contract obligations, as needed. There is no additional impact to the
General Fund.
AZteNnative Action
The City Council (Council) could choose to not authorize extending the agreement with
Emergency Vehicle Outfitting Company (EVOC) for outfitting vehicles and provide staff with
alternative direction.
Background/Analysis
On August 15, 2023, Council authorized RPD to enter into a sole-source agreement with EVOC
for outfitting RPD vehieles with the neeessary equipment (previous staff report attached.) The
agreement expired on July 31, 2025, and RPD would like to extend for an additional two years.
When RPD requested to sole-source with EVOC, there were limited viable options for the
needed services. RPD had gone out to bid in 2022 for the serviees and received four bids, all but
one being out of the Redding area. The low bid was received from a company out of Chico who
was awarded the bid to outfit seven vehicles. While the eompany came highly reeommended,
after they completed five vehicles, the contract was cancelled due to many issues with the work.
Report to Redding City Council October2,2025
Re: 4.9(a)--Extension of ContractAgreement with EVOC Page 2
Since this time, EVOC has been outfitting all of RPD's vehicles.
While it is the normal policy to go out to bid for these services, the status of qualified and
available vendors has not seen any significant changes to who provides these services. EVOC is
a local vendor and has provided RPD with excellent service. Extending this agreement for an
additional two-year period provides RPD with consistent services with a local vendor. At the end
of this term, RPD anticipates going out to bid to determine if there are other vendors who are
qualified to do this work.
Envir�onmental Review
Entering into this contract is not a project as defined by the California Environmental Quality
Act, therefore, no further action is required at this time.
Council PNio�^ity/City Manager Goals
• 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
Previous Staff Report 8-15-2023 4.9(b)
C-10028 - Consulting and Professional Services Contract- 2023 - Emergency Vehicle Outfitting
Company
G10028 First Amendment
CITY Q F ��
REDDIN��'
e a � i F o a N � �- CITY OF REDDING
REPORT TO THE CITY COUNCIL
MEETING DATE: August 15,2023 FROM: Bill Schueller, Chief of Police
ITEM NO. 4.9(b)
***APPROVED BY***
..��
�
�: c..�_
��
Bill S r h Pa ice 8P3/2d23 ippin,Ci ana�,e' &t'7/2023
�
bschueller@reddingpolice.org btippin@cityofredding.org
SUBJECT: 4.9(b)--Authorize a Sole Source Agreement with Emergency Vehicle Outfitting
Com an for Vehicle Outfittin for the Reddin Police De artment
Recommendation
Authorize the Redding Police Department to sole source an agreement with Emergency Vehicle
Outfitting Company in the amount not to exceed $200,000 annually, for two years to outfit
vehicles with the needed eauipment.
Fiscal Impact
Redding Police Department (RPD) will use a portion of the American Rescue Plan Act (ARPA)
funding to outfit patrol vehicles. There is no fiscal impact to the General Fund.
Alter�native Action
The City Council could choose to not authorize entering into an agreement with Emergency
Vehicle Outfitting Company (EVOC) for outfitting vehicles and provide staff with alternative
direction.
Backgr�ound/Analysis
Just as it has been difficult to purchase vehicles over the last several years, it has also been
extremely difficult to have vehicles outfitted in a timely manner. While some of the delays have
been due to supply chain issues caused by COVID-19, it has also been dif�cult to find reliable
installers. In April 2022, RPD went out to bid for vehicle out�tting of seven vehicles and
received four bids. The award was given to a company out of Chico, CA. While this company
came highly recommended, there were several issues with the installation of the equipment that
delayed vehicles being completed and put into service. In June 2023, after five of the seven
vehicles were completed, it was decided to terminate the contract with them and �nd another
resource to complete the last two of this lot. Since that time, RPD has acquired two additional
vehicles that need outfitting. In addition, RPD anticipates purchasing a large number of vehicles
that will need to be outfitted. With the length of time it takes to receive the new vehicles, it is
Report to Redding City Council August 4, 2023
Re; 4,9(b)--Authorize Sole SourceAgreement Page 2
necessary to establish a vendor who can provide the necessary work in a timely manner. The
estimate of work that currently needs to be completed totals approximately $70,000. It is
estimated that outfitting the additional vehicles to be purchased over the next several years could
total as much as $200,000.
One of the bids received in Apri12022 was from EVOC, the only local bidder. At the time of the
bid request, EVOC was a fairly new business and did not have the resources to be competitive
with the other bidders. Since that time, EVOC has established their business and have the
capacity to provide the services that are needed. Over the last year, EVOC has successfully
completed several small jobs for RPD as well as several other City departments and has proven
their ability to do the work. RPD would like to sole source to EVOC for the next two years in an
annual amount not to exceed $200,000. The terms of the agreement would be set for the two-year
period at $100 per hour for labor and discounted prices off the manufact�urer's suggested retail
prices (MSRP) as outlined on the attached fee schedule. After the two years, RPD would go back
out to bid to determine if the market has changed for these services. While it is not the normal
practice to sole source this work, authorizing this agreement will allow RPD to ensure the
services are available when needed with a local company.
Envi�onmental Review
Entering into this contract is not a project as defined by the California Environmental Quality
Act, therefore, no further action is required at this time.
Council Priority/City Manager Goals
• 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
^EVOC Fee Schedule
�I�'I' F �+ Ili�(�
� ���SJZI�� L11V � � �¢'��SI 1\AIJ �a'i �1L+'�� � 1\� L1�8
'I' I� C01�1'�'RA�T is made at Redding, Cal�ifarnia, by and between tlle City af I�edding (�ity},
a municipal cor�oration, and Emergeney Vehicle Outfittitzg Company(Con�raetor)for the purpose
of outfitting vehicles with the needed ec�uipinent for the Redding Police Departlnent.
�3[EI����, City cloes not have sufficien.t personnel to perform the services required herein
tt�ereby neeessitatit�g tl�is Contrac� for personal services.
1�C��V, �'�IE��I'�I2E, the Parties covenant and agree, for good cor�sideration her�by
acknowIedged, as follows:
SECTI�1\I �. �,�1�T�t��TC?T� SE�VI��S
5ubject to the terms and conditions set forth in this Cor��tract, Coz�traator shail provide ta
City installatio�l of einergency equipm�nt into police vehicles. Equipznent to be installed
wil( either be purchased by Contractor or providad by �1ty. Installation of equipment will
be done at Contractor's shop loeated in.Redding, CA.
�ECTI(3i�2. C�lYI�ENSA'FIt�I�t A1�lL�1�EII0'II�ITI:�ElO�IEl�T Q�+'��.lS�'S
A. City sl�all pay Cantractor for services rendered pursuant to this Contract, at the times
and in tl�e rnarzner• set forth in Exl�ibit A, attached and incorporated herein, it� a total
amount not to e�ceed Two Hundred Thousand I)ollars($200,000)per year. This sum
includes all out-of-pocicet travel, lodging and incidental eXpenses ineurred by
�ontractar �hat are reasonab�y associated with the provision of services under this
Contract. The payzne�lts specified herein shall be the only paynzents to be made to
Contractor for services��endered pursuant�to this Contract.
B. Contractor shall subnlit monthly invoiees to City for wark caln�leted to the date of
the invo,iee. Alt invaices shall be ite�nized to reflect the employees perforzning the
requested tasks, the billing rate for each employee and the hours worked.
C. All correct,completa and undispu�ed invoices sent by Contractor to City shali be pa.id
within thirty (30) calendar days of recei�t.
S�CTI�1�3. 'I'E�1VI ANI1 1�I�1V�I��1IC)1�
A. This agreement shall commence on the date of contract �nd shall terminate July 31,
2025.
�
�
�
Consulting and Professioi�al Services Agreement pag�� �
Rev. 6/15
����� �� � ��
B. If�ontractor fai�Is to perform its duties to the satisfaetion of City, ol• if Contractor
fails to fu1fill in a timeiy and professional manner its obligati�ns under this �ontract,
then City shall have �the right to terminate this �ontract effective immediately upon
City giving vvritten notice thel�eof to Cantracto�-.
C. Either Party may terillinate t11is Contract without cause on thirty (30} calendar days'
written notice. Natwithstandit�g the precedin�, if the term set forth in Section 3.A.
of this Contract eXceeds ninety(90}calendar days in duration, Contraetor's sole right
to terminate shall be Iimited to termir�ation for eause.
I). Contractor hereby acknowledges and agrees tilat the o�bligation of�ity to pay under
this Contraet is contingenl upon the availability of City's funds which are
appropriated or allocated by the City Council. �hould the funding for the project
ai�dlor work set forth herein no� be appropr-iated al• allocated by ttle City Counczl,
�ity may �erminate this Agreemer�t by furnishing at least thirty (30} calencta�° days'
written notice of its intentioi�to terminate. In the evetlt of a terminatioz�pursuant to
this subdivision, Contractor shall not be entitled �o a re�nedy of acceleration of
payn�ents due over the term of tihis Agreement. The Parties acknowledge at�d agree
that the power to terminate described herein is required by ArticIe 16, Section 1$, of
the California Constitution, and that constitutional provision supersedes a.ny Iaw,
rule, regulation or statute whicil confliets with tlie provisions of this Section.
E. In the event that City gives notiee of termination, Contractor shall promp�ly provide
to City any and all finished and unfinisl�ed reports, data, studies, photograpl�s, ch�rts
or other work product prepared by �ontractor pursuant to this Contract. City shall
have full ownership, inctuding, but not limited to, intellectual property rights, and
control of all such finished and ut�finished reports, data, studies, photagraphs, charts
or other work product.
F. In the event that City ternlinates tl�e Contract, City shall pay Cont�•actor the
reasonable value of services rendered by Contractar pursuant ta this Contract;
provided, however, that City shall not in any manner be liable fo�• lost profts whicll
�night have been made by Contractor had Contractor completed the services required
by this Contract. Contractor shall, not Iater than ten (10) calendar days after
ternlination of this Cot�tract by City, furnish to City suclz financial inforrnation as in
the judgment of the City's representative is necessary to determine the reasonable
value of the services rendered by Contractor.
G. In no event shall the termination or e�piration af this Contract be cons�rued as a
waiver of any rigilt to seek remedies in law, equity or othea°wise for a I'ar.ty's failure
to perform each obligation required by this Contract.
Consu1ti11g and Professioi�al Services Agreement p��e 2
Rev. 6/IS
SE�TI��4. IVII��EI.,LAl�E()ITS 'I'EI�1l�IS AI� C�NL�I'I'��NS C?� CC�N�'�.A�T
A. City shall make its facilities accessible to Contractor as required for Contractor's
perforl��ance of its services under tl�is Coilt.i•act, a��d, upon request of Contractor,
provide labor and safety equipment as required by Coritractor far such access.
B. Pursuant to the City's business Iicense o��dinance, Contractor sl�all obtain a City
business license prior to colnmeneing work.
C. Contractor represents and waz�ralits to Crty that it has alI licenses, permits,
qualificatians and approvals of any nature whatsoever that are Iegally required for
Contractor to practice its profession. Contractor represents and warrants ta City that
Contractor sha11, at its sole cost and expense, keep in effect or obtain at a11 times
during the term of this Contract any licenses, pernlits and approvals that are legaily
required for Contractor to practice its profession.
D. Contra�tor shall, during the entire term of this Contract, t�e construed to be an
independent contractor and nothing in this Contraet is intended, nor shalt it be
canstrued, to create an employer/empioyee relationsl�ip, association, joint venture
relationship,trust or partnership or to allow City to exercise discretion or control ov�r
the professional manner in which Contractor perforins under this Car�tract. Any and
all �axes i�nposed on Contractor's incame, ilnposecl or assessed by i�e�son of this
Contract or its performance, including but not Iimited to s�1es or use taxes, shall be
paid by Contractor. Contractor shall be responsible for any taxes or penalti�s
assessed by reason of any claims tl�at Contractor is an etnployee of City. Contractor
shall nat be eligible for coverage under City's workers' compensation insurance plan,
benefits under the Public Enlployee Retirement 5ystenl or be eligible foi• any othar
City 6enefit.
E. No provision of this Contract is intended Yo, or shall be for the ben�fit of, ot�construed
to create rights in, or grant remedies to, any person or entity i?ot a party hereto.
I'. No portion of the work or services to be perforined under this Contract shall be
assigned, transferred, conveyed or subcontracted without the prior written approval
of City. Contraetor may use the services of independent contractors and.
subcontractors to perform a portioiz of its obligations under this Co�ztr•act witl� the
prior written approval of City. Independent contractors and subcontractors shall be
provided with a copy of�his Contract and Contractor sha11 have an affir�nativa duty
to assure that said independent contractors and subcontractars comply with the same
and agree to be bound by its tel-n1s. Contraetor shat] be tlae responsible party with
respect to at1 actions of its independer�t contractors and subcontractors, and shall
obtain such insurance and indemnity provisions fiom its contractors and
subcontractai•s as City's Risk Manager shall determine to be necessary.
G. Con�ractor, at such times and in such form as Czty may require, shall furnish City
with such periodic reports as it tnay request pertaining to the work or services
Constltting and Professior�al Services Agreement T'age 3
Rev:6/15
undertaken pursuant to this Contract, the casts or obligations incuri•ed ar to be
incurred in connection therewith, and any other matters covered by this Contract.
H. ContracYor sl�all mailltain accounts and records, zncl�ding personnel, property and
financial records, adequate to idei�tify and account for all costs pertaining to this
Contract and such other records as may be d�emed necessary by City to assure�proper
accounting for all project funds. These recards shall be made available for audit
purpos�s to state and federal authorities, or any authorized representative of City.
Contractor shall retai�a suc11 records for three (3) years after the expiratiorl of this
Contract, unless prior•permission to des�iay theln is granted by�ity.
I. Contractor sha11 perform all serviees required pursuant to this Contract irz the n7anner
and according to the standards observed by a competent practitioner of�ontractor's
profession. All products of whatsoever rlature which Contractor delivers to City
pl�rsuant to this Cantraet shall be prepared in a professional manner and conform t�
the standards af quality normally observed by a pei�son practicing the pi�afession of
Contractor and its agents, employees and subco�ltractors assigned to perform the
services eontei11p1ated by this Contraet.
J. All coinp�eted reports and other data or doeuments, or eomputer media including
diskettes, and other materials pravided or prepared by Contractor in accordance with
thr.s Contract are the property of City, and may be used by City. �ity shali have a11
intellectual property rights inciuding, but not limited to, copyright and pa�ent rights,
in said documents,eomputer media,and other materials provided by Contractor. City
sha1I z�etease, defend, ir�demnify and hald harmless Contractor from all claims, cos�s,
expenses, damage or iiability arising out of or resulting from City's use or
lnodification af any reports, data, documents, drawings, specificatians or other work
product pz�epared by Contractor, except for�ase by City an those portions ofthe City's
project for which such ztelns were prepared.
K. Contractor, including its employees, agents, and subContractors, sha�I not maintain
ar aequire any direct or indirect interest that conflicts witll tlle perfarmance of this
Contract. Contractor sha11 comply with all rec}uirenlents of the Political Reform Act
(Government Code § 8100 et seq.} and other Iaws relating to canflicts of interest,
including the following: 1) Contractar shall not make or participate it1 a. decision
made by City if it is reasonably fareseeable that the decision may have a materiai
effect on Contractor's economic interest, and 2} if required by the City Attot�ney,
Contractor shall file financial disclosure forms with the City Clerk.
Consulting and Professional Services Agreement Page 4
Rev. Fi115
SE�1I()I°� S. �I��IJ�2AI�CE
A. Untess modified in writing by City's Risk Manager, Contractor sltall z�laintain t�ie
followit�g noted insurance during the duration of tl�e Conri•act:
Cav�ra�e l��uired i�tat Fde�ired
Commercial General Liability X
Coinprehensive Vehicle Liahility x
Workers' Compensation and Employers' Lia�ility x
Garagekeeper's X
Professional Lia�ility (Errors and Omissions} X
(Place an"x"in the appropriate box)
B. Coverag� shall be at least as broad as: �
1. Insurance 5ervices Office form number CG-0001, Co1�lmercial Caeneral
Liability Insurance, in an az�lount not less than$1,000,000 per occurrence and
$2,000,000 general aggregate for bodily injtary, pey�sonal injury and property
damage;
2. Insurance Services Of�'ice form number CA-0401 (Ed. 1/�7), Con�prehensive
Automobile Liability Insurar�ce, which provides for tatal limits of not l�ss
than $1,000,000 caizlbir�ed single limits per accident applicabte to alI owned,
non-owned a.nd liired vehicles;
3. Statutory Worlsers' Compensation required by the Labor Code of the State of
� California and Employers' Liability Insurance in an amount not less thara
$1,QOO,OdQ per occurrence. Botl� the Workers' Compensation al�d
E�nployers'Liability policies shall contain the insurer's waiver of subragation
in favor of City, its elected officials, officers, employeas, agents and
vainnteers;
4. Professianal .Liability (Errors and ClmissiozZs) Insuran�e, appropriate t�
Contractol•'s profession, against Ioss due to error or omission or malpractice
in an amounf not tess than $1,000,000.
5. The City does not accept insurance certificatas or endorsements with the
wording "but only in the event of a named insured's sole negiigence" or any
otller ver6iage Iilniting the insured's insurance respo�lsibility.
C. Any deductibles or self-insured retentiot�s n�ust be declared to and approved by City.
At the option af the City,eitlier: the insurer sha11 reduce or el iminatie such deductibles
Consul�ing and Professional Services Agreement Page 5
Rev.6/15
oi• self-insured retentions as respects the City, its elected officials, officers,
employees, agents and volunteers; or the Contractor sha11 procure a bond
guaranteeing payment of Iosses and related investigations, claims administration and
defense expenses.
D. The General Liability shall contain ar be endarsed to contain the fallowing
provisions:
t. City, its elected officials, officers, employees, a��d agerlts are to be covel•ed as
additional insured as respects liability arising out of work or operat'rons
performed by or on behalf of Contractor; premises owned, leased or used by
�ontractor; or au�omobiles owned, leasec�, hired or borrowed by �ontractor.
The caverage sliall contain no special limitations on the scope of protection
afforded to City, its elected officiai,s, of�eers, employees, agents and
volunteers.
2. The insurance coverabe of Contractor shall be primary insurance as respects
City, fts eiected officials, officers, enlployees, agents and volunteers. Any
insurance or self.-insurance maintained by City, its elected of�cials, of�cersy
empioyees,agents and volunteers,shall be in e�cess af Contractor's insurance
and sh.all not contribute with it.
3. Coverage s11ai1 state that the insurance of Contractor shall apply separately to
each insured against wl�om claim is �nade or suit is brought, eacept witl�
respect to the limits of the insurer's liability.
4. Each insurance policy required by this Contract sha116e endorsed ta state that
coverage shall not be canceted except after Yhirty (30) calendar days' przor
written notiee has been given to City. In addition, Contp-actor agree�s that it
shall not reduce its coverage ar limits on any such policy except after Yhirty
(30) calendar days' prior written notice has been given to City.
E. Insurance is to be placed with insurers with a current A.M.Best's rating of no less
than A-VII.
F. Contractor sha11 designate the City of R�dding as a Certificate Holder of the
� insurance. Cantractor shall furnish City witl� certificates of insurance and original
endorsen�7ents effecting t��e c�verages required by this clause. Cerfificates and
endarsemenfs shall 6e �furnished to: Risk Management Department, City of Redding,
7�7 Cypress Avenue, Redding, CA 96041. The certificates �nd 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 i•ec�ived and approved by the
City's Risk Manager prior to the cornmencement of contracted services. City may
withhold payments to Contractor if adequate cei•tificates af insurance and
Consulting and Professionai Services Agreen�ient Page 6
Rev. &/IS
endorseinents required have not 6een provided, oi• not been provided in a timety
manner.
G. The i•equit•e�llents as to the types and limits of insurance coverage to be znaintained
by Contractor as required by Section 5 of this Contract, and any appraval of said
insurance by City, are not intended to and wilt not in any manner limit ol�qualify the
liabilities and o�bligations otherwzse assuill�d by Contraetor pursuant to this Contt•act,
ii�cluding, without limitation, provisions concerning indemnificatian.
H. If any poliey of insurance requii-ed by this Sec�iotl is a"claims made"policy,pursuant
to Code of Civil Procedu��e § 342 and Government Code § 945.6, Contractor shall
keep said insurance in effect for a period of eighteen(18)�nontf�s after the termination
of this �ontract.
I. If any damage, including death, persoilal injury or pi•operty damage, occurs in
connection wit1� the performance of this Contract, Contractox• shall imt�nediately
notify City's Rislz Ivlanager by telephane at (530} 225-406�. No later tl�an three (3)
calendar days after the event, Contractol° shatl sub7nit a written repart to City's Risk
Manager containing the following information, as applicable: 1)name and address of
injured or deceased person(s};2}name and address of witnesses; 3)name and address
of Contractor's insurance company; and 4) a detailed description of the damage and
whether any City property was involved.
�Li6.i Al�l\ 6. i1�Ill9'.1Yl.l�IlA�l..L-1���1�1 L��T�SY�Y���til\1Y1����.7iJ
A. Consisteiit with California Civil Code § 27�2.8, when the services to be provided
under this Canti•act are design professional services to be perfarmed by a design
prafessional, as that term is defined under Section 2782.8, Contractor shall, to tlie
fullest exte�nt perinitted by law, indemnify pt•otect, d�fend and hold harmt�ss, Cit�,
its elected officials, officers, en�ployees, and agents, and each and every one of tl�em,
frotn and against all actions, damages, costs, liability, claims, losses, penalties and
e�penses (inciuding, but nat limited �o, reasonable attorney's fees of t4�e City
Attort�ey or legal counsel retained by City, expert fees, litigation costis, and
investigation costs) of every type and descriptian to which any or all of them may be
subjec�ed by reason of, or resulting fr•ot�n, directty or indirectly, the ��egligence,
recklessness, or willful Iniseonduct of Contractor, its officers, employees or agents iz�
the perforinance of professional services under this Contract, except when liability
arises due to the sole negligence, active negligence or misconduct of the City.
�. Other• tl�an in the performance of professionai servzces by a design professional,
which is addressed soiely by subdivision (A) of this Sectio�z, and to the fullest eatent
permitted by la.w, �ontractor shall indemnify protect, defend and hold harmless,
City, its elected officials, of�cers, employees, and agents, and each and every one of
thet�l, from and against all actions, damages, costs, liability, claims, losses, penalties
and exper�ses (ineluding, but not ,limited to, reasonabie attorney's fees of tlle City
Consultitlg aild Profassionai Services Agreemeut Page 7
Kev. 6/15
Attorney or legal counsel retained by City, expert fees, litigation costs, and
investigatian 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 Contractar its officel-s, employees or agents in the perfortnarice af pt�ofessional
services under this Contract, except when liabitity aris�s due to the sole negligence,
active negligance or misconduct of tlte City.
C. The Contractor's obligation to defend, indemnify and hold harmtess shatl not be
excused because of the Cotltractor's inability to evaluate Iiability. TIZe Contractor
shall respand within 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 Contra.ctor fails to accept or reject a tender of defense and indemnity ir1 writing
delivei-ed to City wittlin tihirty (30) calendar days, in addition to any other remedy
authorized b� Iaw, tlle �ity may withhold suc1� fimds the City reasonably considers
necessary for its defense ar�d indemnity until disposition has been made of the claim
oi• until the Cont�-actor aecepts or rejects the tender of defense i��writing delivered to
the City, whichever occurs first. This subdivision shall not be construed to excuse
th�prompt and continued performance of the duties required of Contractor herein.
I?. The obligatian to ind�mnify, pr•otect, defend, and hold harmless set forth in this
Section appiies to alI claims and liability regardless of whether any insurance policies
are applical�le. The poticy litnits of said insurance palicies do not act as a limitation
upon the amount of indemnification to be provided 6y Contractor.
E. City sha1.1 ��ave tke right to approve or d�isapprove the legal counsel �-etained by
Contractor pursuant to this ��ction to represent �ity's interests. City shall �e
reilnbursed for a11 casts and attarney's fees inctzrred by City in enforcing the
obligations set forth in this S�ction.
SECTI�N 7. ��l`�'TR��T�NT'�I�I'I���'�4�'I€�1�, '6��1�UE A1VI� A'1'i'�I21���'I�+EES
A. This Contract shall be deel�led to have been entered into in Redding, Califorriia. A11
questions regarding the validity, interpretation ar performance af any of its terms or
of any rights or obligations of the parties to this Contract sha11 be gaverned by
CaIifornia law. If any claun, at 1aw or otherwise, is made by either pa��ty to this
Contract, the prevailing party sha11 be entit,led to its costs and reasonable attorneys'
fees.
B. This document, including all exhibits, cantains the en�tire agreement between tlle
parties and supersedes whatever oral or written understat�ding each may have l�ad
prior ta the execution of this Contract. This Contract snall not be altered, amended
or modified eXcept by a writing signed by City and Contractor. No verbal agreement
or eonversation with any official, offiee.r, agent or ei�lployee af City, either before,
during or after the eXecution of this Contract, shall affect or modify any af the terms
or conditions contained in tilis Contract, nor st�all a��y suci� verbal agreerrzent o1-
Coi�sutting at�d Professional Services Agreement Page 8
Rev.6/15
canversation entitle Contractor to any additional payment whatso�ver under the ter�ns
of tl�is Confract.
C. No covenant a�� colidition to be performed by Contractor under this Contract can be
waived except by the written consenY of City. Forbearance or indulgence by City in
any regard whatsoever shall not constitute a waiver of�he covenant or condition in
question. Until performance by Cantractor of said covena.nt or condition is complete,
City sha11 be entitled to invoke any remedy available to City under this Contract or
by law or in equily despite said forbearance or indulgence.
D. If any portion of this Contract or tl�e application thereof to any person ar circumstance
shall be invalid ar unellforceable to any extent, the reinainder of this Contract shall
not�be affected thereby and sha11 be enforcecl to the greatest ext�nt permitted by Iaw.
E. The headings in this Contract are iriserted for convenience only and shall not
constitute a part hereof. A waiver of any party of any provision or a breach of tllis
Contract must be pro�ided in writing, and shall not be construed as a waiver of any
other provision or at�y succeeding breach of the same or any other provisions hereirz.
F. Each Party hereto declares attd represents that in entering into this Contract, it has
relied and is relying solely upon its own judgmezlt, beliaf and knowledge of th�
nature, extent, effect and co�nsequence relating thereto. Each Party further declares
and represents that this Contract is made withaut reliance upan any statement or
representatzon not contained herein of any other Parry or any representative, agent or
attorney af the other Par�y. The Parties agree that they are awara that they have the
right to be advised by couz�sel with respect to the negotiations, terms, and conditions
of this Contract and that the decision of wi�ether or not to seek the advice of counsel
with resp�ct to this Contract is a decision which is the sole responsibility of each of
th�Parties. Aecordingiy, no party sl-�ail be dee�l�ed to have been the drafter hereof,
atld the priucipls of law set forth in Civil Code § 1654 that contracts are cons�lrued
against the drafter shall not apply.
G. Each of the Parties hereto hereby irrevocably waives any and ail right to trial by jury
in any action, proceeding, clai�n or counterclaim, whether in contract or tort, at law
or in equity, arising out o#�or in any way related to this Agreemei�t or the�r�nsactiotzs
contemplated hereby. Each Party further waives any right to consolidate a�ny aetion
which a jury triai has been waived with any other action in which a jul-y trial cannot
be or has not been waived.
H. In the event of a coriflict between the te�•m and conditions of t11e body of tll�s Conn�act
and those of any exhibit or attachment hereto, the terms apld conditions set forth in
the body of this eontract proper shall prevaiL In the event of a conflict between the
terms and cotlditions of any two or more exhibits or attachments l�ereto, those
prepared by City shall prevail over thase prepared l�y Contractor.
Consulting and Professional Services Agreement p��e 9
Rev.6/15
S�+�TI � �o SITI��I��A�.
The provisions set forth in Sections 3 through 7, inclusive, of this Contract shall survive
�ermination of tl�e Contract.
�ECT��1� 9. CC�lYIPLI�II��� �IT�-�I,�'�S -1��1�1��s�IZI1VIIl�A.T��.II�
A.. Contractor shatl compiy with all applicabie taws, ordinances and codes of federal,
state and local government�.
B. In the perfo�•mance of thts Contract, Contractor shall not d.iscriminate against any
employee or applicant for emptoyinent because of race, color, ancestry, national
origin,reiigious ereed, sex, sexual orientation, disability, age, marital status,political
affiliation, or membership or �onmembersl�ip in any organizatiol�. Contractor shall
take affirmative action to ensure applicants are employed and that employees a�re
treated during thei��eznployment without rega�•d to tlieir race,eolor, ancestry, national
origin,religious ereed, sex, sexual orientation, disability, age,marital status, political
aff'iliation, or membership or nonmembership in a�ny arganization. �uch actions shall
include, but not be lunited to, the following: employ�nent, upgrading, d�motion or
transfer, recruitment or recruitment advertising, layoff or te,rmination,rat�s af pay or
other forms of compensation and selection for train.ing.
S�C'I'I�1� 1Q. RE�I�ESEI�'I'A'�'IVI�S
A. City's representative for this �ontract is Lt. Tim Renaul�, telephone number
(530)776-0102, email trenault cr reddinbpolice.org. All of Contractor's questions
pert�ining to this Contract shali be referred to ti�e above-named �person, or to tlle
representative's designee.
B. Contractor's represei�tative for this Contl-acf is Todd Allen, telephone number
(530)410-4104, email todd.@evoci�arth.conl. All of City's c�uestians pertainin�; �o
this Contract shall be referred to the above-natlled person.
C. Ti�e representatives set forth herein shall have authority �to give all natiees requireci
herein.
SEC'I'I�.11�i ll. T�T�'I'I�ES
A. All notices,requests, demarlds and other cammunications I�ereunder shall b�deefned
given only if in writing sig��ed by ar� authorized representaiive of tl�e sender (may be
other than the representatives referred to in Seetion 10) and delivered by facsimile,
with a hard copy tnailed first class, postage prepaid; or when sent by a courier or an
express service guaran�eeing overnibht delivery to the receiving party, addressed to
the respective parties as follows:
Consulting and Professional Services Agreeinei�t Page 10
Rev.6/15
�'� ���3'� '�a Co�fi�-actox:
Lt. Tim TZ�nault Taeld Al1en
Emer�ency Vehicle Outfitting Campany
C�edding Falice Department 463 Belvedere Drive
777 Cypress l-�veuue Redding, CA 96003
Redding, CA 9&001
B. Either party may cliange its address for the �u�rposes of this paragraph by giving
written notice of such change to the atl�er party in the manner pravid�d in this Section.
C. Notice s�all be deemed effective upon: 1)personal service;2)ttivo calendar days after
znailing or translniss�ian by facsimile, whichever is earlier.
S�CTI�N �2. AU�'�I�g2I'T�' T�.1 C'C�I�t7'�AC'�'
A. Eacl� of the unde�-signed signatories he��eby represents and warrants that they are
authorized to execute Yhis Contract on behalf of the respective parties to this Conlract,
that they have f��il rigl�t, power and lawful autharity to undertake alI obligations as
provided in this Contract; and that the execution, performance and delivery of this
�ontract by said signatorie�s has been fully authorized by all re�quisite actions on the
part of the respective parties to this Contract.
B. When the I�!Iayor is signatory to this �ontract, th� City Manager and/or tl�e
I�epartment Director having direct respons�bility for n�anaging the services provided
herein shall IZave authority to execute any a�nendment to this C"ontract which does
f�ot increase the amo�nt of compensatiori allowable to Coi�tz•actor ox- otherwise
substantially change the scope of the services provided herein.
�E�1It�1�1 1�. �A�'� �F �C�1°d�' r�CZ'
The date of t1�is Cal�tract shail be the date it is signed by City.
Consulting and Professional Services Agreement Page 11
Rev.6/15
I1��I�t�E���' ��2E�F,City and Cantractor have e�ecuted this Contract on the days and year
set forth betow:
CffT�' F I��+ DII�G,
E4 u�z�cip�i C�r�o�ation
, �,,
� � t �a�
I�at�d: �°���`°'� ,2Q ���� �;;" ��,-��.,--�,�.�
y<BARRY T�I'� IN, ITY MANAGER
���'���'� AP'P��3VE�3 AS T'C9 F(�I21V1:
13�i12RY E. e hI.,'�'
�acy E4��rrae�
,���, �
� � �;� �
� ���
� ��ti��,� ��;,�,<� , � ��1 "''u����,`"� �
�
�I�1��tI.�I�dE �'I�''�'t� , Cit� �Ierk I3y;��
CQI�I'I��9.�'I'�12
Llated. � , 24
�y: Todd Allen
�'ax I I�o.° � t
Consulting and Professionai Services Agreement Page 12
Rev. 6/I S
r i ii
r i
i ,
� I r i ��� rt
Fees for service are as follo�nes:
Labor Rate: $100 per hour
Equipm�nt ccrsts are based on a disc�ur�ted rate frs�m ��ch m�nufact€�rer's (�SRP
as autlined beiow.
r�t� �t r r �
Whelen 25-30%a
Federal Signal 3Q-40%
Troy Products 151�
Setina 2pa/
Sour�dOff Signal 30-40%
The fees an this sch�clule will remain the same for the term af the agre�ment.
FI ST A EN ENT T C NSULTING AN
PROFE5SIONAL SERVICES CONTRACT (G10028)
The Coi�sulting and Professional Services Contract(GI0028)dated September 7,2023 between the
City of Redding, Califot•nia, ("City")a municipal corporation, and Emergency Vehicle 0utfitting
Campany("Contractor") is atnended as follows;
The following Sectians are arnended#o read in its entirety as follows:
SECTION 3. ;TERM AND TERMINATION
A. This ag��eement shall cammence on the date of signing and sha11 terminate on July 31,
2027:
All other terms and conditions of the Contraet dated September 7,2023 shall remain in full force and
effect.
The date of this Amendment shall he August 1,2025, IN WITNESS WHEREOF,City and
Consultant have executed this Amendment an the days and year set forth below:
CITY OF REDDING,
A Municipal Corpor•ation
Dated: __._.�__,2025
STEVE BAD�, Interim City Manager
ATTEST: APPROVEI�AS TO FORM:
CHRISTIAN M. CURTIS
City Attarney
SHARLENE TIPTQN, City Clerk By:
CONTACTOR
Dated: ���/"t �, �,2025
Tc�d llen