2025 03 04 CouncilCITY COUNCIL AGENDA Page 1 of 6 MARCH 4, 2025
CITY COUNCIL
AGENDA
CITY HALL COUNCIL CHAMBER
78495 Calle Tampico, La Quinta
and
Councilmember Peña participating by teleconference at:
Sheraton Puerto Rico Resort and Casino – Lobby
200 Convention Boulevard, San Juan, 00907, Puerto Rico
REGULAR MEETING ON TUESDAY, MARCH 4, 2025
3:00 P.M. CLOSED SESSION | 4:00 P.M. OPEN SESSION
Members of the public may listen to this meeting by tuning-in live via
www.laquintaca.gov/livemeetings.
CALL TO ORDER
ROLL CALL: Councilmembers Fitzpatrick, McGarrey, Peña (attending via teleconference),
Sanchez, and Mayor Evans
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA
At this time, members of the public may address the City Council on any matter not listed on
the agenda pursuant to the “Public Comments – Instructions” listed at the end of the agenda.
The City Council values your comments; however, in accordance with State law, no action
shall be taken on any item not appearing on the agenda unless it is an emergency item
authorized by the Brown Act [Government Code § 54954.2(b)].
CONFIRMATION OF AGENDA
CLOSED SESSION
1. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT
CODE SECTION 54956.9;
NAME OF CASE: CITY OF LA QUINTA V. SILVERROCK DEVELOPMENT
COMPANY, ET AL. (RIVERSIDE COUNTY SUP. CT. CASE NO. CVPS2404750)
City Council agendas and staff reports
are available on the City’s
web page: www.LaQuintaCA.gov
CITY COUNCIL AGENDA Page 2 of 6 MARCH 4, 2025
2. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT CODE
SECTION 54956.9;
CASES NAMES AND NUMBERS – MULTIPLE (listed below, all in U.S. Bankruptcy
Court, District of Delaware)
CASE NAME: CASE NUMBER
SilverRock Development Company, LLC 24-11647
SilverRock Lifestyle Residences, LLC 24-11648
SilverRock Lodging, LLC 24-11650
SilverRock Luxury Residences, LLC 24-11652
SilverRock Phase I, LLC 24-11654
RGC PA 789, LLC 24-11657
RECESS TO CLOSED SESSION
RECONVENE AT 4:00 P.M.
REPORT ON ACTION(S) TAKEN IN CLOSED SESSION
PLEDGE OF ALLEGIANCE
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA
At this time, members of the public may address the City Council on any matter not listed on
the agenda pursuant to the “Public Comments – Instructions” listed at the end of the agenda.
The City Council values your comments; however, in accordance with State law, no action
shall be taken on any item not appearing on the agenda unless it is an emergency item
authorized by the Brown Act [Government Code § 54954.2(b)].
ANNOUNCEMENTS, PRESENTATIONS, AND WRITTEN COMMUNICATIONS
1.SILVERROCK (FORMERLY TALUS) DEVELOPMENT PROJECT – STATUS
UPDATE
2.IRONMAN 70.3 INDIAN WELLS-LA QUINTA TRIATHLON – DECEMBER 8, 2024,
EVENT SUMMARY UPDATE BY REGIONAL DIRECTOR JUDY STOWERS AND
RACE DIRECTOR RYAN JARELL
CONSENT CALENDAR
NOTE: Consent Calendar items are routine in nature and can be approved by one motion.
PAGE
1. APPROVE COUNCIL MEETING MINUTES OF FEBRUARY 18, 2025
7
2. ADOPT RESOLUTION TO REAFFIRM ADOPTION OF ANNUAL ASSESSMENT
FOR COUNTY SERVICE AREA 152, AUTHORIZE RIVERSIDE COUNTY TO
CONTINUE TO LEVY ASSESSMENTS, AND INDEMNIFY AND HOLD THE
COUNTY HARMLESS FOR LEVYING ASSESSMENTS ON CITY PARCELS
[RESOLUTION NO. 2025-005]
15
CITY COUNCIL AGENDA Page 3 of 6 MARCH 4, 2025
3. APPROVE AGREEMENTS FOR CONTRACT SERVICES WITH JRC
CONCRETE CONSTRUCTION, SAVI CONSTRUCTION INC., AND THREE
PEAKS CORP. FOR ON-CALL PUBLIC WORKS CONCRETE MAINTENANCE
SERVICES
21
4. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH LANCE, SOLL &
LUNGHARD, LLP FOR PROFESSIONAL ACCOUNTING AND ADVISORY
SERVICES
113
5. AUTHORIZE OVERNIGHT TRAVEL FOR PRINCIPAL MANAGEMENT
ANALYST TO ATTEND THE GOVERNMENT FINANCE OFFICERS
ASSOCIATION LEADERSHIP ACADEMY IN PHOENIX, AZ, MARCH 23-28,
2025
143
6. DECLARE MODEL YEAR 2000 INTERNATIONAL WATER TRUCK SURPLUS
AND APPROVE DISPOSAL METHOD
151
7.APPROVE DEMAND REGISTERS DATED FEBRUARY 14 AND 21, 2025 167
BUSINESS SESSION
PAGE
1. APPROVE JUNIOR INSPIRATION AND YOUTH ACHIEVEMENT AWARD
NOMINEE
183
STUDY SESSION
PAGE
1. DISCUSS REMOVAL OF AGED PALM TREES LOCATED WITHIN THE CITY
191
RIGHT OF WAY
PUBLIC HEARINGS - None
DEPARTMENTAL REPORTS
1.CITY MANAGER
2.CITY ATTORNEY
3. CITY CLERK
4.COMMUNITY SERVICES
5.DESIGN AND DEVELOPMENT
6.FINANCE
7.PUBLIC SAFETY
8.PUBLIC WORKS
MAYOR’S AND COUNCIL MEMBERS’ ITEMS
REPORTS AND INFORMATIONAL ITEMS
1.CVAG CONSERVATION COMMISSION (Evans)
2.CVAG ENERGY AND SUSTAINABILITY COMMITTEE (Evans)
CITY COUNCIL AGENDA Page 4 of 6 MARCH 4, 2025
3. CVAG EXECUTIVE COMMITTEE (Evans)
4. VISIT GREATER PALM SPRINGS CONVENTION AND VISITORS BUREAU (Evans)
5. LEAGUE OF CALIFORNIA CITIES DELEGATE (Evans)
6. COACHELLA VALLEY WATER DISTRICT JOINT POLICY COMMITTEE (Evans)
7. ECONOMIC DEVELOPMENT SUBCOMMITTEE (Evans & Fitzpatrick)
8. DESERT SANDS UNIFIED SCHOOL DISTRICT COMMITTEE (Evans & Sanchez)
9. DESERT RECREATION DISTRICT COMMITTEE (Fitzpatrick & McGarrey)
10. COACHELLA VALLEY UNIFIED SCHOOL DISTRICT COMMITTEE (Fitzpatrick & Peña)
11. RIVERSIDE COUNTY TRANSPORTATION COMMISSION (Fitzpatrick)
12. CVAG TRANSPORTATION COMMITTEE (Fitzpatrick)
13. COMMUNITY SERVICE GRANT REVIEW COMMITTEE (Fitzpatrick & McGarrey)
14. COACHELLA VALLEY MOUNTAINS CONSERVANCY (McGarrey)
15. GREATER CV CHAMBER OF COMMERCE INFORMATION EXCHANGE COMMITTEE
(McGarrey)
16. LEAGUE OF CALIFORNIA CITIES – ENVIRONMENTAL QUALITY POLICY COMMITTEE
(McGarrey)
17. LEAGUE OF CALIFORNIA CITIES – EXECUTIVE COMMITTEE RIVERSIDE COUNTY
DIVISION (McGarrey)
18. CANNABIS AD HOC COMMITTEE (Peña & Sanchez)
19. CVAG PUBLIC SAFETY COMMITTEE (Peña)
20. CVAG HOMELESSNESS COMMITTEE (Peña)
21. COACHELLA VALLEY MOSQUITO AND VECTOR CONTROL DISTRICT (Peña)
22. SUNLINE TRANSIT AGENCY (Peña)
23. ANIMAL CAMPUS COMMISSION (Sanchez)
24. ART PURCHASE COMMITTEE (Sanchez & McGarrey)
25. CALIFORNIA JOINT POWERS INSURANCE AUTHORITY (Sanchez)
26. CALIFORNIA ASSOCIATION OF LOCAL AGENCY FORMATION COMMISSION
(Sanchez)
27. LEAGUE OF CALIFORNIA CITIES – PUBLIC SAFETY COMMITTEE (Sanchez)
28. RIVERSIDE LOCAL AGENCY FORMATION COMMISSION (Sanchez)
29. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS (Sanchez)
30. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS REGIONAL COUNCIL
(Sanchez)
31. PALM SPRINGS AIRPORT COMMISSION MEETING MINUTES DATED
FEBRUARY 19, 2025
207
32. PLANNING COMMISSION MEETING MINUTES DATED NOVEMBER 12, 2024 211
ADJOURNMENT
*********************************
The next regular meeting of the City Council will be held on March 18, 2025, at 4:00 p.m. at
the City Hall Council Chamber, 78495 Calle Tampico, La Quinta, CA 92253.
DECLARATION OF POSTING
I, Monika Radeva, City Clerk of the City of La Quinta, do hereby declare that the foregoing
Agenda for the La Quinta City Council meeting was posted on the City’s website, near the
CITY COUNCIL AGENDA Page 5 of 6 MARCH 4, 2025
entrance to the Council Chamber at 78495 Calle Tampico, and the bulletin board at the La
Quinta Cove Post Office at 51321 Avenida Bermudas, on February 28, 2025.
DATED: February 28, 2025
MONIKA RADEVA, City Clerk
City of La Quinta, California
Public Notices
Agenda packet materials are available for public inspection: 1) at the Clerk’s Office at La Quinta
City Hall, located at 78495 Calle Tampico, La Quinta, California 92253; and 2) on the City’s
website at www.laquintaca.gov/councilagendas, in accordance with the Brown Act [Government
Code § 54957.5; AB 2647 (Stats. 2022, Ch. 971)].
The La Quinta City Council Chamber is handicapped accessible. If special equipment is needed
for the hearing impaired, please call the City Clerk’s office at (760) 777-7123, 24-hours in advance
of the meeting and accommodations will be made.
If background material is to be presented to the City Council during a City Council meeting, please
be advised that 15 copies of all documents, exhibits, etc., must be supplied to the City Clerk for
distribution. It is requested that this takes place prior to the beginning of the meeting.
PUBLIC COMMENTS - INSTRUCTIONS
Members of the public may address the City Council on any matter listed or not listed on the agenda
as follows:
WRITTEN PUBLIC COMMENTS can be provided either in-person during the meeting by submitting
15 copies to the City Clerk, it is requested that this takes place prior to the beginning of the meeting;
or can be emailed in advance to CityClerkMail@LaQuintaCA.gov, no later than 12:00 p.m., on the
day of the meeting. Written public comments will be distributed to Council, made public, and will be
incorporated into the public record of the meeting, but will not be read during the meeting unless,
upon the request of the Mayor, a brief summary of public comments is asked to be reported.
If written public comments are emailed, the email subject line must clearly state “Written
Comments” and should include: 1) full name, 2) city of residence, and 3) subject matter .
VERBAL PUBLIC COMMENTS can be provided in-person during the meeting by completing a
“Request to Speak” form and submitting it to the City Clerk; it is requested that this takes place prior
to the beginning of the meeting. Please limit your comments to three (3) minutes (or approximately
350 words). Members of the public shall be called upon to speak by the Mayor.
In accordance with City Council Resolution No. 2022-027, a one-time additional speaker time
donation of three (3) minutes per individual is permitted; please note that the member of the public
donating time must: 1) submit this in writing to the City Clerk by completing a “Request to Speak”
form noting the name of the person to whom time is being donated to, and 2) be present at the time
the speaker provides verbal comments.
CITY COUNCIL AGENDA Page 6 of 6 MARCH 4, 2025
Verbal public comments are defined as comments provided in the speakers’ own voice and may not
include video or sound recordings of the speaker or of other individuals or entities, unless permitted
by the Mayor.
Public speakers may elect to use printed presentation materials to aid their comments; 15 copies of
such printed materials shall be provided to the City Clerk to be disseminated to the City Council,
made public, and incorporated into the public record of the meeting; it is requested that the printed
materials are provided prior to the beginning of the meeting. There shall be no use of Chamber
resources and technology to display visual or audible presentations during public comments, unless
permitted by the Mayor.
All writings or documents, including but not limited to emails and attachments to emails, submitted to
the City regarding any item(s) listed or not listed on this agenda are public records. All information in
such writings and documents is subject to disclosure as being in the public domain and subject to
search and review by electronic means, including but not limited to the City’s Internet Web site and
any other Internet Web-based platform or other Web-based form of communication. All information
in such writings and documents similarly is subject to disclosure pursuant to the California Public
Records Act [Government Code § 7920.000 et seq.].
TELECONFERENCE ACCESSIBILITY – INSTRUCTIONS
Teleconference accessibility may be triggered in accordance with AB 2449 (Stats. 2022, Ch. 285),
codified in the Brown Act [Government Code § 54953], if a member of the City Council requests to
attend and participate in this meeting remotely due to “just cause” or “emergency circumstances,” as
defined, and only if the request is approved. In such instances, remote public accessibility and
participation will be facilitated via Zoom Webinar as detailed at the end of this Agenda.
*** TELECONFERENCE PROCEDURES***
APPLICABLE ONLY WHEN TELECONFERENCE ACCESSIBILITY IS IN EFFECT
Pursuant to Government Code § 54953(f) [AB 2449, Stats. 2022, Ch. 285, Rubio].
Verbal public comments via Teleconference – members of the public may attend and
participate in this meeting by teleconference via Zoom and use the “raise your hand” feature when
public comments are prompted by the Mayor; the City will facilitate the ability for a member of the
public to be audible to the City Council and general public and allow him/her/them to speak on the
item(s) requested. Please note – members of the public must unmute themselves when
prompted upon being recognized by the Mayor, in order to become audible to the City Council
and the public.
Only one person at a time may speak by teleconference and only after being recognized by the Mayor.
ZOOM LINK: https://us06web.zoom.us/j/86171130130
Meeting ID: 861 7113 0130
Or join by phone: (253) 215 – 8782
Written public comments – can be provided in person during the meeting or emailed to the City
Clerk’s Office at CityClerkMail@LaQuintaCA.gov any time prior to the adjournment of the meeting,
and will be distributed to the City Council, made public, incorporated into the public record of the
meeting, and will not be read during the meeting unless, upon the request of the Mayor, a brief
summary of any public comment is asked to be read, to the extent the City Clerk’s Office can
accommodate such request.
CITY COUNCIL MINUTES Page 1 of 8 FEBRUARY 18, 2025
CITY COUNCIL
MINUTES
TUESDAY, FEBRUARY 18, 2025
CALL TO ORDER
A regular meeting of the La Quinta City Council was called to order at 3:30 p.m. by Mayor
Evans.
PRESENT: Councilmembers Fitzpatrick, McGarrey, Peña, Sanchez, and Mayor Evans
ABSENT: None
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA – None
CONFIRMATION OF AGENDA
Councilmember Peña said he will recuse himself from participating in the discussion and
vote on Business Session Item No. 1 related to the adoption of La Quinta’s Strategic Plan
and in the discussion on Study Session Item No. 1 related to La Quinta’s electric capacity
and Imperial Irrigation District (IID) upgrades due to a conflict of interest stemming from
a reasonable probability of future income and/or investment income from an electric
power company (Secure Energy Source).
Councilmember Fitzpatrick and Mayor Evans said they will comment on several of the
Consent Calendar items.
Council concurred.
CLOSED SESSION
1. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT
CODE SECTION 54956.9;
CASES NAMES AND NUMBERS – MULTIPLE (listed below, all in U.S.
Bankruptcy Court, District of Delaware)
CASE NAME: CASE NUMBER
SilverRock Development Company, LLC 24-11647
SilverRock Lifestyle Residences, LLC 24-11648
SilverRock Lodging, LLC 24-11650
SilverRock Luxury Residences, LLC 24-11652
SilverRock Phase I, LLC 24-11654
RGC PA 789, LLC 24-11657
CONSENT CALENDAR ITEM NO. 1
7
CITY COUNCIL MINUTES Page 2 of 8 FEBRUARY 18, 2025
2. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT
CODE SECTION 54956.9;
NAME OF CASE: CITY OF LA QUINTA V. SILVERROCK DEVELOPMENT
COMPANY, ET AL. (RIVERSIDE COUNTY SUP. CT. CASE NO. CVPS2404750)
COUNCIL RECESSED THE OPEN SESSION PORTION OF THE MEETING AND
MOVED INTO CLOSED SESSION AT 3:32 P.M.
MAYOR EVANS RECONVENED THE OPEN SESSION PORTION OF THE CITY
COUNCIL MEETING AT 4:11 P.M. WITH ALL MEMBERS PRESENT
REPORT ON ACTION(S) TAKEN IN CLOSED SESSION:
Mayor Evans said Council will recess back to Closed Session after the Open Session
portion of tonight’s agenda to continue consideration of the Closed Session Items.
PLEDGE OF ALLEGIANCE
Councilmember Sanchez led the audience in the Pledge of Allegiance.
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA – None
ANNOUNCEMENTS, PRESENTATIONS AND WRITTEN COMMUNICATIONS
1. SILVERROCK (FORMERLY TALUS) DEVELOPMENT PROJECT – STATUS
UPDATE
City Attorney Ihrke said on August 5, 2024, SilverRock Development Company LLC and
its affiliates (debtors), collectively referred to as “SDC,” voluntarily petitioned for Chapter
11 bankruptcy in U.S. Bankruptcy Court in Delaware; and per Council’s direction and
approval, the City retained Special Counsel who has continuously been working with the
City Manager and City Attorney throughout these proceedings. Prior Announcements
regarding the bankruptcy case are available on the City’s website at
www.laquintaca.gov/taluslq.
Mr. Ihrke noted there were no new updates to be reported tonight on the bankruptcy cases
as there have been no hearings held in open court since the last update provided at the
February 4, 2025, Council meeting.
Mr. Ihrke reiterated prior announcements, including that the process for remediating and
securing the project site has been well underway; and pursuant to prior authorization of
the U.S. Bankruptcy Court, the Chief Restructuring Officer (CRO), an independent
fiduciary for the administration of the debtors’ estate, retained Jones, Land, LaSalle (JLL),
which has commenced its research and professional services to eventually market the
project to secure a future developer. JLL has met with the City Manager and toured the
site, and is collecting information to move this process forward.
8
CITY COUNCIL MINUTES Page 3 of 8 FEBRUARY 18, 2025
2. BURRTEC WASTE AND RECYCLING – 2024 YEAR-END UPDATE BY
MUNICIPAL MARKETING MANAGER CLARA VERA
Municipal Marketing Manager Vera with Burrtec Waste and Recycling provided a detailed
overview of La Quinta’s organic, recycling, bulk, and hazardous waste collection during
the 2024 calendar year, in addition to outreach, education, events, and reporting; and
noted that La Quinta is 100% compliant with Senate Bill 1383 (Stats. 2016, CH. 395, Lara)
related to organics recycling.
CONSENT CALENDAR
1. APPROVE COUNCIL MEETING MINUTES DATED FEBRUARY 4, 2025
2. APPROVE COUNCIL SPECIAL MEETING MINUTES DATED FEBRUARY 6,
2025 – COMMUNITY WORKSHOP
3. APPROVE AMENDMENT NO. 3 TO AGREEMENT FOR CONTRACT SERVICES
WITH DESERT CONCEPTS CONSTRUCTION, INC. FOR ON-CALL PUBLIC
WORKS MAINTENANCE SERVICES
4. APPROVE AMENDMENT NO. 1 TO AGREEMENT FOR CONTRACT SERVICES
WITH PWLC II, INC. FOR ON-CALL PUBLIC WORKS MAINTENANCE
SERVICES
5. APPROVE PLANS, SPECIFICATIONS, ENGINEER’S ESTIMATE, AND
ADVERTISE FOR BID THE CITYWIDE MISCELLANEOUS AMERICANS WITH
DISABILITIES ACT IMPROVEMENTS PROJECT NO. 2024-05
6. APPROVE DEMAND REGISTERS DATED JANUARY 31 AND FEBRUARY 7,
2025
7. RECEIVE AND FILE REVENUE AND EXPENDITURE REPORT DATED
NOVEMBER 30, 2024
CONSENT CALENDAR – COMMENTS
ITEM NO. 4 – Councilmember Fitzpatrick inquired about the reasons for the proposed
palm trees removal. City Manager McMillen explained the palm trees proposed for
removal, along Eisenhower Drive and Avenida Obregon, were planted about 70 years
ago by Riverside County, prior to La Quinta’s incorporation; the City commissioned an
arborist report to evaluate the condition and integrity of the trees, and the findings resulted
in a recommendation for removal due to a variety of reasons, such as weak trunk
structures, rotted bases, etc.; the City is notifying residents in proximity of the trees prior
to removal; and in the future a tree replanting program could be implemented for some of
the affected areas.
9
CITY COUNCIL MINUTES Page 4 of 8 FEBRUARY 18, 2025
ITEM NO. 6 – Councilmember Fitzpatrick asked for clarification on the SilverRock-related
wire transfers listed on the demand register (page 170 of the agenda packet). City
Manager McMillen explained one of the transfers, in the amount of $531,239 was
pursuant to the $11 million Debtor In Possession Financing authorized by Council in
relation to the SilverRock Development Company bankruptcy cases; and another, for
$299,933 was to the City-contracted golf management and operations vendor, Landmark
Golf Management, Inc.
ITEM NO. 2 – Mayor Evans thanked the community for attending the annual Community
Workshop held on February 6, 2025, and for their feedback and collaboration.
WRITTEN PUBLIC COMMENTS for Consent Calendar Item No. 2 regarding IID and the
proposed Coachella Valley Power Agency Joint Powers Agreement were received from
resident Philip Bettencourt, which were distributed to Council, made public, published on
the City’s website, and included in the public record of this meeting.
MOTION – A motion was made and seconded by Councilmembers Peña/Fitzpatrick to
approve the Consent Calendar as presented. Motion passed unanimously.
BUSINESS SESSION
1. ADOPT LA QUINTA STRATEGIC PLAN
COUNCILMEMBER PEÑA RECUSED HIMSELF FROM PARTICIPATING IN THE
DISCUSSION AND VOTE ON BUSINESS SESSION ITEM NO. 1 DUE TO A
CONFLICT OF INTEREST STEMMING FROM A REASONABLE PROBABILITY
OF FUTURE INCOME AND/OR INVESTMENT INCOME FROM AN ELECTRIC
POWER COMPANY (SECURE ENERGY SOURCE), AS NOTED DURING
CONFIRMATION OF AGENDA ABOVE, AND LEFT THE DAIS AT 4:39 P.M.
Marketing and Communications Specialist Barkas presented the staff report, which is on
file in the Clerk’s Office.
Council discussed the enormity of the 13 Focus Areas which will require much
collaboration with other stakeholders; residents’ focus areas prioritizations at the 2025
Community Workshop; importance of proper goal setting and progress tracking; and
electrical power availability and energy infrastructure needs directly impact nearly all other
focus areas, and in particular affordable housing, economic development and growth,
expansion of the City’s boundaries, and being a leader in sustainability.
PUBLIC SPEAKER: Philip Bettencourt, La Quinta – commended staff for the difficult task
of setting performance metrics to public policy goals; and regarding the IID text,
recommended to (1) include the Local Agency Formation Commission as one of the
stakeholders, and (2) acknowledge the work done by the Coachella Valley Association of
Governments.
10
CITY COUNCIL MINUTES Page 5 of 8 FEBRUARY 18, 2025
MOTION – A motion was made and seconded by Councilmembers McGarrey/Sanchez
to adopt La Quinta Strategic Plan as presented. Motion passed: ayes – 4, noes – 0,
abstain – 0, absent – 1 (Peña).
COUNCILMEMBER PEÑA RETURNED TO THE DAIS AT 4:52 P.M.
2. RECEIVE AND FILE FISCAL YEAR 2023/24 GENERAL FUND YEAR-END
BUDGET REPORT AND APPROVE THE AMENDED BUDGET CARRYOVERS
Finance Director Martinez presented the staff report, which is on file in the Clerk’s Office.
Council discussed the flexibility of committed reserves; the transparency of the City’s
budget reports; the budget transparency website currently underway; and noted that La
Quinta ranked No. 7 in fiscal strength out of 419 cities in California with reported data.
MOTION – A motion was made and seconded by Councilmembers Sanchez/Fitzpatrick
to receive and file fiscal year 2023/24 General Fund Year-End Budget Report and
approve the amended budget carryovers from 2023/24 to 2024/25 as presented. Motion
passed unanimously.
STUDY SESSION
1. DISCUSS LA QUINTA’S ELECTRICAL CAPACITY AND IMPERIAL
IRRIGATION DISTRICT (IID) ENERGY UPGRADES
COUNCILMEMBER PEÑA RECUSED HIMSELF FROM PARTICIPATING IN THE
DISCUSSION ON STUDY SESSION ITEM NO. 1 DUE TO A CONFLICT OF
INTEREST STEMMING FROM A REASONABLE PROBABILITY OF FUTURE
INCOME AND/OR INVESTMENT INCOME FROM AN ELECTRIC POWER
COMPANY (SECURE ENERGY SOURCE), AS NOTED DURING
CONFIRMATION OF AGENDA ABOVE, AND LEFT THE DAIS AT 5:11 P.M.
City Manager McMillen presented the staff report, which is on file in the Clerk’s Office.
Council discussed its willingness to front funds for substations with repayment by
developers later, over a year ago when the cost and lead time for substations was far
less; timeline and initial tasks of the proposed Coachella Valley Power Agency Joint
Powers Agreement (CVPA JPA); the extent to which IID’s scheduled increase of power
cost over the next three years will be applied to deferred maintenance; explaining to
residents what they get in exchange for increased rates; micro-grids; other sources of
energy; locations of additional substations; electric capacity analysis of current
substations; and developers’ “will-serve” letters reserve power for their future project or
loose it if developers do not proceed timely.
11
CITY COUNCIL MINUTES Page 6 of 8 FEBRUARY 18, 2025
PRESENTERS: IID Government and Communications Officer Antonio Ortega and
Superintendent of Customer Operations and Planning Guillermo Barraza provided
additional information on current IID electricity rates and the scheduled rate increases;
the proposed use of the proceeds from the increased rates; planned upgrades to
substations servicing La Quinta; approximately three-to-four-year timing for delivery and
installation of new transformers; use of recent transformers received; solutions will be
valley-wide and must be fair; generation of power is not the issue, it’s the distribution of
power; pilot program underway for power feeders; and information is available at
www.IID.com.
Council discussed getting more information on micro-grids; getting information to
customers who may not be able to afford IID’s rate increases coming; periodic reports on
IID maintenance programs; preference for consistent low rate increases versus larger
jumps in rates every 10 years; long-term goals and long-term power provision by IID;
immediate steps to begin long-term solutions; power issues are stalling growth; staff’s
continued work with consultant NBS Governmental Finance Group dba NBS related to
utility infrastructure impact fee study; allowance of micro-grids in City’s Code; funding
options for electric infrastructure improvements and cost share agreements; and the
formation of CVPA and the execution of a JPA soon to be under discussion.
COUNCILMEMBER PEÑA RETURNED TO THE DAIS AT 6:24 P.M. FOR THE
REMAINDER OF THE CITY COUNCIL MEETING
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA – Continued
PUBLIC SPEAKER: Christopher Morgan, La Quinta – resides at the Watercolors
residential development; expressed concerns regarding the upcoming mandatory bulk
cable services being implemented by the homeowners’ association (HOA), which are
unaffordable for some residents; and the HOA legal council is not helpful – just wearing
down residents who object.
Council and staff provided information on some resources available to Mr. Morgan.
PUBLIC HEARINGS – None
DEPARTMENTAL REPORTS – All reports are on file in the City Clerk’s Office.
5. DESIGN AND DEVELOPMENT DEPARTMENT – PROPOSED KENNEDY
STORE AT VISTA SANTA ROSA
Mayor Evans said WRITTEN PUBLIC COMMENTS for Departmental Report Item No. 5
providing parking recommendations for the proposed Kennedy store in the Vista Santa
Rosa area were received from resident Alena Callimanis, which were distributed to
Council, made public, published on the City’s website, and included in the public record
of this meeting.
12
CITY COUNCIL MINUTES Page 7 of 8 FEBRUARY 18, 2025
Council discussed the possible impacts of the proposed project on nearby La Quinta
residents; and Senior Planner Nespor provided information on parking and access.
MAYOR’S AND COUNCIL MEMBERS’ ITEMS
Councilmember Fitzpatrick reported on her attendance at the Arts Celebration Volunteer
Training.
Mayor Evans reported on her and other Councilmembers’ attendance at the annual 2025
Community Workshop; the CV Giving Day; Palm Springs Air Museum Gala; Riverside
County Date Festival Parade; and listed upcoming events.
REPORTS AND INFORMATIONAL ITEMS
La Quinta’s representative for 2025, Mayor Evans reported on her participation in the
following organizations’ meetings:
CVAG COACHELLA VALLEY CONSERVATION COMMISSION
CVAG ENERGY AND SUSTAINABILITY COMMITTEE
La Quinta’s representative for 2025, Mayor Pro Tem McGarrey reported on her
participation in the following organizations’ meetings:
COACHELLA VALLEY MOUNTAINS CONSERVANCY
LEAGUE OF CALIFORNIA CITIES – EXEC COMMITTEE, COUNTY DIVISION
La Quinta’s representative for 2025, Councilmember Peña reported on his participation
in the following organizations’ meetings:
CV VALLEY MOSQUITO AND VECTOR CONTROL DISTRICT BOARD
CVAG PUBLIC SAFETY COMMITTEE
La Quinta’s representative for 2025, Councilmember Sanchez reported on his
participation in the following organization’s meetings:
ANIMAL CAMPUS COMMISSION
Council reported consistently observing many dogs at SilverRock Park and around the
La Quinta Cove being walked without a leash as of late; and noted the importance for pet
owners to comply with the City’s requirements and walk their pets on a leash, and for the
City to issue citations, without courtesy warnings, in order to ensure compliance and
safety.
CLOSED SESSION – Continued
1. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT
CODE SECTION 54956.9;
CASES NAMES AND NUMBERS – MULTIPLE (listed below, all in U.S.
Bankruptcy Court, District of Delaware)
13
CITY COUNCIL MINUTES Page 8 of 8 FEBRUARY 18, 2025
CASE NAME: CASE NUMBER
SilverRock Development Company, LLC 24-11647
SilverRock Lifestyle Residences, LLC 24-11648
SilverRock Lodging, LLC 24-11650
SilverRock Luxury Residences, LLC 24-11652
SilverRock Phase I, LLC 24-11654
RGC PA 789, LLC 24-11657
2. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION;
PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (d) OF GOVERNMENT
CODE SECTION 54956.9;
NAME OF CASE: CITY OF LA QUINTA V. SILVERROCK DEVELOPMENT
COMPANY, ET AL. (RIVERSIDE COUNTY SUP. CT. CASE NO. CVPS2404750)
COUNCIL RECESSED THE OPEN SESSION PORTION OF THE MEETING AND
MOVED INTO CLOSED SESSION AT 6:53 P.M.
MAYOR EVANS RECONVENED THE OPEN SESSION PORTION OF THE CITY
COUNCIL MEETING AT 7:41 P.M. WITH ALL MEMBERS PRESENT
REPORT ON ACTION(S) TAKEN IN CLOSED SESSION:
City Attorney Ihrke reported the following pursuant to Government Code section 54957.1
(Brown Act):
CLOSED SESSION ITEM NO. 1 – no reportable action:
Council’s authorization remains in place for the City Attorney, in coordination with the City
Attorney’s Office and Special Counsel, to defend and protect the interests of the City in
the multiple bankruptcy cases filed by SilverRock Development Company and its
responsive affiliates as reported out for Closed Session Item No. 2 from the August 6,
2024, Council meeting.
CLOSED SESSION ITEM NO. 2 – no reportable action.
ADJOURNMENT
There being no further business, a motion was made and seconded by Councilmembers
McGarrey/Peña to adjourn at 7:41 p.m. Motion passed unanimously.
Respectfully submitted,
MONIKA RADEVA, City Clerk
City of La Quinta, California
14
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: ADOPT RESOLUTION TO REAFFIRM ADOPTION OF ANNUAL
ASSESSMENT FOR COUNTY SERVICE AREA 152, AUTHORIZE RIVERSIDE COUNTY
TO CONTINUE TO LEVY ASSESSMENTS, AND INDEMNIFY AND HOLD THE COUNTY
HARMLESS FOR LEVYING ASSESSMENTS ON CITY PARCELS
RECOMMENDATION
Adopt a Resolution to reaffirm adoption of the annual assessment for County Service Area
152 for Fiscal Year 2025/26, authorize Riverside County to continue to levy assessments,
and indemnify and hold the County harmless for levying assessments on City parcels.
EXECUTIVE SUMMARY
•The City has an agreement with Riverside County (County) wherein the County
assesses properties within the City for the maintenance and operations of street
sweeping, flood control, retention basin, and other drainage facilities within La Quinta to
improve overall storm water quality.
•These activities are required under the Clean Water Act and the National Pollutant
Discharge Elimination System Program.
•Council must annually adopt a resolution authorizing the County to assess City parcels
and hold the County harmless for levying the assessments.
•The per parcel assessment rate will remain unchanged from its original 1997 rate of
$9.99 per Benefit Assessment Unit for the Fiscal Year 2025/26.
FISCAL IMPACT
County Service Area (“CSA”) 152 assessments generate approximately $300,000 per year.
These funds are held by the County and are designated for expenditures related to storm
water pollution mitigation under the National Pollutant Discharge Elimination System
(NPDES) permit. The City may request reimbursement for qualifying expenditures, such as
retention basin maintenance, and the revenue is recognized in the General Fund (Account
No. 101-0000-43633, CSA 152 Assessments).
CONSENT CALENDAR ITEM NO. 2
15
BACKGROUND/ANALYSIS
In 1991, the County enacted CSA 152 to provide funding for local jurisdictions to maintain
flood control and storm drain facilities. In 1994, the City joined CSA 152, and in 1997 the
Council approved the Benefit Assessment Unit rate of $9.99. The City/County Agreement is
available for review in the Public Works Department.
Staff recommends the City’s continued participation in CSA 152 and to authorize the
County to levy and collect these assessments for Fiscal Year 2025/26.
ALTERNATIVES
Staff does not recommend an alternative.
Prepared by: Carley Escarrega, Administrative Technician
Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer
16
RESOLUTION NO. 2025 - XXX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
LA QUINTA, CALIFORNIA, MAKING FINDINGS AND
REAFFIRMING THE ESTABLISHMENT AND SETTING OF
RATES FOR THE COUNTY SERVICE AREA 152 TO FUND
THE CITY’S STREET SWEEPING PROGRAM AND
OPERATE AND MAINTAIN THE CITY’S DRAINAGE AND
FLOOD CONTROL SYSTEMS
WHEREAS, the Riverside County Service Area 152 (CSA 152) was created
under the Benefit Assessment Act of 1982 (Government Code Section 54702, et seq.),
which authorized local agencies to impose benefit assessments to finance the
maintenance and operation costs of flood control and drainage systems, based on the
proportionate storm water runoff from each parcel; and
WHEREAS, under the federally-mandated but unfunded National Pollutant
Discharge Elimination System Program, the City is required to have a valid permit from
the Regional Water Quality Control Board to discharge water runoff from properties
within the boundaries of the City; and
WHEREAS, street sweeping is a pro-active method of ensuring pro-active
maintenance from street runoff into the flood control and drainage systems of the City;
and
WHEREAS, the City is a co-permittee of Permit No. CAS-617002 with the
Coachella Valley Water District, County of Riverside and the incorporated cities therein;
and
WHEREAS, the City, by its Resolution No. 97-39, adopted on May 20, 1997,
authorized Riverside County to levy and establish a Benefit Assessment Unit rate for
the 1997-1998 Fiscal Year CSA 152 assessments; and
WHEREAS, the City by its Resolution No. 97-39, adopted on May 20, 1997,
agreed to indemnify and hold the County harmless for levying Assessments on the City
parcels under CSA 152; and
WHEREAS, the City uses revenues from CSA 152 assessments solely for the
purpose of maintaining and operating the City’s flood control and drainage system to
comply with the National Pollutant Discharge Elimination System Permit and to provide
street sweeping within the City of La Quinta; and
WHEREAS, Proposition 218, adopted by voters on November 6, 1996,
established new procedures and approval requirements for all existing assessments,
unless the assessment is exempt from the new requirements; and
17
Resolution No. 2025 – XXX
Riverside County Service Area (CSA) 152 – Fiscal Year 2025/26 Assessments
Adopted: March 4, 2025
Page 2 of 3
WHEREAS, certain assessments that existed on November 6, 1996, are
specifically exempt from the Proposition 218 procedures and approval requirements,
including assessments imposed exclusively to finance the capital costs and
maintenance and operation expenses for sidewalks, streets, sewers, water, flood
control, drainage systems or vector control.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of La
Quinta, California, as follows:
Section 1. The City Council finds the foregoing recitals to be true and correct.
Section 2. The City Council finds and declares that the City’s CSA 152 charges are
assessments within the definition of California Constitution Article XIIID, Section 2(b), in
that they confer special benefits upon each parcel of property subject to the
assessments.
Section 3. The City Council finds and declares that pursuant to Article XIIID, Section
5(a), the City’s CSA 152 assessments are exempt from the new procedures and
approval requirements of Article XIIID, Section 4, because the City’s CSA 152
assessments existed before November 6, 1996, and the assessments are imposed
exclusively to finance the capital costs and maintenance and operation expenses for
street sweeping, flood control, and drainage systems in the City.
Section 4. The City Council hereby reaffirms its adoption of the annual assessment
for CSA 152 and hereby determines that the annual assessment rate for Fiscal Year
2025/2026 for CSA 152 is to be set at nine dollars and ninety-nine cents ($9.99) per
Benefit Assessment Unit. The method of computation has not been changed nor has
the rate of assessment been increased since August 6, 1996.
Section 5. The City Council hereby authorizes the County of Riverside to levy
assessments under CSA 152 for the benefit of the City. The City agrees that it shall
indemnify, defend and hold County and members of its Board, and its officers,
employees and agents harmless from (1) any and all claims, demands, and causes of
action of any kind or nature whatsoever and (2) any and all liability of any kind or nature
whatsoever that may arise out of or be caused by, or be attributable to the imposition,
collection, or allocation of any tax (special or general), assessment fees or charges,
and/or any other revenue generated through City’s application of reliance on or use of
County Service Area 152.
18
Resolution No. 2025 – XXX
Riverside County Service Area (CSA) 152 – Fiscal Year 2025/26 Assessments
Adopted: March 4, 2025
Page 3 of 3
PASSED, APPROVED and ADOPTED at a regular meeting of the La Quinta City
Council held on this 4th day of March 2025, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
________________________
LINDA EVANS, Mayor
City of La Quinta, California
ATTEST:
_________________________
MONIKA RADEVA, City Clerk
City of La Quinta, California
APPROVED AS TO FORM:
___________________________
WILLIAM H. IHRKE, City Attorney
City of La Quinta, California
19
20
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: APPROVE AGREEMENTS FOR CONTRACT SERVICES WITH JRC
CONCRETE CONSTRUCTION, SAVI CONSTRUCTION INC., AND THREE PEAKS
CORP. FOR ON-CALL PUBLIC WORKS CONCRETE MAINTENANCE SERVICES
RECOMMENDATION
Approve agreements for contract services with JRC Concrete Construction, SAVI
Construction Inc., and Three Peaks Corp for on-call public works concrete maintenance
services; and authorize the City Manager to execute the agreements.
EXECUTIVE SUMMARY
•Maintenance and Operations needs a dedicated on-call concrete maintenance
contractor to assist with repairs to the city’s sidewalks, curb and gutters, pedestrian
ramps, and cross gutters.
•In January 2025, staff issued a Request for Proposals (RFP) for on-call public
works concrete maintenance services and received four responses. Three firms,
JRC Concrete Construction, SAVI Construction Inc., and Three Peaks Corp were
the best-qualified firms to provide these services.
•Proposed are agreements with each firm for an aggregate amount not to exceed
$275,000 per fiscal year (FY) for an initial five-year term, with an optional two-year
extended term, which provides the flexibility to use one or more firms depending
on work demand and firms’ availability.
FISCAL IMPACT
Proposed are three agreements for a combined total of up to $275,000 per FY, effective
March 5, 2025, through June 30, 2029, and an optional two-year extended term for a
combined total of up to $550,000 per FY. Funds are available in General Fund Streets
Professional Services account (101-7003-60103).
The following is the proposed annual budget for both the initial and extended terms for
on-call public works concrete maintenance services:
CONSENT CALENDAR ITEM NO. 3
21
Initial Term: Budget
FY 2024/25
March 5 – June 30, 2025
$275,000
FY 2025/26 $275,000
FY 2026/27 $275,000
FY 2027/28 $275,000
FY 2028/29 $275,000
INTIAL TERM TOTAL: $1,375,000
Possible Extended Term:
FY 2029/30 $275,000
FY 2030/31 $275,000
TOTAL: $1,925,000
BACKGROUND/ANALYSIS
A Citywide sidewalk inspection survey was performed between August 2023 and January
2024. Sixty-three (63) locations were identified as in need of removal and replacement of
various widths and lengths.
Maintenance and Operations (M&O) will soon be repairing the locations of damaged
curbs and gutters, pedestrian ramps, and cross gutters, and needs a dedicated on-call
concrete maintenance contractor to assist with citywide repairs.
In January 2025, staff issued an RFP for on-call public works concrete maintenance
service and received four proposals. The selection committee selected JRC Concrete
Construction, SAVI Construction Inc., and Three Peaks Corp as the most qualified firms.
Proposed are three agreements with each firm, JRC Concrete Construction (Attachment
1), SAVI Construction Inc. (Attachment 2), and Three Peaks Corp (Attachment 3),
beginning March 5, 2025, through June 30, 2029, at a not to exceed combined
compensation amount of $275,000 per FY, with an option to extend for an additional two
(2)-year term.
ALTERNATIVES
Council may elect not to approve or to modify any of the agreements.
Prepared by: David Eastlick, Maintenance and Operations Streets Superintendent
Approved by: Tony Ulloa, Maintenance and Operations Deputy Director
Attachments: 1.Agreement with JRC Concrete Construction
2. Agreement with SAVI Construction Inc.
3. Agreement with Three Peaks Corp
22
AGREEMENT FOR CONTRACT SERVICES
THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and
entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal
corporation, and JRC Concrete Construction, Sole Proprietor, with a place of business at
80614 Tangelo Ct, Indio, CA 92201 (“Contracting Party”). The parties hereto agree as
follows:
1.SERVICES OF CONTRACTING PARTY.
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contracting Party shall provide services related to annual ON-CALL PUBLIC
WORKS CONCRETE MAINTENANCE SERVICES, as specified in the “Scope of
Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the
“Services”). Contracting Party represents and warrants that Contracting Party is a
provider of first-class work and/or services and Contracting Party is experienced in
performing the Services contemplated herein and, in light of such status and experience,
Contracting Party covenants that it shall follow industry standards in performing the
Services required hereunder, and that all materials, if any, will be of good quality, fit for
the purpose intended. For purposes of this Agreement, the phrase “industry standards”
shall mean those standards of practice recognized by one or more first-class firms
performing similar services under similar circumstances.
1.2 Compliance with Law. All Services rendered hereunder shall be provided
in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of
the City and any Federal, State, or local governmental agency of competent jurisdiction.
1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable
Federal, State, and local wage and hour laws.
1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified
herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits,
and approvals as may be required by law for the performance of the Services required by
this Agreement, including a City of La Quinta business license. Contracting Party and its
employees, agents, and subcontractors shall, at their sole cost and expense, keep in
effect at all times during the term of this Agreement any licenses, permits, and approvals
that are legally required for the performance of the Services required by this Agreement.
Contracting Party shall have the sole obligation to pay for any fees, assessments, and
taxes, plus applicable penalties and interest, which may be imposed by law and arise
from or are necessary for the performance of the Services required by this Agreement,
and shall indemnify, defend (with counsel selected by City), and hold City, its elected
officials, officers, employees, and agents, free and harmless against any such fees,
assessments, taxes, penalties, or interest levied, assessed, or imposed against City
hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with
this Section.
ATTACHMENT 1
23
-2-
1.5 Familiarity with Work. By executing this Agreement, Contracting Party
warrants that (a) it has thoroughly investigated and considered the Services to be
performed, (b) it has investigated the site where the Services are to be performed, if any,
and fully acquainted itself with the conditions there existing, (c) it has carefully considered
how the Services should be performed, and (d) it fully understands the facilities,
difficulties, and restrictions attending performance of the Services under this Agreement.
Should Contracting Party discover any latent or unknown conditions materially differing
from those inherent in the Services or as represented by City, Contracting Party shall
immediately inform City of such fact and shall not proceed except at Contracting Party’s
risk until written instructions are received from the Contract Officer, or assigned
designee (as defined in Section 4.2 hereof).
1.6 Standard of Care. Contracting Party acknowledges and understands that
the Services contracted for under this Agreement require specialized skills and abilities
and that, consistent with this understanding, Contracting Party’s work will be held to an
industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove,
Contracting Party represents to City that it holds the necessary skills and abilities to satisfy
the industry standard of quality as set forth in this Agreement. Contracting Party shall
adopt reasonable methods during the life of this Agreement to furnish continuous
protection to the Services performed by Contracting Party, and the equipment, materials,
papers, and other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property, until acceptance of the Services
by City, except such losses or damages as may be caused by City’s own negligence.
The performance of Services by Contracting Party shall not relieve Contracting Party from
any obligation to correct any incomplete, inaccurate, or defective work at no further cost
to City, when such inaccuracies are due to the negligence of Contracting Party.
1.7 Additional Services. In accordance with the terms and conditions of this
Agreement, Contracting Party shall perform services in addition to those specified in the
Scope of Services (“Additional Services”) only when directed to do so by the Contract
Officer, or assigned designee, provided that Contracting Party shall not be required to
perform any Additional Services without compensation. Contracting Party shall not
perform any Additional Services until receiving prior written authorization (in the form of
a written change order if Contracting Party is a contractor performing the Services) from
the Contract Officer, or assigned designee, incorporating therein any adjustment in
(i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said
adjustments are subject to the written approval of Contracting Party. It is expressly
understood by Contracting Party that the provisions of this Section shall not apply to the
Services specifically set forth in the Scope of Services or reasonably contemplated
therein. It is specifically understood and agreed that oral requests and/or approvals of
Additional Services shall be barred and are unenforceable. Failure of Contracting Party
to secure the Contract Officer’s, or assigned designee’s written authorization for
Additional Services shall constitute a waiver of any and all right to adjustment of the
Contract Sum or time to perform this Agreement, whether by way of compensation,
restitution, quantum meruit, or the like, for Additional Services provided without the
appropriate authorization from the Contract Officer, or assigned designee.
24
-3-
Compensation for properly authorized Additional Services shall be made in accordance
with Section 2.3 of this Agreement.
1.8 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in “Exhibit D” (the “Special
Requirements”), which is incorporated herein by this reference and expressly made a part
hereof. In the event of a conflict between the provisions of the Special Requirements and
any other provisions of this Agreement, the provisions of the Special Requirements shall
govern.
2.COMPENSATION.
2.1 Contract Sum. For the Services rendered pursuant to this Agreement,
Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of
Compensation”) in a total amount approved not to exceed Two Hundred Seventy-Five
Thousand Dollars ($275,000), (the “Contract Sum”) per fiscal year for the life of the
agreement, encompassing the Initial and any extended terms, except as provided in
Section 1.7. Contractor expressly acknowledges and agrees that the Contract Sum in this
Agreement is the aggregate total amount covering this Agreement, that certain
Agreement for Contract Services by and between the City and SAVI Construction, Inc.,
and that certain Agreement for Contract Services by and between the City and Three
Peaks Corp of or about even date as this Agreement, such that the Contract Sum as
defined herein is the maximum amount available for services provided under all
agreements. The method of compensation set forth in the Schedule of Compensation
may include a lump sum payment upon completion, payment in accordance with the
percentage of completion of the Services, payment for time and materials based upon
Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other
reasonable methods as may be specified in the Schedule of Compensation. The Contract
Sum shall include the attendance of Contracting Party at all project meetings reasonably
deemed necessary by City; Contracting Party shall not be entitled to any additional
compensation for attending said meetings. Compensation may include reimbursement
for actual and necessary expenditures for reproduction costs, transportation expense,
telephone expense, and similar costs and expenses when and if specified in the Schedule
of Compensation. Regardless of the method of compensation set forth in the Schedule
of Compensation, Contracting Party’s overall compensation shall not exceed the Contract
Sum, except as provided in Section 1.7 of this Agreement.
2.2 Method of Billing & Payment. Any month in which Contracting Party wishes
to receive payment, Contracting Party shall submit to City no later than the tenth
(10th) working day of such month, in the form approved by City’s Finance Director, an
invoice for Services rendered prior to the date of the invoice. Such invoice shall
(1)describe in detail the Services provided, including time and materials, and (2) specify
each staff member who has provided Services and the number of hours assigned to each
such staff member. Such invoice shall contain a certification by a principal member of
Contracting Party specifying that the payment requested is for Services performed in
accordance with the terms of this Agreement. Upon approval in writing by the Contract
Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will
25
-4-
pay Contracting Party for all items stated thereon which are approved by City pursuant to
this Agreement no later than thirty (30) days after invoices are received by the City’s
Finance Department.
2.3 Compensation for Additional Services. Additional Services approved in
advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this
Agreement shall be paid for in an amount agreed to in writing by both City and Contracting
Party in advance of the Additional Services being rendered by Contracting Party. Any
compensation for Additional Services amounting to five percent (5%) or less of the
Contract Sum may be approved by the Contract Officer, or assigned designee. Any
greater amount of compensation for Additional Services must be approved by the La
Quinta City Council, the City Manager, or Department Director, depending upon City laws,
regulations, rules and procedures concerning public contracting. Under no circumstances
shall Contracting Party receive compensation for any Additional Services unless prior
written approval for the Additional Services is obtained from the Contract Officer, or
assigned designee, pursuant to Section 1.7 of this Agreement.
3. PERFORMANCE SCHEDULE.
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement. If the Services not completed in accordance with the Schedule of
Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will
suffer damage.
3.2 Schedule of Performance. All Services rendered pursuant to this
Agreement shall be performed diligently and within the time period established in “Exhibit
C” (the “Schedule of Performance”). Extensions to the time period specified in the
Schedule of Performance may be approved in writing by the Contract Officer, or
assigned designee.
3.3 Force Majeure. The time period specified in the Schedule of Performance
for performance of the Services rendered pursuant to this Agreement shall be extended
because of any delays due to unforeseeable causes beyond the control and without the
fault or negligence of Contracting Party, including, but not restricted to, acts of God or of
the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots,
strikes, freight embargoes, acts of any governmental agency other than City, and
unusually severe weather, if Contracting Party shall within ten (10) days of the
commencement of such delay notify the Contract Officer, or assigned designee, in
writing of the causes of the delay. The Contract Officer, or assigned designee, shall
ascertain the facts and the extent of delay, and extend the time for performing the
Services for the period of the forced delay when and if in the Contract Officer’s judgment
such delay is justified, and the Contract Officer’s determination, or assigned designee,
shall be final and conclusive upon the parties to this Agreement. Extensions to time
period in the Schedule of Performance which are determined by the Contract Officer, or
assigned designee, to be justified pursuant to this Section shall not entitle the
Contracting Party to additional compensation in excess of the Contract Sum.
26
-5-
3.4 Term. Unless earlier terminated in accordance with the provisions in
Article 8.0 of this Agreement, the term of this agreement shall commence on March 5,
2025, and terminate on June 30, 2029 (“Initial Term”). This Agreement may be extended
for two (2) additional year(s) upon mutual agreement by both parties (“Extended Term”)
and executed in writing.
4. COORDINATION OF WORK.
4.1 Representative of Contracting Party. The following principals of Contracting
Party (“Principals”) are hereby designated as being the principals and representatives of
Contracting Party authorized to act in its behalf with respect to the Services specified
herein and make all decisions in connection therewith:
(a) Juan Rodriguez
Telephone No.: (760) 625-1300
Email: jrc.concrete760@gmail.com
It is expressly understood that the experience, knowledge, capability, and
reputation of the foregoing Principals were a substantial inducement for City to enter into
this Agreement. Therefore, the foregoing Principals shall be responsible during the term
of this Agreement for directing all activities of Contracting Party and devoting sufficient
time to personally supervise the Services hereunder. For purposes of this Agreement,
the foregoing Principals may not be changed by Contracting Party and no other personnel
may be assigned to perform the Services required hereunder without the express written
approval of City.
4.2 Contract Officer. The “Contract Officer”, otherwise known David
Eastlick, Public Works Superintendent, or assigned designee may be designated in
writing by the City Manager of the City. It shall be Contracting Party’s responsibility to
assure that the Contract Officer, or assigned designee, is kept informed of the progress
of the performance of the Services, and Contracting Party shall refer any decisions, that
must be made by City to the Contract Officer, or assigned designee. Unless otherwise
specified herein, any approval of City required hereunder shall mean the approval of the
Contract Officer, or assigned designee. The Contract Officer, or assigned designee,
shall have authority to sign all documents on behalf of City required hereunder to carry
out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability, and reputation of Contracting Party, its principals, and its
employees were a substantial inducement for City to enter into this Agreement. Except
as set forth in this Agreement, Contracting Party shall not contract or subcontract with
any other entity to perform in whole or in part the Services required hereunder without the
express written approval of City. In addition, neither this Agreement nor any interest
herein may be transferred, assigned, conveyed, hypothecated, or encumbered,
voluntarily or by operation of law, without the prior written approval of City. Transfers
restricted hereunder shall include the transfer to any person or group of persons acting in
concert of more than twenty-five percent (25%) of the present ownership and/or control
of Contracting Party, taking all transfers into account on a cumulative basis. Any
27
-6-
attempted or purported assignment or contracting or subcontracting by Contracting Party
without City’s express written approval shall be null, void, and of no effect. No approved
transfer shall release Contracting Party of any liability hereunder without the express
consent of City.
4.4 Independent Contractor. Neither City nor any of its employees shall have
any control over the manner, mode, or means by which Contracting Party, its agents, or
its employees, perform the Services required herein, except as otherwise set forth herein.
City shall have no voice in the selection, discharge, supervision, or control of Contracting
Party’s employees, servants, representatives, or agents, or in fixing their number or hours
of service. Contracting Party shall perform all Services required herein as an independent
contractor of City and shall remain at all times as to City a wholly independent contractor
with only such obligations as are consistent with that role. Contracting Party shall not at
any time or in any manner represent that it or any of its agents or employees are agents
or employees of City. City shall not in any way or for any purpose become or be deemed
to be a partner of Contracting Party in its business or otherwise or a joint venture or a
member of any joint enterprise with Contracting Party. Contracting Party shall have no
power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall
not at any time or in any manner represent that it or any of its agents or employees are
agents or employees of City. Except for the Contract Sum paid to Contracting Party as
provided in this Agreement, City shall not pay salaries, wages, or other compensation to
Contracting Party for performing the Services hereunder for City. City shall not be liable
for compensation or indemnification to Contracting Party for injury or sickness arising out
of performing the Services hereunder. Notwithstanding any other City, state, or federal
policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its
employees, agents, and subcontractors providing services under this Agreement shall not
qualify for or become entitled to any compensation, benefit, or any incident of employment
by City, including but not limited to eligibility to enroll in the California Public Employees
Retirement System (“PERS”) as an employee of City and entitlement to any contribution
to be paid by City for employer contributions and/or employee contributions for PERS
benefits. Contracting Party agrees to pay all required taxes on amounts paid to
Contracting Party under this Agreement, and to indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason
of the independent contractor relationship created by this Agreement. Contracting Party
shall fully comply with the workers’ compensation laws regarding Contracting Party and
Contracting Party’s employees. Contracting Party further agrees to indemnify and hold
City harmless from any failure of Contracting Party to comply with applicable workers’
compensation laws. City shall have the right to offset against the amount of any payment
due to Contracting Party under this Agreement any amount due to City from Contracting
Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement
or indemnification arising under this Section.
4.5 Identity of Persons Performing Work. Contracting Party represents that it
employs or will employ at its own expense all personnel required for the satisfactory
performance of any and all of the Services set forth herein. Contracting Party represents
that the Services required herein will be performed by Contracting Party or under its direct
supervision, and that all personnel engaged in such work shall be fully qualified and shall
28
-7-
be authorized and permitted under applicable State and local law to perform such tasks
and services.
4.6 City Cooperation. City shall provide Contracting Party with any plans,
publications, reports, statistics, records, or other data or information pertinent to the
Services to be performed hereunder which are reasonably available to Contracting Party
only from or through action by City.
5. INSURANCE.
5.1 Insurance. Prior to the beginning of any Services under this Agreement and
throughout the duration of the term of this Agreement, Contracting Party shall procure
and maintain, at its sole cost and expense, and submit concurrently with its execution of
this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance
Requirements”) which is incorporated herein by this reference and expressly made a part
hereof.
5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance
to Agency along with all required endorsements. Certificate of Insurance and
endorsements must be approved by Agency’s Risk Manager prior to commencement of
performance.
6. INDEMNIFICATION.
6.1 Indemnification. To the fullest extent permitted by law, Contracting Party
shall indemnify, protect, defend (with counsel selected by City), and hold harmless City
and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit
F” (“Indemnification”) which is incorporated herein by this reference and expressly made
a part hereof.
7. RECORDS AND REPORTS.
7.1 Reports. Contracting Party shall periodically prepare and submit to the
Contract Officer, or assigned designee, such reports concerning Contracting Party’s
performance of the Services required by this Agreement as the Contract Officer, or
assigned designee, shall require. Contracting Party hereby acknowledges that City is
greatly concerned about the cost of the Services to be performed pursuant to this
Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes
aware of any facts, circumstances, techniques, or events that may or will materially
increase or decrease the cost of the Services contemplated herein or, if Contracting Party
is providing design services, the cost of the project being designed, Contracting Party
shall promptly notify the Contract Officer, or assigned designee, of said fact,
circumstance, technique, or event and the estimated increased or decreased cost related
thereto and, if Contracting Party is providing design services, the estimated increased or
decreased cost estimate for the project being designed.
7.2 Records. Contracting Party shall keep, and require any subcontractors to
keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports
29
-8-
(including but not limited to payroll reports), studies, or other documents relating to the
disbursements charged to City and the Services performed hereunder (the “Books and
Records”), as shall be necessary to perform the Services required by this Agreement and
enable the Contract Officer, or assigned designee, to evaluate the performance of such
Services. Any and all such Books and Records shall be maintained in accordance with
generally accepted accounting principles and shall be complete and detailed. The
Contract Officer, or assigned designee, shall have full and free access to such Books
and Records at all times during normal business hours of City, including the right to
inspect, copy, audit, and make records and transcripts from such Books and Records.
Such Books and Records shall be maintained for a period of three (3) years following
completion of the Services hereunder, and City shall have access to such Books and
Records in the event any audit is required. In the event of dissolution of Contracting
Party’s business, custody of the Books and Records may be given to City, and access
shall be provided by Contracting Party’s successor in interest. Under California
Government Code Section 8546.7, if the amount of public funds expended under this
Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject
to the examination and audit of the State Auditor, at the request of City or as part of any
audit of City, for a period of three (3) years after final payment under this Agreement.
7.3 Ownership of Documents. All drawings, specifications, maps, designs,
photographs, studies, surveys, data, notes, computer files, reports, records, documents,
and other materials plans, drawings, estimates, test data, survey results, models,
renderings, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings, digital renderings, or data
stored digitally, magnetically, or in any other medium prepared or caused to be prepared
by Contracting Party, its employees, subcontractors, and agents in the performance of
this Agreement (the “Documents and Materials”) shall be the property of City and shall be
delivered to City upon request of the Contract Officer, or assigned designee, or upon
the expiration or termination of this Agreement, and Contracting Party shall have no claim
for further employment or additional compensation as a result of the exercise by City of
its full rights of ownership use, reuse, or assignment of the Documents and Materials
hereunder. Any use, reuse or assignment of such completed Documents and Materials
for other projects and/or use of uncompleted documents without specific written
authorization by Contracting Party will be at City’s sole risk and without liability to
Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to
such use, revise, or assignment. Contracting Party may retain copies of such Documents
and Materials for its own use. Contracting Party shall have an unrestricted right to use
the concepts embodied therein. All subcontractors shall provide for assignment to City
of any Documents and Materials prepared by them, and in the event Contracting Party
fails to secure such assignment, Contracting Party shall indemnify City for all damages
resulting therefrom.
7.4 In the event City or any person, firm, or corporation authorized by City
reuses said Documents and Materials without written verification or adaptation by
Contracting Party for the specific purpose intended and causes to be made or makes any
changes or alterations in said Documents and Materials, City hereby releases,
discharges, and exonerates Contracting Party from liability resulting from said change.
30
-9-
The provisions of this clause shall survive the termination or expiration of this Agreement
and shall thereafter remain in full force and effect.
7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all
copyrights, designs, rights of reproduction, and other intellectual property embodied in
the Documents and Materials. Contracting Party shall require all subcontractors, if any,
to agree in writing that City is granted a non-exclusive and perpetual license for the
Documents and Materials the subcontractor prepares under this Agreement. Contracting
Party represents and warrants that Contracting Party has the legal right to license any
and all of the Documents and Materials. Contracting Party makes no such representation
and warranty in regard to the Documents and Materials which were prepared by design
professionals other than Contracting Party or provided to Contracting Party by City. City
shall not be limited in any way in its use of the Documents and Materials at any time,
provided that any such use not within the purposes intended by this Agreement shall be
at City’s sole risk.
7.6 Release of Documents. The Documents and Materials shall not be
released publicly without the prior written approval of the Contract Officer, or assigned
designee, or as required by law. Contracting Party shall not disclose to any other entity
or person any information regarding the activities of City, except as required by law or as
authorized by City.
7.7 Confidential or Personal Identifying Information. Contracting Party
covenants that all City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussion notes, or
other information, if any, developed or received by Contracting Party or provided for
performance of this Agreement are deemed confidential and shall not be disclosed by
Contracting Party to any person or entity without prior written authorization by City or
unless required by law. City shall grant authorization for disclosure if required by any
lawful administrative or legal proceeding, court order, or similar directive with the force of
law. All City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussions, or other
information shall be returned to City upon the termination or expiration of this Agreement.
Contracting Party’s covenant under this section shall survive the termination or expiration
of this Agreement.
8. ENFORCEMENT OF AGREEMENT.
8.1 California Law. This Agreement shall be interpreted, construed, and
governed both as to validity and to performance of the parties in accordance with the laws
of the State of California. Legal actions concerning any dispute, claim, or matter arising
out of or in relation to this Agreement shall be instituted in the Superior Court of the County
of Riverside, State of California, or any other appropriate court in such county, and
Contracting Party covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
31
-10-
8.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefore. The injured party shall continue performing its obligations hereunder so long
as the injuring party commences to cure such default within ten (10) days of service of
such notice and completes the cure of such default within forty-five (45) days after service
of the notice, or such longer period as may be permitted by the Contract Officer, or
assigned designee; provided that if the default is an immediate danger to the health,
safety, or general welfare, City may take such immediate action as City deems warranted.
Compliance with the provisions of this Section shall be a condition precedent to
termination of this Agreement for cause and to any legal action, and such compliance
shall not be a waiver of any party’s right to take legal action in the event that the dispute
is not cured, provided that nothing herein shall limit City’s right to terminate this
Agreement without cause pursuant to this Article 8.0. During the period of time that
Contracting Party is in default, City shall hold all invoices and shall, when the default is
cured, proceed with payment on the invoices. In the alternative, City may, in its sole
discretion, elect to pay some or all of the outstanding invoices during any period of default.
8.3 Retention of Funds. City may withhold from any monies payable to
Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or
damages it reasonably believes were suffered by City due to the default of Contracting
Party in the performance of the Services required by this Agreement.
8.4 Waiver. No delay or omission in the exercise of any right or remedy of a
non-defaulting party on any default shall impair such right or remedy or be construed as
a waiver. City’s consent or approval of any act by Contracting Party requiring City’s
consent or approval shall not be deemed to waive or render unnecessary City’s consent
to or approval of any subsequent act of Contracting Party. Any waiver by either party of
any default must be in writing and shall not be a waiver of any other default concerning
the same or any other provision of this Agreement.
8.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies
of the parties are cumulative and the exercise by either party of one or more of such rights
or remedies shall not preclude the exercise by it, at the same or different times, of any
other rights or remedies for the same default or any other default by the other party.
8.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, at law or at equity, to cure, correct, or remedy any default, to recover
damages for any default, to compel specific performance of this Agreement, to obtain
declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes
of this Agreement.
8.7 Termination Prior To Expiration of Term. This Section shall govern any
termination of this Agreement, except as specifically provided in the following Section for
termination for cause. City reserves the right to terminate this Agreement at any time,
with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon
receipt of any notice of termination, Contracting Party shall immediately cease all
32
-11-
Services hereunder except such as may be specifically approved by the Contract Officer,
or assigned designee. Contracting Party shall be entitled to compensation for all
Services rendered prior to receipt of the notice of termination and for any Services
authorized by the Contract Officer, or assigned designee, thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, or
assigned designee, except amounts held as a retention pursuant to this Agreement.
8.8 Termination for Default of Contracting Party. If termination is due to the
failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party
shall vacate any City-owned property which Contracting Party is permitted to occupy
hereunder and City may, after compliance with the provisions of Section 8.2, take over
the Services and prosecute the same to completion by contract or otherwise, and
Contracting Party shall be liable to the extent that the total cost for completion of the
Services required hereunder exceeds the compensation herein stipulated (provided that
City shall use reasonable efforts to mitigate such damages), and City may withhold any
payments to Contracting Party for the purpose of setoff or partial payment of the amounts
owed City.
8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this
Agreement, the prevailing party in such action or proceeding, in addition to any other relief
which may be granted, whether legal or equitable, shall be entitled to reasonable
attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this
Section shall not exceed the hourly rate paid by City for legal services multiplied by the
reasonable number of hours spent by the prevailing party in the conduct of the litigation.
Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled
to attorneys’ fees shall be entitled to all other reasonable costs for investigating such
action, taking depositions and discovery, and all other necessary costs the court allows
which are incurred in such litigation. All such fees shall be deemed to have accrued on
commencement of such action and shall be enforceable whether or not such action is
prosecuted to judgment. The court may set such fees in the same action or in a separate
action brought for that purpose.
9.CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION.
9.1 Non-liability of City Officers and Employees. No officer, official, employee,
agent, representative, or volunteer of City shall be personally liable to Contracting Party,
or any successor in interest, in the event or any default or breach by City or for any amount
which may become due to Contracting Party or to its successor, or for breach of any
obligation of the terms of this Agreement.
9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any
officer or principal of it, has or shall acquire any interest, directly or indirectly, which would
conflict in any manner with the interests of City or which would in any way hinder
Contracting Party’s performance of the Services under this Agreement. Contracting Party
further covenants that in the performance of this Agreement, no person having any such
interest shall be employed by it as an officer, employee, agent, or subcontractor without
33
-12-
the express written consent of the Contract Officer, or assigned designee. Contracting
Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts
of interest with the interests of City in the performance of this Agreement.
No officer or employee of City shall have any financial interest, direct or
indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to this Agreement which effects his financial interest or the financial
interest of any corporation, partnership or association in which he is, directly or indirectly,
interested, in violation of any State statute or regulation. Contracting Party warrants that
it has not paid or given and will not pay or give any third party any money or other
consideration for obtaining this Agreement.
9.3 Covenant against Discrimination. Contracting Party covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,
that there shall be no discrimination against or segregation of, any person or group of
persons on account of any impermissible classification including, but not limited to, race,
color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in
the performance of this Agreement. Contracting Party shall take affirmative action to
ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, creed, religion, sex, marital status, sexual orientation,
national origin, or ancestry.
10. MISCELLANEOUS PROVISIONS.
10.1 Notice. Any notice, demand, request, consent, approval, or communication
either party desires or is required to give the other party or any other person shall be in
writing and either served personally or sent by prepaid, first-class mail to the address set
forth below. Either party may change its address by notifying the other party of the change
of address in writing. Notice shall be deemed communicated forty-eight (48) hours from
the time of mailing if mailed as provided in this Section.
To City:
CITY OF LA QUINTA
Attention: David Eastlick
Public Works Superintendent
78495 Calle Tampico
La Quinta, California 92253
To Contracting Party:
JRC CONCRETE CONSTRUCTION
Juan Rodriguez – Owner
80614 Tangelo Ct
Indio, CA 92201
10.2 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of this Agreement or any other rule of
construction which might otherwise apply.
10.3 Section Headings and Subheadings. The section headings and
subheadings contained in this Agreement are included for convenience only and shall not
limit or otherwise affect the terms of this Agreement.
34
-13-
10.4 Counterparts. This Agreement may be executed in counterparts, each of
which shall be deemed to be an original, and such counterparts shall constitute one and
the same instrument.
10.5 Integrated Agreement. This Agreement including the exhibits hereto is the
entire, complete, and exclusive expression of the understanding of the parties. It is
understood that there are no oral agreements between the parties hereto affecting this
Agreement and this Agreement supersedes and cancels any and all previous
negotiations, arrangements, agreements, and understandings, if any, between the
parties, and none shall be used to interpret this Agreement.
10.6 Amendment. No amendment to or modification of this Agreement shall be
valid unless made in writing and approved by Contracting Party and by the City Council
of City. The parties agree that this requirement for written modifications cannot be waived
and that any attempted waiver shall be void.
10.7 Severability. In the event that any one or more of the articles, phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be
declared invalid or unenforceable, such invalidity or unenforceability shall not affect any
of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out
the intent of the parties hereunder unless the invalid provision is so material that its
invalidity deprives either party of the basic benefit of their bargain or renders this
Agreement meaningless.
10.8 Unfair Business Practices Claims. In entering into this Agreement,
Contracting Party offers and agrees to assign to City all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or
under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials related to this Agreement. This assignment shall be made and
become effective at the time City renders final payment to Contracting Party without
further acknowledgment of the parties.
10.9 No Third-Party Beneficiaries. With the exception of the specific provisions
set forth in this Agreement, there are no intended third-party beneficiaries under this
Agreement and no such other third parties shall have any rights or obligations hereunder.
10.10 Authority. The persons executing this Agreement on behalf of each of the
parties hereto represent and warrant that (i) such party is duly organized and existing,
(ii) they are duly authorized to execute and deliver this Agreement on behalf of said party,
(iii) by so executing this Agreement, such party is formally bound to the provisions of this
Agreement, and (iv) that entering into this Agreement does not violate any provision of
any other Agreement to which said party is bound. This Agreement shall be binding upon
the heirs, executors, administrators, successors, and assigns of the parties.
[SIGNATURES ON FOLLOWING PAGE]
35
-14-
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
stated below.
CITY OF LA QUINTA,
a California Municipal Corporation
JON McMILLEN, City Manager
City of La Quinta, California
Dated:
JRC CONCRETE CONSTRUCTION:
Juan Rodriguez, Owner
Dated:
ATTEST:
MONIKA RADEVA, City Clerk
City of La Quinta, California
By:
Name:
Title:
APPROVED AS TO FORM:
WILLIAM H. IHRKE, City Attorney
City of La Quinta, California
36
Exhibit A
Page 1 of 4 Last revised summer 2017
Exhibit A
Scope of Services
1. Services to be Provided:
• Provide on-call concrete repairs including, but not limited to, sidewalk replacement,
cross gutter replacement, and curb/gutter replacement. All work must be
completed according to the City of La Quinta’s Standard Drawings. Caltrans
Standard Specifications, 2015 Edition, as applicable for sidewalks located in
Caltrans Right of Way.
• La Quinta Standard Drawings can be found here
https://www.laquintaca.gov/business/design-and-development/development-services/standard-drawings
• City staff will provide locations and scope as needed.
37
Exhibit A
Page 2 of 4
ADDENDUM TO AGREEMENT
Re: Scope of Services
If the Scope of Services include construction, alteration, demolition, installation,
repair, or maintenance affecting real property or structures or improvements of any kind
appurtenant to real property, the following apply:
1. Prevailing Wage Compliance. If Contracting Party is a contractor
performing public works and maintenance projects, as described in this Section 1.3,
Contracting Party shall comply with applicable Federal, State, and local laws. Contracting
Party is aware of the requirements of California Labor Code Sections 1720, et seq., and
1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq.,
(collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code
Section 3.12.040, which require the payment of prevailing wage rates and the
performance of other requirements on “Public works” and “Maintenance” projects. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, and if construction work over twenty-
five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance
work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after
January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such
Prevailing Wage Laws including, but not limited to, requirements related to the
maintenance of payroll records and the employment of apprentices. Pursuant to
California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a
contract for public work on a “Public works” project unless registered with the California
Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, this project is subject to compliance
monitoring and enforcement by the DIR. Contracting Party will maintain and will require
all subcontractors to maintain valid and current DIR Public Works contractor registration
during the term of this Agreement. Contracting Party shall notify City in writing
immediately, and in no case more than twenty-four (24) hours, after receiving any
information that Contracting Party’s or any of its subcontractor’s DIR registration status
has been suspended, revoked, expired, or otherwise changed. It is understood that it is
the responsibility of Contracting Party to determine the correct salary scale. Contracting
Party shall make copies of the prevailing rates of per diem wages for each craft,
classification, or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at Contracting Party’s principal place of
business and at the project site, if any. The statutory penalties for failure to pay prevailing
wage or to comply with State wage and hour laws will be enforced. Contracting Party
must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who
works in excess of the minimum working hours when Contracting Party does not pay
overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight
(8) hours is the legal working day. Contracting Party also shall comply with State law
requirements to maintain payroll records and shall provide for certified records and
inspection of records as required by California Labor Code Section 1770 et seq., including
Section 1776. In addition to the other indemnities provided under this Agreement,
Contracting Party shall defend (with counsel selected by City), indemnify, and hold City,
38
Exhibit A
Page 3 of 4
its elected officials, officers, employees, and agents free and harmless from any claim or
liability arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It is agreed by the parties that, in connection with performance of the Services,
including, without limitation, any and all “Public works” (as defined by the Prevailing Wage
Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing
wages under California law and/or the implementation of Labor Code Section 1781, as
the same may be amended from time to time, and/or any other similar law. Contracting
Party acknowledges and agrees that it shall be independently responsible for reviewing
the applicable laws and regulations and effectuating compliance with such laws.
Contracting Party shall require the same of all subcontractors.
2. Retention. Payments shall be made in accordance with the provisions of
Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting
Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of
the labor and materials incorporated into the Services under this Agreement during the
month covered by said invoice. The remaining five percent (5%) thereof shall be retained
as performance security to be paid to Contracting Party within sixty (60) days after final
acceptance of the Services by the City Council of City, after Contracting Party has
furnished City with a full release of all undisputed payments under this Agreement, if
required by City. In the event there are any claims specifically excluded by Contracting
Party from the operation of the release, City may retain proceeds (per Public Contract
Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s
failure to deduct or withhold shall not affect Contracting Party’s obligations under the
Agreement.
3. Utility Relocation. City is responsible for removal, relocation, or protection
of existing main or trunk-line utilities to the extent such utilities were not identified in the
invitation for bids or specifications. City shall reimburse Contracting Party for any costs
incurred in locating, repairing damage not caused by Contracting Party, and removing or
relocating such unidentified utility facilities. Contracting Party shall not be assessed
liquidated damages for delay arising from the removal or relocation of such unidentified
utility facilities.
4. Trenches or Excavations. Pursuant to California Public Contract Code
Section 7104, in the event the work included in this Agreement requires excavations more
than four (4) feet in depth, the following shall apply:
(a) Contracting Party shall promptly, and before the following conditions
are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes
may be material that is hazardous waste, as defined in Section 25117 of the Health and
Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site
in accordance with provisions of existing law; (2) subsurface or latent physical conditions
at the site different from those indicated by information about the site made available to
bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the
site of any unusual nature, different materially from those ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Agreement.
39
Exhibit A
Page 4 of 4
(b)City shall promptly investigate the conditions, and if it finds that the
conditions do materially so differ, or do involve hazardous waste, and cause a decrease
or increase in Contracting Party’s cost of, or the time required for, performance of any
part of the work shall issue a change order per Section 1.8 of the Agreement.
(c)in the event that a dispute arises between City and Contracting Party
whether the conditions materially differ, or involve hazardous waste, or cause a decrease
or increase in Contracting Party’s cost of, or time required for, performance of any part of
the work, Contracting Party shall not be excused from any scheduled completion date
provided for by this Agreement, but shall proceed with all work to be performed under this
Agreement. Contracting Party shall retain any and all rights provided either by contract
or by law which pertain to the resolution of disputes and protests between the contracting
Parties.
5.Safety. Contracting Party shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out the Services, Contracting
Party shall at all times be in compliance with all applicable local, state, and federal laws,
rules and regulations, and shall exercise all necessary precautions for the safety of
employees appropriate to the nature of the work and the conditions under which the work
is to be performed. Safety precautions as applicable shall include, but shall not be limited
to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions
in accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing
apparel as are necessary or lawfully required to prevent accidents or injuries; and
(C)adequate facilities for the proper inspection and maintenance of all safety measures.
6.Liquidated Damages. Since the determination of actual damages for any
delay in performance of the Agreement would be extremely difficult or impractical to
determine in the event of a breach of this Agreement, Contracting Party shall be liable for
and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages
for each working day of delay in the performance of any of the Services required
hereunder, as specified in the Schedule of Performance. In addition, liquidated damages
may be assessed for failure to comply with the emergency call out requirements, if any,
described in the Scope of Services. City may withhold from any moneys payable on
account of the Services performed by Contracting Party any accrued liquidated damages.
40
Exhibit B
Page 1 of 1
Exhibit B
Schedule of Compensation
With the exception of compensation for Additional Services, provided for in
Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting
Party under this Agreement is not to exceed Two Hundred Seventy-Five Thousand
Dollars ($275,000) (“Contract Sum”) per fiscal year for the life of the agreement,
encompassing the Initial and any Extended Terms (Contract Sum”). Contractor expressly
acknowledges and agrees that the Contract Sum in this Agreement is the aggregate total
amount covering this Agreement, that certain Agreement for Contract Services by and
between the City and SAVI Construction, Inc., and that certain Agreement for Contract
Services by and between the City and Three Peaks Corp, of or about even date as this
Agreement, such that the Contract Sum as defined herein is the maximum amount
available for services provided under all agreements. The Contractor to submit invoices
as work is completed. Invoices shall be paid to Contracting Party in the amount identified
on submitted invoices, approved by the Project Manager for the work tasks performed
and properly invoiced by Contracting Party in conformance with Section 2.2 of this
Agreement.
Initial Term:
FY 2024/25 $ 275,000
FY 2025/26 $ 275,000
FY 2026/27 $ 275,000
FY 2027/28 $ 275,000
FY 2028/29 $ 275,000
Possible Extended Term:
FY 2029/30 $ 275,000
FY 2030/31 $ 275,000
Complete Pricing List:
Sidewalk removal and replacement (per panel) - $2,922.24
Cross Gutter removal and replacement (per 1 Lft.) - $2,976.32
Curb & Gutter removal and replacement (per 10 Lft.) - $2,976.32
Pedestrian ramp installation - $40 per SqFt
Lane Closure - $725
Permits for lane closure - $500
Traffic Plans - $350-400
41
Exhibit C
Page 1 of 1
Exhibit C
Schedule of Performance
Contracting Party shall complete all services identified in the Scope of Services,
Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto
and incorporated herein by this reference.
Work shall be coordinated with the Project Manager. Performed Monday- Friday,
8:00 am to 5:00 pm. No work to be performed on Sundays or Holidays.
The term of this agreement shall commence on March 5, 2025, and terminate on
June 30, 2029 (“Initial Term”). This Agreement may be extended for two (2) additional
year(s) upon mutual agreement by both parties.
42
Exhibit D
Page 1 of 1
Exhibit D
Special Requirements
None
43
Exhibit E
Page 1 of 6
Exhibit E
Insurance Requirements
E.1 Insurance. Prior to the beginning of and throughout the duration of this
Agreement, the following policies shall be maintained and kept in full force and effect
providing insurance with minimum limits as indicated below and issued by insurers with
A.M. Best ratings of no less than A-VI:
Commercial General Liability (at least as broad as ISO CG 0001)
$5,000,000 (per occurrence)
$5,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Non-contributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$5,000,000 (per accident)
Auto Liability Additional Insured
Personal Auto Declaration Page if applicable
Errors and Omissions Liability
$1,000,000 (per claim and aggregate)
Workers’ Compensation
(per statutory requirements)
Must include the following endorsements:
Workers Compensation with Waiver of Subrogation
Workers Compensation Declaration of Sole Proprietor if applicable
Contracting Party shall procure and maintain, at its cost, and submit concurrently
with its execution of this Agreement, Commercial General Liability insurance against all
claims for injuries against persons or damages to property resulting from Contracting
Party’s acts or omissions rising out of or related to Contracting Party’s performance under
this Agreement. The insurance policy shall contain a severability of interest clause
providing that the coverage shall be primary for losses arising out of Contracting Party’s
performance hereunder and neither City nor its insurers shall be required to contribute to
any such loss. An endorsement evidencing the foregoing and naming the City and its
officers and employees as additional insured (on the Commercial General Liability policy
only) must be submitted concurrently with the execution of this Agreement and approved
by City prior to commencement of the services hereunder.
Contracting Party shall carry automobile liability insurance of $5,000,000 per
accident against all claims for injuries against persons or damages to property arising out
of the use of any automobile by Contracting Party, its officers, any person directly or
indirectly employed by Contracting Party, any subcontractor or agent, or anyone for
44
Exhibit E
Page 2 of 6
whose acts any of them may be liable, arising directly or indirectly out of or related to
Contracting Party’s performance under this Agreement. If Contracting Party or
Contracting Party’s employees will use personal autos in any way on this project,
Contracting Party shall provide evidence of personal auto liability coverage for each such
person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer
or semi-trailer designed for travel on public roads. The automobile insurance policy shall
contain a severability of interest clause providing that coverage shall be primary for losses
arising out of Contracting Party’s performance hereunder and neither City nor its insurers
shall be required to contribute to such loss.
Professional Liability or Errors and Omissions Insurance as appropriate shall
be written on a policy form coverage specifically designed to protect against acts, errors
or omissions of the Contracting Party and “Covered Professional Services” as designated
in the policy must specifically include work performed under this agreement. The policy
limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must
“pay on behalf of” the insured and must include a provision establishing the insurer’s duty
to defend. The policy retroactive date shall be on or before the effective date of this
agreement.
Contracting Party shall carry Workers’ Compensation Insurance in
accordance with State Worker’s Compensation laws with employer’s liability limits no less
than $1,000,000 per accident or disease.
Contracting Party shall procure and maintain Cyber Liability insurance with
limits of $1,000,000 per occurrence/loss which shall include the following coverage:
a. Liability arising from the theft, dissemination and/or use of confidential or
personally identifiable information; including credit monitoring and
regulatory fines arising from such theft, dissemination or use of the
confidential information.
b. Network security liability arising from the unauthorized use of, access to,
or tampering with computer systems.
c. Liability arising from the failure of technology products (software) required
under the contract for Consultant to properly perform the services
intended.
d. Electronic Media Liability arising from personal injury, plagiarism or
misappropriation of ideas, domain name infringement or improper deep-
linking or framing, and infringement or violation of intellectual property
rights.
e. Liability arising from the failure to render professional services.
If coverage is maintained on a claims-made basis, Contracting Party shall maintain such
coverage for an additional period of three (3) years following termination of the contract.
45
Exhibit E
Page 3 of 6
Contracting Party shall provide written notice to City within ten (10) working
days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; or (3) the deductible or self-insured retention is increased.
In the event any of said policies of insurance are cancelled, Contracting Party shall, prior
to the cancellation date, submit new evidence of insurance in conformance with this
Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies
or certificates evidencing the same shall not be construed as a limitation of Contracting
Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors,
or agents.
E.2 Remedies. In addition to any other remedies City may have if Contracting
Party fails to provide or maintain any insurance policies or policy endorsements to the
extent and within the time herein required, City may, at its sole option:
a.Obtain such insurance and deduct and retain the amount of the
premiums for such insurance from any sums due under this Agreement.
b.Order Contracting Party to stop work under this Agreement and/or
withhold any payment(s) which become due to Contracting Party hereunder until
Contracting Party demonstrates compliance with the requirements hereof.
c.Terminate this Agreement.
Exercise any of the above remedies, however, is an alternative to any other
remedies City may have. The above remedies are not the exclusive remedies for
Contracting Party’s failure to maintain or secure appropriate policies or endorsements.
Nothing herein contained shall be construed as limiting in any way the extent to which
Contracting Party may be held responsible for payments of damages to persons or
property resulting from Contracting Party’s or its subcontractors’ performance of work
under this Agreement.
E.3 General Conditions Pertaining to Provisions of Insurance Coverage by
Contracting Party. Contracting Party and City agree to the following with respect to
insurance provided by Contracting Party:
1.Contracting Party agrees to have its insurer endorse the third party general
liability coverage required herein to include as additional insureds City, its officials,
employees, and agents, using standard ISO endorsement No. CG 2010 with an edition
prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors
to do likewise.
2.No liability insurance coverage provided to comply with this Agreement shall
prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the
right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights
against City regardless of the applicability of any insurance proceeds, and to require all
contractors and subcontractors to do likewise.
46
Exhibit E
Page 4 of 6
3. All insurance coverage and limits provided by Contracting Party and
available or applicable to this Agreement are intended to apply to the full extent of the
policies. Nothing contained in this Agreement or any other agreement relating to City or
its operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been first
submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve
to eliminate so-called “third party action over” claims, including any exclusion for bodily
injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification
and additional requirements by the City, as the need arises. Contracting Party shall not
make any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect City’s protection without City’s prior written
consent.
7. Proof of compliance with these insurance requirements, consisting of
certificates of insurance evidencing all the coverages required and an additional insured
endorsement to Contracting Party’s general liability policy, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of any insurance is not
delivered as required, or in the event such insurance is canceled at any time and no
replacement coverage is provided, City has the right, but not the duty, to obtain any
insurance it deems necessary to protect its interests under this or any other agreement
and to pay the premium. Any premium so paid by City shall be charged to and promptly
paid by Contracting Party or deducted from sums due Contracting Party, at City option.
8. It is acknowledged by the parties of this agreement that all insurance
coverage required to be provided by Contracting Party or any subcontractor, is intended
to apply first and on a primary, non-contributing basis in relation to any other insurance
or self-insurance available to City.
9. Contracting Party agrees to ensure that subcontractors, and any other party
involved with the project that is brought onto or involved in the project by Contracting
Party, provide the same minimum insurance coverage required of Contracting Party.
Contracting Party agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this section. Contracting Party agrees that upon request, all agreements
with subcontractors and others engaged in the project will be submitted to City for review.
10. Contracting Party agrees not to self-insure or to use any self-insured
retentions or deductibles on any portion of the insurance required herein (with the
exception of professional liability coverage, if required) and further agrees that it will not
allow any contractor, subcontractor, Architect, Engineer or other entity or person in any
way involved in the performance of work on the project contemplated by this agreement
47
Exhibit E
Page 5 of 6
to self-insure its obligations to City. If Contracting Party’s existing coverage includes a
deductible or self-insured retention, the deductible or self-insured retention must be
declared to the City. At that time the City shall review options with the Contracting Party,
which may include reduction or elimination of the deductible or self-insured retention,
substitution of other coverage, or other solutions.
11. The City reserves the right at any time during the term of this Agreement to
change the amounts and types of insurance required by giving the Contracting Party
ninety (90) days advance written notice of such change. If such change results in
substantial additional cost to the Contracting Party, the City will negotiate additional
compensation proportional to the increased benefit to City.
12. For purposes of applying insurance coverage only, this Agreement will be
deemed to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
13. Contracting Party acknowledges and agrees that any actual or alleged
failure on the part of City to inform Contracting Party of non-compliance with any
insurance requirement in no way imposes any additional obligations on City nor does it
waive any rights hereunder in this or any other regard.
14. Contracting Party will renew the required coverage annually as long as City,
or its employees or agents face an exposure from operations of any type pursuant to this
agreement. This obligation applies whether the agreement is canceled or terminated for
any reason. Termination of this obligation is not effective until City executes a written
statement to that effect.
15. Contracting Party shall provide proof that policies of insurance required
herein expiring during the term of this Agreement have been renewed or replaced with
other policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter from
Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance
and an additional insured endorsement is required in these specifications applicable to
the renewing or new coverage must be provided to City within five (5) days of the
expiration of coverages.
16. The provisions of any workers’ compensation or similar act will not limit the
obligations of Contracting Party under this agreement. Contracting Party expressly
agrees not to use any statutory immunity defenses under such laws with respect to City,
its employees, officials, and agents.
17. Requirements of specific coverage features, or limits contained in this
section are not intended as limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference to a
given coverage feature is for purposes of clarification only as it pertains to a given issue
and is not intended by any party or insured to be limiting or all-inclusive.
48
Exhibit E
Page 6 of 6
18.These insurance requirements are intended to be separate and distinct from
any other provision in this Agreement and are intended by the parties here to be
interpreted as such.
19.The requirements in this Exhibit supersede all other sections and provisions
of this Agreement to the extent that any other section or provision conflicts with or impairs
the provisions of this Exhibit.
20.Contracting Party agrees to be responsible for ensuring that no contract
used by any party involved in any way with the project reserves the right to charge City
or Contracting Party for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not the
intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums or other
amounts with respect thereto.
21.Contracting Party agrees to provide immediate notice to City of any claim
or loss against Contracting Party arising out of the work performed under this agreement.
City assumes no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to involve City.
49
Exhibit F
Page 1 of 2
Exhibit F
Indemnification
F.1 Indemnity for the Benefit of City.
a. Indemnification for Professional Liability. When the law establishes a
professional standard of care for Contracting Party’s Services, to the fullest extent
permitted by law, Contracting Party shall indemnify, protect, defend (with counsel
selected by City), and hold harmless City and any and all of its officials, employees, and
agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of
every kind, nature, and description, damages, injury (including, without limitation, injury
to or death of an employee of Contracting Party or of any subcontractor), costs and
expenses of any kind, whether actual, alleged or threatened, including, without limitation,
incidental and consequential damages, court costs, attorneys’ fees, litigation expenses,
and fees of expert consultants or expert witnesses incurred in connection therewith and
costs of investigation, to the extent same are caused in whole or in part by any negligent
or wrongful act, error or omission of Contracting Party, its officers, agents, employees or
subcontractors (or any entity or individual that Contracting Party shall bear the legal
liability thereof) in the performance of professional services under this agreement. With
respect to the design of public improvements, the Contracting Party shall not be liable for
any injuries or property damage resulting from the reuse of the design at a location other
than that specified in Exhibit A without the written consent of the Contracting Party.
b. Indemnification for Other Than Professional Liability. Other than in the
performance of professional services and to the full extent permitted by law, Contracting
Party shall indemnify, defend (with counsel selected by City), and hold harmless the
Indemnified Parties from and against any liability (including liability for claims, suits,
actions, arbitration proceedings, administrative proceedings, regulatory proceedings,
losses, expenses or costs of any kind, whether actual, alleged or threatened, including,
without limitation, incidental and consequential damages, court costs, attorneys’ fees,
litigation expenses, and fees of expert consultants or expert witnesses) incurred in
connection therewith and costs of investigation, where the same arise out of, are a
consequence of, or are in any way attributable to, in whole or in part, the performance of
this Agreement by Contracting Party or by any individual or entity for which Contracting
Party is legally liable, including but not limited to officers, agents, employees, or
subcontractors of Contracting Party.
c. Indemnity Provisions for Contracts Related to Construction (Limitation on
Indemnity). Without affecting the rights of City under any provision of this agreement,
Contracting Party shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City’s active negligence accounts for only a percentage of the liability involved, the
obligation of Contracting Party will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
50
Exhibit F
Page 2 of 2
d. Indemnification Provision for Design Professionals.
1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a)
hereinabove, the following indemnification provision shall apply to a Contracting Party
who constitutes a “design professional” as the term is defined in paragraph 3 below.
2. Scope of Indemnification. When the law establishes a professional
standard of care for Contracting Party’s Services, to the fullest extent permitted by law,
Contracting Party shall indemnify and hold harmless City and any and all of its officials,
employees, and agents (“Indemnified Parties”) from and against any and all losses,
liabilities of every kind, nature, and description, damages, injury (including, without
limitation, injury to or death of an employee of Contracting Party or of any subcontractor),
costs and expenses, including, without limitation, incidental and consequential damages,
court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert
consultants or expert witnesses incurred in connection therewith and costs of
investigation, to the extent same are caused by any negligent or wrongful act, error or
omission of Contracting Party, its officers, agents, employees or subcontractors (or any
entity or individual that Contracting Party shall bear the legal liability thereof) in the
performance of professional services under this agreement. With respect to the design
of public improvements, the Contracting Party shall not be liable for any injuries or
property damage resulting from the reuse of the design at a location other than that
specified in Exhibit A without the written consent of the Contracting Party.
3. Design Professional Defined. As used in this Section F.1(d), the
term “design professional” shall be limited to licensed architects, registered professional
engineers, licensed professional land surveyors and landscape architects, all as defined
under current law, and as may be amended from time to time by Civil Code § 2782.8.
F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees
to obtain executed indemnity agreements with provisions identical to those set forth
herein this Exhibit F, as applicable to the Contracting Party, from each and every
subcontractor or any other person or entity involved by, for, with or on behalf of
Contracting Party in the performance of this Agreement. In the event Contracting Party
fails to obtain such indemnity obligations from others as required herein, Contracting
Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City
to monitor compliance with these requirements imposes no additional obligations on City
and will in no way act as a waiver of any rights hereunder. This obligation to indemnify
and defend City as set forth in this Agreement are binding on the successors, assigns or
heirs of Contracting Party and shall survive the termination of this Agreement.
51
52
AGREEMENT FOR CONTRACT SERVICES
THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and
entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal
corporation, and SAVI Construction Inc., with a place of business at 6725 Birmingham
Dr, Chino, CA 91710 (“Contracting Party”). The parties hereto agree as follows:
1.SERVICES OF CONTRACTING PARTY.
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contracting Party shall provide services related to annual ON-CALL PUBLIC
WORKS CONCRETE MAINTENANCE SERVICES, as specified in the “Scope of
Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the
“Services”). Contracting Party represents and warrants that Contracting Party is a
provider of first-class work and/or services and Contracting Party is experienced in
performing the Services contemplated herein and, in light of such status and experience,
Contracting Party covenants that it shall follow industry standards in performing the
Services required hereunder, and that all materials, if any, will be of good quality, fit for
the purpose intended. For purposes of this Agreement, the phrase “industry standards”
shall mean those standards of practice recognized by one or more first-class firms
performing similar services under similar circumstances.
1.2 Compliance with Law. All Services rendered hereunder shall be provided
in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of
the City and any Federal, State, or local governmental agency of competent jurisdiction.
1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable
Federal, State, and local wage and hour laws.
1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified
herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits,
and approvals as may be required by law for the performance of the Services required by
this Agreement, including a City of La Quinta business license. Contracting Party and its
employees, agents, and subcontractors shall, at their sole cost and expense, keep in
effect at all times during the term of this Agreement any licenses, permits, and approvals
that are legally required for the performance of the Services required by this Agreement.
Contracting Party shall have the sole obligation to pay for any fees, assessments, and
taxes, plus applicable penalties and interest, which may be imposed by law and arise
from or are necessary for the performance of the Services required by this Agreement,
and shall indemnify, defend (with counsel selected by City), and hold City, its elected
officials, officers, employees, and agents, free and harmless against any such fees,
assessments, taxes, penalties, or interest levied, assessed, or imposed against City
hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with
this Section.
1.5 Familiarity with Work. By executing this Agreement, Contracting Party
warrants that (a) it has thoroughly investigated and considered the Services to be
ATTACHMENT 2
53
-2-
performed, (b) it has investigated the site where the Services are to be performed, if any,
and fully acquainted itself with the conditions there existing, (c) it has carefully considered
how the Services should be performed, and (d) it fully understands the facilities,
difficulties, and restrictions attending performance of the Services under this Agreement.
Should Contracting Party discover any latent or unknown conditions materially differing
from those inherent in the Services or as represented by City, Contracting Party shall
immediately inform City of such fact and shall not proceed except at Contracting Party’s
risk until written instructions are received from the Contract Officer, or assigned
designee (as defined in Section 4.2 hereof).
1.6 Standard of Care. Contracting Party acknowledges and understands that
the Services contracted for under this Agreement require specialized skills and abilities
and that, consistent with this understanding, Contracting Party’s work will be held to an
industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove,
Contracting Party represents to City that it holds the necessary skills and abilities to satisfy
the industry standard of quality as set forth in this Agreement. Contracting Party shall
adopt reasonable methods during the life of this Agreement to furnish continuous
protection to the Services performed by Contracting Party, and the equipment, materials,
papers, and other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property, until acceptance of the Services
by City, except such losses or damages as may be caused by City’s own negligence.
The performance of Services by Contracting Party shall not relieve Contracting Party from
any obligation to correct any incomplete, inaccurate, or defective work at no further cost
to City, when such inaccuracies are due to the negligence of Contracting Party.
1.7 Additional Services. In accordance with the terms and conditions of this
Agreement, Contracting Party shall perform services in addition to those specified in the
Scope of Services (“Additional Services”) only when directed to do so by the Contract
Officer, or assigned designee, provided that Contracting Party shall not be required to
perform any Additional Services without compensation. Contracting Party shall not
perform any Additional Services until receiving prior written authorization (in the form of
a written change order if Contracting Party is a contractor performing the Services) from
the Contract Officer, or assigned designee, incorporating therein any adjustment in
(i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said
adjustments are subject to the written approval of Contracting Party. It is expressly
understood by Contracting Party that the provisions of this Section shall not apply to the
Services specifically set forth in the Scope of Services or reasonably contemplated
therein. It is specifically understood and agreed that oral requests and/or approvals of
Additional Services shall be barred and are unenforceable. Failure of Contracting Party
to secure the Contract Officer’s, or assigned designee’s written authorization for
Additional Services shall constitute a waiver of any and all right to adjustment of the
Contract Sum or time to perform this Agreement, whether by way of compensation,
restitution, quantum meruit, or the like, for Additional Services provided without the
appropriate authorization from the Contract Officer, or assigned designee.
Compensation for properly authorized Additional Services shall be made in accordance
with Section 2.3 of this Agreement.
54
-3-
1.8 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in “Exhibit D” (the “Special
Requirements”), which is incorporated herein by this reference and expressly made a part
hereof. In the event of a conflict between the provisions of the Special Requirements and
any other provisions of this Agreement, the provisions of the Special Requirements shall
govern.
2.COMPENSATION.
2.1 Contract Sum. For the Services rendered pursuant to this Agreement,
Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of
Compensation”) in a total amount approved not to exceed Two Hundred Seventy-Five
Thousand Dollars ($275,000), (the “Contract Sum”) per fiscal year for the life of the
agreement, encompassing the Initial and any extended terms, except as provided in
Section 1.7. Contractor expressly acknowledges and agrees that the Contract Sum in this
Agreement is the aggregate total amount covering this Agreement, that certain
Agreement for Contract Services by and between the City and JRC Concrete
Construction, and that certain Agreement for Contract Services by and between the City
and Three Peaks Corp of or about even date as this Agreement, such that the Contract
Sum as defined herein is the maximum amount available for services provided under all
agreements. The method of compensation set forth in the Schedule of Compensation
may include a lump sum payment upon completion, payment in accordance with the
percentage of completion of the Services, payment for time and materials based upon
Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other
reasonable methods as may be specified in the Schedule of Compensation. The Contract
Sum shall include the attendance of Contracting Party at all project meetings reasonably
deemed necessary by City; Contracting Party shall not be entitled to any additional
compensation for attending said meetings. Compensation may include reimbursement
for actual and necessary expenditures for reproduction costs, transportation expense,
telephone expense, and similar costs and expenses when and if specified in the Schedule
of Compensation. Regardless of the method of compensation set forth in the Schedule
of Compensation, Contracting Party’s overall compensation shall not exceed the Contract
Sum, except as provided in Section 1.7 of this Agreement.
2.2 Method of Billing & Payment. Any month in which Contracting Party wishes
to receive payment, Contracting Party shall submit to City no later than the tenth
(10th) working day of such month, in the form approved by City’s Finance Director, an
invoice for Services rendered prior to the date of the invoice. Such invoice shall
(1)describe in detail the Services provided, including time and materials, and (2) specify
each staff member who has provided Services and the number of hours assigned to each
such staff member. Such invoice shall contain a certification by a principal member of
Contracting Party specifying that the payment requested is for Services performed in
accordance with the terms of this Agreement. Upon approval in writing by the Contract
Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will
pay Contracting Party for all items stated thereon which are approved by City pursuant to
this Agreement no later than thirty (30) days after invoices are received by the City’s
Finance Department.
55
-4-
2.3 Compensation for Additional Services. Additional Services approved in
advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this
Agreement shall be paid for in an amount agreed to in writing by both City and Contracting
Party in advance of the Additional Services being rendered by Contracting Party. Any
compensation for Additional Services amounting to five percent (5%) or less of the
Contract Sum may be approved by the Contract Officer, or assigned designee. Any
greater amount of compensation for Additional Services must be approved by the La
Quinta City Council, the City Manager, or Department Director, depending upon City laws,
regulations, rules and procedures concerning public contracting. Under no circumstances
shall Contracting Party receive compensation for any Additional Services unless prior
written approval for the Additional Services is obtained from the Contract Officer, or
assigned designee, pursuant to Section 1.7 of this Agreement.
3. PERFORMANCE SCHEDULE.
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement. If the Services not completed in accordance with the Schedule of
Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will
suffer damage.
3.2 Schedule of Performance. All Services rendered pursuant to this
Agreement shall be performed diligently and within the time period established in “Exhibit
C” (the “Schedule of Performance”). Extensions to the time period specified in the
Schedule of Performance may be approved in writing by the Contract Officer, or
assigned designee.
3.3 Force Majeure. The time period specified in the Schedule of Performance
for performance of the Services rendered pursuant to this Agreement shall be extended
because of any delays due to unforeseeable causes beyond the control and without the
fault or negligence of Contracting Party, including, but not restricted to, acts of God or of
the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots,
strikes, freight embargoes, acts of any governmental agency other than City, and
unusually severe weather, if Contracting Party shall within ten (10) days of the
commencement of such delay notify the Contract Officer, or assigned designee, in
writing of the causes of the delay. The Contract Officer, or assigned designee, shall
ascertain the facts and the extent of delay, and extend the time for performing the
Services for the period of the forced delay when and if in the Contract Officer’s judgment
such delay is justified, and the Contract Officer’s determination, or assigned designee,
shall be final and conclusive upon the parties to this Agreement. Extensions to time
period in the Schedule of Performance which are determined by the Contract Officer, or
assigned designee, to be justified pursuant to this Section shall not entitle the
Contracting Party to additional compensation in excess of the Contract Sum.
3.4 Term. Unless earlier terminated in accordance with the provisions in
Article 8.0 of this Agreement, the term of this agreement shall commence on March 5,
2025, and terminate on June 30, 2029 (“Initial Term”). This Agreement may be extended
56
-5-
for two (2) additional year(s) upon mutual agreement by both parties (“Extended Term”)
and executed in writing.
4. COORDINATION OF WORK.
4.1 Representative of Contracting Party. The following principals of Contracting
Party (“Principals”) are hereby designated as being the principals and representatives of
Contracting Party authorized to act in its behalf with respect to the Services specified
herein and make all decisions in connection therewith:
(a) Name: Ramesh Bachuvala
Telephone No.: (805) 889-3547
Email: contactsavi247@gmail.com
It is expressly understood that the experience, knowledge, capability, and
reputation of the foregoing Principals were a substantial inducement for City to enter into
this Agreement. Therefore, the foregoing Principals shall be responsible during the term
of this Agreement for directing all activities of Contracting Party and devoting sufficient
time to personally supervise the Services hereunder. For purposes of this Agreement,
the foregoing Principals may not be changed by Contracting Party and no other personnel
may be assigned to perform the Services required hereunder without the express written
approval of City.
4.2 Contract Officer. The “Contract Officer”, otherwise known David
Eastlick, Public Works Superintendent, or assigned designee may be designated in
writing by the City Manager of the City. It shall be Contracting Party’s responsibility to
assure that the Contract Officer, or assigned designee, is kept informed of the progress
of the performance of the Services, and Contracting Party shall refer any decisions, that
must be made by City to the Contract Officer, or assigned designee. Unless otherwise
specified herein, any approval of City required hereunder shall mean the approval of the
Contract Officer, or assigned designee. The Contract Officer, or assigned designee,
shall have authority to sign all documents on behalf of City required hereunder to carry
out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability, and reputation of Contracting Party, its principals, and its
employees were a substantial inducement for City to enter into this Agreement. Except
as set forth in this Agreement, Contracting Party shall not contract or subcontract with
any other entity to perform in whole or in part the Services required hereunder without the
express written approval of City. In addition, neither this Agreement nor any interest
herein may be transferred, assigned, conveyed, hypothecated, or encumbered,
voluntarily or by operation of law, without the prior written approval of City. Transfers
restricted hereunder shall include the transfer to any person or group of persons acting in
concert of more than twenty-five percent (25%) of the present ownership and/or control
of Contracting Party, taking all transfers into account on a cumulative basis. Any
attempted or purported assignment or contracting or subcontracting by Contracting Party
57
-6-
without City’s express written approval shall be null, void, and of no effect. No approved
transfer shall release Contracting Party of any liability hereunder without the express
consent of City.
4.4 Independent Contractor. Neither City nor any of its employees shall have
any control over the manner, mode, or means by which Contracting Party, its agents, or
its employees, perform the Services required herein, except as otherwise set forth herein.
City shall have no voice in the selection, discharge, supervision, or control of Contracting
Party’s employees, servants, representatives, or agents, or in fixing their number or hours
of service. Contracting Party shall perform all Services required herein as an independent
contractor of City and shall remain at all times as to City a wholly independent contractor
with only such obligations as are consistent with that role. Contracting Party shall not at
any time or in any manner represent that it or any of its agents or employees are agents
or employees of City. City shall not in any way or for any purpose become or be deemed
to be a partner of Contracting Party in its business or otherwise or a joint venture or a
member of any joint enterprise with Contracting Party. Contracting Party shall have no
power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall
not at any time or in any manner represent that it or any of its agents or employees are
agents or employees of City. Except for the Contract Sum paid to Contracting Party as
provided in this Agreement, City shall not pay salaries, wages, or other compensation to
Contracting Party for performing the Services hereunder for City. City shall not be liable
for compensation or indemnification to Contracting Party for injury or sickness arising out
of performing the Services hereunder. Notwithstanding any other City, state, or federal
policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its
employees, agents, and subcontractors providing services under this Agreement shall not
qualify for or become entitled to any compensation, benefit, or any incident of employment
by City, including but not limited to eligibility to enroll in the California Public Employees
Retirement System (“PERS”) as an employee of City and entitlement to any contribution
to be paid by City for employer contributions and/or employee contributions for PERS
benefits. Contracting Party agrees to pay all required taxes on amounts paid to
Contracting Party under this Agreement, and to indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason
of the independent contractor relationship created by this Agreement. Contracting Party
shall fully comply with the workers’ compensation laws regarding Contracting Party and
Contracting Party’s employees. Contracting Party further agrees to indemnify and hold
City harmless from any failure of Contracting Party to comply with applicable workers’
compensation laws. City shall have the right to offset against the amount of any payment
due to Contracting Party under this Agreement any amount due to City from Contracting
Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement
or indemnification arising under this Section.
4.5 Identity of Persons Performing Work. Contracting Party represents that it
employs or will employ at its own expense all personnel required for the satisfactory
performance of any and all of the Services set forth herein. Contracting Party represents
that the Services required herein will be performed by Contracting Party or under its direct
supervision, and that all personnel engaged in such work shall be fully qualified and shall
58
-7-
be authorized and permitted under applicable State and local law to perform such tasks
and services.
4.6 City Cooperation. City shall provide Contracting Party with any plans,
publications, reports, statistics, records, or other data or information pertinent to the
Services to be performed hereunder which are reasonably available to Contracting Party
only from or through action by City.
5.INSURANCE.
5.1 Insurance. Prior to the beginning of any Services under this Agreement and
throughout the duration of the term of this Agreement, Contracting Party shall procure
and maintain, at its sole cost and expense, and submit concurrently with its execution of
this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance
Requirements”) which is incorporated herein by this reference and expressly made a part
hereof.
5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance
to Agency along with all required endorsements. Certificate of Insurance and
endorsements must be approved by Agency’s Risk Manager prior to commencement of
performance.
6.INDEMNIFICATION.
6.1 Indemnification. To the fullest extent permitted by law, Contracting Party
shall indemnify, protect, defend (with counsel selected by City), and hold harmless City
and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit
F” (“Indemnification”) which is incorporated herein by this reference and expressly made
a part hereof.
7.RECORDS AND REPORTS.
7.1 Reports. Contracting Party shall periodically prepare and submit to the
Contract Officer, or assigned designee, such reports concerning Contracting Party’s
performance of the Services required by this Agreement as the Contract Officer, or
assigned designee, shall require. Contracting Party hereby acknowledges that City is
greatly concerned about the cost of the Services to be performed pursuant to this
Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes
aware of any facts, circumstances, techniques, or events that may or will materially
increase or decrease the cost of the Services contemplated herein or, if Contracting Party
is providing design services, the cost of the project being designed, Contracting Party
shall promptly notify the Contract Officer, or assigned designee, of said fact,
circumstance, technique, or event and the estimated increased or decreased cost related
thereto and, if Contracting Party is providing design services, the estimated increased or
decreased cost estimate for the project being designed.
7.2 Records. Contracting Party shall keep, and require any subcontractors to
keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports
59
-8-
(including but not limited to payroll reports), studies, or other documents relating to the
disbursements charged to City and the Services performed hereunder (the “Books and
Records”), as shall be necessary to perform the Services required by this Agreement and
enable the Contract Officer, or assigned designee, to evaluate the performance of such
Services. Any and all such Books and Records shall be maintained in accordance with
generally accepted accounting principles and shall be complete and detailed. The
Contract Officer, or assigned designee, shall have full and free access to such Books
and Records at all times during normal business hours of City, including the right to
inspect, copy, audit, and make records and transcripts from such Books and Records.
Such Books and Records shall be maintained for a period of three (3) years following
completion of the Services hereunder, and City shall have access to such Books and
Records in the event any audit is required. In the event of dissolution of Contracting
Party’s business, custody of the Books and Records may be given to City, and access
shall be provided by Contracting Party’s successor in interest. Under California
Government Code Section 8546.7, if the amount of public funds expended under this
Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject
to the examination and audit of the State Auditor, at the request of City or as part of any
audit of City, for a period of three (3) years after final payment under this Agreement.
7.3 Ownership of Documents. All drawings, specifications, maps, designs,
photographs, studies, surveys, data, notes, computer files, reports, records, documents,
and other materials plans, drawings, estimates, test data, survey results, models,
renderings, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings, digital renderings, or data
stored digitally, magnetically, or in any other medium prepared or caused to be prepared
by Contracting Party, its employees, subcontractors, and agents in the performance of
this Agreement (the “Documents and Materials”) shall be the property of City and shall be
delivered to City upon request of the Contract Officer, or assigned designee, or upon
the expiration or termination of this Agreement, and Contracting Party shall have no claim
for further employment or additional compensation as a result of the exercise by City of
its full rights of ownership use, reuse, or assignment of the Documents and Materials
hereunder. Any use, reuse or assignment of such completed Documents and Materials
for other projects and/or use of uncompleted documents without specific written
authorization by Contracting Party will be at City’s sole risk and without liability to
Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to
such use, revise, or assignment. Contracting Party may retain copies of such Documents
and Materials for its own use. Contracting Party shall have an unrestricted right to use
the concepts embodied therein. All subcontractors shall provide for assignment to City
of any Documents and Materials prepared by them, and in the event Contracting Party
fails to secure such assignment, Contracting Party shall indemnify City for all damages
resulting therefrom.
7.4 In the event City or any person, firm, or corporation authorized by City
reuses said Documents and Materials without written verification or adaptation by
Contracting Party for the specific purpose intended and causes to be made or makes any
changes or alterations in said Documents and Materials, City hereby releases,
discharges, and exonerates Contracting Party from liability resulting from said change.
60
-9-
The provisions of this clause shall survive the termination or expiration of this Agreement
and shall thereafter remain in full force and effect.
7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all
copyrights, designs, rights of reproduction, and other intellectual property embodied in
the Documents and Materials. Contracting Party shall require all subcontractors, if any,
to agree in writing that City is granted a non-exclusive and perpetual license for the
Documents and Materials the subcontractor prepares under this Agreement. Contracting
Party represents and warrants that Contracting Party has the legal right to license any
and all of the Documents and Materials. Contracting Party makes no such representation
and warranty in regard to the Documents and Materials which were prepared by design
professionals other than Contracting Party or provided to Contracting Party by City. City
shall not be limited in any way in its use of the Documents and Materials at any time,
provided that any such use not within the purposes intended by this Agreement shall be
at City’s sole risk.
7.6 Release of Documents. The Documents and Materials shall not be
released publicly without the prior written approval of the Contract Officer, or assigned
designee, or as required by law. Contracting Party shall not disclose to any other entity
or person any information regarding the activities of City, except as required by law or as
authorized by City.
7.7 Confidential or Personal Identifying Information. Contracting Party
covenants that all City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussion notes, or
other information, if any, developed or received by Contracting Party or provided for
performance of this Agreement are deemed confidential and shall not be disclosed by
Contracting Party to any person or entity without prior written authorization by City or
unless required by law. City shall grant authorization for disclosure if required by any
lawful administrative or legal proceeding, court order, or similar directive with the force of
law. All City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussions, or other
information shall be returned to City upon the termination or expiration of this Agreement.
Contracting Party’s covenant under this section shall survive the termination or expiration
of this Agreement.
8. ENFORCEMENT OF AGREEMENT.
8.1 California Law. This Agreement shall be interpreted, construed, and
governed both as to validity and to performance of the parties in accordance with the laws
of the State of California. Legal actions concerning any dispute, claim, or matter arising
out of or in relation to this Agreement shall be instituted in the Superior Court of the County
of Riverside, State of California, or any other appropriate court in such county, and
Contracting Party covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
61
-10-
8.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefore. The injured party shall continue performing its obligations hereunder so long
as the injuring party commences to cure such default within ten (10) days of service of
such notice and completes the cure of such default within forty-five (45) days after service
of the notice, or such longer period as may be permitted by the Contract Officer, or
assigned designee; provided that if the default is an immediate danger to the health,
safety, or general welfare, City may take such immediate action as City deems warranted.
Compliance with the provisions of this Section shall be a condition precedent to
termination of this Agreement for cause and to any legal action, and such compliance
shall not be a waiver of any party’s right to take legal action in the event that the dispute
is not cured, provided that nothing herein shall limit City’s right to terminate this
Agreement without cause pursuant to this Article 8.0. During the period of time that
Contracting Party is in default, City shall hold all invoices and shall, when the default is
cured, proceed with payment on the invoices. In the alternative, City may, in its sole
discretion, elect to pay some or all of the outstanding invoices during any period of default.
8.3 Retention of Funds. City may withhold from any monies payable to
Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or
damages it reasonably believes were suffered by City due to the default of Contracting
Party in the performance of the Services required by this Agreement.
8.4 Waiver. No delay or omission in the exercise of any right or remedy of a
non-defaulting party on any default shall impair such right or remedy or be construed as
a waiver. City’s consent or approval of any act by Contracting Party requiring City’s
consent or approval shall not be deemed to waive or render unnecessary City’s consent
to or approval of any subsequent act of Contracting Party. Any waiver by either party of
any default must be in writing and shall not be a waiver of any other default concerning
the same or any other provision of this Agreement.
8.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies
of the parties are cumulative and the exercise by either party of one or more of such rights
or remedies shall not preclude the exercise by it, at the same or different times, of any
other rights or remedies for the same default or any other default by the other party.
8.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, at law or at equity, to cure, correct, or remedy any default, to recover
damages for any default, to compel specific performance of this Agreement, to obtain
declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes
of this Agreement.
8.7 Termination Prior To Expiration of Term. This Section shall govern any
termination of this Agreement, except as specifically provided in the following Section for
termination for cause. City reserves the right to terminate this Agreement at any time,
with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon
receipt of any notice of termination, Contracting Party shall immediately cease all
62
-11-
Services hereunder except such as may be specifically approved by the Contract Officer,
or assigned designee. Contracting Party shall be entitled to compensation for all
Services rendered prior to receipt of the notice of termination and for any Services
authorized by the Contract Officer, or assigned designee, thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, or
assigned designee, except amounts held as a retention pursuant to this Agreement.
8.8 Termination for Default of Contracting Party. If termination is due to the
failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party
shall vacate any City-owned property which Contracting Party is permitted to occupy
hereunder and City may, after compliance with the provisions of Section 8.2, take over
the Services and prosecute the same to completion by contract or otherwise, and
Contracting Party shall be liable to the extent that the total cost for completion of the
Services required hereunder exceeds the compensation herein stipulated (provided that
City shall use reasonable efforts to mitigate such damages), and City may withhold any
payments to Contracting Party for the purpose of setoff or partial payment of the amounts
owed City.
8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this
Agreement, the prevailing party in such action or proceeding, in addition to any other relief
which may be granted, whether legal or equitable, shall be entitled to reasonable
attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this
Section shall not exceed the hourly rate paid by City for legal services multiplied by the
reasonable number of hours spent by the prevailing party in the conduct of the litigation.
Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled
to attorneys’ fees shall be entitled to all other reasonable costs for investigating such
action, taking depositions and discovery, and all other necessary costs the court allows
which are incurred in such litigation. All such fees shall be deemed to have accrued on
commencement of such action and shall be enforceable whether or not such action is
prosecuted to judgment. The court may set such fees in the same action or in a separate
action brought for that purpose.
9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION.
9.1 Non-liability of City Officers and Employees. No officer, official, employee,
agent, representative, or volunteer of City shall be personally liable to Contracting Party,
or any successor in interest, in the event or any default or breach by City or for any amount
which may become due to Contracting Party or to its successor, or for breach of any
obligation of the terms of this Agreement.
9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any
officer or principal of it, has or shall acquire any interest, directly or indirectly, which would
conflict in any manner with the interests of City or which would in any way hinder
Contracting Party’s performance of the Services under this Agreement. Contracting Party
further covenants that in the performance of this Agreement, no person having any such
interest shall be employed by it as an officer, employee, agent, or subcontractor without
63
-12-
the express written consent of the Contract Officer, or assigned designee. Contracting
Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts
of interest with the interests of City in the performance of this Agreement.
No officer or employee of City shall have any financial interest, direct or
indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to this Agreement which effects his financial interest or the financial
interest of any corporation, partnership or association in which he is, directly or indirectly,
interested, in violation of any State statute or regulation. Contracting Party warrants that
it has not paid or given and will not pay or give any third party any money or other
consideration for obtaining this Agreement.
9.3 Covenant against Discrimination. Contracting Party covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,
that there shall be no discrimination against or segregation of, any person or group of
persons on account of any impermissible classification including, but not limited to, race,
color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in
the performance of this Agreement. Contracting Party shall take affirmative action to
ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, creed, religion, sex, marital status, sexual orientation,
national origin, or ancestry.
10. MISCELLANEOUS PROVISIONS.
10.1 Notice. Any notice, demand, request, consent, approval, or communication
either party desires or is required to give the other party or any other person shall be in
writing and either served personally or sent by prepaid, first-class mail to the address set
forth below. Either party may change its address by notifying the other party of the change
of address in writing. Notice shall be deemed communicated forty-eight (48) hours from
the time of mailing if mailed as provided in this Section.
To City:
CITY OF LA QUINTA
Attention: David Eastlick
Public Works Superintendent
78495 Calle Tampico
La Quinta, California 92253
To Contracting Party:
Ramesh Bachuvala
SAVI Construction Inc.
6725 Birmingham Dr
Chino, CA 91710
10.2 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of this Agreement or any other rule of
construction which might otherwise apply.
10.3 Section Headings and Subheadings. The section headings and
subheadings contained in this Agreement are included for convenience only and shall not
limit or otherwise affect the terms of this Agreement.
64
-13-
10.4 Counterparts. This Agreement may be executed in counterparts, each of
which shall be deemed to be an original, and such counterparts shall constitute one and
the same instrument.
10.5 Integrated Agreement. This Agreement including the exhibits hereto is the
entire, complete, and exclusive expression of the understanding of the parties. It is
understood that there are no oral agreements between the parties hereto affecting this
Agreement and this Agreement supersedes and cancels any and all previous
negotiations, arrangements, agreements, and understandings, if any, between the
parties, and none shall be used to interpret this Agreement.
10.6 Amendment. No amendment to or modification of this Agreement shall be
valid unless made in writing and approved by Contracting Party and by the City Council
of City. The parties agree that this requirement for written modifications cannot be waived
and that any attempted waiver shall be void.
10.7 Severability. In the event that any one or more of the articles, phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be
declared invalid or unenforceable, such invalidity or unenforceability shall not affect any
of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out
the intent of the parties hereunder unless the invalid provision is so material that its
invalidity deprives either party of the basic benefit of their bargain or renders this
Agreement meaningless.
10.8 Unfair Business Practices Claims. In entering into this Agreement,
Contracting Party offers and agrees to assign to City all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or
under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials related to this Agreement. This assignment shall be made and
become effective at the time City renders final payment to Contracting Party without
further acknowledgment of the parties.
10.9 No Third-Party Beneficiaries. With the exception of the specific provisions
set forth in this Agreement, there are no intended third-party beneficiaries under this
Agreement and no such other third parties shall have any rights or obligations hereunder.
10.10 Authority. The persons executing this Agreement on behalf of each of the
parties hereto represent and warrant that (i) such party is duly organized and existing,
(ii)they are duly authorized to execute and deliver this Agreement on behalf of said party,
(iii)by so executing this Agreement, such party is formally bound to the provisions of this
Agreement, and (iv) that entering into this Agreement does not violate any provision of
any other Agreement to which said party is bound. This Agreement shall be binding upon
the heirs, executors, administrators, successors, and assigns of the parties.
[SIGNATURES ON FOLLOWING PAGE]
65
-14-
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
stated below.
CITY OF LA QUINTA,
a California Municipal Corporation
JON McMILLEN, City Manager
City of La Quinta, California
Dated:
SAVI CONSTRUCTION INC.:
Ramesh Bachuvala, Owner
Dated:__________________________
ATTEST:
MONIKA RADEVA, City Clerk
City of La Quinta, California
By:
Name:
Title:
APPROVED AS TO FORM:
WILLIAM H. IHRKE, City Attorney
City of La Quinta, California
66
Exhibit A
Page 1 of 4 Last revised summer 2017
Exhibit A
Scope of Services
1.Services to be Provided:
•Provide on-call concrete repairs including, but not limited to, sidewalk
replacement, cross gutter replacement, and curb/gutter replacement. All
work must be completed according to the City of La Quinta’s Standard
Drawings. Caltrans Standard Specifications, 2015 Edition, as applicable
for sidewalks located in Caltrans Right of Way.
•La Quinta Standard Drawings can be found here
https://www.laquintaca.gov/business/design-and-
development/development-services/standard-drawings
•City staff will provide locations and scope as needed.
67
Exhibit A
Page 2 of 4
ADDENDUM TO AGREEMENT
Re: Scope of Services
If the Scope of Services include construction, alteration, demolition, installation,
repair, or maintenance affecting real property or structures or improvements of any kind
appurtenant to real property, the following apply:
1.Prevailing Wage Compliance. If Contracting Party is a contractor
performing public works and maintenance projects, as described in this Section 1.3,
Contracting Party shall comply with applicable Federal, State, and local laws. Contracting
Party is aware of the requirements of California Labor Code Sections 1720, et seq., and
1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq.,
(collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code
Section 3.12.040, which require the payment of prevailing wage rates and the
performance of other requirements on “Public works” and “Maintenance” projects. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, and if construction work over twenty-
five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance
work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after
January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such
Prevailing Wage Laws including, but not limited to, requirements related to the
maintenance of payroll records and the employment of apprentices. Pursuant to
California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a
contract for public work on a “Public works” project unless registered with the California
Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, this project is subject to compliance
monitoring and enforcement by the DIR. Contracting Party will maintain and will require
all subcontractors to maintain valid and current DIR Public Works contractor registration
during the term of this Agreement. Contracting Party shall notify City in writing
immediately, and in no case more than twenty-four (24) hours, after receiving any
information that Contracting Party’s or any of its subcontractor’s DIR registration status
has been suspended, revoked, expired, or otherwise changed. It is understood that it is
the responsibility of Contracting Party to determine the correct salary scale. Contracting
Party shall make copies of the prevailing rates of per diem wages for each craft,
classification, or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at Contracting Party’s principal place of
business and at the project site, if any. The statutory penalties for failure to pay prevailing
wage or to comply with State wage and hour laws will be enforced. Contracting Party
must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who
works in excess of the minimum working hours when Contracting Party does not pay
overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight
(8)hours is the legal working day. Contracting Party also shall comply with State law
requirements to maintain payroll records and shall provide for certified records and
inspection of records as required by California Labor Code Section 1770 et seq., including
Section 1776. In addition to the other indemnities provided under this Agreement,
Contracting Party shall defend (with counsel selected by City), indemnify, and hold City,
68
Exhibit A
Page 3 of 4
its elected officials, officers, employees, and agents free and harmless from any claim or
liability arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It is agreed by the parties that, in connection with performance of the Services,
including, without limitation, any and all “Public works” (as defined by the Prevailing Wage
Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing
wages under California law and/or the implementation of Labor Code Section 1781, as
the same may be amended from time to time, and/or any other similar law. Contracting
Party acknowledges and agrees that it shall be independently responsible for reviewing
the applicable laws and regulations and effectuating compliance with such laws.
Contracting Party shall require the same of all subcontractors.
2. Retention. Payments shall be made in accordance with the provisions of
Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting
Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of
the labor and materials incorporated into the Services under this Agreement during the
month covered by said invoice. The remaining five percent (5%) thereof shall be retained
as performance security to be paid to Contracting Party within sixty (60) days after final
acceptance of the Services by the City Council of City, after Contracting Party has
furnished City with a full release of all undisputed payments under this Agreement, if
required by City. In the event there are any claims specifically excluded by Contracting
Party from the operation of the release, City may retain proceeds (per Public Contract
Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s
failure to deduct or withhold shall not affect Contracting Party’s obligations under the
Agreement.
3.Utility Relocation. City is responsible for removal, relocation, or protection
of existing main or trunk-line utilities to the extent such utilities were not identified in the
invitation for bids or specifications. City shall reimburse Contracting Party for any costs
incurred in locating, repairing damage not caused by Contracting Party, and removing or
relocating such unidentified utility facilities. Contracting Party shall not be assessed
liquidated damages for delay arising from the removal or relocation of such unidentified
utility facilities.
4.Trenches or Excavations. Pursuant to California Public Contract Code
Section 7104, in the event the work included in this Agreement requires excavations more
than four (4) feet in depth, the following shall apply:
(a)Contracting Party shall promptly, and before the following conditions
are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes
may be material that is hazardous waste, as defined in Section 25117 of the Health and
Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site
in accordance with provisions of existing law; (2) subsurface or latent physical conditions
at the site different from those indicated by information about the site made available to
bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the
site of any unusual nature, different materially from those ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Agreement.
69
Exhibit A
Page 4 of 4
(b) City shall promptly investigate the conditions, and if it finds that the
conditions do materially so differ, or do involve hazardous waste, and cause a decrease
or increase in Contracting Party’s cost of, or the time required for, performance of any
part of the work shall issue a change order per Section 1.8 of the Agreement.
(c) in the event that a dispute arises between City and Contracting Party
whether the conditions materially differ, or involve hazardous waste, or cause a decrease
or increase in Contracting Party’s cost of, or time required for, performance of any part of
the work, Contracting Party shall not be excused from any scheduled completion date
provided for by this Agreement, but shall proceed with all work to be performed under this
Agreement. Contracting Party shall retain any and all rights provided either by contract
or by law which pertain to the resolution of disputes and protests between the contracting
Parties.
5. Safety. Contracting Party shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out the Services, Contracting
Party shall at all times be in compliance with all applicable local, state, and federal laws,
rules and regulations, and shall exercise all necessary precautions for the safety of
employees appropriate to the nature of the work and the conditions under which the work
is to be performed. Safety precautions as applicable shall include, but shall not be limited
to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions
in accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing
apparel as are necessary or lawfully required to prevent accidents or injuries; and
(C) adequate facilities for the proper inspection and maintenance of all safety measures.
6. Liquidated Damages. Since the determination of actual damages for any
delay in performance of the Agreement would be extremely difficult or impractical to
determine in the event of a breach of this Agreement, Contracting Party shall be liable for
and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages
for each working day of delay in the performance of any of the Services required
hereunder, as specified in the Schedule of Performance. In addition, liquidated damages
may be assessed for failure to comply with the emergency call out requirements, if any,
described in the Scope of Services. City may withhold from any moneys payable on
account of the Services performed by Contracting Party any accrued liquidated damages.
70
Exhibit B
Page 1 of 2
Exhibit B
Schedule of Compensation
With the exception of compensation for Additional Services, provided for in
Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting
Party under this Agreement is not to exceed Two Hundred Seventy-Five Thousand
Dollars ($275,000) (“Contract Sum”) per fiscal year for the life of the agreement,
encompassing the Initial and any Extended Terms (Contract Sum”). Contractor expressly
acknowledges and agrees that the Contract Sum in this Agreement is the aggregate total
amount covering this Agreement, that certain Agreement for Contract Services by and
between the City and JRC Concrete Construction, and that certain Agreement for
Contract Services by and between the City and Three Peaks Corp, of or about even date
as this Agreement, such that the Contract Sum as defined herein is the maximum amount
available for services provided under all agreements. The Contractor to submit invoices
as work is completed. Invoices shall be paid to Contracting Party in the amount identified
on submitted invoices, approved by the Project Manager for the work tasks performed
and properly invoiced by Contracting Party in conformance with Section 2.2 of this
Agreement.
Initial Term:
FY 2024/25 $ 275,000
FY 2025/26 $ 275,000
FY 2026/27 $ 275,000
FY 2027/28 $ 275,000
FY 2028/29 $ 275,000
Possible Extended Term:
FY 2029/30 $ 275,000
FY 2030/31 $ 275,000
71
Exhibit B
Page 2 of 2 -2-
72
Exhibit C
Page 1 of 1
Exhibit C
Schedule of Performance
Contracting Party shall complete all services identified in the Scope of Services,
Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto
and incorporated herein by this reference.
Work shall be coordinated with the Project Manager. Performed Monday- Friday,
8:00 am to 5:00 pm. No work to be performed on Sundays or Holidays.
The term of this agreement shall commence on March 5, 2025, and terminate on
June 30, 2029 (“Initial Term”). This Agreement may be extended for two (2) additional
year(s) upon mutual agreement by both parties.
73
Exhibit D
Page 1 of 1
Exhibit D
Special Requirements
None
74
Exhibit E
Page 1 of 6
Exhibit E
Insurance Requirements
E.1 Insurance. Prior to the beginning of and throughout the duration of this
Agreement, the following policies shall be maintained and kept in full force and effect
providing insurance with minimum limits as indicated below and issued by insurers with
A.M. Best ratings of no less than A-VI:
Commercial General Liability (at least as broad as ISO CG 0001)
$5,000,000 (per occurrence)
$5,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Non-contributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$5,000,000 (per accident)
Auto Liability Additional Insured
Personal Auto Declaration Page if applicable
Errors and Omissions Liability
$1,000,000 (per claim and aggregate)
Workers’ Compensation
(per statutory requirements)
Must include the following endorsements:
Workers Compensation with Waiver of Subrogation
Workers Compensation Declaration of Sole Proprietor if applicable
Contracting Party shall procure and maintain, at its cost, and submit concurrently
with its execution of this Agreement, Commercial General Liability insurance against all
claims for injuries against persons or damages to property resulting from Contracting
Party’s acts or omissions rising out of or related to Contracting Party’s performance under
this Agreement. The insurance policy shall contain a severability of interest clause
providing that the coverage shall be primary for losses arising out of Contracting Party’s
performance hereunder and neither City nor its insurers shall be required to contribute to
any such loss. An endorsement evidencing the foregoing and naming the City and its
officers and employees as additional insured (on the Commercial General Liability policy
only) must be submitted concurrently with the execution of this Agreement and approved
by City prior to commencement of the services hereunder.
Contracting Party shall carry automobile liability insurance of $5,000,000 per
accident against all claims for injuries against persons or damages to property arising out
of the use of any automobile by Contracting Party, its officers, any person directly or
75
Exhibit E
Page 2 of 6
indirectly employed by Contracting Party, any subcontractor or agent, or anyone for
whose acts any of them may be liable, arising directly or indirectly out of or related to
Contracting Party’s performance under this Agreement. If Contracting Party or
Contracting Party’s employees will use personal autos in any way on this project,
Contracting Party shall provide evidence of personal auto liability coverage for each such
person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer
or semi-trailer designed for travel on public roads. The automobile insurance policy shall
contain a severability of interest clause providing that coverage shall be primary for losses
arising out of Contracting Party’s performance hereunder and neither City nor its insurers
shall be required to contribute to such loss.
Professional Liability or Errors and Omissions Insurance as appropriate shall
be written on a policy form coverage specifically designed to protect against acts, errors
or omissions of the Contracting Party and “Covered Professional Services” as designated
in the policy must specifically include work performed under this agreement. The policy
limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must
“pay on behalf of” the insured and must include a provision establishing the insurer’s duty
to defend. The policy retroactive date shall be on or before the effective date of this
agreement.
Contracting Party shall carry Workers’ Compensation Insurance in
accordance with State Worker’s Compensation laws with employer’s liability limits no less
than $1,000,000 per accident or disease.
Contracting Party shall procure and maintain Cyber Liability insurance with
limits of $1,000,000 per occurrence/loss which shall include the following coverage:
a. Liability arising from the theft, dissemination and/or use of confidential or
personally identifiable information; including credit monitoring and
regulatory fines arising from such theft, dissemination or use of the
confidential information.
b. Network security liability arising from the unauthorized use of, access to,
or tampering with computer systems.
c. Liability arising from the failure of technology products (software) required
under the contract for Consultant to properly perform the services
intended.
d. Electronic Media Liability arising from personal injury, plagiarism or
misappropriation of ideas, domain name infringement or improper deep-
linking or framing, and infringement or violation of intellectual property
rights.
e. Liability arising from the failure to render professional services.
76
Exhibit E
Page 3 of 6
If coverage is maintained on a claims-made basis, Contracting Party shall maintain such
coverage for an additional period of three (3) years following termination of the contract.
Contracting Party shall provide written notice to City within ten (10) working
days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; or (3) the deductible or self-insured retention is increased.
In the event any of said policies of insurance are cancelled, Contracting Party shall, prior
to the cancellation date, submit new evidence of insurance in conformance with this
Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies
or certificates evidencing the same shall not be construed as a limitation of Contracting
Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors,
or agents.
E.2 Remedies. In addition to any other remedies City may have if Contracting
Party fails to provide or maintain any insurance policies or policy endorsements to the
extent and within the time herein required, City may, at its sole option:
a. Obtain such insurance and deduct and retain the amount of the
premiums for such insurance from any sums due under this Agreement.
b. Order Contracting Party to stop work under this Agreement and/or
withhold any payment(s) which become due to Contracting Party hereunder until
Contracting Party demonstrates compliance with the requirements hereof.
c. Terminate this Agreement.
Exercise any of the above remedies, however, is an alternative to any other
remedies City may have. The above remedies are not the exclusive remedies for
Contracting Party’s failure to maintain or secure appropriate policies or endorsements.
Nothing herein contained shall be construed as limiting in any way the extent to which
Contracting Party may be held responsible for payments of damages to persons or
property resulting from Contracting Party’s or its subcontractors’ performance of work
under this Agreement.
E.3 General Conditions Pertaining to Provisions of Insurance Coverage by
Contracting Party. Contracting Party and City agree to the following with respect to
insurance provided by Contracting Party:
1. Contracting Party agrees to have its insurer endorse the third party general
liability coverage required herein to include as additional insureds City, its officials,
employees, and agents, using standard ISO endorsement No. CG 2010 with an edition
prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors
to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the
right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights
77
Exhibit E
Page 4 of 6
against City regardless of the applicability of any insurance proceeds, and to require all
contractors and subcontractors to do likewise.
3. All insurance coverage and limits provided by Contracting Party and
available or applicable to this Agreement are intended to apply to the full extent of the
policies. Nothing contained in this Agreement or any other agreement relating to City or
its operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been first
submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve
to eliminate so-called “third party action over” claims, including any exclusion for bodily
injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification
and additional requirements by the City, as the need arises. Contracting Party shall not
make any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect City’s protection without City’s prior written
consent.
7. Proof of compliance with these insurance requirements, consisting of
certificates of insurance evidencing all the coverages required and an additional insured
endorsement to Contracting Party’s general liability policy, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of any insurance is not
delivered as required, or in the event such insurance is canceled at any time and no
replacement coverage is provided, City has the right, but not the duty, to obtain any
insurance it deems necessary to protect its interests under this or any other agreement
and to pay the premium. Any premium so paid by City shall be charged to and promptly
paid by Contracting Party or deducted from sums due Contracting Party, at City option.
8. It is acknowledged by the parties of this agreement that all insurance
coverage required to be provided by Contracting Party or any subcontractor, is intended
to apply first and on a primary, non-contributing basis in relation to any other insurance
or self-insurance available to City.
9. Contracting Party agrees to ensure that subcontractors, and any other party
involved with the project that is brought onto or involved in the project by Contracting
Party, provide the same minimum insurance coverage required of Contracting Party.
Contracting Party agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this section. Contracting Party agrees that upon request, all agreements
with subcontractors and others engaged in the project will be submitted to City for review.
10. Contracting Party agrees not to self-insure or to use any self-insured
retentions or deductibles on any portion of the insurance required herein (with the
exception of professional liability coverage, if required) and further agrees that it will not
78
Exhibit E
Page 5 of 6
allow any contractor, subcontractor, Architect, Engineer or other entity or person in any
way involved in the performance of work on the project contemplated by this agreement
to self-insure its obligations to City. If Contracting Party’s existing coverage includes a
deductible or self-insured retention, the deductible or self-insured retention must be
declared to the City. At that time the City shall review options with the Contracting Party,
which may include reduction or elimination of the deductible or self-insured retention,
substitution of other coverage, or other solutions.
11. The City reserves the right at any time during the term of this Agreement to
change the amounts and types of insurance required by giving the Contracting Party
ninety (90) days advance written notice of such change. If such change results in
substantial additional cost to the Contracting Party, the City will negotiate additional
compensation proportional to the increased benefit to City.
12. For purposes of applying insurance coverage only, this Agreement will be
deemed to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
13. Contracting Party acknowledges and agrees that any actual or alleged
failure on the part of City to inform Contracting Party of non-compliance with any
insurance requirement in no way imposes any additional obligations on City nor does it
waive any rights hereunder in this or any other regard.
14. Contracting Party will renew the required coverage annually as long as City,
or its employees or agents face an exposure from operations of any type pursuant to this
agreement. This obligation applies whether the agreement is canceled or terminated for
any reason. Termination of this obligation is not effective until City executes a written
statement to that effect.
15. Contracting Party shall provide proof that policies of insurance required
herein expiring during the term of this Agreement have been renewed or replaced with
other policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter from
Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance
and an additional insured endorsement is required in these specifications applicable to
the renewing or new coverage must be provided to City within five (5) days of the
expiration of coverages.
16. The provisions of any workers’ compensation or similar act will not limit the
obligations of Contracting Party under this agreement. Contracting Party expressly
agrees not to use any statutory immunity defenses under such laws with respect to City,
its employees, officials, and agents.
17. Requirements of specific coverage features, or limits contained in this
section are not intended as limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference to a
79
Exhibit E
Page 6 of 6
given coverage feature is for purposes of clarification only as it pertains to a given issue
and is not intended by any party or insured to be limiting or all-inclusive.
18.These insurance requirements are intended to be separate and distinct from
any other provision in this Agreement and are intended by the parties here to be
interpreted as such.
19.The requirements in this Exhibit supersede all other sections and provisions
of this Agreement to the extent that any other section or provision conflicts with or impairs
the provisions of this Exhibit.
20.Contracting Party agrees to be responsible for ensuring that no contract
used by any party involved in any way with the project reserves the right to charge City
or Contracting Party for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not the
intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums or other
amounts with respect thereto.
21.Contracting Party agrees to provide immediate notice to City of any claim
or loss against Contracting Party arising out of the work performed under this agreement.
City assumes no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to involve City.
80
Exhibit F
Page 1 of 2
Exhibit F
Indemnification
F.1 Indemnity for the Benefit of City.
a. Indemnification for Professional Liability. When the law establishes a
professional standard of care for Contracting Party’s Services, to the fullest extent
permitted by law, Contracting Party shall indemnify, protect, defend (with counsel
selected by City), and hold harmless City and any and all of its officials, employees, and
agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of
every kind, nature, and description, damages, injury (including, without limitation, injury
to or death of an employee of Contracting Party or of any subcontractor), costs and
expenses of any kind, whether actual, alleged or threatened, including, without limitation,
incidental and consequential damages, court costs, attorneys’ fees, litigation expenses,
and fees of expert consultants or expert witnesses incurred in connection therewith and
costs of investigation, to the extent same are caused in whole or in part by any negligent
or wrongful act, error or omission of Contracting Party, its officers, agents, employees or
subcontractors (or any entity or individual that Contracting Party shall bear the legal
liability thereof) in the performance of professional services under this agreement. With
respect to the design of public improvements, the Contracting Party shall not be liable for
any injuries or property damage resulting from the reuse of the design at a location other
than that specified in Exhibit A without the written consent of the Contracting Party.
b. Indemnification for Other Than Professional Liability. Other than in the
performance of professional services and to the full extent permitted by law, Contracting
Party shall indemnify, defend (with counsel selected by City), and hold harmless the
Indemnified Parties from and against any liability (including liability for claims, suits,
actions, arbitration proceedings, administrative proceedings, regulatory proceedings,
losses, expenses or costs of any kind, whether actual, alleged or threatened, including,
without limitation, incidental and consequential damages, court costs, attorneys’ fees,
litigation expenses, and fees of expert consultants or expert witnesses) incurred in
connection therewith and costs of investigation, where the same arise out of, are a
consequence of, or are in any way attributable to, in whole or in part, the performance of
this Agreement by Contracting Party or by any individual or entity for which Contracting
Party is legally liable, including but not limited to officers, agents, employees, or
subcontractors of Contracting Party.
c. Indemnity Provisions for Contracts Related to Construction (Limitation on
Indemnity). Without affecting the rights of City under any provision of this agreement,
Contracting Party shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City’s active negligence accounts for only a percentage of the liability involved, the
obligation of Contracting Party will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
81
Exhibit F
Page 2 of 2
d. Indemnification Provision for Design Professionals.
1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a)
hereinabove, the following indemnification provision shall apply to a Contracting Party
who constitutes a “design professional” as the term is defined in paragraph 3 below.
2. Scope of Indemnification. When the law establishes a professional
standard of care for Contracting Party’s Services, to the fullest extent permitted by law,
Contracting Party shall indemnify and hold harmless City and any and all of its officials,
employees, and agents (“Indemnified Parties”) from and against any and all losses,
liabilities of every kind, nature, and description, damages, injury (including, without
limitation, injury to or death of an employee of Contracting Party or of any subcontractor),
costs and expenses, including, without limitation, incidental and consequential damages,
court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert
consultants or expert witnesses incurred in connection therewith and costs of
investigation, to the extent same are caused by any negligent or wrongful act, error or
omission of Contracting Party, its officers, agents, employees or subcontractors (or any
entity or individual that Contracting Party shall bear the legal liability thereof) in the
performance of professional services under this agreement. With respect to the design
of public improvements, the Contracting Party shall not be liable for any injuries or
property damage resulting from the reuse of the design at a location other than that
specified in Exhibit A without the written consent of the Contracting Party.
3. Design Professional Defined. As used in this Section F.1(d), the
term “design professional” shall be limited to licensed architects, registered professional
engineers, licensed professional land surveyors and landscape architects, all as defined
under current law, and as may be amended from time to time by Civil Code § 2782.8.
F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees
to obtain executed indemnity agreements with provisions identical to those set forth
herein this Exhibit F, as applicable to the Contracting Party, from each and every
subcontractor or any other person or entity involved by, for, with or on behalf of
Contracting Party in the performance of this Agreement. In the event Contracting Party
fails to obtain such indemnity obligations from others as required herein, Contracting
Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City
to monitor compliance with these requirements imposes no additional obligations on City
and will in no way act as a waiver of any rights hereunder. This obligation to indemnify
and defend City as set forth in this Agreement are binding on the successors, assigns or
heirs of Contracting Party and shall survive the termination of this Agreement.
82
83
AGREEMENT FOR CONTRACT SERVICES
THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and
entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal
corporation, and Three Peaks Corp, with a place of business at 10043 Beaumont Ave.,
Cherry Valley, CA (“Contracting Party”). The parties hereto agree as follows:
1.SERVICES OF CONTRACTING PARTY.
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contracting Party shall provide services related to annual ON-CALL PUBLIC
WORKS CONCRETE MAINTENANCE SERVICES, as specified in the “Scope of
Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the
“Services”). Contracting Party represents and warrants that Contracting Party is a
provider of first-class work and/or services and Contracting Party is experienced in
performing the Services contemplated herein and, in light of such status and experience,
Contracting Party covenants that it shall follow industry standards in performing the
Services required hereunder, and that all materials, if any, will be of good quality, fit for
the purpose intended. For purposes of this Agreement, the phrase “industry standards”
shall mean those standards of practice recognized by one or more first-class firms
performing similar services under similar circumstances.
1.2 Compliance with Law. All Services rendered hereunder shall be provided
in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of
the City and any Federal, State, or local governmental agency of competent jurisdiction.
1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable
Federal, State, and local wage and hour laws.
1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified
herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits,
and approvals as may be required by law for the performance of the Services required by
this Agreement, including a City of La Quinta business license. Contracting Party and its
employees, agents, and subcontractors shall, at their sole cost and expense, keep in
effect at all times during the term of this Agreement any licenses, permits, and approvals
that are legally required for the performance of the Services required by this Agreement.
Contracting Party shall have the sole obligation to pay for any fees, assessments, and
taxes, plus applicable penalties and interest, which may be imposed by law and arise
from or are necessary for the performance of the Services required by this Agreement,
and shall indemnify, defend (with counsel selected by City), and hold City, its elected
officials, officers, employees, and agents, free and harmless against any such fees,
assessments, taxes, penalties, or interest levied, assessed, or imposed against City
hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with
this Section.
1.5 Familiarity with Work. By executing this Agreement, Contracting Party
warrants that (a) it has thoroughly investigated and considered the Services to be
ATTACHMENT 3
84
-2-
performed, (b) it has investigated the site where the Services are to be performed, if any,
and fully acquainted itself with the conditions there existing, (c) it has carefully considered
how the Services should be performed, and (d) it fully understands the facilities,
difficulties, and restrictions attending performance of the Services under this Agreement.
Should Contracting Party discover any latent or unknown conditions materially differing
from those inherent in the Services or as represented by City, Contracting Party shall
immediately inform City of such fact and shall not proceed except at Contracting Party’s
risk until written instructions are received from the Contract Officer, or assigned
designee (as defined in Section 4.2 hereof).
1.6 Standard of Care. Contracting Party acknowledges and understands that
the Services contracted for under this Agreement require specialized skills and abilities
and that, consistent with this understanding, Contracting Party’s work will be held to an
industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove,
Contracting Party represents to City that it holds the necessary skills and abilities to satisfy
the industry standard of quality as set forth in this Agreement. Contracting Party shall
adopt reasonable methods during the life of this Agreement to furnish continuous
protection to the Services performed by Contracting Party, and the equipment, materials,
papers, and other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property, until acceptance of the Services
by City, except such losses or damages as may be caused by City’s own negligence.
The performance of Services by Contracting Party shall not relieve Contracting Party from
any obligation to correct any incomplete, inaccurate, or defective work at no further cost
to City, when such inaccuracies are due to the negligence of Contracting Party.
1.7 Additional Services. In accordance with the terms and conditions of this
Agreement, Contracting Party shall perform services in addition to those specified in the
Scope of Services (“Additional Services”) only when directed to do so by the Contract
Officer, or assigned designee, provided that Contracting Party shall not be required to
perform any Additional Services without compensation. Contracting Party shall not
perform any Additional Services until receiving prior written authorization (in the form of
a written change order if Contracting Party is a contractor performing the Services) from
the Contract Officer, or assigned designee, incorporating therein any adjustment in
(i)the Contract Sum, and/or (ii) the time to perform this Agreement, which said
adjustments are subject to the written approval of Contracting Party. It is expressly
understood by Contracting Party that the provisions of this Section shall not apply to the
Services specifically set forth in the Scope of Services or reasonably contemplated
therein. It is specifically understood and agreed that oral requests and/or approvals of
Additional Services shall be barred and are unenforceable. Failure of Contracting Party
to secure the Contract Officer’s, or assigned designee’s written authorization for
Additional Services shall constitute a waiver of any and all right to adjustment of the
Contract Sum or time to perform this Agreement, whether by way of compensation,
restitution, quantum meruit, or the like, for Additional Services provided without the
appropriate authorization from the Contract Officer, or assigned designee.
Compensation for properly authorized Additional Services shall be made in accordance
with Section 2.3 of this Agreement.
85
-3-
1.8 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in “Exhibit D” (the “Special
Requirements”), which is incorporated herein by this reference and expressly made a part
hereof. In the event of a conflict between the provisions of the Special Requirements and
any other provisions of this Agreement, the provisions of the Special Requirements shall
govern.
2. COMPENSATION.
2.1 Contract Sum. For the Services rendered pursuant to this Agreement,
Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of
Compensation”) in a total amount approved not to exceed Two Hundred Seventy-Five
Thousand Dollars ($275,000), (the “Contract Sum”) per fiscal year for the life of the
agreement, encompassing the Initial and any extended terms, except as provided in
Section 1.7. Contractor expressly acknowledges and agrees that the Contract Sum in this
Agreement is the aggregate total amount covering this Agreement, that certain
Agreement for Contract Services by and between the City and JRC Concrete
Construction, and that certain Agreement for Contract Services by and between the City
and SAVI Construction Inc., of or about even date as this Agreement, such that the
Contract Sum as defined herein is the maximum amount available for services provided
under all agreements. The method of compensation set forth in the Schedule of
Compensation may include a lump sum payment upon completion, payment in
accordance with the percentage of completion of the Services, payment for time and
materials based upon Contracting Party’s rate schedule, but not exceeding the Contract
Sum, or such other reasonable methods as may be specified in the Schedule of
Compensation. The Contract Sum shall include the attendance of Contracting Party at
all project meetings reasonably deemed necessary by City; Contracting Party shall not
be entitled to any additional compensation for attending said meetings. Compensation
may include reimbursement for actual and necessary expenditures for reproduction costs,
transportation expense, telephone expense, and similar costs and expenses when and if
specified in the Schedule of Compensation. Regardless of the method of compensation
set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall
not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement.
2.2 Method of Billing & Payment. Any month in which Contracting Party wishes
to receive payment, Contracting Party shall submit to City no later than the tenth
(10th) working day of such month, in the form approved by City’s Finance Director, an
invoice for Services rendered prior to the date of the invoice. Such invoice shall
(1) describe in detail the Services provided, including time and materials, and (2) specify
each staff member who has provided Services and the number of hours assigned to each
such staff member. Such invoice shall contain a certification by a principal member of
Contracting Party specifying that the payment requested is for Services performed in
accordance with the terms of this Agreement. Upon approval in writing by the Contract
Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will
pay Contracting Party for all items stated thereon which are approved by City pursuant to
this Agreement no later than thirty (30) days after invoices are received by the City’s
Finance Department.
86
-4-
2.3 Compensation for Additional Services. Additional Services approved in
advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this
Agreement shall be paid for in an amount agreed to in writing by both City and Contracting
Party in advance of the Additional Services being rendered by Contracting Party. Any
compensation for Additional Services amounting to five percent (5%) or less of the
Contract Sum may be approved by the Contract Officer, or assigned designee. Any
greater amount of compensation for Additional Services must be approved by the La
Quinta City Council, the City Manager, or Department Director, depending upon City laws,
regulations, rules and procedures concerning public contracting. Under no circumstances
shall Contracting Party receive compensation for any Additional Services unless prior
written approval for the Additional Services is obtained from the Contract Officer, or
assigned designee, pursuant to Section 1.7 of this Agreement.
3. PERFORMANCE SCHEDULE.
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement. If the Services not completed in accordance with the Schedule of
Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will
suffer damage.
3.2 Schedule of Performance. All Services rendered pursuant to this
Agreement shall be performed diligently and within the time period established in “Exhibit
C” (the “Schedule of Performance”). Extensions to the time period specified in the
Schedule of Performance may be approved in writing by the Contract Officer, or
assigned designee.
3.3 Force Majeure. The time period specified in the Schedule of Performance
for performance of the Services rendered pursuant to this Agreement shall be extended
because of any delays due to unforeseeable causes beyond the control and without the
fault or negligence of Contracting Party, including, but not restricted to, acts of God or of
the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots,
strikes, freight embargoes, acts of any governmental agency other than City, and
unusually severe weather, if Contracting Party shall within ten (10) days of the
commencement of such delay notify the Contract Officer, or assigned designee, in
writing of the causes of the delay. The Contract Officer, or assigned designee, shall
ascertain the facts and the extent of delay, and extend the time for performing the
Services for the period of the forced delay when and if in the Contract Officer’s judgment
such delay is justified, and the Contract Officer’s determination, or assigned designee,
shall be final and conclusive upon the parties to this Agreement. Extensions to time
period in the Schedule of Performance which are determined by the Contract Officer, or
assigned designee, to be justified pursuant to this Section shall not entitle the
Contracting Party to additional compensation in excess of the Contract Sum.
3.4 Term. Unless earlier terminated in accordance with the provisions in
Article 8.0 of this Agreement, the term of this agreement shall commence on March 5,
2025, and terminate on June 30, 2029 (“Initial Term”). This Agreement may be extended
87
-5-
for two (2) additional year(s) upon mutual agreement by both parties (“Extended Term”)
and executed in writing.
4. COORDINATION OF WORK.
4.1 Representative of Contracting Party. The following principals of Contracting
Party (“Principals”) are hereby designated as being the principals and representatives of
Contracting Party authorized to act in its behalf with respect to the Services specified
herein and make all decisions in connection therewith:
(a) Name: Alec DeLongchamp
Telephone No.: 951-203-3268
Email: alec@threepeakscorp.com
It is expressly understood that the experience, knowledge, capability, and
reputation of the foregoing Principals were a substantial inducement for City to enter into
this Agreement. Therefore, the foregoing Principals shall be responsible during the term
of this Agreement for directing all activities of Contracting Party and devoting sufficient
time to personally supervise the Services hereunder. For purposes of this Agreement,
the foregoing Principals may not be changed by Contracting Party and no other personnel
may be assigned to perform the Services required hereunder without the express written
approval of City.
4.2 Contract Officer. The “Contract Officer”, otherwise known David
Eastlick, Public Works Superintendent, or assigned designee may be designated in
writing by the City Manager of the City. It shall be Contracting Party’s responsibility to
assure that the Contract Officer, or assigned designee, is kept informed of the progress
of the performance of the Services, and Contracting Party shall refer any decisions, that
must be made by City to the Contract Officer, or assigned designee. Unless otherwise
specified herein, any approval of City required hereunder shall mean the approval of the
Contract Officer, or assigned designee. The Contract Officer, or assigned designee,
shall have authority to sign all documents on behalf of City required hereunder to carry
out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability, and reputation of Contracting Party, its principals, and its
employees were a substantial inducement for City to enter into this Agreement. Except
as set forth in this Agreement, Contracting Party shall not contract or subcontract with
any other entity to perform in whole or in part the Services required hereunder without the
express written approval of City. In addition, neither this Agreement nor any interest
herein may be transferred, assigned, conveyed, hypothecated, or encumbered,
voluntarily or by operation of law, without the prior written approval of City. Transfers
restricted hereunder shall include the transfer to any person or group of persons acting in
concert of more than twenty-five percent (25%) of the present ownership and/or control
of Contracting Party, taking all transfers into account on a cumulative basis. Any
attempted or purported assignment or contracting or subcontracting by Contracting Party
without City’s express written approval shall be null, void, and of no effect. No approved
88
-6-
transfer shall release Contracting Party of any liability hereunder without the express
consent of City.
4.4 Independent Contractor. Neither City nor any of its employees shall have
any control over the manner, mode, or means by which Contracting Party, its agents, or
its employees, perform the Services required herein, except as otherwise set forth herein.
City shall have no voice in the selection, discharge, supervision, or control of Contracting
Party’s employees, servants, representatives, or agents, or in fixing their number or hours
of service. Contracting Party shall perform all Services required herein as an independent
contractor of City and shall remain at all times as to City a wholly independent contractor
with only such obligations as are consistent with that role. Contracting Party shall not at
any time or in any manner represent that it or any of its agents or employees are agents
or employees of City. City shall not in any way or for any purpose become or be deemed
to be a partner of Contracting Party in its business or otherwise or a joint venture or a
member of any joint enterprise with Contracting Party. Contracting Party shall have no
power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall
not at any time or in any manner represent that it or any of its agents or employees are
agents or employees of City. Except for the Contract Sum paid to Contracting Party as
provided in this Agreement, City shall not pay salaries, wages, or other compensation to
Contracting Party for performing the Services hereunder for City. City shall not be liable
for compensation or indemnification to Contracting Party for injury or sickness arising out
of performing the Services hereunder. Notwithstanding any other City, state, or federal
policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its
employees, agents, and subcontractors providing services under this Agreement shall not
qualify for or become entitled to any compensation, benefit, or any incident of employment
by City, including but not limited to eligibility to enroll in the California Public Employees
Retirement System (“PERS”) as an employee of City and entitlement to any contribution
to be paid by City for employer contributions and/or employee contributions for PERS
benefits. Contracting Party agrees to pay all required taxes on amounts paid to
Contracting Party under this Agreement, and to indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason
of the independent contractor relationship created by this Agreement. Contracting Party
shall fully comply with the workers’ compensation laws regarding Contracting Party and
Contracting Party’s employees. Contracting Party further agrees to indemnify and hold
City harmless from any failure of Contracting Party to comply with applicable workers’
compensation laws. City shall have the right to offset against the amount of any payment
due to Contracting Party under this Agreement any amount due to City from Contracting
Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement
or indemnification arising under this Section.
4.5 Identity of Persons Performing Work. Contracting Party represents that it
employs or will employ at its own expense all personnel required for the satisfactory
performance of any and all of the Services set forth herein. Contracting Party represents
that the Services required herein will be performed by Contracting Party or under its direct
supervision, and that all personnel engaged in such work shall be fully qualified and shall
be authorized and permitted under applicable State and local law to perform such tasks
and services.
89
-7-
4.6 City Cooperation. City shall provide Contracting Party with any plans,
publications, reports, statistics, records, or other data or information pertinent to the
Services to be performed hereunder which are reasonably available to Contracting Party
only from or through action by City.
5. INSURANCE.
5.1 Insurance. Prior to the beginning of any Services under this Agreement and
throughout the duration of the term of this Agreement, Contracting Party shall procure
and maintain, at its sole cost and expense, and submit concurrently with its execution of
this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance
Requirements”) which is incorporated herein by this reference and expressly made a part
hereof.
5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance
to Agency along with all required endorsements. Certificate of Insurance and
endorsements must be approved by Agency’s Risk Manager prior to commencement of
performance.
6. INDEMNIFICATION.
6.1 Indemnification. To the fullest extent permitted by law, Contracting Party
shall indemnify, protect, defend (with counsel selected by City), and hold harmless City
and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit
F” (“Indemnification”) which is incorporated herein by this reference and expressly made
a part hereof.
7. RECORDS AND REPORTS.
7.1 Reports. Contracting Party shall periodically prepare and submit to the
Contract Officer, or assigned designee, such reports concerning Contracting Party’s
performance of the Services required by this Agreement as the Contract Officer, or
assigned designee, shall require. Contracting Party hereby acknowledges that City is
greatly concerned about the cost of the Services to be performed pursuant to this
Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes
aware of any facts, circumstances, techniques, or events that may or will materially
increase or decrease the cost of the Services contemplated herein or, if Contracting Party
is providing design services, the cost of the project being designed, Contracting Party
shall promptly notify the Contract Officer, or assigned designee, of said fact,
circumstance, technique, or event and the estimated increased or decreased cost related
thereto and, if Contracting Party is providing design services, the estimated increased or
decreased cost estimate for the project being designed.
7.2 Records. Contracting Party shall keep, and require any subcontractors to
keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports
(including but not limited to payroll reports), studies, or other documents relating to the
disbursements charged to City and the Services performed hereunder (the “Books and
Records”), as shall be necessary to perform the Services required by this Agreement and
90
-8-
enable the Contract Officer, or assigned designee, to evaluate the performance of such
Services. Any and all such Books and Records shall be maintained in accordance with
generally accepted accounting principles and shall be complete and detailed. The
Contract Officer, or assigned designee, shall have full and free access to such Books
and Records at all times during normal business hours of City, including the right to
inspect, copy, audit, and make records and transcripts from such Books and Records.
Such Books and Records shall be maintained for a period of three (3) years following
completion of the Services hereunder, and City shall have access to such Books and
Records in the event any audit is required. In the event of dissolution of Contracting
Party’s business, custody of the Books and Records may be given to City, and access
shall be provided by Contracting Party’s successor in interest. Under California
Government Code Section 8546.7, if the amount of public funds expended under this
Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject
to the examination and audit of the State Auditor, at the request of City or as part of any
audit of City, for a period of three (3) years after final payment under this Agreement.
7.3 Ownership of Documents. All drawings, specifications, maps, designs,
photographs, studies, surveys, data, notes, computer files, reports, records, documents,
and other materials plans, drawings, estimates, test data, survey results, models,
renderings, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings, digital renderings, or data
stored digitally, magnetically, or in any other medium prepared or caused to be prepared
by Contracting Party, its employees, subcontractors, and agents in the performance of
this Agreement (the “Documents and Materials”) shall be the property of City and shall be
delivered to City upon request of the Contract Officer, or assigned designee, or upon
the expiration or termination of this Agreement, and Contracting Party shall have no claim
for further employment or additional compensation as a result of the exercise by City of
its full rights of ownership use, reuse, or assignment of the Documents and Materials
hereunder. Any use, reuse or assignment of such completed Documents and Materials
for other projects and/or use of uncompleted documents without specific written
authorization by Contracting Party will be at City’s sole risk and without liability to
Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to
such use, revise, or assignment. Contracting Party may retain copies of such Documents
and Materials for its own use. Contracting Party shall have an unrestricted right to use
the concepts embodied therein. All subcontractors shall provide for assignment to City
of any Documents and Materials prepared by them, and in the event Contracting Party
fails to secure such assignment, Contracting Party shall indemnify City for all damages
resulting therefrom.
7.4 In the event City or any person, firm, or corporation authorized by City
reuses said Documents and Materials without written verification or adaptation by
Contracting Party for the specific purpose intended and causes to be made or makes any
changes or alterations in said Documents and Materials, City hereby releases,
discharges, and exonerates Contracting Party from liability resulting from said change.
The provisions of this clause shall survive the termination or expiration of this Agreement
and shall thereafter remain in full force and effect.
91
-9-
7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all
copyrights, designs, rights of reproduction, and other intellectual property embodied in
the Documents and Materials. Contracting Party shall require all subcontractors, if any,
to agree in writing that City is granted a non-exclusive and perpetual license for the
Documents and Materials the subcontractor prepares under this Agreement. Contracting
Party represents and warrants that Contracting Party has the legal right to license any
and all of the Documents and Materials. Contracting Party makes no such representation
and warranty in regard to the Documents and Materials which were prepared by design
professionals other than Contracting Party or provided to Contracting Party by City. City
shall not be limited in any way in its use of the Documents and Materials at any time,
provided that any such use not within the purposes intended by this Agreement shall be
at City’s sole risk.
7.6 Release of Documents. The Documents and Materials shall not be
released publicly without the prior written approval of the Contract Officer, or assigned
designee, or as required by law. Contracting Party shall not disclose to any other entity
or person any information regarding the activities of City, except as required by law or as
authorized by City.
7.7 Confidential or Personal Identifying Information. Contracting Party
covenants that all City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussion notes, or
other information, if any, developed or received by Contracting Party or provided for
performance of this Agreement are deemed confidential and shall not be disclosed by
Contracting Party to any person or entity without prior written authorization by City or
unless required by law. City shall grant authorization for disclosure if required by any
lawful administrative or legal proceeding, court order, or similar directive with the force of
law. All City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussions, or other
information shall be returned to City upon the termination or expiration of this Agreement.
Contracting Party’s covenant under this section shall survive the termination or expiration
of this Agreement.
8. ENFORCEMENT OF AGREEMENT.
8.1 California Law. This Agreement shall be interpreted, construed, and
governed both as to validity and to performance of the parties in accordance with the laws
of the State of California. Legal actions concerning any dispute, claim, or matter arising
out of or in relation to this Agreement shall be instituted in the Superior Court of the County
of Riverside, State of California, or any other appropriate court in such county, and
Contracting Party covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
8.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefore. The injured party shall continue performing its obligations hereunder so long
92
-10-
as the injuring party commences to cure such default within ten (10) days of service of
such notice and completes the cure of such default within forty-five (45) days after service
of the notice, or such longer period as may be permitted by the Contract Officer, or
assigned designee; provided that if the default is an immediate danger to the health,
safety, or general welfare, City may take such immediate action as City deems warranted.
Compliance with the provisions of this Section shall be a condition precedent to
termination of this Agreement for cause and to any legal action, and such compliance
shall not be a waiver of any party’s right to take legal action in the event that the dispute
is not cured, provided that nothing herein shall limit City’s right to terminate this
Agreement without cause pursuant to this Article 8.0. During the period of time that
Contracting Party is in default, City shall hold all invoices and shall, when the default is
cured, proceed with payment on the invoices. In the alternative, City may, in its sole
discretion, elect to pay some or all of the outstanding invoices during any period of default.
8.3 Retention of Funds. City may withhold from any monies payable to
Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or
damages it reasonably believes were suffered by City due to the default of Contracting
Party in the performance of the Services required by this Agreement.
8.4 Waiver. No delay or omission in the exercise of any right or remedy of a
non-defaulting party on any default shall impair such right or remedy or be construed as
a waiver. City’s consent or approval of any act by Contracting Party requiring City’s
consent or approval shall not be deemed to waive or render unnecessary City’s consent
to or approval of any subsequent act of Contracting Party. Any waiver by either party of
any default must be in writing and shall not be a waiver of any other default concerning
the same or any other provision of this Agreement.
8.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies
of the parties are cumulative and the exercise by either party of one or more of such rights
or remedies shall not preclude the exercise by it, at the same or different times, of any
other rights or remedies for the same default or any other default by the other party.
8.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, at law or at equity, to cure, correct, or remedy any default, to recover
damages for any default, to compel specific performance of this Agreement, to obtain
declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes
of this Agreement.
8.7 Termination Prior To Expiration of Term. This Section shall govern any
termination of this Agreement, except as specifically provided in the following Section for
termination for cause. City reserves the right to terminate this Agreement at any time,
with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon
receipt of any notice of termination, Contracting Party shall immediately cease all
Services hereunder except such as may be specifically approved by the Contract Officer,
or assigned designee. Contracting Party shall be entitled to compensation for all
Services rendered prior to receipt of the notice of termination and for any Services
93
-11-
authorized by the Contract Officer, or assigned designee, thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, or
assigned designee, except amounts held as a retention pursuant to this Agreement.
8.8 Termination for Default of Contracting Party. If termination is due to the
failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party
shall vacate any City-owned property which Contracting Party is permitted to occupy
hereunder and City may, after compliance with the provisions of Section 8.2, take over
the Services and prosecute the same to completion by contract or otherwise, and
Contracting Party shall be liable to the extent that the total cost for completion of the
Services required hereunder exceeds the compensation herein stipulated (provided that
City shall use reasonable efforts to mitigate such damages), and City may withhold any
payments to Contracting Party for the purpose of setoff or partial payment of the amounts
owed City.
8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this
Agreement, the prevailing party in such action or proceeding, in addition to any other relief
which may be granted, whether legal or equitable, shall be entitled to reasonable
attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this
Section shall not exceed the hourly rate paid by City for legal services multiplied by the
reasonable number of hours spent by the prevailing party in the conduct of the litigation.
Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled
to attorneys’ fees shall be entitled to all other reasonable costs for investigating such
action, taking depositions and discovery, and all other necessary costs the court allows
which are incurred in such litigation. All such fees shall be deemed to have accrued on
commencement of such action and shall be enforceable whether or not such action is
prosecuted to judgment. The court may set such fees in the same action or in a separate
action brought for that purpose.
9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION.
9.1 Non-liability of City Officers and Employees. No officer, official, employee,
agent, representative, or volunteer of City shall be personally liable to Contracting Party,
or any successor in interest, in the event or any default or breach by City or for any amount
which may become due to Contracting Party or to its successor, or for breach of any
obligation of the terms of this Agreement.
9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any
officer or principal of it, has or shall acquire any interest, directly or indirectly, which would
conflict in any manner with the interests of City or which would in any way hinder
Contracting Party’s performance of the Services under this Agreement. Contracting Party
further covenants that in the performance of this Agreement, no person having any such
interest shall be employed by it as an officer, employee, agent, or subcontractor without
the express written consent of the Contract Officer, or assigned designee. Contracting
Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts
of interest with the interests of City in the performance of this Agreement.
94
-12-
No officer or employee of City shall have any financial interest, direct or
indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to this Agreement which effects his financial interest or the financial
interest of any corporation, partnership or association in which he is, directly or indirectly,
interested, in violation of any State statute or regulation. Contracting Party warrants that
it has not paid or given and will not pay or give any third party any money or other
consideration for obtaining this Agreement.
9.3 Covenant against Discrimination. Contracting Party covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,
that there shall be no discrimination against or segregation of, any person or group of
persons on account of any impermissible classification including, but not limited to, race,
color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in
the performance of this Agreement. Contracting Party shall take affirmative action to
ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, creed, religion, sex, marital status, sexual orientation,
national origin, or ancestry.
10. MISCELLANEOUS PROVISIONS.
10.1 Notice. Any notice, demand, request, consent, approval, or communication
either party desires or is required to give the other party or any other person shall be in
writing and either served personally or sent by prepaid, first-class mail to the address set
forth below. Either party may change its address by notifying the other party of the change
of address in writing. Notice shall be deemed communicated forty-eight (48) hours from
the time of mailing if mailed as provided in this Section.
To City:
CITY OF LA QUINTA
Attention: David Eastlick
Public Works Superintendent
78495 Calle Tampico
La Quinta, California 92253
To Contracting Party:
Alec DeLongchamp
Three peaks Corp
10043 Beaumont Ave
Cherry Valley, CA 92223
10.2 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of this Agreement or any other rule of
construction which might otherwise apply.
10.3 Section Headings and Subheadings. The section headings and
subheadings contained in this Agreement are included for convenience only and shall not
limit or otherwise affect the terms of this Agreement.
10.4 Counterparts. This Agreement may be executed in counterparts, each of
which shall be deemed to be an original, and such counterparts shall constitute one and
the same instrument.
95
-13-
10.5 Integrated Agreement. This Agreement including the exhibits hereto is the
entire, complete, and exclusive expression of the understanding of the parties. It is
understood that there are no oral agreements between the parties hereto affecting this
Agreement and this Agreement supersedes and cancels any and all previous
negotiations, arrangements, agreements, and understandings, if any, between the
parties, and none shall be used to interpret this Agreement.
10.6 Amendment. No amendment to or modification of this Agreement shall be
valid unless made in writing and approved by Contracting Party and by the City Council
of City. The parties agree that this requirement for written modifications cannot be waived
and that any attempted waiver shall be void.
10.7 Severability. In the event that any one or more of the articles, phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be
declared invalid or unenforceable, such invalidity or unenforceability shall not affect any
of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out
the intent of the parties hereunder unless the invalid provision is so material that its
invalidity deprives either party of the basic benefit of their bargain or renders this
Agreement meaningless.
10.8 Unfair Business Practices Claims. In entering into this Agreement,
Contracting Party offers and agrees to assign to City all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or
under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of
Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials related to this Agreement. This assignment shall be made and
become effective at the time City renders final payment to Contracting Party without
further acknowledgment of the parties.
10.9 No Third-Party Beneficiaries. With the exception of the specific provisions
set forth in this Agreement, there are no intended third-party beneficiaries under this
Agreement and no such other third parties shall have any rights or obligations hereunder.
10.10 Authority. The persons executing this Agreement on behalf of each of the
parties hereto represent and warrant that (i) such party is duly organized and existing,
(ii) they are duly authorized to execute and deliver this Agreement on behalf of said party,
(iii) by so executing this Agreement, such party is formally bound to the provisions of this
Agreement, and (iv) that entering into this Agreement does not violate any provision of
any other Agreement to which said party is bound. This Agreement shall be binding upon
the heirs, executors, administrators, successors, and assigns of the parties.
[SIGNATURES ON FOLLOWING PAGE]
96
-14-
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
stated below.
CITY OF LA QUINTA,
a California Municipal Corporation
JON McMILLEN, City Manager
City of La Quinta, California
Dated:
THREE PEAKS CORP:
Alec DeLongchamp
Title:
Dated: ______________________
ATTEST:
MONIKA RADEVA, City Clerk
City of La Quinta, California
By:
Name:
Title:
APPROVED AS TO FORM:
WILLIAM H. IHRKE, City Attorney
City of La Quinta, California
97
Exhibit A
Page 1 of 4 Last revised summer 2017
Exhibit A
Scope of Services
1. Services to be Provided:
• Provide on-call concrete repairs including, but not limited to, sidewalk
replacement, cross gutter replacement, and curb/gutter replacement. All
work must be completed according to the City of La Quinta’s Standard
Drawings. Caltrans Standard Specifications, 2015 Edition, as applicable
for sidewalks located in Caltrans Right of Way.
• La Quinta Standard Drawings can be found here
https://www.laquintaca.gov/business/design-and-
development/development-services/standard-drawings
• City staff will provide locations and scope as needed.
98
Exhibit A
Page 2 of 4
ADDENDUM TO AGREEMENT
Re: Scope of Services
If the Scope of Services include construction, alteration, demolition, installation,
repair, or maintenance affecting real property or structures or improvements of any kind
appurtenant to real property, the following apply:
1.Prevailing Wage Compliance. If Contracting Party is a contractor
performing public works and maintenance projects, as described in this Section 1.3,
Contracting Party shall comply with applicable Federal, State, and local laws. Contracting
Party is aware of the requirements of California Labor Code Sections 1720, et seq., and
1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq.,
(collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code
Section 3.12.040, which require the payment of prevailing wage rates and the
performance of other requirements on “Public works” and “Maintenance” projects. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, and if construction work over twenty-
five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance
work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after
January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such
Prevailing Wage Laws including, but not limited to, requirements related to the
maintenance of payroll records and the employment of apprentices. Pursuant to
California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a
contract for public work on a “Public works” project unless registered with the California
Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the
Services are being performed as part of an applicable “Public works” or “Maintenance”
project, as defined by the Prevailing Wage Laws, this project is subject to compliance
monitoring and enforcement by the DIR. Contracting Party will maintain and will require
all subcontractors to maintain valid and current DIR Public Works contractor registration
during the term of this Agreement. Contracting Party shall notify City in writing
immediately, and in no case more than twenty-four (24) hours, after receiving any
information that Contracting Party’s or any of its subcontractor’s DIR registration status
has been suspended, revoked, expired, or otherwise changed. It is understood that it is
the responsibility of Contracting Party to determine the correct salary scale. Contracting
Party shall make copies of the prevailing rates of per diem wages for each craft,
classification, or type of worker needed to execute the Services available to interested
parties upon request, and shall post copies at Contracting Party’s principal place of
business and at the project site, if any. The statutory penalties for failure to pay prevailing
wage or to comply with State wage and hour laws will be enforced. Contracting Party
must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who
works in excess of the minimum working hours when Contracting Party does not pay
overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight
(8)hours is the legal working day. Contracting Party also shall comply with State law
requirements to maintain payroll records and shall provide for certified records and
inspection of records as required by California Labor Code Section 1770 et seq., including
Section 1776. In addition to the other indemnities provided under this Agreement,
Contracting Party shall defend (with counsel selected by City), indemnify, and hold City,
99
Exhibit A
Page 3 of 4
its elected officials, officers, employees, and agents free and harmless from any claim or
liability arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It is agreed by the parties that, in connection with performance of the Services,
including, without limitation, any and all “Public works” (as defined by the Prevailing Wage
Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing
wages under California law and/or the implementation of Labor Code Section 1781, as
the same may be amended from time to time, and/or any other similar law. Contracting
Party acknowledges and agrees that it shall be independently responsible for reviewing
the applicable laws and regulations and effectuating compliance with such laws.
Contracting Party shall require the same of all subcontractors.
2. Retention. Payments shall be made in accordance with the provisions of
Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting
Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of
the labor and materials incorporated into the Services under this Agreement during the
month covered by said invoice. The remaining five percent (5%) thereof shall be retained
as performance security to be paid to Contracting Party within sixty (60) days after final
acceptance of the Services by the City Council of City, after Contracting Party has
furnished City with a full release of all undisputed payments under this Agreement, if
required by City. In the event there are any claims specifically excluded by Contracting
Party from the operation of the release, City may retain proceeds (per Public Contract
Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s
failure to deduct or withhold shall not affect Contracting Party’s obligations under the
Agreement.
3. Utility Relocation. City is responsible for removal, relocation, or protection
of existing main or trunk-line utilities to the extent such utilities were not identified in the
invitation for bids or specifications. City shall reimburse Contracting Party for any costs
incurred in locating, repairing damage not caused by Contracting Party, and removing or
relocating such unidentified utility facilities. Contracting Party shall not be assessed
liquidated damages for delay arising from the removal or relocation of such unidentified
utility facilities.
4. Trenches or Excavations. Pursuant to California Public Contract Code
Section 7104, in the event the work included in this Agreement requires excavations more
than four (4) feet in depth, the following shall apply:
(a) Contracting Party shall promptly, and before the following conditions
are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes
may be material that is hazardous waste, as defined in Section 25117 of the Health and
Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site
in accordance with provisions of existing law; (2) subsurface or latent physical conditions
at the site different from those indicated by information about the site made available to
bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the
site of any unusual nature, different materially from those ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Agreement.
100
Exhibit A
Page 4 of 4
(b) City shall promptly investigate the conditions, and if it finds that the
conditions do materially so differ, or do involve hazardous waste, and cause a decrease
or increase in Contracting Party’s cost of, or the time required for, performance of any
part of the work shall issue a change order per Section 1.8 of the Agreement.
(c) in the event that a dispute arises between City and Contracting Party
whether the conditions materially differ, or involve hazardous waste, or cause a decrease
or increase in Contracting Party’s cost of, or time required for, performance of any part of
the work, Contracting Party shall not be excused from any scheduled completion date
provided for by this Agreement, but shall proceed with all work to be performed under this
Agreement. Contracting Party shall retain any and all rights provided either by contract
or by law which pertain to the resolution of disputes and protests between the contracting
Parties.
5. Safety. Contracting Party shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out the Services, Contracting
Party shall at all times be in compliance with all applicable local, state, and federal laws,
rules and regulations, and shall exercise all necessary precautions for the safety of
employees appropriate to the nature of the work and the conditions under which the work
is to be performed. Safety precautions as applicable shall include, but shall not be limited
to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions
in accident prevention for all employees and subcontractors, such as safe walkways,
scaffolds, fall protection ladders, bridges, gang planks, confined space procedures,
trenching and shoring, equipment and other safety devices, equipment and wearing
apparel as are necessary or lawfully required to prevent accidents or injuries; and
(C) adequate facilities for the proper inspection and maintenance of all safety measures.
6. Liquidated Damages. Since the determination of actual damages for any
delay in performance of the Agreement would be extremely difficult or impractical to
determine in the event of a breach of this Agreement, Contracting Party shall be liable for
and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages
for each working day of delay in the performance of any of the Services required
hereunder, as specified in the Schedule of Performance. In addition, liquidated damages
may be assessed for failure to comply with the emergency call out requirements, if any,
described in the Scope of Services. City may withhold from any moneys payable on
account of the Services performed by Contracting Party any accrued liquidated damages.
101
Exhibit B
Page 1 of 1
Exhibit B
Schedule of Compensation
With the exception of compensation for Additional Services, provided for in
Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting
Party under this Agreement is not to exceed Two Hundred Seventy-Five Thousand
Dollars ($ 275,000) (“Contract Sum”) per fiscal year for the life of the agreement,
encompassing the Initial and any Extended Terms (Contract Sum”). Contractor expressly
acknowledges and agrees that the Contract Sum in this Agreement is the aggregate total
amount covering this Agreement, that certain Agreement for Contract Services by and
between the City and JRC Concrete Construction, and that certain Agreement for
Contract Services by and between the City and SAVI Construction Inc., of or about even
date as this Agreement, such that the Contract Sum as defined herein is the maximum
amount available for services provided under all agreements. The Contractor to submit
invoices as work is completed. Invoices shall be paid to Contracting Party in the amount
identified on submitted invoices, approved by the Project Manager for the work tasks
performed and properly invoiced by Contracting Party in conformance with Section 2.2 of
this Agreement.
Initial Term:
FY 2024/25 $ 275,000
FY 2025/26 $ 275,000
FY 2026/27 $ 275,000
FY 2027/28 $ 275,000
FY 2028/29 $ 275,000
Possible Extended Term:
FY 2029/30 $ 275,000
FY 2030/31 $ 275,000
102
Exhibit C
Page 1 of 1
Exhibit C
Schedule of Performance
Contracting Party shall complete all services identified in the Scope of Services,
Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto
and incorporated herein by this reference.
Work shall be coordinated with the Project Manager. Performed Monday- Friday,
8:00 am to 5:00 pm. No work to be performed on Sundays or Holidays.
The term of this agreement shall commence on March 5, 2025, and terminate on
June 30, 2029 (“Initial Term”). This Agreement may be extended for two (2) additional
year(s) upon mutual agreement by both parties
103
Exhibit D
Page 1 of 1
Exhibit D
Special Requirements
None
104
Exhibit E
Page 1 of 6
Exhibit E
Insurance Requirements
E.1 Insurance. Prior to the beginning of and throughout the duration of this
Agreement, the following policies shall be maintained and kept in full force and effect
providing insurance with minimum limits as indicated below and issued by insurers with
A.M. Best ratings of no less than A-VI:
Commercial General Liability (at least as broad as ISO CG 0001)
$5,000,000 (per occurrence)
$5,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Non-contributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$5,000,000 (per accident)
Auto Liability Additional Insured
Personal Auto Declaration Page if applicable
Errors and Omissions Liability
$1,000,000 (per claim and aggregate)
Workers’ Compensation
(per statutory requirements)
Must include the following endorsements:
Workers Compensation with Waiver of Subrogation
Workers Compensation Declaration of Sole Proprietor if applicable
Contracting Party shall procure and maintain, at its cost, and submit concurrently
with its execution of this Agreement, Commercial General Liability insurance against all
claims for injuries against persons or damages to property resulting from Contracting
Party’s acts or omissions rising out of or related to Contracting Party’s performance under
this Agreement. The insurance policy shall contain a severability of interest clause
providing that the coverage shall be primary for losses arising out of Contracting Party’s
performance hereunder and neither City nor its insurers shall be required to contribute to
any such loss. An endorsement evidencing the foregoing and naming the City and its
officers and employees as additional insured (on the Commercial General Liability policy
only) must be submitted concurrently with the execution of this Agreement and approved
by City prior to commencement of the services hereunder.
Contracting Party shall carry automobile liability insurance of $1,000,000 per
accident against all claims for injuries against persons or damages to property arising out
of the use of any automobile by Contracting Party, its officers, any person directly or
105
Exhibit E
Page 2 of 6
indirectly employed by Contracting Party, any subcontractor or agent, or anyone for
whose acts any of them may be liable, arising directly or indirectly out of or related to
Contracting Party’s performance under this Agreement. If Contracting Party or
Contracting Party’s employees will use personal autos in any way on this project,
Contracting Party shall provide evidence of personal auto liability coverage for each such
person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer
or semi-trailer designed for travel on public roads. The automobile insurance policy shall
contain a severability of interest clause providing that coverage shall be primary for losses
arising out of Contracting Party’s performance hereunder and neither City nor its insurers
shall be required to contribute to such loss.
Professional Liability or Errors and Omissions Insurance as appropriate shall
be written on a policy form coverage specifically designed to protect against acts, errors
or omissions of the Contracting Party and “Covered Professional Services” as designated
in the policy must specifically include work performed under this agreement. The policy
limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must
“pay on behalf of” the insured and must include a provision establishing the insurer’s duty
to defend. The policy retroactive date shall be on or before the effective date of this
agreement.
Contracting Party shall carry Workers’ Compensation Insurance in
accordance with State Worker’s Compensation laws with employer’s liability limits no less
than $1,000,000 per accident or disease.
Contracting Party shall procure and maintain Cyber Liability insurance with
limits of $1,000,000 per occurrence/loss which shall include the following coverage:
a. Liability arising from the theft, dissemination and/or use of confidential or
personally identifiable information; including credit monitoring and
regulatory fines arising from such theft, dissemination or use of the
confidential information.
b. Network security liability arising from the unauthorized use of, access to,
or tampering with computer systems.
c. Liability arising from the failure of technology products (software) required
under the contract for Consultant to properly perform the services
intended.
d. Electronic Media Liability arising from personal injury, plagiarism or
misappropriation of ideas, domain name infringement or improper deep-
linking or framing, and infringement or violation of intellectual property
rights.
e. Liability arising from the failure to render professional services.
106
Exhibit E
Page 3 of 6
If coverage is maintained on a claims-made basis, Contracting Party shall maintain such
coverage for an additional period of three (3) years following termination of the contract.
Contracting Party shall provide written notice to City within ten (10) working
days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; or (3) the deductible or self-insured retention is increased.
In the event any of said policies of insurance are cancelled, Contracting Party shall, prior
to the cancellation date, submit new evidence of insurance in conformance with this
Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies
or certificates evidencing the same shall not be construed as a limitation of Contracting
Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors,
or agents.
E.2 Remedies. In addition to any other remedies City may have if Contracting
Party fails to provide or maintain any insurance policies or policy endorsements to the
extent and within the time herein required, City may, at its sole option:
a. Obtain such insurance and deduct and retain the amount of the
premiums for such insurance from any sums due under this Agreement.
b. Order Contracting Party to stop work under this Agreement and/or
withhold any payment(s) which become due to Contracting Party hereunder until
Contracting Party demonstrates compliance with the requirements hereof.
c. Terminate this Agreement.
Exercise any of the above remedies, however, is an alternative to any other
remedies City may have. The above remedies are not the exclusive remedies for
Contracting Party’s failure to maintain or secure appropriate policies or endorsements.
Nothing herein contained shall be construed as limiting in any way the extent to which
Contracting Party may be held responsible for payments of damages to persons or
property resulting from Contracting Party’s or its subcontractors’ performance of work
under this Agreement.
E.3 General Conditions Pertaining to Provisions of Insurance Coverage by
Contracting Party. Contracting Party and City agree to the following with respect to
insurance provided by Contracting Party:
1. Contracting Party agrees to have its insurer endorse the third party general
liability coverage required herein to include as additional insureds City, its officials,
employees, and agents, using standard ISO endorsement No. CG 2010 with an edition
prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors
to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the
right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights
107
Exhibit E
Page 4 of 6
against City regardless of the applicability of any insurance proceeds, and to require all
contractors and subcontractors to do likewise.
3. All insurance coverage and limits provided by Contracting Party and
available or applicable to this Agreement are intended to apply to the full extent of the
policies. Nothing contained in this Agreement or any other agreement relating to City or
its operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been first
submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve
to eliminate so-called “third party action over” claims, including any exclusion for bodily
injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification
and additional requirements by the City, as the need arises. Contracting Party shall not
make any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect City’s protection without City’s prior written
consent.
7. Proof of compliance with these insurance requirements, consisting of
certificates of insurance evidencing all the coverages required and an additional insured
endorsement to Contracting Party’s general liability policy, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of any insurance is not
delivered as required, or in the event such insurance is canceled at any time and no
replacement coverage is provided, City has the right, but not the duty, to obtain any
insurance it deems necessary to protect its interests under this or any other agreement
and to pay the premium. Any premium so paid by City shall be charged to and promptly
paid by Contracting Party or deducted from sums due Contracting Party, at City option.
8. It is acknowledged by the parties of this agreement that all insurance
coverage required to be provided by Contracting Party or any subcontractor, is intended
to apply first and on a primary, non-contributing basis in relation to any other insurance
or self-insurance available to City.
9. Contracting Party agrees to ensure that subcontractors, and any other party
involved with the project that is brought onto or involved in the project by Contracting
Party, provide the same minimum insurance coverage required of Contracting Party.
Contracting Party agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this section. Contracting Party agrees that upon request, all agreements
with subcontractors and others engaged in the project will be submitted to City for review.
10. Contracting Party agrees not to self-insure or to use any self-insured
retentions or deductibles on any portion of the insurance required herein (with the
exception of professional liability coverage, if required) and further agrees that it will not
108
Exhibit E
Page 5 of 6
allow any contractor, subcontractor, Architect, Engineer or other entity or person in any
way involved in the performance of work on the project contemplated by this agreement
to self-insure its obligations to City. If Contracting Party’s existing coverage includes a
deductible or self-insured retention, the deductible or self-insured retention must be
declared to the City. At that time the City shall review options with the Contracting Party,
which may include reduction or elimination of the deductible or self-insured retention,
substitution of other coverage, or other solutions.
11.The City reserves the right at any time during the term of this Agreement to
change the amounts and types of insurance required by giving the Contracting Party
ninety (90) days advance written notice of such change. If such change results in
substantial additional cost to the Contracting Party, the City will negotiate additional
compensation proportional to the increased benefit to City.
12.For purposes of applying insurance coverage only, this Agreement will be
deemed to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
13.Contracting Party acknowledges and agrees that any actual or alleged
failure on the part of City to inform Contracting Party of non-compliance with any
insurance requirement in no way imposes any additional obligations on City nor does it
waive any rights hereunder in this or any other regard.
14.Contracting Party will renew the required coverage annually as long as City,
or its employees or agents face an exposure from operations of any type pursuant to this
agreement. This obligation applies whether the agreement is canceled or terminated for
any reason. Termination of this obligation is not effective until City executes a written
statement to that effect.
15.Contracting Party shall provide proof that policies of insurance required
herein expiring during the term of this Agreement have been renewed or replaced with
other policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter from
Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance
and an additional insured endorsement is required in these specifications applicable to
the renewing or new coverage must be provided to City within five (5) days of the
expiration of coverages.
16.The provisions of any workers’ compensation or similar act will not limit the
obligations of Contracting Party under this agreement. Contracting Party expressly
agrees not to use any statutory immunity defenses under such laws with respect to City,
its employees, officials, and agents.
17.Requirements of specific coverage features, or limits contained in this
section are not intended as limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference to a
109
Exhibit E
Page 6 of 6
given coverage feature is for purposes of clarification only as it pertains to a given issue
and is not intended by any party or insured to be limiting or all-inclusive.
18.These insurance requirements are intended to be separate and distinct from
any other provision in this Agreement and are intended by the parties here to be
interpreted as such.
19.The requirements in this Exhibit supersede all other sections and provisions
of this Agreement to the extent that any other section or provision conflicts with or impairs
the provisions of this Exhibit.
20.Contracting Party agrees to be responsible for ensuring that no contract
used by any party involved in any way with the project reserves the right to charge City
or Contracting Party for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not the
intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums or other
amounts with respect thereto.
21.Contracting Party agrees to provide immediate notice to City of any claim
or loss against Contracting Party arising out of the work performed under this agreement.
City assumes no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to involve City.
110
Exhibit F
Page 1 of 2
Exhibit F
Indemnification
F.1 Indemnity for the Benefit of City.
a.Indemnification for Professional Liability. When the law establishes a
professional standard of care for Contracting Party’s Services, to the fullest extent
permitted by law, Contracting Party shall indemnify, protect, defend (with counsel
selected by City), and hold harmless City and any and all of its officials, employees, and
agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of
every kind, nature, and description, damages, injury (including, without limitation, injury
to or death of an employee of Contracting Party or of any subcontractor), costs and
expenses of any kind, whether actual, alleged or threatened, including, without limitation,
incidental and consequential damages, court costs, attorneys’ fees, litigation expenses,
and fees of expert consultants or expert witnesses incurred in connection therewith and
costs of investigation, to the extent same are caused in whole or in part by any negligent
or wrongful act, error or omission of Contracting Party, its officers, agents, employees or
subcontractors (or any entity or individual that Contracting Party shall bear the legal
liability thereof) in the performance of professional services under this agreement. With
respect to the design of public improvements, the Contracting Party shall not be liable for
any injuries or property damage resulting from the reuse of the design at a location other
than that specified in Exhibit A without the written consent of the Contracting Party.
b.Indemnification for Other Than Professional Liability. Other than in the
performance of professional services and to the full extent permitted by law, Contracting
Party shall indemnify, defend (with counsel selected by City), and hold harmless the
Indemnified Parties from and against any liability (including liability for claims, suits,
actions, arbitration proceedings, administrative proceedings, regulatory proceedings,
losses, expenses or costs of any kind, whether actual, alleged or threatened, including,
without limitation, incidental and consequential damages, court costs, attorneys’ fees,
litigation expenses, and fees of expert consultants or expert witnesses) incurred in
connection therewith and costs of investigation, where the same arise out of, are a
consequence of, or are in any way attributable to, in whole or in part, the performance of
this Agreement by Contracting Party or by any individual or entity for which Contracting
Party is legally liable, including but not limited to officers, agents, employees, or
subcontractors of Contracting Party.
c.Indemnity Provisions for Contracts Related to Construction (Limitation on
Indemnity). Without affecting the rights of City under any provision of this agreement,
Contracting Party shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City’s active negligence accounts for only a percentage of the liability involved, the
obligation of Contracting Party will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
111
Exhibit F
Page 2 of 2
d.Indemnification Provision for Design Professionals.
1.Applicability of this Section F.1(d). Notwithstanding Section F.1(a)
hereinabove, the following indemnification provision shall apply to a Contracting Party
who constitutes a “design professional” as the term is defined in paragraph 3 below.
2.Scope of Indemnification. When the law establishes a professional
standard of care for Contracting Party’s Services, to the fullest extent permitted by law,
Contracting Party shall indemnify and hold harmless City and any and all of its officials,
employees, and agents (“Indemnified Parties”) from and against any and all losses,
liabilities of every kind, nature, and description, damages, injury (including, without
limitation, injury to or death of an employee of Contracting Party or of any subcontractor),
costs and expenses, including, without limitation, incidental and consequential damages,
court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert
consultants or expert witnesses incurred in connection therewith and costs of
investigation, to the extent same are caused by any negligent or wrongful act, error or
omission of Contracting Party, its officers, agents, employees or subcontractors (or any
entity or individual that Contracting Party shall bear the legal liability thereof) in the
performance of professional services under this agreement. With respect to the design
of public improvements, the Contracting Party shall not be liable for any injuries or
property damage resulting from the reuse of the design at a location other than that
specified in Exhibit A without the written consent of the Contracting Party.
3.Design Professional Defined. As used in this Section F.1(d), the
term “design professional” shall be limited to licensed architects, registered professional
engineers, licensed professional land surveyors and landscape architects, all as defined
under current law, and as may be amended from time to time by Civil Code § 2782.8.
F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees
to obtain executed indemnity agreements with provisions identical to those set forth
herein this Exhibit F, as applicable to the Contracting Party, from each and every
subcontractor or any other person or entity involved by, for, with or on behalf of
Contracting Party in the performance of this Agreement. In the event Contracting Party
fails to obtain such indemnity obligations from others as required herein, Contracting
Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City
to monitor compliance with these requirements imposes no additional obligations on City
and will in no way act as a waiver of any rights hereunder. This obligation to indemnify
and defend City as set forth in this Agreement are binding on the successors, assigns or
heirs of Contracting Party and shall survive the termination of this Agreement.
112
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: APPROVE AGREEMENT FOR CONTRACT SERVICES WITH LANCE,
SOLL & LUNGHARD, LLP FOR PROFESSIONAL ACCOUNTING AND ADVISORY
SERVICES
RECOMMENDATION
Approve agreement for contract services with Lance, Soll & Lunghard, LLP for professional
accounting and advisory services; and authorize the City Manager to execute the
agreement.
EXECUTIVE SUMMARY
•The City currently contracts with Lance, Soll & Lunghard, LLP (LSL) for auditing
services.
•The Finance Department is navigating increasingly complex regulatory
requirements, necessitating professional advisement to implement, and is proposing
to leverage LSL for additional support to ensure continuity, compliance, and
efficiency, including an assessment of the department’s operations, Governmental
Accounting Standards Board (GASB) compliance assistance, and automation of
processes.
•The City’s purchasing policy requires Council approval for contracts with vendors
paid over $50,000 annually.
FISCAL IMPACT
The proposed agreement with LSL is for fiscal year (FY) 2024/25, for a total not to exceed
amount of $50,000 per FY, with an optional two-year extension. Funds are available in the
current FY budget Professional Services account 101-1006-60106 and would be budgeted
accordingly in future FYs should the extension be exercised. Total fiscal commitment under
this agreement, with optional extensions, would be up to $150,000 for a three-year term.
BACKGROUND/ANALYSIS
In April 2024, following the competitive Request for Proposals procurement process,
Council approved a five-year agreement with LSL for auditing services at $103,040 per FY,
CONSENT CALENDAR ITEM NO. 4
113
with built-in escalators. The City’s purchasing policy requires Council approval for vendors
paid over $50,000 annually.
The City's financial operations are complex and require specialized expertise to ensure
compliance with evolving accounting standards and regulations. LSL’s professional
expertise and familiarity with the City’s financial structure makes the firm suitable to provide
additional accounting services and advisory support and will ensure continuity and
efficiency of processes, allow for seamless integration of services, and ensure compliance
with the latest accounting standards and regulatory requirements. Additionally, retaining
LSL for additional services is cost-effective as it reduces onboarding time and associated
expenses compared to hiring a new firm. Finally, LSL’s continued oversight strengthens
internal controls and enhances financial transparency, contributing to improved financial
management.
The proposed agreement (Attachment 1) is for a one-year initial term with an optional two-
year extension; the scope of services is for general accounting services, including, but not
limited to, the following:
1. Department Assessment – evaluation of departmental financial processes to identify
areas for improvement and efficiency.
2. GASB Implementation – guidance on adopting and complying with new GASB
regulations, ensuring adherence to industry-accepted standards.
3. Artificial Intelligence (AI) Automation Integration – exploring AI-driven solutions to
optimize accounting workflows, reduce manual processes, and enhance accuracy.
4. General Accounting Services – training, policy updates, internal controls, accounting
entries, etc.
ALTERNATIVES
Council may elect not to approve the proposed agreement, but this alternative is not
recommended, as these services will ensure that the City remains in compliance.
Prepared by: Claudia Martinez, Finance Director
Approved by: Jon McMillen, City Manager
Attachment: 1. Agreement for Contract Services with LSL
114
AGREEMENT FOR CONTRACT SERVICES
THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and
entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal
corporation, and Lance, Soll & Lunghard, LLP (LSL) with a place of business at 203 N.
Brea Blvd., Suite 203 Brea, CA 92821 (“Contracting Party”). The parties hereto agree as
follows:
1.SERVICES OF CONTRACTING PARTY.
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Contracting Party shall provide those services related to Professional
Accounting and Advisory Services, as specified in the “Scope of Services” attached
hereto as “Exhibit A” and incorporated herein by this reference (the “Services”).
Contracting Party represents and warrants that Contracting Party is a provider of first-
class work and/or services and Contracting Party is experienced in performing the
Services contemplated herein and, in light of such status and experience, Contracting
Party covenants that it shall follow industry standards in performing the Services required
hereunder, and that all materials, if any, will be of good quality, fit for the purpose
intended. For purposes of this Agreement, the phrase “industry standards” shall mean
those standards of practice recognized by one or more first-class firms performing similar
services under similar circumstances.
1.2 Compliance with Law. All Services rendered hereunder shall be provided
in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of
the City and any Federal, State, or local governmental agency of competent jurisdiction.
1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable
Federal, State, and local wage and hour laws.
1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified
herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits,
and approvals as may be required by law for the performance of the Services required by
this Agreement, including a City of La Quinta business license. Contracting Party and its
employees, agents, and subcontractors shall, at their sole cost and expense, keep in
effect at all times during the term of this Agreement any licenses, permits, and approvals
that are legally required for the performance of the Services required by this Agreement.
Contracting Party shall have the sole obligation to pay for any fees, assessments, and
taxes, plus applicable penalties and interest, which may be imposed by law and arise
from or are necessary for the performance of the Services required by this Agreement,
and shall indemnify, defend (with counsel selected by City), and hold City, its elected
officials, officers, employees, and agents, free and harmless against any such fees,
assessments, taxes, penalties, or interest levied, assessed, or imposed against City
hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with
this Section.
ATTACHMENT 1
115
-2-
1.5 Familiarity with Work. By executing this Agreement, Contracting Party
warrants that (a) it has thoroughly investigated and considered the Services to be
performed, (b) it has investigated the site where the Services are to be performed, if any,
and fully acquainted itself with the conditions there existing, (c) it has carefully considered
how the Services should be performed, and (d) it fully understands the facilities,
difficulties, and restrictions attending performance of the Services under this Agreement.
Should Contracting Party discover any latent or unknown conditions materially differing
from those inherent in the Services or as represented by City, Contracting Party shall
immediately inform City of such fact and shall not proceed except at Contracting Party’s
risk until written instructions are received from the Contract Officer, or assigned
designee (as defined in Section 4.2 hereof).
1.6 Standard of Care. Contracting Party acknowledges and understands that
the Services contracted for under this Agreement require specialized skills and abilities
and that, consistent with this understanding, Contracting Party’s work will be held to an
industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove,
Contracting Party represents to City that it holds the necessary skills and abilities to satisfy
the industry standard of quality as set forth in this Agreement. Contracting Party shall
adopt reasonable methods during the life of this Agreement to furnish continuous
protection to the Services performed by Contracting Party, and the equipment, materials,
papers, and other components thereof to prevent losses or damages, and shall be
responsible for all such damages, to persons or property, until acceptance of the Services
by City, except such losses or damages as may be caused by City’s own negligence.
The performance of Services by Contracting Party shall not relieve Contracting Party from
any obligation to correct any incomplete, inaccurate, or defective work at no further cost
to City, when such inaccuracies are due to the negligence of Contracting Party.
1.7 Additional Services. In accordance with the terms and conditions of this
Agreement, Contracting Party shall perform services in addition to those specified in the
Scope of Services (“Additional Services”) only when directed to do so by the Contract
Officer, or assigned designee, provided that Contracting Party shall not be required to
perform any Additional Services without compensation. Contracting Party shall not
perform any Additional Services until receiving prior written authorization (in the form of
a written change order if Contracting Party is a contractor performing the Services) from
the Contract Officer, or assigned designee, incorporating therein any adjustment in
(i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said
adjustments are subject to the written approval of Contracting Party. It is expressly
understood by Contracting Party that the provisions of this Section shall not apply to the
Services specifically set forth in the Scope of Services or reasonably contemplated
therein. It is specifically understood and agreed that oral requests and/or approvals of
Additional Services shall be barred and are unenforceable. Failure of Contracting Party
to secure the Contract Officer’s, or assigned designee’s written authorization for
Additional Services shall constitute a waiver of any and all right to adjustment of the
Contract Sum or time to perform this Agreement, whether by way of compensation,
restitution, quantum meruit, or the like, for Additional Services provided without the
appropriate authorization from the Contract Officer, or assigned designee.
116
-3-
Compensation for properly authorized Additional Services shall be made in accordance
with Section 2.3 of this Agreement.
1.8 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in “Exhibit D” (the “Special
Requirements”), which is incorporated herein by this reference and expressly made a part
hereof. In the event of a conflict between the provisions of the Special Requirements and
any other provisions of this Agreement, the provisions of the Special Requirements shall
govern.
2. COMPENSATION.
2.1 Contract Sum. For the Services rendered pursuant to this Agreement,
Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of
Compensation”) in a total amount not to exceed One Hundred and Fifty Thousand Dollars
($150,000), for the life of the agreement, encompassing the Initial and any Extended
Terms (the “Contract Sum”), except as provided in Section 1.7. The method of
compensation set forth in the Schedule of Compensation may include a lump sum
payment upon completion, payment in accordance with the percentage of completion of
the Services, payment for time and materials based upon Contracting Party’s rate
schedule, but not exceeding the Contract Sum, or such other reasonable methods as may
be specified in the Schedule of Compensation. The Contract Sum shall include the
attendance of Contracting Party at all project meetings reasonably deemed necessary by
City; Contracting Party shall not be entitled to any additional compensation for attending
said meetings. Compensation may include reimbursement for actual and necessary
expenditures for reproduction costs, transportation expense, telephone expense, and
similar costs and expenses when and if specified in the Schedule of Compensation.
Regardless of the method of compensation set forth in the Schedule of Compensation,
Contracting Party’s overall compensation shall not exceed the Contract Sum, except as
provided in Section 1.7 of this Agreement.
2.2 Method of Billing & Payment. Any month in which Contracting Party wishes
to receive payment, Contracting Party shall submit to City no later than the tenth
(10th) working day of such month, in the form approved by City’s Finance Director, an
invoice for Services rendered prior to the date of the invoice. Such invoice shall
(1) describe in detail the Services provided, including time and materials, and (2) specify
each staff member who has provided Services and the number of hours assigned to each
such staff member. Such invoice shall contain a certification by a principal member of
Contracting Party specifying that the payment requested is for Services performed in
accordance with the terms of this Agreement. Upon approval in writing by the Contract
Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will
pay Contracting Party for all items stated thereon which are approved by City pursuant to
this Agreement no later than thirty (30) days after invoices are received by the City’s
Finance Department.
2.3 Compensation for Additional Services. Additional Services approved in
advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this
117
-4-
Agreement shall be paid for in an amount agreed to in writing by both City and Contracting
Party in advance of the Additional Services being rendered by Contracting Party. Any
compensation for Additional Services amounting to five percent (5%) or less of the
Contract Sum may be approved by the Contract Officer, or assigned designee. Any
greater amount of compensation for Additional Services must be approved by the La
Quinta City Council, the City Manager, or Department Director, depending upon City laws,
regulations, rules and procedures concerning public contracting. Under no circumstances
shall Contracting Party receive compensation for any Additional Services unless prior
written approval for the Additional Services is obtained from the Contract Officer, or
assigned designee, pursuant to Section 1.7 of this Agreement.
3. PERFORMANCE SCHEDULE.
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement. If the Services not completed in accordance with the Schedule of
Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will
suffer damage.
3.2 Schedule of Performance. All Services rendered pursuant to this
Agreement shall be performed diligently and within the time period established in “Exhibit
C” (the “Schedule of Performance”). Extensions to the time period specified in the
Schedule of Performance may be approved in writing by the Contract Officer, or
assigned designee.
3.3 Force Majeure. The time period specified in the Schedule of Performance
for performance of the Services rendered pursuant to this Agreement shall be extended
because of any delays due to unforeseeable causes beyond the control and without the
fault or negligence of Contracting Party, including, but not restricted to, acts of God or of
the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots,
strikes, freight embargoes, acts of any governmental agency other than City, and
unusually severe weather, if Contracting Party shall within ten (10) days of the
commencement of such delay notify the Contract Officer, or assigned designee, in
writing of the causes of the delay. The Contract Officer, or assigned designee, shall
ascertain the facts and the extent of delay, and extend the time for performing the
Services for the period of the forced delay when and if in the Contract Officer’s judgment
such delay is justified, and the Contract Officer’s determination, or assigned designee,
shall be final and conclusive upon the parties to this Agreement. Extensions to time
period in the Schedule of Performance which are determined by the Contract Officer, or
assigned designee, to be justified pursuant to this Section shall not entitle the
Contracting Party to additional compensation in excess of the Contract Sum.
3.4 Term. Unless earlier terminated in accordance with the provisions in
Article 8.0 of this Agreement, the term of this agreement shall commence on September
1, 2024, and terminate on June 30, 2025 (“Initial Term”). This Agreement may be
extended for two additional year(s) upon mutual agreement by both parties (“Extended
Term”), and executed in writing.
118
-5-
4. COORDINATION OF WORK.
4.1 Representative of Contracting Party. The following principals of Contracting
Party (“Principals”) are hereby designated as being the principals and representatives of
Contracting Party authorized to act in its behalf with respect to the Services specified
herein and make all decisions in connection therewith:
(a) Lance, Soll & Lunghard, LLP
203 N. Brea Blvd., Suite 203
Brea, CA 92821
ATTN: Kelly Telford & Gail Gray
(b) City of La Quinta
78495 Calle Tampico
La Quinta, CA 92253
ATTN: Claudia Martinez, Finance Director
It is expressly understood that the experience, knowledge, capability, and
reputation of the foregoing Principals were a substantial inducement for City to enter into
this Agreement. Therefore, the foregoing Principals shall be responsible during the term
of this Agreement for directing all activities of Contracting Party and devoting sufficient
time to personally supervise the Services hereunder. For purposes of this Agreement,
the foregoing Principals may not be changed by Contracting Party and no other personnel
may be assigned to perform the Services required hereunder without the express written
approval of City.
4.2 Contract Officer. The “Contract Officer”, otherwise known as the Public
Safety Manager or assigned designee may be designated in writing by the City
Manager of the City. It shall be Contracting Party’s responsibility to assure that the
Contract Officer, or assigned designee, is kept informed of the progress of the
performance of the Services, and Contracting Party shall refer any decisions, that must
be made by City to the Contract Officer, or assigned designee. Unless otherwise
specified herein, any approval of City required hereunder shall mean the approval of the
Contract Officer, or assigned designee. The Contract Officer, or assigned designee,
shall have authority to sign all documents on behalf of City required hereunder to carry
out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability, and reputation of Contracting Party, its principals, and its
employees were a substantial inducement for City to enter into this Agreement. Except
as set forth in this Agreement, Contracting Party shall not contract or subcontract with
any other entity to perform in whole or in part the Services required hereunder without the
express written approval of City. In addition, neither this Agreement nor any interest
herein may be transferred, assigned, conveyed, hypothecated, or encumbered,
voluntarily or by operation of law, without the prior written approval of City. Transfers
restricted hereunder shall include the transfer to any person or group of persons acting in
concert of more than twenty five percent (25%) of the present ownership and/or control
of Contracting Party, taking all transfers into account on a cumulative basis. Any
119
-6-
attempted or purported assignment or contracting or subcontracting by Contracting Party
without City’s express written approval shall be null, void, and of no effect. No approved
transfer shall release Contracting Party of any liability hereunder without the express
consent of City.
4.4 Independent Contractor. Neither City nor any of its employees shall have
any control over the manner, mode, or means by which Contracting Party, its agents, or
its employees, perform the Services required herein, except as otherwise set forth herein.
City shall have no voice in the selection, discharge, supervision, or control of Contracting
Party’s employees, servants, representatives, or agents, or in fixing their number or hours
of service. Contracting Party shall perform all Services required herein as an independent
contractor of City and shall remain at all times as to City a wholly independent contractor
with only such obligations as are consistent with that role. Contracting Party shall not at
any time or in any manner represent that it or any of its agents or employees are agents
or employees of City. City shall not in any way or for any purpose become or be deemed
to be a partner of Contracting Party in its business or otherwise or a joint venture or a
member of any joint enterprise with Contracting Party. Contracting Party shall have no
power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall
not at any time or in any manner represent that it or any of its agents or employees are
agents or employees of City. Except for the Contract Sum paid to Contracting Party as
provided in this Agreement, City shall not pay salaries, wages, or other compensation to
Contracting Party for performing the Services hereunder for City. City shall not be liable
for compensation or indemnification to Contracting Party for injury or sickness arising out
of performing the Services hereunder. Notwithstanding any other City, state, or federal
policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its
employees, agents, and subcontractors providing services under this Agreement shall not
qualify for or become entitled to any compensation, benefit, or any incident of employment
by City, including but not limited to eligibility to enroll in the California Public Employees
Retirement System (“PERS”) as an employee of City and entitlement to any contribution
to be paid by City for employer contributions and/or employee contributions for PERS
benefits. Contracting Party agrees to pay all required taxes on amounts paid to
Contracting Party under this Agreement, and to indemnify and hold City harmless from
any and all taxes, assessments, penalties, and interest asserted against City by reason
of the independent contractor relationship created by this Agreement. Contracting Party
shall fully comply with the workers’ compensation laws regarding Contracting Party and
Contracting Party’s employees. Contracting Party further agrees to indemnify and hold
City harmless from any failure of Contracting Party to comply with applicable workers’
compensation laws. City shall have the right to offset against the amount of any payment
due to Contracting Party under this Agreement any amount due to City from Contracting
Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement
or indemnification arising under this Section.
4.5 Identity of Persons Performing Work. Contracting Party represents that it
employs or will employ at its own expense all personnel required for the satisfactory
performance of any and all of the Services set forth herein. Contracting Party represents
that the Services required herein will be performed by Contracting Party or under its direct
supervision, and that all personnel engaged in such work shall be fully qualified and shall
120
-7-
be authorized and permitted under applicable State and local law to perform such tasks
and services.
4.6 City Cooperation. City shall provide Contracting Party with any plans,
publications, reports, statistics, records, or other data or information pertinent to the
Services to be performed hereunder which are reasonably available to Contracting Party
only from or through action by City.
5. INSURANCE.
5.1 Insurance. Prior to the beginning of any Services under this Agreement and
throughout the duration of the term of this Agreement, Contracting Party shall procure
and maintain, at its sole cost and expense, and submit concurrently with its execution of
this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance
Requirements”) which is incorporated herein by this reference and expressly made a part
hereof.
5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance
to Agency along with all required endorsements. Certificate of Insurance and
endorsements must be approved by Agency’s Risk Manager prior to commencement of
performance.
6. INDEMNIFICATION.
6.1 Indemnification. To the fullest extent permitted by law, Contracting Party
shall indemnify, protect, defend (with counsel selected by City), and hold harmless City
and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit
F” (“Indemnification”) which is incorporated herein by this reference and expressly made
a part hereof.
7. RECORDS AND REPORTS.
7.1 Reports. Contracting Party shall periodically prepare and submit to the
Contract Officer, or assigned designee, such reports concerning Contracting Party’s
performance of the Services required by this Agreement as the Contract Officer, or
assigned designee, shall require. Contracting Party hereby acknowledges that City is
greatly concerned about the cost of the Services to be performed pursuant to this
Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes
aware of any facts, circumstances, techniques, or events that may or will materially
increase or decrease the cost of the Services contemplated herein or, if Contracting Party
is providing design services, the cost of the project being designed, Contracting Party
shall promptly notify the Contract Officer, or assigned designee, of said fact,
circumstance, technique, or event and the estimated increased or decreased cost related
thereto and, if Contracting Party is providing design services, the estimated increased or
decreased cost estimate for the project being designed.
7.2 Records. Contracting Party shall keep, and require any subcontractors to
keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports
121
-8-
(including but not limited to payroll reports), studies, or other documents relating to the
disbursements charged to City and the Services performed hereunder (the “Books and
Records”), as shall be necessary to perform the Services required by this Agreement and
enable the Contract Officer, or assigned designee, to evaluate the performance of such
Services. Any and all such Books and Records shall be maintained in accordance with
generally accepted accounting principles and shall be complete and detailed. The
Contract Officer, or assigned designee, shall have full and free access to such Books
and Records at all times during normal business hours of City, including the right to
inspect, copy, audit, and make records and transcripts from such Books and Records.
Such Books and Records shall be maintained for a period of three (3) years following
completion of the Services hereunder, and City shall have access to such Books and
Records in the event any audit is required. In the event of dissolution of Contracting
Party’s business, custody of the Books and Records may be given to City, and access
shall be provided by Contracting Party’s successor in interest. Under California
Government Code Section 8546.7, if the amount of public funds expended under this
Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject
to the examination and audit of the State Auditor, at the request of City or as part of any
audit of City, for a period of three (3) years after final payment under this Agreement.
7.3 Ownership of Documents. All drawings, specifications, maps, designs,
photographs, studies, surveys, data, notes, computer files, reports, records, documents,
and other materials plans, drawings, estimates, test data, survey results, models,
renderings, and other documents or works of authorship fixed in any tangible medium of
expression, including but not limited to, physical drawings, digital renderings, or data
stored digitally, magnetically, or in any other medium prepared or caused to be prepared
by Contracting Party, its employees, subcontractors, and agents in the performance of
this Agreement (the “Documents and Materials”) shall be the property of City and shall be
delivered to City upon request of the Contract Officer, or assigned designee, or upon
the expiration or termination of this Agreement, and Contracting Party shall have no claim
for further employment or additional compensation as a result of the exercise by City of
its full rights of ownership use, reuse, or assignment of the Documents and Materials
hereunder. Any use, reuse or assignment of such completed Documents and Materials
for other projects and/or use of uncompleted documents without specific written
authorization by Contracting Party will be at City’s sole risk and without liability to
Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to
such use, revise, or assignment. Contracting Party may retain copies of such Documents
and Materials for its own use. Contracting Party shall have an unrestricted right to use
the concepts embodied therein. All subcontractors shall provide for assignment to City
of any Documents and Materials prepared by them, and in the event Contracting Party
fails to secure such assignment, Contracting Party shall indemnify City for all damages
resulting therefrom. . As per the AICPA Code of Professional Conduct for certified public
accountants performing independent auditing services, the working papers, including
schedules, reconciliations, lead sheets, calculations, and drafts prepared by the
Contracting Party are to remain the sole property of the Contracting Party. The City shall
have ownership of the final deliverables prepared by the Contracting Party upon
completion of the scope of work. The City shall also retain ownership of any schedules,
122
-9-
reconciliations, or data originally prepared by the City and provided to the Contracting
Party in conjunction with the completion of the scope of work.
7.4
7.5 In the event City or any person, firm, or corporation authorized by City
reuses said Documents and Materials without written verification or adaptation by
Contracting Party for the specific purpose intended and causes to be made or makes any
changes or alterations in said Documents and Materials, City hereby releases,
discharges, and exonerates Contracting Party from liability resulting from said change.
The provisions of this clause shall survive the termination or expiration of this Agreement
and shall thereafter remain in full force and effect.
7.6 Licensing of Intellectual Property. This Agreement creates a non-exclusive
and perpetual license for City to copy, use, modify, reuse, or sublicense any and all
copyrights, designs, rights of reproduction, and other intellectual property embodied in
the Documents and Materials. Contracting Party shall require all subcontractors, if any,
to agree in writing that City is granted a non-exclusive and perpetual license for the
Documents and Materials the subcontractor prepares under this Agreement. Contracting
Party represents and warrants that Contracting Party has the legal right to license any
and all of the Documents and Materials. Contracting Party makes no such representation
and warranty in regard to the Documents and Materials which were prepared by design
professionals other than Contracting Party or provided to Contracting Party by City. City
shall not be limited in any way in its use of the Documents and Materials at any time,
provided that any such use not within the purposes intended by this Agreement shall be
at City’s sole risk.
7.7 Release of Documents. The Documents and Materials shall not be
released publicly without the prior written approval of the Contract Officer, or assigned
designee, or as required by law. Contracting Party shall not disclose to any other entity
or person any information regarding the activities of City, except as required by law or as
authorized by City.
7.8 Confidential or Personal Identifying Information. Contracting Party
covenants that all City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussion notes, or
other information, if any, developed or received by Contracting Party or provided for
performance of this Agreement are deemed confidential and shall not be disclosed by
Contracting Party to any person or entity without prior written authorization by City or
unless required by law. City shall grant authorization for disclosure if required by any
lawful administrative or legal proceeding, court order, or similar directive with the force of
law. All City data, data lists, trade secrets, documents with personal identifying
information, documents that are not public records, draft documents, discussions, or other
information shall be returned to City upon the termination or expiration of this Agreement.
Contracting Party’s covenant under this section shall survive the termination or expiration
of this Agreement.
123
-10-
8. ENFORCEMENT OF AGREEMENT.
8.1 California Law. This Agreement shall be interpreted, construed, and
governed both as to validity and to performance of the parties in accordance with the laws
of the State of California. Legal actions concerning any dispute, claim, or matter arising
out of or in relation to this Agreement shall be instituted in the Superior Court of the County
of Riverside, State of California, or any other appropriate court in such county, and
Contracting Party covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
8.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefore. The injured party shall continue performing its obligations hereunder so long
as the injuring party commences to cure such default within ten (10) days of service of
such notice and completes the cure of such default within forty-five (45) days after service
of the notice, or such longer period as may be permitted by the Contract Officer, or
assigned designee; provided that if the default is an immediate danger to the health,
safety, or general welfare, City may take such immediate action as City deems warranted.
Compliance with the provisions of this Section shall be a condition precedent to
termination of this Agreement for cause and to any legal action, and such compliance
shall not be a waiver of any party’s right to take legal action in the event that the dispute
is not cured, provided that nothing herein shall limit City’s right to terminate this
Agreement without cause pursuant to this Article 8.0. During the period of time that
Contracting Party is in default, City shall hold all invoices and shall, when the default is
cured, proceed with payment on the invoices. In the alternative, City may, in its sole
discretion, elect to pay some or all of the outstanding invoices during any period of default.
8.3 Retention of Funds. City may withhold from any monies payable to
Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or
damages it reasonably believes were suffered by City due to the default of Contracting
Party in the performance of the Services required by this Agreement.
8.4 Waiver. No delay or omission in the exercise of any right or remedy of a
non-defaulting party on any default shall impair such right or remedy or be construed as
a waiver. City’s consent or approval of any act by Contracting Party requiring City’s
consent or approval shall not be deemed to waive or render unnecessary City’s consent
to or approval of any subsequent act of Contracting Party. Any waiver by either party of
any default must be in writing and shall not be a waiver of any other default concerning
the same or any other provision of this Agreement.
8.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies
of the parties are cumulative and the exercise by either party of one or more of such rights
or remedies shall not preclude the exercise by it, at the same or different times, of any
other rights or remedies for the same default or any other default by the other party.
124
-11-
8.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, at law or at equity, to cure, correct, or remedy any default, to recover
damages for any default, to compel specific performance of this Agreement, to obtain
declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes
of this Agreement.
8.7 Termination Prior To Expiration of Term. This Section shall govern any
termination of this Agreement, except as specifically provided in the following Section for
termination for cause. City reserves the right to terminate this Agreement at any time,
with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon
receipt of any notice of termination, Contracting Party shall immediately cease all
Services hereunder except such as may be specifically approved by the Contract Officer,
or assigned designee. Contracting Party shall be entitled to compensation for all
Services rendered prior to receipt of the notice of termination and for any Services
authorized by the Contract Officer, or assigned designee, thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, or
assigned designee, except amounts held as a retention pursuant to this Agreement.
8.8 Termination for Default of Contracting Party. If termination is due to the
failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party
shall vacate any City-owned property which Contracting Party is permitted to occupy
hereunder and City may, after compliance with the provisions of Section 8.2, take over
the Services and prosecute the same to completion by contract or otherwise, and
Contracting Party shall be liable to the extent that the total cost for completion of the
Services required hereunder exceeds the compensation herein stipulated (provided that
City shall use reasonable efforts to mitigate such damages), and City may withhold any
payments to Contracting Party for the purpose of setoff or partial payment of the amounts
owed City. The Contracting Party shall retain the right to terminate the agreement upon
certain conditions, including but not limited to: malfeasance identified to be arising solely
from the City which gives substantial doubt as to the integrity of management;
impairments to the Contracting Party's independence; or any other conditions for
termination described in the AICPA Code of Professional Conduct for certified public
accountants performing independent auditing services. In the event of termination for
such causes, the Contracting Party shall be entitled to fees accrued to the point of
termination.
8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this
Agreement, the prevailing party in such action or proceeding, in addition to any other relief
which may be granted, whether legal or equitable, shall be entitled to reasonable
attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this
Section shall not exceed the hourly rate paid by City for legal services multiplied by the
reasonable number of hours spent by the prevailing party in the conduct of the litigation.
Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled
to attorneys’ fees shall be entitled to all other reasonable costs for investigating such
action, taking depositions and discovery, and all other necessary costs the court allows
which are incurred in such litigation. All such fees shall be deemed to have accrued on
125
-12-
commencement of such action and shall be enforceable whether or not such action is
prosecuted to judgment. The court may set such fees in the same action or in a separate
action brought for that purpose.
9. CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION.
9.1 Non-liability of City Officers and Employees. No officer, official, employee,
agent, representative, or volunteer of City shall be personally liable to Contracting Party,
or any successor in interest, in the event or any default or breach by City or for any amount
which may become due to Contracting Party or to its successor, or for breach of any
obligation of the terms of this Agreement.
9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any
officer or principal of it, has or shall acquire any interest, directly or indirectly, which would
conflict in any manner with the interests of City or which would in any way hinder
Contracting Party’s performance of the Services under this Agreement. Contracting Party
further covenants that in the performance of this Agreement, no person having any such
interest shall be employed by it as an officer, employee, agent, or subcontractor without
the express written consent of the Contract Officer, or assigned designee. Contracting
Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts
of interest with the interests of City in the performance of this Agreement.
No officer or employee of City shall have any financial interest, direct or
indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to this Agreement which effects his financial interest or the financial
interest of any corporation, partnership or association in which he is, directly or indirectly,
interested, in violation of any State statute or regulation. Contracting Party warrants that
it has not paid or given and will not pay or give any third party any money or other
consideration for obtaining this Agreement.
9.3 Covenant against Discrimination. Contracting Party covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,
that there shall be no discrimination against or segregation of, any person or group of
persons on account of any impermissible classification including, but not limited to, race,
color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in
the performance of this Agreement. Contracting Party shall take affirmative action to
ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, creed, religion, sex, marital status, sexual orientation,
national origin, or ancestry.
10. MISCELLANEOUS PROVISIONS.
10.1 Notice. Any notice, demand, request, consent, approval, or communication
either party desires or is required to give the other party or any other person shall be in
writing and either served personally or sent by prepaid, first-class mail to the address set
forth below. Either party may change its address by notifying the other party of the change
126
-13-
of address in writing. Notice shall be deemed communicated forty-eight (48) hours from
the time of mailing if mailed as provided in this Section.
To City:
CITY OF LA QUINTA
Attention: Jon McMillen, City Manager
78495 Calle Tampico
La Quinta, California 92253
To Contracting Party:
LANCE, SOLL & LUNGHARD, LLP
Attention: Kelly Telford & Gail Gray
203 N. Brea Blvd., Suite 203
Brea, CA 92821
10.2 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of this Agreement or any other rule of
construction which might otherwise apply.
10.3 Section Headings and Subheadings. The section headings and
subheadings contained in this Agreement are included for convenience only and shall not
limit or otherwise affect the terms of this Agreement.
10.4 Counterparts. This Agreement may be executed in counterparts, each of
which shall be deemed to be an original, and such counterparts shall constitute one and
the same instrument.
10.5 Integrated Agreement. This Agreement including the exhibits hereto is the
entire, complete, and exclusive expression of the understanding of the parties. It is
understood that there are no oral agreements between the parties hereto affecting this
Agreement and this Agreement supersedes and cancels any and all previous
negotiations, arrangements, agreements, and understandings, if any, between the
parties, and none shall be used to interpret this Agreement.
10.6 Amendment. No amendment to or modification of this Agreement shall be
valid unless made in writing and approved by Contracting Party and by the City Council
of City. The parties agree that this requirement for written modifications cannot be waived
and that any attempted waiver shall be void.
10.7 Severability. In the event that any one or more of the articles, phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be
declared invalid or unenforceable, such invalidity or unenforceability shall not affect any
of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out
the intent of the parties hereunder unless the invalid provision is so material that its
invalidity deprives either party of the basic benefit of their bargain or renders this
Agreement meaningless.
10.8 Unfair Business Practices Claims. In entering into this Agreement,
Contracting Party offers and agrees to assign to City all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or
under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of
127
-14-
Division 7 of the Business and Professions Code), arising from purchases of goods,
services, or materials related to this Agreement. This assignment shall be made and
become effective at the time City renders final payment to Contracting Party without
further acknowledgment of the parties.
10.9 No Third-Party Beneficiaries. With the exception of the specific provisions
set forth in this Agreement, there are no intended third-party beneficiaries under this
Agreement and no such other third parties shall have any rights or obligations hereunder.
10.10 Authority. The persons executing this Agreement on behalf of each of the
parties hereto represent and warrant that (i) such party is duly organized and existing,
(ii) they are duly authorized to execute and deliver this Agreement on behalf of said party,
(iii) by so executing this Agreement, such party is formally bound to the provisions of this
Agreement, and (iv) that entering into this Agreement does not violate any provision of
any other Agreement to which said party is bound. This Agreement shall be binding upon
the heirs, executors, administrators, successors, and assigns of the parties.
[SIGNATURES ON FOLLOWING PAGE]
128
-15-
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
stated below.
CITY OF LA QUINTA,
a California Municipal Corporation
JON McMILLEN, City Manager
City of La Quinta, California
Dated:
CONTRACTING PARTY:
Lance, Soll & Lunghard, LLP (LSL)
By:
Name:
Title:
ATTEST:
MONIKA RADEVA, City Clerk
City of La Quinta, California
By:
Name:
Title:
By:
Name:
Title:
APPROVED AS TO FORM:
WILLIAM H. IHRKE, City Attorney
City of La Quinta, California
129
Exhibit A
Page 1 of 1 Last revised summer 2017
Exhibit A
Scope of Services
1. Services to be Provided:
• Accounting/Advisory Services to include:
o Assessment of the Finance department’s organizational structure and the
job duties of each team member to identify recommendations to
management for improved efficiencies and to enhance internal controls
• GASB 87/96 Services to include:
o Preparation of the analysis for leases, as necessary, to complete the journal
entries and footnote disclosures for GASB 87
o Preparation of the analysis for leases, as necessary, to complete the journal
entries and footnote disclosures for GASB 96
• Technology/Accounting Services for Robot Process Automation (RPA) to include:
o Process Identification- identify and prioritize a major business area to
improve
o RPA Assessment- process recording session with subject matter experts,
verify the process recording, and determine savings and benefits to the
organization
o RPA Value Proposition Presentation- customized business case and ROI
analysis for the business process to be improved for stakeholder
presentation
• General Accounting Services to include:
o Training, policy updates, internal controls, accounting entries, etc.
130
Exhibit B
Page 1 of 1
Exhibit B
Schedule of Compensation
With the exception of compensation for Additional Services, provided for in Section 2.3 of
this Agreement, the maximum total compensation to be paid to Contracting Party under
this Agreement is not to exceed One Hundred and Fifty Thousand Dollars ($150,000), for
the life of the Agreement, encompassing the Initial and any Extended Terms (“Contract
Sum”). The Contract Sum shall be paid to Contracting Party in installment payments
made on a monthly basis and in an amount identified in Contracting Party’s schedule of
compensation attached hereto for the work tasks performed and properly invoiced by
Contracting Party in conformance with Section 2.2 of this Agreement.
Rates increase annually on January 1 based upon market rates for similar services and
generally range between 3% to 7%.
131
Exhibit C
Page 1 of 1
Exhibit C
Schedule of Performance
Contracting Party shall complete all services identified in the Scope of Services,
Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto
and incorporated herein by this reference.
132
Exhibit D
Page 1 of 1
Exhibit D
Special Requirements
None
133
Exhibit E
Page 1 of 6
Exhibit E
Insurance Requirements
E.1 Insurance. Prior to the beginning of and throughout the duration of this
Agreement, the following policies shall be maintained and kept in full force and effect
providing insurance with minimum limits as indicated below and issued by insurers with
A.M. Best ratings of no less than A-VI:
Commercial General Liability (at least as broad as ISO CG 0001)
$1,000,000 (per occurrence)
$2,000,000 (general aggregate)
Must include the following endorsements:
General Liability Additional Insured
General Liability Primary and Non-contributory
Commercial Auto Liability (at least as broad as ISO CA 0001)
$1,000,000 (per accident)
Auto Liability Additional Insured
Personal Auto Declaration Page if applicable
Errors and Omissions Liability
$1,000,000 (per claim and aggregate)
Workers’ Compensation
(per statutory requirements)
Must include the following endorsements:
Workers Compensation with Waiver of Subrogation
Workers Compensation Declaration of Sole Proprietor if applicable
Cyber Liability
$1,000,000 (per occurrence)
$2,000,000 (general aggregate)
Contracting Party shall procure and maintain, at its cost, and submit
concurrently with its execution of this Agreement, Commercial General Liability insurance
against all claims for injuries against persons or damages to property resulting from
Contracting Party’s acts or omissions rising out of or related to Contracting Party’s
performance under this Agreement. The insurance policy shall contain a severability of
interest clause providing that the coverage shall be primary for losses arising out of
Contracting Party’s performance hereunder and neither City nor its insurers shall be
required to contribute to any such loss. An endorsement evidencing the foregoing and
naming the City and its officers and employees as additional insured (on the Commercial
General Liability policy only) must be submitted concurrently with the execution of this
Agreement and approved by City prior to commencement of the services hereunder.
134
Exhibit E
Page 2 of 6
Contracting Party shall carry automobile liability insurance of $1,000,000 per
accident against all claims for injuries against persons or damages to property arising out
of the use of any automobile by Contracting Party, its officers, any person directly or
indirectly employed by Contracting Party, any subcontractor or agent, or anyone for
whose acts any of them may be liable, arising directly or indirectly out of or related to
Contracting Party’s performance under this Agreement. If Contracting Party or
Contracting Party’s employees will use personal autos in any way on this project,
Contracting Party shall provide evidence of personal auto liability coverage for each such
person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer
or semi-trailer designed for travel on public roads. The automobile insurance policy shall
contain a severability of interest clause providing that coverage shall be primary for losses
arising out of Contracting Party’s performance hereunder and neither City nor its insurers
shall be required to contribute to such loss.
Professional Liability or Errors and Omissions Insurance as appropriate shall
be written on a policy form coverage specifically designed to protect against acts, errors
or omissions of the Contracting Party and “Covered Professional Services” as designated
in the policy must specifically include work performed under this agreement. The policy
limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must
“pay on behalf of” the insured and must include a provision establishing the insurer’s duty
to defend. The policy retroactive date shall be on or before the effective date of this
agreement.
Contracting Party shall carry Workers’ Compensation Insurance in
accordance with State Worker’s Compensation laws with employer’s liability limits no less
than $1,000,000 per accident or disease.
Contracting Party shall procure and maintain Cyber Liability insurance with
limits of $1,000,000 per occurrence/loss which shall include the following coverage:
a. Liability arising from the theft, dissemination and/or use of confidential or
personally identifiable information; including credit monitoring and
regulatory fines arising from such theft, dissemination or use of the
confidential information.
b. Network security liability arising from the unauthorized use of, access to,
or tampering with computer systems.
c. Liability arising from the failure of technology products (software) required
under the contract for Consultant to properly perform the services
intended.
d. Electronic Media Liability arising from personal injury, plagiarism or
misappropriation of ideas, domain name infringement or improper deep-
linking or framing, and infringement or violation of intellectual property
rights.
135
Exhibit E
Page 3 of 6
e. Liability arising from the failure to render professional services.
If coverage is maintained on a claims-made basis, Contracting Party shall maintain such
coverage for an additional period of three (3) years following termination of the contract.
Contracting Party shall provide written notice to City within ten (10) working
days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; or (3) the deductible or self-insured retention is increased.
In the event any of said policies of insurance are cancelled, Contracting Party shall, prior
to the cancellation date, submit new evidence of insurance in conformance with this
Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies
or certificates evidencing the same shall not be construed as a limitation of Contracting
Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors,
or agents.
E.2 Remedies. In addition to any other remedies City may have if Contracting
Party fails to provide or maintain any insurance policies or policy endorsements to the
extent and within the time herein required, City may, at its sole option:
a. Obtain such insurance and deduct and retain the amount of the
premiums for such insurance from any sums due under this Agreement.
b. Order Contracting Party to stop work under this Agreement and/or
withhold any payment(s) which become due to Contracting Party hereunder until
Contracting Party demonstrates compliance with the requirements hereof.
c. Terminate this Agreement.
Exercise any of the above remedies, however, is an alternative to any other
remedies City may have. The above remedies are not the exclusive remedies for
Contracting Party’s failure to maintain or secure appropriate policies or endorsements.
Nothing herein contained shall be construed as limiting in any way the extent to which
Contracting Party may be held responsible for payments of damages to persons or
property resulting from Contracting Party’s or its subcontractors’ performance of work
under this Agreement.
E.3 General Conditions Pertaining to Provisions of Insurance Coverage by
Contracting Party. Contracting Party and City agree to the following with respect to
insurance provided by Contracting Party:
1. Contracting Party agrees to have its insurer endorse the third party general
liability coverage required herein to include as additional insureds City, its officials,
employees, and agents, using standard ISO endorsement No. CG 2010 with an edition
prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors
to do likewise.
2. No liability insurance coverage provided to comply with this Agreement shall
prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the
136
Exhibit E
Page 4 of 6
right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights
against City regardless of the applicability of any insurance proceeds, and to require all
contractors and subcontractors to do likewise.
3. All insurance coverage and limits provided by Contracting Party and
available or applicable to this Agreement are intended to apply to the full extent of the
policies. Nothing contained in this Agreement or any other agreement relating to City or
its operations limits the application of such insurance coverage.
4. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not been first
submitted to City and approved of in writing.
5. No liability policy shall contain any provision or definition that would serve
to eliminate so-called “third party action over” claims, including any exclusion for bodily
injury to an employee of the insured or of any contractor or subcontractor.
6. All coverage types and limits required are subject to approval, modification
and additional requirements by the City, as the need arises. Contracting Party shall not
make any reductions in scope of coverage (e.g. elimination of contractual liability or
reduction of discovery period) that may affect City’s protection without City’s prior written
consent.
7. Proof of compliance with these insurance requirements, consisting of
certificates of insurance evidencing all the coverages required and an additional insured
endorsement to Contracting Party’s general liability policy, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of any insurance is not
delivered as required, or in the event such insurance is canceled at any time and no
replacement coverage is provided, City has the right, but not the duty, to obtain any
insurance it deems necessary to protect its interests under this or any other agreement
and to pay the premium. Any premium so paid by City shall be charged to and promptly
paid by Contracting Party or deducted from sums due Contracting Party, at City option.
8. It is acknowledged by the parties of this agreement that all insurance
coverage required to be provided by Contracting Party or any subcontractor, is intended
to apply first and on a primary, non-contributing basis in relation to any other insurance
or self-insurance available to City.
9. Contracting Party agrees to ensure that subcontractors, and any other party
involved with the project that is brought onto or involved in the project by Contracting
Party, provide the same minimum insurance coverage required of Contracting Party.
Contracting Party agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this section. Contracting Party agrees that upon request, all agreements
with subcontractors and others engaged in the project will be submitted to City for review.
10. Contracting Party agrees not to self-insure or to use any self-insured
retentions or deductibles on any portion of the insurance required herein (with the
137
Exhibit E
Page 5 of 6
exception of professional liability coverage, if required) and further agrees that it will not
allow any contractor, subcontractor, Architect, Engineer or other entity or person in any
way involved in the performance of work on the project contemplated by this agreement
to self-insure its obligations to City. If Contracting Party’s existing coverage includes a
deductible or self-insured retention, the deductible or self-insured retention must be
declared to the City. At that time the City shall review options with the Contracting Party,
which may include reduction or elimination of the deductible or self-insured retention,
substitution of other coverage, or other solutions.
11. The City reserves the right at any time during the term of this Agreement to
change the amounts and types of insurance required by giving the Contracting Party
ninety (90) days advance written notice of such change. If such change results in
substantial additional cost to the Contracting Party, the City will negotiate additional
compensation proportional to the increased benefit to City.
12. For purposes of applying insurance coverage only, this Agreement will be
deemed to have been executed immediately upon any party hereto taking any steps that
can be deemed to be in furtherance of or towards performance of this Agreement.
13. Contracting Party acknowledges and agrees that any actual or alleged
failure on the part of City to inform Contracting Party of non-compliance with any
insurance requirement in no way imposes any additional obligations on City nor does it
waive any rights hereunder in this or any other regard.
14. Contracting Party will renew the required coverage annually as long as City,
or its employees or agents face an exposure from operations of any type pursuant to this
agreement. This obligation applies whether the agreement is canceled or terminated for
any reason. Termination of this obligation is not effective until City executes a written
statement to that effect.
15. Contracting Party shall provide proof that policies of insurance required
herein expiring during the term of this Agreement have been renewed or replaced with
other policies providing at least the same coverage. Proof that such coverage has been
ordered shall be submitted prior to expiration. A coverage binder or letter from
Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance
and an additional insured endorsement is required in these specifications applicable to
the renewing or new coverage must be provided to City within five (5) days of the
expiration of coverages.
16. The provisions of any workers’ compensation or similar act will not limit the
obligations of Contracting Party under this agreement. Contracting Party expressly
agrees not to use any statutory immunity defenses under such laws with respect to City,
its employees, officials, and agents.
17. Requirements of specific coverage features, or limits contained in this
section are not intended as limitations on coverage, limits or other requirements nor as a
waiver of any coverage normally provided by any given policy. Specific reference to a
138
Exhibit E
Page 6 of 6
given coverage feature is for purposes of clarification only as it pertains to a given issue
and is not intended by any party or insured to be limiting or all-inclusive.
18. These insurance requirements are intended to be separate and distinct from
any other provision in this Agreement and are intended by the parties here to be
interpreted as such.
19. The requirements in this Exhibit supersede all other sections and provisions
of this Agreement to the extent that any other section or provision conflicts with or impairs
the provisions of this Exhibit.
20. Contracting Party agrees to be responsible for ensuring that no contract
used by any party involved in any way with the project reserves the right to charge City
or Contracting Party for the cost of additional insurance coverage required by this
agreement. Any such provisions are to be deleted with reference to City. It is not the
intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums or other
amounts with respect thereto.
21. Contracting Party agrees to provide immediate notice to City of any claim
or loss against Contracting Party arising out of the work performed under this agreement.
City assumes no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to involve City.
139
Exhibit F
Page 1 of 2
Exhibit F
Indemnification
F.1 Indemnity for the Benefit of City.
a. Indemnification for Professional Liability. When the law establishes a
professional standard of care for Contracting Party’s Services, to the fullest extent
permitted by law, Contracting Party shall indemnify, protect, defend (with counsel
selected by City), and hold harmless City and any and all of its officials, employees, and
agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of
every kind, nature, and description, damages, injury (including, without limitation, injury
to or death of an employee of Contracting Party or of any subcontractor), costs and
expenses of any kind, whether actual, alleged or threatened, including, without limitation,
incidental and consequential damages, court costs, attorneys’ fees, litigation expenses,
and fees of expert consultants or expert witnesses incurred in connection therewith and
costs of investigation, to the extent same are caused in whole or in part by any negligent
or wrongful act, error or omission of Contracting Party, its officers, agents, employees or
subcontractors (or any entity or individual that Contracting Party shall bear the legal
liability thereof) in the performance of professional services under this agreement, except
to the extent such loss or liability if determined by a court or tribunal of competent
jurisdiction to be caused in whole or in part by the active negligence or willful misconduct
of the City. With respect to the design of public improvements, the Contracting Party shall
not be liable for any injuries or property damage resulting from the reuse of the design at
a location other than that specified in Exhibit A without the written consent of the
Contracting Party.
b. Indemnification for Other Than Professional Liability. Other than in the
performance of professional services and to the full extent permitted by law, Contracting
Party shall indemnify, defend (with counsel selected by City), and hold harmless the
Indemnified Parties from and against any liability (including liability for claims, suits,
actions, arbitration proceedings, administrative proceedings, regulatory proceedings,
losses, expenses or costs of any kind, whether actual, alleged or threatened, including,
without limitation, incidental and consequential damages, court costs, attorneys’ fees,
litigation expenses, and fees of expert consultants or expert witnesses) incurred in
connection therewith and costs of investigation, where the same arise out of, are a
consequence of, or are in any way attributable to, in whole or in part, the performance of
this Agreement by Contracting Party or by any individual or entity for which Contracting
Party is legally liable, including but not limited to officers, agents, employees, or
subcontractors of Contracting Party.
c. Indemnity Provisions for Contracts Related to Construction (Limitation on
Indemnity). Without affecting the rights of City under any provision of this agreement,
Contracting Party shall not be required to indemnify and hold harmless City for liability
attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
140
Exhibit F
Page 2 of 2
City’s active negligence accounts for only a percentage of the liability involved, the
obligation of Contracting Party will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
d. Indemnification Provision for Design Professionals.
1. Applicability of this Section F.1(d). Notwithstanding Section F.1(a)
hereinabove, the following indemnification provision shall apply to a Contracting Party
who constitutes a “design professional” as the term is defined in paragraph 3 below.
2. Scope of Indemnification. When the law establishes a professional
standard of care for Contracting Party’s Services, to the fullest extent permitted by law,
Contracting Party shall indemnify and hold harmless City and any and all of its officials,
employees, and agents (“Indemnified Parties”) from and against any and all losses,
liabilities of every kind, nature, and description, damages, injury (including, without
limitation, injury to or death of an employee of Contracting Party or of any subcontractor),
costs and expenses, including, without limitation, incidental and consequential damages,
court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert
consultants or expert witnesses incurred in connection therewith and costs of
investigation, to the extent same are caused by any negligent or wrongful act, error or
omission of Contracting Party, its officers, agents, employees or subcontractors (or any
entity or individual that Contracting Party shall bear the legal liability thereof) in the
performance of professional services under this agreement. With respect to the design
of public improvements, the Contracting Party shall not be liable for any injuries or
property damage resulting from the reuse of the design at a location other than that
specified in Exhibit A without the written consent of the Contracting Party.
3. Design Professional Defined. As used in this Section F.1(d), the
term “design professional” shall be limited to licensed architects, registered professional
engineers, licensed professional land surveyors and landscape architects, all as defined
under current law, and as may be amended from time to time by Civil Code § 2782.8.
F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees
to obtain executed indemnity agreements with provisions identical to those set forth
herein this Exhibit F, as applicable to the Contracting Party, from each and every
subcontractor or any other person or entity involved by, for, with or on behalf of
Contracting Party in the performance of this Agreement. In the event Contracting Party
fails to obtain such indemnity obligations from others as required herein, Contracting
Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City
to monitor compliance with these requirements imposes no additional obligations on City
and will in no way act as a waiver of any rights hereunder. This obligation to indemnify
and defend City as set forth in this Agreement are binding on the successors, assigns or
heirs of Contracting Party and shall survive the termination of this Agreement.
141
142
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: AUTHORIZE OVERNIGHT TRAVEL FOR PRINCIPAL
MANAGEMENT ANALYST TO ATTEND THE GOVERNMENT FINANCE OFFICERS
ASSOCIATION LEADERSHIP ACADEMY IN PHOENIX, AZ, MARCH 23-28, 2025
RECOMMENDATION
Authorize overnight travel for Principal Management Analyst to attend the Government
Finance Officers Association Leadership Academy in Phoenix, Arizona, March 23-28,
2025.
EXECUTIVE SUMMARY
The Government Finance Officers Association (GFOA), represents public
finance officials throughout the United States and Canada. GFOA provides its
members with advocacy, practical educational opportunities, high-quality
professional publications, and the latest information on best practices.
The Leadership Academy features a mix of sessions designed to spur individual
learning, develop organizational insights, and nurture leadership skills.
The Academy will be held at Arizona State University and is offered to selected
candidates from a pool of applicants. Participation will earn 30 continuing
professional education (CPE) credits.
FISCAL IMPACT
Estimated expenses are $5,000, which includes tuition, transportation, lodging, and
meals. Funds are available in the Finance Department’s Travel and Training budget
(Account No. 101-1006-60320).
BACKGROUND/ANALYSIS
GFOA, founded in 1906, represents public finance officials throughout the United
States and Canada. GFOA's mission is to advance excellence in public finance, and
they work with public finance professionals from across the United States and Canada
to advocate for best practices, advance interests critical to state and local governments,
and provide guidance and subject matter expertise across a wide variety of public
finance disciplines.
CONSENT CALENDAR ITEM NO. 5
143
Sessions at the Leadership Academy are intended to balance the role of the financial
professional in state and local government with key trends for the public sector, and will
cover technical knowledge and abilities, change management, organizational vision,
team leadership, networking, and complex initiatives in challenging executive roles,
detailed in the enclosed brochure as Attachment 1.
The Principal Management Analyst earned the Certified California Municipal Treasurer
designation in 2020 and is required to earn 20 CPE credit hours per year to maintain
certification.
ALTERNATIVES
Council may elect to not authorize this request.
Prepared by: Rosemary Hallick, Principal Management Analyst
Approved by: Claudia Martinez, Finance Director
Attachment: 1. GFOA Leadership Academy brochure
144
ATTACHMENT 1
145
146
147
148
149
150
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: DECLARE MODEL YEAR 2000 INTERNATIONAL WATER TRUCK
SURPLUS AND APPROVE DISPOSAL METHOD
RECOMMENDATION
Declare model year 2000 International water truck surplus and approve disposal method.
EXECUTIVE SUMMARY
In November 2023, Council approved purchase of a 2,500 gallon water truck, which
due to supply constraints has only recently become available.
The existing 2000 International water truck in the City’s fleet is beyond its useful life.
Westrux International Inc. provided the lowest quote for the new water truck, which
included a $12,000 allowance for trade-in of the old truck.
FISCAL IMPACT
There is no current fiscal impact as the funding for the new truck was previously
appropriated and the disposal of the old truck is in the form of trade-in credit.
BACKGROUND/ANALYSIS
The City’s current water truck is a model year 2000 International with a 2,000-gallon tank
capacity and after 23 years has reached the end of its useful life. This is a crucial piece
of equipment that is used for dust suppression.
The City procured quotes for similar water trucks and received three responses, with
Westrux International Inc. offering the lowest pricing after factoring in trade-in value.
Staff requests approval to declare the 2000 International water truck as surplus to allow
for its final disposal.
ALTERNATIVES – Staff does not recommend an alternative.
Prepared by: Tony Ulloa, Deputy Director
Approved by: Bryan McKinney, Public Works Director/City Engineer
Attachment: 1. Council staff report dated November 7, 2023, approving the purchase of a
new water truck from Westrux Int’l., Inc., which includes the price quote
CONSENT CALENDAR ITEM NO. 6
151
City of La Quinta
CITY COUNCIL MEETING: November 7, 2023
STAFF REPORT
AGENDA TITLE: APPROVE PURCHASE OF A 2,500 GALLON WATER TRUCK
FROM WESTRUX INTERNATIONAL INC. DEALERSHIP
RECOMMENDATION
Approve purchase of a 2,500-gallon water truck from Westrux International Inc. and
authorize the City Manager to execute the purchase agreement.
EXECUTIVE SUMMARY
In June 2023, Council approved fiscal year (FY) 2023/24 budget which included
$375,000 for equipment replacement.
The 2000 International water truck in the City’s fleet is beyond its useful life.
Westrux International Inc. provided the lowest quote for a water truck at $126,500.
FISCAL IMPACT
Funds are available in FY 2023/24 budget in the Machinery & Equipment account no.
501-0000-80100.
BACKGROUND/ANALYSIS
The City’s current water truck is a model year 2000 International with a 2,000-gallon tank
capacity and after 23 years has reached the end of its useful life. This is a crucial piece
of equipment that is used for dust suppression.
The City procured quotes for similar water trucks and received three quotes as follows:
1) Westrux International Inc. $126,500 (plus trade-in value)
2) Custom Truck One Source $127,091 (no trade-in value)
3) Commerce Truck Equipment Sales, LLC $141,586 (no trade-in value)
Staff requests approval to expend $126,500 to purchase a replacement water truck from
Westrux as the lowest bidder.
CONSENT CALENDAR ITEM NO. 5
35
ATTACHMENT 1
152
ALTERNATIVES
Staff does not recommend an alternative.
Prepared by: Tony Ulloa, Deputy Director
Approved by: Bryan McKinney, Public Works Director/City Engineer
Attachment: 1. Westrux International, Inc. quote
36153
HV607 SBA
Sales Proposal For:
City of La Quinta
Presented By:
WESTRUX INT'L., INC.
154
Prepared For:Presented By:
City of La Quinta
Tony Ulloa
78495 Calle Tampico
La Quinta, CA 92253-2839
(760)777 - 7052
Reference ID: 33K Water Trk
WESTRUX INT'L., INC.
Lucas Berry
15555 Valley View Ave.
Santa Fe Springs CA 90670 -
(562)404-1020
Thank you for the opportunity to provide you with the following quotation on a new International truck. I am sure the following detailed
specification will meet your operational requirements, and I look forward to serving your business needs.
Model Profile
2025 HV607 SBA (HV607)
AXLE CONFIG:4X2
APPLICATION:Water Truck
MISSION:Requested GVWR: 33000. Calc. GVWR: 33000. Calc. GCWR: 33000
Calc. Start / Grade Ability: 21.45% / 2.17% @ 55 MPH
Calc. Geared Speed: 76.6 MPH
DIMENSION:Wheelbase: 165.00, CA: 97.90, Axle to Frame: 65.00
ENGINE, DIESEL:{Cummins B6.7 240} EPA 2024, 240HP @ 2400 RPM, 600 lb-ft Torque @ 1600 RPM, 2600 RPM
Governed Speed, 240 Peak HP (Max)
TRANSMISSION, AUTOMATIC:{Allison 2500 RDS} 6th Generation Controls, Wide Ratio, 5-Speed with Overdrive, with PTO
Provision, Less Retarder, with 33,000-lb GVW and GCW Max, On/Off Highway
CLUTCH:Omit Item (Clutch & Control)
AXLE, FRONT NON-DRIVING:{Dana Spicer E-1202W} Wide Track, I-Beam Type, 12,000-lb Capacity
AXLE, REAR, SINGLE:{Dana Spicer 21060S} Single Reduction, 21,000-lb Capacity, R Wheel Ends Gear Ratio: 5.57
CAB:Conventional, Day Cab
TIRE, FRONT:(2) 11R22.5 Load Range G AH37 (HANKOOK), 501 rev/mile, 75 MPH, All-Position
TIRE, REAR:(4) 11R22.5 Load Range G HSR 3 (CONTINENTAL), 494 rev/mile, 75 MPH, All-Position
SUSPENSION, REAR, SINGLE:23,500-lb Capacity, Vari-Rate Springs, with 4500-lb Capacity Auxiliary Rubber Springs
PAINT:Cab schematic 100WL
Location 1: 9219, Winter White (Std)
Chassis schematic N/A
October 18, 2023
2 Proposal: 26486-01
155
Code Description F/R Wt Tot Wt
(lbs) (lbs)
HV60700 Base Chassis, Model HV607 SBA with 165.00 Wheelbase, 97.90 CA, and 65.00
Axle to Frame.
6136/3644 9780
AXLE CONFIGURATION
1ANA AXLE CONFIGURATION {Navistar} 4x2 -27/-108 -135
Notes
: Pricing may change if axle configuration is changed.
ENGINE
12EXT ENGINE, DIESEL {Cummins B6.7 240} EPA 2024, 240HP @ 2400 RPM, 600 lb-ft
Torque @ 1600 RPM, 2600 RPM Governed Speed, 240 Peak HP (Max)
0/0 0
12VJR EMISSION, CALENDAR YEAR {Cummins B6.7} EPA, OBD and GHG Certified for
Calendar Year 2024
0/0 0
12WZX CARB EMISSION WARR COMPLIANCE for Cummins B6.7 Engines 0/0 0
12WZJ CARB IDLE COMPLIANCE Low NOx Idle Engine, Complies with California Clean
Air Regulations; Includes "Certified Clean Idle" Decal located on Driver Door
0/0 0
12WVG EPA IDLE COMPLIANCE Low NOx Idle Engine, Complies with EPA Clean Air
Regulations; Includes "Certified Clean Idle" Decal on Hood
0/0 0
10UAC VEHICLE REGISTRATION IDENTITY ID for the State of California 0/0 0
12UYE RADIATOR Aluminum, 2-Row, Cross Flow, Over Under System, 717 SqIn
Louvered, with 313 SqIn Charge Air Cooler, Includes In-Tank Oil Cooler
-80/-1 -81
Includes
: DEAERATION SYSTEM with Surge Tank
: HOSE CLAMPS, RADIATOR HOSES Gates Shrink Band Type; Thermoplastic
Coolant Hose Clamps
: RADIATOR HOSES Premium, Rubber
12THT FAN DRIVE {Horton Drivemaster} Two-Speed Type, Direct Drive, with Residual
Torque Device for Disengaged Fan Speed
0/0 0
Includes
: FAN Nylon
12VBR AIR CLEANER with Service Protection Element 10/0 10
12703 ANTI-FREEZE Red, Extended Life Coolant; To -40 Degrees F/ -40 Degrees C,
Freeze Protection
0/0 0
12VYP ENGINE CONTROL, REMOTE MOUNTED No Provision for Remote Mounted
Engine Control
0/0 0
12VXT THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary,
Variable Speed; Mounted on Steering Wheel
0/0 0
TRANSMISSION
13BBJ TRANSMISSION, AUTOMATIC {Allison 2500 RDS} 6th Generation Controls, Wide
Ratio, 5-Speed with Overdrive, with PTO Provision, Less Retarder, with 33,000-lb
GVW and GCW Max, On/Off Highway
0/0 0
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
3 Proposal: 26486-01
156
Code Description F/R Wt Tot Wt
(lbs) (lbs)
13WVV NEUTRAL AT STOP Allison Transmission Shifts to Neutral When Service Brake is
Depressed and Vehicle is at Stop; Remains in Neutral Until Service Brake is
Released
0/0 0
13XAL PTO LOCATION Customer Intends to Install PTO at Left Side of Transmission 0/0 0
13WYY SHIFT CONTROL PARAMETERS {Allison} 1000 or 2000 Series Transmissions,
Performance Programming
0/0 0
13WLN TRANSMISSION OIL Synthetic; 20 thru 28 Pints 0/0 0
13WVS TRANSMISSION SHIFT CONTROL T-Handle 0/0 0
CLUTCH
11001 CLUTCH Omit Item (Clutch & Control)0/0 0
REAR AXLES, SUSPENSIONS
14AWD AXLE, REAR, SINGLE {Dana Spicer 21060S} Single Reduction, 21,000-lb
Capacity, R Wheel Ends . Gear Ratio: 5.57
0/38 38
14VAH SUSPENSION, REAR, SINGLE 23,500-lb Capacity, Vari-Rate Springs, with 4500-
lb Capacity Auxiliary Rubber Springs
0/62 62
14WMN AXLE, REAR, LUBE {EmGard FE-75W-90} Synthetic Oil; 1 thru 29.99 Pints 0/0 0
FRONT AXLES
2AGE AXLE, FRONT NON-DRIVING {Dana Spicer E-1202W} Wide Track, I-Beam Type,
12,000-lb Capacity
-9/0 -9
FRONT SUSPENSIONS
3ADC SUSPENSION, FRONT, SPRING Parabolic Taper Leaf, Shackle Type, 12,000-lb
Capacity, with Shock Absorbers
0/0 0
CABS, COWLS, BODIES
16030 CAB Conventional, Day Cab 0/0 0
16ZBT ACCESS, CAB Steel, Driver & Passenger Sides, Two Steps per Door, for use with
Day Cab and Extended Cab
0/0 0
16BAM AIR CONDITIONER with Integral Heater and Defroster 0/0 0
16WBY ARM REST, RIGHT, DRIVER SEAT 3/0 3
16VKB CAB INTERIOR TRIM Classic, for Day Cab 0/0 0
Includes
: CONSOLE, OVERHEAD Molded Plastic with Dual Storage Pockets, Retainer
Nets and CB Radio Pocket; Located Above Driver and Passenger
: DOME LIGHT, CAB Door Activated and Push On-Off at Light Lens, Timed Theater
Dimming, Integral to Overhead Console, Center Mounted
: SUN VISOR (2) Padded Vinyl; 2 Moveable (Front-to-Side) Primary Visors, Driver
Side with Toll Ticket Strap
16WSK CAB REAR SUSPENSION Air Bag Type 0/0 0
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
4 Proposal: 26486-01
157
Code Description F/R Wt Tot Wt
(lbs) (lbs)
16WLS FRESH AIR FILTER Attached to Air Intake Cover on Cowl Tray in Front of
Windshield Under Hood
0/0 0
16GED GAUGE CLUSTER Base Level; English with English Electronic Speedometer 0/0 0
Includes
: GAUGE CLUSTER DISPLAY: Base Level (3" Monochromatic Display), Premium
Level (5" LCD Color Display); Odometer, Voltmeter, Diagnostic Messages, Gear
Indicator, Trip Odometer, Total Engine Hours, Trip Hours, MPG, Distance to Empty/
Refill for
: GAUGE CLUSTER Speedometer, Tachometer, Engine Coolant Temp, Fuel
Gauge, DEF Gauge, Oil Pressure Gauge, Primary and Secondary Air Pressure
: WARNING SYSTEM Low Fuel, Low DEF, Low Oil Pressure, High Engine Coolant
Temp, Low Battery Voltage (Visual and Audible), Low Air Pressure (Primary and
Secondary)
16XJN INSTRUMENT PANEL Flat Panel 0/0 0
16HKT IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge
Cluster
0/0 0
16SNT MIRRORS (2) Aero Pedestal, Power Adjust, Heated, Turn Signals, Black Heads
and Arms, 6.5" x 14" Flat Glass, Includes 6.5" x 6" Convex Mirrors, for 102" Load
Width
0/0 0
Notes
: Mirror Dimensions are Rounded to the Nearest 0.5"
16VLV MONITOR, TIRE PRESSURE Omit -10/-1 -11
16JNT SEAT, DRIVER {National 2000} Air Suspension, High Back with Integral Headrest,
Vinyl, Isolator, 1 Chamber Lumbar, with 2 Position Front Cushion Adjust, -3 to +14
Degree Angle Back Adjust
0/0 0
16SMN SEAT, PASSENGER {National} Non Suspension, High Back, Fixed Back, Integral
Headrest, Vinyl
15/8 23
16XWD SUNSHADE, EXTERIOR Aerodynamic, Painted Roof Color, with Integral
Clearance/Marker Lights
14/3 17
16WJU WINDOW, POWER (2) and Power Door Locks, Left and Right Doors, Includes
Express Down Feature
0/0 0
FRAMES
1CAG FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.250" x 3.610" x
0.375" (260.4mm x 91.7mm x 9.5mm); 456.0" (11582mm) Maximum OAL
55/243 298
1LNG BUMPER, FRONT Contoured, Steel, Painted Gloss Black -17/3 -14
1MEJ FRAME DIMPLE Dimple on Left and Right Top Flange of Frame Rail to Reference
Rear Axle Centerline
0/0 0
1570 TOW HOOK, FRONT (2) Frame Mounted 8/0 8
1WGR WHEELBASE RANGE 138" (350cm) Through and Including 187" (475cm)74/-74 0
BRAKES
4091 BRAKE SYSTEM, AIR Dual System for Straight Truck Applications 0/0 0
Includes
: BRAKE LINES Color and Size Coded Nylon
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
5 Proposal: 26486-01
158
Code Description F/R Wt Tot Wt
(lbs) (lbs)
: DRAIN VALVE Twist-Type
: GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located in Instrument
Cluster
: PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel
: PARKING BRAKE VALVE For Truck
: QUICK RELEASE VALVE On Rear Axle for Spring Brake Release: 1 for 4x2, 2
for 6x4
: SPRING BRAKE MODULATOR VALVE R-7 for 4x2, SR-7 with relay valve for
6x4/8x6
4AZA AIR BRAKE ABS {Bendix AntiLock Brake System} 4-Channel (4 Sensor/4
Modulator) Full Vehicle Wheel Control System
0/0 0
4GBM BRAKE, PARKING Manual Push-Pull Pneumatic Parking Brake 1/0 1
4XDC BRAKES, FRONT {Meritor 15X4 Q-PLUS CAST} Air S-Cam Type, Cast Spider,
Fabricated Shoe, Double Anchor Pin, Size 15" X 4", 13,200-lb Capacity
-70/0 -70
4EXP BRAKE CHAMBERS, FRONT AXLE {Bendix} 20 SqIn 2/0 2
4LAG SLACK ADJUSTERS, FRONT {Gunite} Automatic 14/0 14
4WBX DUST SHIELDS, FRONT BRAKE for Air Cam Brakes 10/0 10
4XDR BRAKES, REAR {Meritor 16.5X7 Q-PLUS CAST} Air S-Cam Type, Cast Spider,
Fabricated Shoe, Double Anchor Pin, Size 16.5" X 7", 23,000-lb Capacity per Axle
0/52 52
4EXU BRAKE CHAMBERS, REAR AXLE {Bendix EverSure} 30/30 SqIn Spring Brake 0/7 7
4LGG SLACK ADJUSTERS, REAR {Gunite} Automatic 0/14 14
4WDM DUST SHIELDS, REAR BRAKE for Air Cam Brakes 0/10 10
4SPA AIR COMPRESSOR {Cummins} 18.7 CFM 0/0 0
4EBS AIR DRYER {Bendix AD-9} with Heater 17/11 28
4VKC AIR DRYER LOCATION Mounted Inside Left Rail, Back of Cab 13/8 21
4VKJ AIR TANK LOCATION (2) Mounted Under Battery Box, Outside Left Rail, Back of
Cab, Perpendicular to Rail
-20/27 7
4732 DRAIN VALVE {Berg} with Pull Chain, for Air Tank 0/0 0
STEERING
5PSA STEERING GEAR {Sheppard M100} Power 0/0 0
5710 STEERING COLUMN Tilting and Telescoping 17/2 19
5CAW STEERING WHEEL 4-Spoke; 18" Dia., Black 0/0 0
DRIVELINES
6DGA DRIVELINE SYSTEM {Dana Spicer} SPL100, for 4x2/6x2 0/0 0
EXHAUST SYSTEMS
7BME EXHAUST SYSTEM Horizontal Aftertreatment System, Frame Mounted Under
Right Rail Back of Cab, Includes Single Short Horizontal Tail Pipe
0/0 0
7SCP ENGINE EXHAUST BRAKE for Cummins ISB/B6.7/ISL/L9 Engine with Variable
Vane Turbo Charger
0/0 0
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
6 Proposal: 26486-01
159
Code Description F/R Wt Tot Wt
(lbs) (lbs)
ELECTRICAL SYSTEMS
8000 ELECTRICAL SYSTEM 12-Volt, Standard Equipment 0/0 0
Includes
: DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab
: HAZARD SWITCH Push On/Push Off, Located on Instrument Panel to Right of
Steering Wheel
: HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever
: PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light
: STARTER SWITCH Electric, Key Operated
: STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector
: TURN SIGNAL SWITCH Self-Cancelling for Trucks, Manual Cancelling for
Tractors, with Lane Change Feature
: WINDSHIELD WIPER SWITCH 2-Speed with Wash and Intermittent Feature (5
Pre-Set Delays), Integral with Turn Signal Lever
: WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted
: WIRING, CHASSIS Color Coded and Continuously Numbered
8GHP ALTERNATOR {Delco Remy 28SI} Brush Type, 12 Volt, 160 Amp Capacity, Pad
Mount, with Remote Sense
-2/0 -2
8RPR ANTENNA for Increased Roof Clearance Applications 1/0 1
8THB BACK-UP ALARM Electric, 102 dBA 0/3 3
8VUL BATTERY BOX Steel, with Plastic Cover, 18" Wide, 2-4 Battery Capacity, Mounted
Left Side Back of Cab
-36/13 -23
8MJT BATTERY SYSTEM {Fleetrite} Maintenance-Free, (2) 12-Volt 1900CCA Total, Top
Threaded Stud
7/7 14
8HAE BODY BUILDER WIRING Rear of Frame; Includes Sealed Connectors for Tail/
Amber Turn/Marker/ Backup/Accessory Power/Ground and Sealed Connector for
Stop/Turn
0/3 3
8XAH CIRCUIT BREAKERS Manual-Reset (Main Panel) SAE Type III with Trip
Indicators, Replaces All Fuses
0/0 0
8WPH CLEARANCE/MARKER LIGHTS (5) {Truck Lite} Amber LED Lights, Flush
Mounted on Cab or Sunshade
0/0 0
8XLG FUSES, ELECTRICAL (7) Spare Fuses with a Variety of Ratings, Stored in a
Module Located Near the Fuse Block, in the Main Fuse Panel Area
0/0 0
8XKC HEADLIGHTS Halogen, with Daytime Running Lights, Automatic Twilight
Controlled
0/0 0
8XHN HORN, AIR Single Trumpet, Black, with Lanyard Pull Cord 3/0 3
8541 HORN, ELECTRIC (2) Disc Style 1/0 1
8WWJ INDICATOR, LOW COOLANT LEVEL with Audible Alarm 0/0 0
8RPS RADIO AM/FM/WB/Clock/Bluetooth/USB Input/Auxiliary Input 3/0 3
8RMZ SPEAKERS (2) 6.5" Dual Cone Mounted in Both Doors, (2) 5.25" Dual Cone
Mounted in Both B-Pillars
5/3 8
8WTK STARTING MOTOR {Delco Remy 38MT Type 300} 12 Volt, Less Thermal Over-
Crank Protection
8/0 8
8XGT TURN SIGNALS, FRONT Includes LED Side Turn Lights Mounted on Fender 0/0 0
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
7 Proposal: 26486-01
160
Code Description F/R Wt Tot Wt
(lbs) (lbs)
FRONT END
9WBM FRONT END Tilting, Fiberglass, with Three Piece Construction, Sloped Front -64/-6 -70
9593 FENDER EXTENSIONS Omit 0/0 0
9HAD GRILLE Chrome 0/0 0
9AAB LOGOS EXTERIOR Model Badges 0/0 0
9AAE LOGOS EXTERIOR, ENGINE Badges 0/0 0
SPEEDOMETER, TOOLS, MISC
10AGB COMMUNICATIONS MODULE Telematics Device with Over the Air Programming;
Includes Five Year Data Plan and International 360
1/0 1
10BAE LABEL, DEF "DEF ONLY"0/0 0
10060 PAINT SCHEMATIC, PT-1 Single Color, Design 100 0/0 0
Includes
: PAINT SCHEMATIC ID LETTERS "WL"
10761 PAINT TYPE Base Coat/Clear Coat, 1-2 Tone 0/0 0
FUEL TANKS
15SGJ FUEL TANK Top Draw, Non-Polished Aluminum, D-Style, 16" Tank Depth, 50 US
Gal (189L), Mounted Left Side, Under Cab
23/3 26
15WDG DEF TANK 7 US Gal (26L) Capacity, Frame Mounted Outside Left Rail, Under Cab 0/0 0
15902 FUEL TANK CAP Locking Type 1/0 1
15LMS FUEL/WATER SEPARATOR 12 VDC Electric Heater, Includes Pre-Heater,
Includes Water-in-Fuel Sensor, Cummins Supplied on Engine
1/-1 0
WHEELS, TIRES - FRONT
27DTT WHEELS, FRONT {Accuride 28828} DISC; 22.5x8.25 Rims, Powder Coat Steel,
2-Hand Hole, 10-Stud, 285.75mm BC, Hub-Piloted, Flanged Nut, with .472" Thick
Increased Capacity Disc and with Steel Hubs
14/0 14
7372135809 (2) TIRE, FRONT 11R22.5 Load Range G AH37 (HANKOOK), 501 rev/mile, 75
MPH, All-Position
-18/0 -18
WHEELS, TIRES - REAR
28DUK WHEELS, REAR {Accuride 29169} DUAL DISC; 22.5x8.25 Rims, Powder Coat
Steel, 5-Hand Hole, 10-Stud, 285.75mm BC, Hub-Piloted, Flanged Nut, with .472"
Thick Increased Capacity Disc and Steel Hubs
0/24 24
7372135439 (4) TIRE, REAR 11R22.5 Load Range G HSR 3 (CONTINENTAL), 494 rev/mile,
75 MPH, All-Position
0/0 0
WHEELS MISC OPTIONS
29ACD TIRE VALVE CAP Flo-Thru Design 0/0 0
29WLK WHEEL BEARING, FRONT, LUBE {EmGard FE-75W-90} Synthetic Oil 0/0 0
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
8 Proposal: 26486-01
161
Code Description F/R Wt Tot Wt
(lbs) (lbs)
Services Section:
WARRANTY
40128 WARRANTY Standard for HV507, HV50B, HV607 Models, Effective with Vehicles
Built July 1, 2017 or Later, CTS-2025A
0/0 0
40NSG CARB COMPANION PLAN {Navistar} for CARB B6.7 and L9 Engines 0/0 0
Total Component Weight:6104/3997 10101
(lbs) (lbs)
1 T&B 2500 Gal Tank 0/0 0
Total Body Allied:0/0 0
(lbs) (lbs)
The weight calculations included in this proposal are an estimate of future vehicle weight. The actual weight as manufactured may be
different from the estimated weight. Navistar, Inc. shall not be liable for any consequences resulting from any differences between the
estimated weight of a vehicle and the actual weight.
Vehicle Specifications October 18, 2023
2025 HV607 SBA (HV607)
9 Proposal: 26486-01
162
163
Wednesday, October 18, 2023
TERMS AND CONDITIONS
1. Definitions: as used in this CONTRACT, except provisions relating to the trade in vehicle, "YOU or "YOUR means company
and/or buyer and co-buyer. "I", "ME", or "MY" means the seller or dealer. "VEHICLE" means the car, truck, or other VEHICLE
described on the first page of this CONTRACT including all the options listed. "Manufacturer" means the company which makes
the VEHICLE. "Trade-In" means the car, truck, motorcycle or other vehicle which YOU trade to ME in a partial payment for the
vehicle.
2. Purpose: By signing the CONTRACT, YOU agree to buy the VEHICLE from ME. By accepting this CONTRACT, I agree to
deliver the VEHICLE to YOU if the VEHICLE is in MY inventory. If the VEHICLE is not in MY inventory, I agree to order the
VEHICLE from the manufacturer, and after receiving the VEHICLE from the manufacturer, to deliver the VEHICLE to YOU
3. Price Changes by the Manufacturer: The VEHICLE price stated on the first page of this CONTRACT is based on the current
prices the manufacturer charges ME. At any time before I receive the VEHICLE from the manufacturer, the manufacturer has
the right to raise the price it charges to ME. If the manufacturer does raise the price, I may raise the price to YOU by the same
amount. If I do raise MY price, You may cancel the CONTRACT and get back any down payment YOU have made. If I have not
already sold the Trade-In (See paragraph 4), YOU may have the Trade-In back by paying ME the reasonable cost of storage
and any repair work or reconditioning I may have done.
4. Trade-In: If you are using a Trade-In to partially pay for the VEHICLE, You may deliver the Trade-In to ME either when YOU
sign the CONTRACT or when the VEHICLE is ready for YOU to pick up. If YOU do not deliver the Trade-In to ME when YOU
sign this CONTRACT, You agree that at the time YOU deliver the Trade-In and lower the allowance stated on the first page of
this CONTRACT. If I do lower the allowance, YOU may cancel this CONTRACT and get back your cash down payment.
If YOU deliver the Trade-In when YOU sign this CONTRACT, I may sell the Trade-In at any time and at any price I think proper.
If this CONTRACT is cancelled and I have already sold the Trade-In, I will pay YOU the price I received for the Trade-In minus
15% commission, minus any money I spent repairing, storing, insuring or advertising the Trade-In, unless otherwise required by
law.
5. Trade-In -- YOUR Responsibilities: At the time YOU deliver the Trade-In to ME, YOU guarantee that YOU own the Trade-in
free and clear and agree to furnish proper proof of ownership, including the Certificate of Title or other evidence of ownership.
If any outstanding security interests are attached to the Trade -In vehicle, YOU are obligated to satisfy the debt secured and to
obtain a release of all liens. If I arrange payment of the debt, and the total amount is greater than the amount shown on the
CONTRACT as the balance owing to lien holder, YOU agree to pay the difference to ME in cash immediately upon notice of the
deficiency. If the debt is less than the amount shown, I will refund the surplus to YOU.
6. Design Changes by the Manufacturer: The manufacturer has the right to change the design of the VEHICLE, its chassis, its
parts or accessories at any time without notice to YOU or to ME. In the event of any change in design, I have no duty to YOU
except to deliver the VEHICLE as made by the manufacturer.
7. Delays in Delivery: I am not responsible for delays caused by the manufacturer, or by accidents, fires, or other causes beyond
MY control. I do not control the manufacturer and am not part of the manufacturer and do not work for the manufacturer.
8. Taxes: The price of the VEHICLE does not include Federal Taxes, State Sales or Excise Taxes or any other tax or government
fee. YOU must pay ME the proper amount of any tax or governmental fee which applies to this sale.
9. New VEHICLE Disclaimer of Warranties: If YOU are buying a new VEHICLE, the VEHICLE will come with the manufacturer's
warranty which is a promise from the manufacturer directly to YOU. Unless otherwise agreed in a separate document (see
Paragraph 12 below), I expressly disclaim all warranties, express or implied, including any implied warranty of merchantability
or fitness for a particular purpose. I sell the VEHICLE "AS IS" and make no guarantees of any kind about the Vehicle's quality
of performance. YOU have complete responsibility and all the risk for any problems with the VEHICLE.
10. Used VEHICLE Disclaimer of Warranties: Except as may be provided in the Buyer's Guide Window Form and a separate
warranty document (see Paragraph 12 below) if YOU are purchasing a used VEHICLE, I expressly disclaim all warranties,
express or implied, including any implied warranty or merchantability of fitness for a particular purpose. I sell the VEHICLE "AS
IS" and make no guarantees of any kind about the Vehicle's quality or performance. You have complete responsibility and all
the risk for any problems with the VEHICLE. I do not guarantee that the VEHICLE will pass an exhaust emissions inspection.
11. Dealer Warranty or Service Contract: If I give a warranty on a used VEHICLE or YOU purchase an extended service contract
on a new or used VEHICLE, I may not disclaim implied warranties of merchantability or fitness for a particular purpose.
The pages of this CONTRACT comprise the entire CONTRACT affecting this purchase. The DEALER will not recognize any
verbal agreement, or any other agreement or understanding of any nature. You certify that no credit has been extended by dealer
for the purchase of this motor VEHICLE. You certify that you are 18 years of age or older, and acknowledge receiving a copy of
164
this contract.
The terms of this CONTRACT were agreed upon and the CONTRACT signed in the dealership on the date noted at top of this
form. If DEALER is arranging credit for YOU, this CONTRACT is not valid until a credit disclosure is made as described in
Regulation Z and you have accepted the credit extended.
NOTICE OF SALESPERSON'S LIMITED AUTHORITY. This contract is not valid unless signed and accepted by Sales Manager
or Officer of Dealership.
Accepted: __________________________________ X ___________________________________ Westrux Signature
Accepting Terms of Contract Buyer's Signature Accepting Terms of Contract
DEALER'S DISCLAIMER OR WARRANTY
The Dealer expressly disclaims all warranties, either expressed or implied on the vehicle sold, except any warranties offered
and explained in Paragraphs 9 through 11 listed within this contract. Buyer acknowledges having read and understood the
provisions within this contract.
Buyer's Signature: X ________________________________________________
Buyer hereby acknowledges receipt of all necessary title documents from said dealer, and covenants to submit this paperwork
to the state DMV or title agency within ten days from the date of invoice.
Buyer Signature: X _________________________________
165
166
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: APPROVE DEMAND REGISTERS DATED FEBRUARY 14 AND 21,
2025
RECOMMENDATION
Approve demand registers dated February 14 and 21, 2025.
EXECUTIVE SUMMARY – None
FISCAL IMPACT
Demand of Cash:
City 3,868,443.74$
Successor Agency of RDA -$
Housing Authority 16,665.87$
3,885,109.61$
BACKGROUND/ANALYSIS
Routine bills and payroll must be paid between Council meetings. Attachment 1 details
the weekly demand registers for February 14 and 21, 2025.
Warrants Issued:
216090-216155 373,671.92$
EFT 190 779.55$
216156-216206 1,230,080.69$
EFT 191 1,575.67$
EFT 192 12,358.43$
Wire Transfers 1,992,306.71$
Payroll Tax Transfers 12,745.60$
Payroll Direct Deposit 261,591.04$
3,885,109.61$
.
CONSENT CALENDAR ITEM NO. 7
167
Vendor Account Name Amount Purpose
Ortiz Enterprises, Inc.Construction $856,753.29 Dune Palms Bridge Progress Payment
Visit Greater Palm Springs TBID Due to VGPS $100,396.29 Q2 FY 24/25 STVR TBID Collections
Find Food Bank, Inc.Grants & Economic
Development/Marketing
$60,000.00 Food Delivery & Distribution Services for
LQ Communities
American Business Bank Retention Payable $45,092.98 Dune Palms Bridge Retention Payment
Visual Edge IT, Inc.Consultants $42,092.92 IT Services
Wire Transfers: Eighteen transfers totaled $1,992,307. Of this amount, $1,630,645 was
to U.S Bank Trust for successor agency bond debt service payment and $218,584 was
to Landmark (See Attachment 2 for a complete listing).
Investment Transactions: Full details of investment transactions, as well as total
holdings, are reported quarterly in the Treasurer’s Report.
Prepared by: Jesse Batres, Finance Technician
Approved by: Rosemary Hallick, Principal Management Analyst
Attachments: 1. Demand Registers
2. Wire Transfers
Transaction Issuer Type Par Value
Settle
Date
Coupon
Rate YTM
Maturity First Bank of Michigan CD 248,000 2/14/2025 1.650% 1.650%
Maturity Freedom Financial Bank CD 248,000 2/14/2025 1.650% 1.650%
Maturity American State Bank CD 248,000 2/21/2025 1.600% 1.600%
168
2/24/2025 4:58:24 PM Page 1 of 8
Demand Register
City of La Quinta Packet: APPKT04075 - 02/14/2025 JB
AmountVendor Name Payment Number Description (Item)Account Name Account Number
Fund: 101 - GENERAL FUND
90.00Recruiting/Pre-Employment01/2025 - FINGERPRINTING SCANNING216090111 NOTARY SERVICES 101-1004-60129
474.75Materials/SuppliesTILE FOR WC ENTRY216095BMO FINANCIAL GROUP 101-3008-60431
501.79Materials/SuppliesBATTERIES FOR COVE RESTROOM216095BMO FINANCIAL GROUP 101-3008-60431
74.48Recruiting/Pre-EmploymentTEMP ADMIN TECH INTERVIEW PANEL …216095BMO FINANCIAL GROUP 101-1004-60129
23.23Recruiting/Pre-EmploymentPOSTAGE216095BMO FINANCIAL GROUP 101-1004-60129
73.20Recruiting/Pre-EmploymentPERMIT TECH INTERVIEW PANEL LUNCH216095BMO FINANCIAL GROUP 101-1004-60129
264.00Membership DuesSHRM MEMBERSHIP216095BMO FINANCIAL GROUP 101-1004-60351
275.00Membership DuesWORLD AT WORK MEMBERSHIP RENE…216095BMO FINANCIAL GROUP 101-1004-60351
395.00Subscriptions & PublicationsWORLD AT WORK SUBSCRIPTION216095BMO FINANCIAL GROUP 101-1004-60352
248.00Travel & Training2/20/25 PROJECT MANAGEMENT ADMI…216095BMO FINANCIAL GROUP 101-7001-60320
99.74Travel & Training02/3/25 - APWA LUNCHEON216095BMO FINANCIAL GROUP 101-7001-60320
55.20Travel & Training02/3/25 - APWA LUNCHEON216095BMO FINANCIAL GROUP 101-7003-60320
150.00Travel & Training1/11-1/12/25 ACIA VIRTUAL SYMPOSIU…216095BMO FINANCIAL GROUP 101-7006-60320
402.00Travel & Training03/14/25 - TRAFFIC SIGNAL MAINTENA…216095BMO FINANCIAL GROUP 101-7006-60320
35.70Travel & Training01/06/25 - APWA LUNCHEON216095BMO FINANCIAL GROUP 101-7006-60320
99.74Travel & Training02/3/25 - APWA LUNCHEON216095BMO FINANCIAL GROUP 101-7006-60320
-280.51Subscriptions & PublicationsRETURN ANNUAL LABOR LAW POSTERS216095BMO FINANCIAL GROUP 101-1004-60352
61.44Community ExperiencesDESSERT FOR LUNCHEON216095BMO FINANCIAL GROUP 101-3003-60149
1,050.00Community ExperiencesPHOTO BACKDROP & EASTER BUNNY C…216095BMO FINANCIAL GROUP 101-3003-60149
416.25Community Experiences216095BMO FINANCIAL GROUP 101-3003-60149
5.00Operating Supplies216095BMO FINANCIAL GROUP 101-3003-60420
33.33Travel & Training
CATERING FOR WC LUNCHEON
DRONE REGISTRATION RENEWAL
COUNCIL MEETING BEVERAGES216095BMO FINANCIAL GROUP 101-1001-60320
81.53Travel & Training01/21/25 - FOOD FOR CITY COUNCIL ST…216095BMO FINANCIAL GROUP 101-1004-60320
36.62Office SuppliesMINTS216095BMO FINANCIAL GROUP 101-1005-60400
15.64Office SuppliesAV CABLE FOR LIBERTY216095BMO FINANCIAL GROUP 101-1005-60400
293.59Operating SuppliesTWO OFFICE CHAIRS216095BMO FINANCIAL GROUP 101-1005-60420
14.75Office SuppliesWALL CALENDAR216095BMO FINANCIAL GROUP 101-1006-60400
15.93Office SuppliesDESK CALENDAR216095BMO FINANCIAL GROUP 101-1006-60400
42.76Office SuppliesOFFICE SUPPLIES216095BMO FINANCIAL GROUP 101-1006-60400
32.99Citywide SuppliesCOFFEE SUPPLIES FOR BREAKROOM216095BMO FINANCIAL GROUP 101-1007-60403
22.63Citywide SuppliesBREAKROOM COFFEE SUPPLIES216095BMO FINANCIAL GROUP 101-1007-60403
127.51Citywide SuppliesCOFFEE SUPPLIES FOR LOBBY MACHINE216095BMO FINANCIAL GROUP 101-1007-60403
56.50Citywide SuppliesBREAKROOM COFFEE SUPPLIES216095BMO FINANCIAL GROUP 101-1007-60403
39.99LQ Police VolunteersCOFFEE CUPS216095BMO FINANCIAL GROUP 101-2001-60109
379.47LQ Police VolunteersLUNCH FOR AMEX EVENT216095BMO FINANCIAL GROUP 101-2001-60109
449.18LQ Police VolunteersLUNCH FOR AMEX EVENT216095BMO FINANCIAL GROUP 101-2001-60109
153.64LQ Police VolunteersPOLICE LUNCHEON216095BMO FINANCIAL GROUP 101-2001-60109
40.17LQ Police VolunteersNEIGHBORHOOD WATCH MEETING SNA…216095BMO FINANCIAL GROUP 101-2001-60109
1,831.48Travel & TrainingEMERGENCY MANAGEMENT TRAINING216095BMO FINANCIAL GROUP 101-2002-60320
309.64Disaster Prep SuppliesWC EMERGENCY RADIOS216095BMO FINANCIAL GROUP 101-2002-60406
886.05Disaster Prep SuppliesSTORAGE CABINETS FOR EOC216095BMO FINANCIAL GROUP 101-2002-60406
55.44Operating SuppliesOFFICE SUPPLIES216095BMO FINANCIAL GROUP 101-3002-60420
173.50Operating SuppliesLOCKER PRONG COAT HOOKS216095BMO FINANCIAL GROUP 101-3002-60420
25.99Operating SuppliesOFFICE EQUIPMENT PROTECTION PLAN216095BMO FINANCIAL GROUP 101-3002-60420
32.07Operating SuppliesWC GYM EQUIPMENT216095BMO FINANCIAL GROUP 101-3002-60420
1,342.22Community ExperiencesEASTER EGG HUNT SUPPLIES216095BMO FINANCIAL GROUP 101-3003-60149
384.00Community ExperiencesEASTER EGG HUNT SUPPLIES216095BMO FINANCIAL GROUP 101-3003-60149
309.64Community ExperiencesWC EMERGENCY RADIOS216095BMO FINANCIAL GROUP 101-3003-60149
46.70Community ExperiencesITEMS FOR EASTER EGG EVENT216095BMO FINANCIAL GROUP 101-3003-60149
97.80Community ExperiencesEASTER EGG HUNT SUPPLIES216095BMO FINANCIAL GROUP 101-3003-60149
1,670.30Community ExperiencesEASTER EGG HUNT SUPPLIES216095BMO FINANCIAL GROUP 101-3003-60149
25.95Membership Dues02/2025 APPLE MUSIC/STORAGE SUBSC…216095BMO FINANCIAL GROUP 101-3007-60351
219.00Membership Dues01/2025 - MAILCHIMP216095BMO FINANCIAL GROUP 101-3007-60351
ATTACHMENT 1
169
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 2 of 8
AmountVendor Name Payment Number Description (Item)Account Name Account Number
103.26Safety GearFY 24/25 SAFETY BOOTS A.BERUMEN216095BMO FINANCIAL GROUP 101-3008-60427
381.84Materials/SuppliesRESERVED PARKING SIGNS216095BMO FINANCIAL GROUP 101-3008-60431
21.07Office SuppliesPLANNING BOOK216095BMO FINANCIAL GROUP 101-6001-60400
43.13Office SuppliesSOP FOLDER LABELS216095BMO FINANCIAL GROUP 101-6001-60400
350.71Operating SuppliesSTANDING DESK CONVERTER B.JIMENEZ216095BMO FINANCIAL GROUP 101-6006-60420
-350.71Operating SuppliesRETURN STANDING DESK CONVERTER B.…216095BMO FINANCIAL GROUP 101-6006-60420
103.80Office SuppliesPLANNING BOOK216095BMO FINANCIAL GROUP 101-6001-60400
450.00Travel & TrainingPW SPECIALIST CERT PROGRAM216095BMO FINANCIAL GROUP 101-7003-60320
300.00Travel & TrainingPW SPECIALIST CERT PROGRAM216095BMO FINANCIAL GROUP 101-7003-60320
150.00Travel & TrainingPW NPDES COURSE D.EASTLICK216095BMO FINANCIAL GROUP 101-7003-60320
150.00Travel & TrainingPW CONTRACT ADMIN COURSE D.EASTL…216095BMO FINANCIAL GROUP 101-7003-60320
92.70Membership DuesMSA LA & ORANGE AREA CHAPTER ME…216095BMO FINANCIAL GROUP 101-7003-60351
90.00Membership DuesMSA IE CHAPTER MEMBERSHIP216095BMO FINANCIAL GROUP 101-7003-60351
113.00Promotional ItemsPROMO ITEMS216095BMO FINANCIAL GROUP 101-3007-60134
21.30Community Engagement216095BMO FINANCIAL GROUP 101-3007-60137
100.92Community Engagement216095BMO FINANCIAL GROUP 101-3007-60137
159.00Travel & Training
SUPPLIES FOR COMMUNITY WORKSHOP
SNACKS FOR COMMUNITY WORKSHOP
DRONE TRAINING L.REYES216095BMO FINANCIAL GROUP 101-3007-60320
1,695.00Travel & TrainingE-TOURISM CONFERENCE M.GRAHAM216095BMO FINANCIAL GROUP 101-3007-60320
232.26LQ Police VolunteersSNACKS FOR AMEX EVENT216095BMO FINANCIAL GROUP 101-2001-60109
217.49Operating SuppliesOFFICE CHAIR FOR B.JIMENEZ216095BMO FINANCIAL GROUP 101-6006-60420
60.00Travel & Training01/2025 LEAGUE MEETING S.SANCHEZ216095BMO FINANCIAL GROUP 101-1001-60320
25.00Travel & TrainingCHAMBER SOCIAL EVENT S.SANCHEZ216095BMO FINANCIAL GROUP 101-1001-60320
25.00Travel & TrainingCHAMBER SOCIAL EVENT J.PENA216095BMO FINANCIAL GROUP 101-1001-60320
60.00Travel & Training01/2025 LEAGUE MEETING D.MCGARREY216095BMO FINANCIAL GROUP 101-1001-60320
25.00Travel & Training02/28/25 - CHAMBER BREAKFAST EVENT…216095BMO FINANCIAL GROUP 101-1001-60320
271.53Travel & TrainingCITY COUNCIL DINNER216095BMO FINANCIAL GROUP 101-1001-60320
30.00Travel & Training02/04/25 - RIVCO STUDENT OF MONTH …216095BMO FINANCIAL GROUP 101-1001-60320
160.00Travel & TrainingBIASC DINNER S.SANCHEZ216095BMO FINANCIAL GROUP 101-1001-60320
20.00Travel & TrainingCHAMBER SOCIAL EVENT D.MCGARREY216095BMO FINANCIAL GROUP 101-1001-60320
60.00Travel & Training01/2025 LEAGUE MEETING J.PENA216095BMO FINANCIAL GROUP 101-1001-60320
60.00Travel & Training01/2025 LEAGUE MEETING L.EVANS216095BMO FINANCIAL GROUP 101-1001-60320
30.00216095BMO FINANCIAL GROUP 101-1001-60320
30.00216095BMO FINANCIAL GROUP 101-1001-60320
1,929.49216095BMO FINANCIAL GROUP 101-1002-60320
932.80216095BMO FINANCIAL GROUP 101-1002-60320
69.33
2/4/25 RIVCO STUDENT OF MONTH EV… Travel & Training
2/4/25 - RIVCO STUDENT OF MONTH EV… Travel & Training
1/13-1/16/25 FLIGHTS FOR J.MCMILLEN Travel & Training
1/13-1/16/25 HOTEL ROOM J.MCMILLEN Travel & Training
1/14/-1/16/25 RENTAL CAR JMCMILLEN Travel & Training216095BMO FINANCIAL GROUP 101-1002-60320
10.85Travel & Training01/14/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
28.04Travel & Training1/13/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
17.33Travel & Training1/13/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
252.981/13/-1/14/25 FLIGHT FEES J.MCMILLEN Travel & Training216095BMO FINANCIAL GROUP 101-1002-60320
199.97Travel & Training1/16/25 - FLIGHT FEES J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
23.64Travel & Training01/16/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
20.66Travel & Training01/16/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
68.00Travel & Training01/16/25 - AIRPORT PARKING J.MCMILL…216095BMO FINANCIAL GROUP 101-1002-60320
72.77Travel & Training01/15/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
40.92Travel & Training01/16/25 - RENTAL CAR INSURANCE J.M…216095BMO FINANCIAL GROUP 101-1002-60320
4.91Travel & Training01/16/25 - GAS FOR RENTAL CAR J.MCM…216095BMO FINANCIAL GROUP 101-1002-60320
96.00Travel & Training01/16/25 - HOTEL DEPOSIT J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
13.32Travel & Training01/15/25 - TRAVEL MEAL J.MCMILLEN216095BMO FINANCIAL GROUP 101-1002-60320
90.00Membership DuesMSA MEMBERSHIP216095BMO FINANCIAL GROUP 101-7003-60351
641.50Operating SuppliesCOFFEE MACHINE216095BMO FINANCIAL GROUP 101-7003-60420
38.25Operating SuppliesOFFICE SUPPLIES216095BMO FINANCIAL GROUP 101-7003-60420
77.47Operating SuppliesOFFICE SUPPLIES216095BMO FINANCIAL GROUP 101-7003-60420
235.00Membership DuesIIMC MEMBERSHIP RENEWAL216095BMO FINANCIAL GROUP 101-1005-60351
1,697.42PostageCERTIFIED LETTER ENVELOPES216095BMO FINANCIAL GROUP 101-1007-60470
2,100.00Prepaid Expense7/1-12/31/25 CA TRAVEL ASSOC MEMB…216100CALIFORNIA TRAVEL ASSOCI…101-0000-13600
1,500.00Membership Dues1/1-6/30/25 CA TRAVEL ASSOC MEMBE…216100CALIFORNIA TRAVEL ASSOCI…101-3007-60351
623.00Professional ServicesSTVR HOTLINE216101CENTRAL COMMUNICATIONS 101-6004-60103
780.47Water -Pioneer Park - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…101-3005-61207
115.02Water - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…101-2002-61200
170
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 3 of 8
AmountVendor Name Payment Number Description (Item)Account Name Account Number
26.08Water - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…101-3008-61200
1,515.00Professional ServicesINLET CLEANING SIMON DR & WASHIN…216107CV PIPELINE CORP 101-7003-60103
42.50Postage01/14/25 & 01/20/25 - OVERNIGHT MAIL216110FEDEX 101-1007-60470
15.71Postage01/28/25 - OVERNIGHT MAIL216110FEDEX 101-1007-60470
229.15Garnishments PayableGARNISHMENT216111FRANCHISE TAX BOARD 101-0000-20985
536.20Cable/Internet - Utilities01/26-02/25/25 - POLICE INTERNET216112FRONTIER COMMUNICATIO…101-2001-61400
260.26Materials/SuppliesMETERING VALVE SPORTS COMPLEX216114GRAINGER 101-3008-60431
261.66Operating SuppliesGAS CANS, BOOSTER CABLE, TRASH GR…216114GRAINGER 101-7003-60420
723.48Electricity - UtilitiesELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-2002-61101
13.82Electric - Monticello Park - Uti…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61102
3,901.62Electric - Sports Complex - Uti…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61106
12.98Electric - Colonel Paige - Utilit…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61108
14,727.85Electric - Community Park - U…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61109
68.17Electric - Adams Park - Utiliti…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61110
14.88Electric - Velasco Park - Utiliti…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61111
13.82Electric - Desert Pride - Utiliti…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61114
3,086.49Electric - Civic Center Park - U…ELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 101-3005-61103
100.00Consultants/Employee Servic…01/14/25 - DMV DOT PHYSICAL & CERTIF…216117INDUSTRIAL HEALTH MEDICA…101-1004-60104
38.17Mechanical PermitsREFUND PERMIT FEES BMCH2024-0538216118IPERMIT 101-0000-42402
76.34Building Plan Check FeesREFUND PERMIT FEES BMCH2024-0538216118IPERMIT 101-0000-42600
590.00Professional Services01/2025 LQ RESORT FEASIBILITY ANALYS…216120KEYSER MARSTON ASSOCIAT…101-1002-60103
3,500.00Contract Services - Administr…01/2025 FEDERAL LOBBYIST SERVICES216121KILEY & ASSOCIATES 101-1002-60101
710.19Maintenance/Services10/01-12/31/24 - CH ELEVATOR MAINT…216122KONE INC 101-3008-60691
200.00Annual Wellness Dollar Reim…FY 24/25 WELLNESS DOLLARS REIMB B.…216124MCKINNEY, BRYAN 101-1004-50252
42.99UniformsUNIFORM LAUNDRY SERVICE216125MISSION LINEN SUPPLY 101-3005-60690
22.20UniformsUNIFORM LAUNDRY SERVICE216125MISSION LINEN SUPPLY 101-3008-60690
42.99UniformsUNIFORM LAUNDRY SERVICE216125MISSION LINEN SUPPLY 101-3005-60690
22.20UniformsUNIFORM LAUNDRY SERVICE216125MISSION LINEN SUPPLY 101-3008-60690
6,386.00Fritz Burns Pool Maintenance02/2025 FB POOL MONTHLY MAINTEN…216126OCEAN SPRINGS TECH INC 101-3005-60184
1,404.16Fritz Burns Pool Maintenance01/27/25 FB WADING POOL LIGHT FIXT…216126OCEAN SPRINGS TECH INC 101-3005-60184
2,808.31Fritz Burns Pool Maintenance01/27/25 FB POOL LIGHT FIXTURE REPL…216126OCEAN SPRINGS TECH INC 101-3005-60184
412.53Fritz Burns Pool Maintenance01/27/25 FB POOL CRACK IN THE PLAST…216126OCEAN SPRINGS TECH INC 101-3005-60184
2,352.00Community ExperiencesCITY BDAY DESSERT DEPOSIT216127OCHOA JR, JESUS 101-3003-60149
1,717.00Fritz Burns Pool MaintenanceFB POOL CONTROLLER REPLACEMENT216129PACIFIC WEST AIR CONDITIO…101-3005-60184
47.63COUNCIL APPAREL EMBROIDERY Promotional Items216130PALMS TO PINES PRINTING 101-3007-60134
1,881.11Operating SuppliesSTAFF POLO SHIRTS - CS216130PALMS TO PINES PRINTING 101-3003-60420
881.56Promotional ItemsSTAFF POLO SHIRTS - CM.216130PALMS TO PINES PRINTING 101-3007-60134
105.29UniformsSTAFF POLO SHIRTS - PW216130PALMS TO PINES PRINTING 101-3008-60690
3,700.00Community EngagementTABLES, CHAIRS,TABLE LINEN FOR CITY P…216132PARTY TIME RENTALS 101-3007-60137
3,025.04Temporary Agency Services01/24/25 - TEMP AGENCY SERVICES R.I…216133PROPER SOLUTIONS INC 101-1004-60125
3,030.19Temporary Agency Services01/31/25 - TEMP AGENCY SERVICES R.I…216133PROPER SOLUTIONS INC 101-1004-60125
-88.79Sales Taxes PayableBIKE HELMETS FOR CITY PICNIC SALES T…216134PRORIDER INC 101-0000-20304
1,103.54Special Enforcement FundsBIKE HELMETS FOR CITY PICNIC216134PRORIDER INC 101-2001-60175
551.00Materials/SuppliesIRRIGATION PARTS216138SMITH PIPE & SUPPLY CO 101-3005-60431
225.00Annual Permits/InspectionsCH ELEVATOR INSPECTION216139STATE OF CA DEPT OF INDUS…101-3008-60196
13.00Due to SunLine01/2025 - SUNLINE PASSES216140SUNLINE TRANSIT AGENCY 101-0000-20305
-1.25Miscellaneous Revenue01/2025 - SUNLINE PASSES216140SUNLINE TRANSIT AGENCY 101-0000-42301
12,778.25Marketing & Tourism Promot…02/2025 GEM PUBLICATION216141THE CHAMBER 101-3007-60461
398.81Materials/SuppliesLQ PARK OFFICE LOCK REPAIR216142THE LOCK SHOP, INC 101-3008-60431
177.19Materials/SuppliesSPORTS COMPLEX RESTROOM LOCK RE…216142THE LOCK SHOP, INC 101-3008-60431
327.93Materials/SuppliesLQ PARK SNACK BAR LOCK REPAIR216142THE LOCK SHOP, INC 101-3008-60431
5,000.00Sponsorships/AdvertisingINDYCAR PROGRAM SPONSORSHIP AD216143THERMAL OPERATING COM…101-3007-60450
2,215.38Materials/SuppliesHARDSCAPE MATERIALS216144TRI-STATE MATERIALS INC 101-3005-60431
191.19Materials/SuppliesHARDSCAPE MATERIALS216144TRI-STATE MATERIALS INC 101-3005-60431
3,750.00Administration10/01-12/31/2024 CONTRACT FOR CUS…216147US BANK 101-1006-60102
441.70Recruiting/Pre-Employment01/2025 - PRE-EMPLOYMENT BACKGRO…216148USA-FACT,INC.101-1004-60129
891.63Telephone - Utilities12/26-01/25/25 - LQPD CELLS (6852)216149VERIZON WIRELESS 101-2001-61300
890.00Maintenance/ServicesMAINTENANCE SERVICES FOR PARKS216150VINTAGE ASSOCIATES 101-3005-60691
828.41Maintenance/ServicesSPORT COMPLEX LIGHT MAINTENANCE.216151VINTAGE E & S INC 101-3005-60691
1,151.18Maintenance/ServicesON-CALL ELECTRICAL SERVICES216151VINTAGE E & S INC 101-3005-60691
171
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 4 of 8
AmountVendor Name Payment Number Description (Item)Account Name Account Number
105,680.31TBID Due to VGPSQ2 FY 24/25 STVR TBID COLLECTIONS216152VISIT GREATER PALM SPRINGS 101-0000-20303
-5,284.02VGPS TBID Admin FeeQ2 FY 24/25 STVR TBID COLLECTIONS216152VISIT GREATER PALM SPRINGS 101-0000-43635
1,176.08Tools/EquipmentGENERATOR & SMALL TOOLS216154WHITE CAP, L.P.101-3005-60432
652.37Operating SuppliesANCHORING EPOXY216154WHITE CAP, L.P.101-7003-60420
317.92Operating SuppliesSAFETY GEAR216154WHITE CAP, L.P.101-7003-60420
251.83Community ExperiencesLQAC PARKING SIGNS216155XPRESS GRAPHICS 101-3003-60149
Fund 101 - GENERAL FUND Total:222,904.69
Fund: 201 - GAS TAX FUND
1,977.92Materials/SuppliesDRONE216095BMO FINANCIAL GROUP 201-7003-60431
374.41AsphaltASPHALT SEALER216114GRAINGER 201-7003-60430
264.21AsphaltASPHALT216123MARTIN MARIETTA 201-7003-60430
48.85UniformsUNIFORM LAUNDRY SERVICE216125MISSION LINEN SUPPLY 201-7003-60690
46.54UniformsPUBLIC WORKS UNIFORM PURCHASES216125MISSION LINEN SUPPLY 201-7003-60690
4,804.58Traffic Control SignsTRAFFIC SIGNS & HARDWARE216128PACIFIC PRODUCTS AND SER…201-7003-60429
Fund 201 - GAS TAX FUND Total:7,516.51
Fund: 202 - LIBRARY & MUSEUM FUND
306.64Water - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…202-3006-61200
130.37Maintenance/ServicesLIGHT BULBS (12)216104CONSOLIDATED ELECTRICAL …202-3006-60691
710.19Maintenance/Services10/01-12/31/24 - MUSEUM ELEVATOR …216122KONE INC 202-3006-60691
Fund 202 - LIBRARY & MUSEUM FUND Total:1,147.20
Fund: 215 - LIGHTING & LANDSCAPING FUND
112.26Water - Medians - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…215-7004-61211
75.38Water - Medians - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…215-7004-61211
1,016.11Water - Medians - UtilitiesWATER SERVICE216103COACHELLA VALLEY WATER D…215-7004-61211
5,400.00Maintenance/Services01/2025 L&L MAINT SERVICES PLANTS …216109DESERT CONCEPTS CONSTR…215-7004-60691
6,840.00Maintenance/Services02/03 - 02/7/25 PLANT REPLACEMENT …216109DESERT CONCEPTS CONSTR…215-7004-60691
4,807.53Electric - UtilitiesELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 215-7004-61116
1,637.52Electric - Medians - UtilitiesELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 215-7004-61117
382.35Electric - Medians - UtilitiesELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 215-7004-61117
1,219.92Electric - UtilitiesELECTRICITY SERVICE216116IMPERIAL IRRIGATION DIST 215-7004-61116
2,414.25Materials/SuppliesPLANTS216135RED TERRA NURSERY, LLC 215-7004-60431
1,641.04Materials/SuppliesPLANT MATERIALS216135RED TERRA NURSERY, LLC 215-7004-60431
150.00Maintenance/ServicesBEE HIVE REMOVAL216146TRULY NOLEN INC 215-7004-60691
Fund 215 - LIGHTING & LANDSCAPING FUND Total:25,696.36
Fund: 221 - AB 939 - CALRECYCLE FUND
1,500.00AB 939 Recycling Solutions01/2025 RECYCLING DIGITAL ADS216092ALPHA MEDIA LLC 221-0000-60127
2,000.00AB 939 Recycling Solutions02/2025 RECYCLING ADVERTISING SERV…216141THE CHAMBER 221-0000-60127
Fund 221 - AB 939 - CALRECYCLE FUND Total:3,500.00
Fund: 247 - ECONOMIC DEVELOPMENT FUND
167.14Marketing & Tourism Promot…FOOD FOR MARKETING VIDEOS216095BMO FINANCIAL GROUP 247-0000-60461
Fund 247 - ECONOMIC DEVELOPMENT FUND Total:167.14
Fund: 270 - ART IN PUBLIC PLACES FUND
6,230.79APP Maintenance & DisplaySILVERROCK ART ON LOAN SCULPTURE S…216094BEST SIGNS INC 270-0000-60683
Fund 270 - ART IN PUBLIC PLACES FUND Total:6,230.79
Fund: 401 - CAPITAL IMPROVEMENT PROGRAMS
12,270.00Retention PayableSPORTS COMPLEX LIGHTING REPLACEM…216091ACE ELECTRIC INC 401-0000-20600
2,126.85Design12/2024 DUNE PALMS BRIDGE LOW WA…216093BENGAL ENGINEERING INC 401-0000-60185
1,342.00Technical10/2024 ON-CALL MTRL TESTING SPORT…216105CONVERSE CONSULTANTS 401-0000-60108
4,408.00ConstructionPULL BOXES AT HWY 111 & DUNE PALMS216106CROSSTOWN ELECTRICAL & …401-0000-60188
6,034.26Design12/2024 - CULTURAL CAMPUS DESIGN216115HAMMEL, GREEN, AND ABR…401-0000-60185
555.98Design12/2024 - CULTURAL CAMPUS DESIGN R…216115HAMMEL, GREEN, AND ABR…401-0000-60185
1,102.69ConstructionTYPE A REPLACEMENT PANEL216119JTB SUPPLY CO., INC.401-0000-60188
Fund 401 - CAPITAL IMPROVEMENT PROGRAMS Total:27,839.78
Fund: 501 - FACILITY & FLEET REPLACEMENT
1,087.52Parts, Accessories, and UpfitsVEHICLE UPGRADES216095BMO FINANCIAL GROUP 501-0000-60675
1,239.41Vehicle Repair & Maintenan…17 CHEVY SILVERADO VIN Z176783 REPA…216102CHEVROLET CADILLAC 501-0000-60676
210.00Vehicle Repair & Maintenan…18 CHEVY SILVERADO VIN Z252560 MAI…216102CHEVROLET CADILLAC 501-0000-60676
1,539.38Vehicle Repair & Maintenan…17 CHEVY COLORADO VIN H1244342 RE…216102CHEVROLET CADILLAC 501-0000-60676
172
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 5 of 8
AmountVendor Name Payment Number Description (Item)Account Name Account Number
572.49Vehicle Repair & Maintenan…22 CHEVY SILVERADO VIN F182277 TIRE…216108DANIEL'S TIRE SERVICE, INC.501-0000-60676
227.78Vehicle Repair & Maintenan…3500 SILVERADO TIRE REPAIR216131PARKHOUSE TIRE INC 501-0000-60676
779.61Vehicle Repair & Maintenan…01/2025 - CAR WASH MEMBERSHIP216137S&D CARWASH MANAGEME…501-0000-60676
Fund 501 - FACILITY & FLEET REPLACEMENT Total:5,656.19
Fund: 502 - INFORMATION TECHNOLOGY
779.55Software Licenses12/10/24-01/09/25 - MS AZURE ONLINE…190MICROSOFT CORPORATION 502-0000-60301
499.00Software Licenses01/2025 - EMAIL PROTECTION SOFTWA…216095BMO FINANCIAL GROUP 502-0000-60301
324.00Software Licenses02/2025 MOBILE SERVICE MANAGEME…216095BMO FINANCIAL GROUP 502-0000-60301
35.86Operating SuppliesLAPTOP BAG FOR D.MCGARREY216095BMO FINANCIAL GROUP 502-0000-60420
87.99Cable/Internet - Utilities02/2025 HULU SUBSCRIPTION216095BMO FINANCIAL GROUP 502-0000-61400
759.12Machinery & EquipmentPORTABLE MONITORS FOR IT STOCK216095BMO FINANCIAL GROUP 502-0000-80100
-468.00Software LicensesREFUND INVENTORY MANAGEMENT SO…216095BMO FINANCIAL GROUP 502-0000-60301
285.00Software LicensesLQQUINTACA.GOV RENEWAL216095BMO FINANCIAL GROUP 502-0000-60301
468.00Software LicensesINVENTORY MANAGEMENT SOFTWARE216095BMO FINANCIAL GROUP 502-0000-60301
992.32Software Licenses216095BMO FINANCIAL GROUP 502-0000-60301
116.37Operating Supplies216095BMO FINANCIAL GROUP 502-0000-60420
1,047.90Computers216095BMO FINANCIAL GROUP 502-0000-80103
1,325.43Computers216095BMO FINANCIAL GROUP 502-0000-80103
1,325.43Computers
SRR DOMAIN RENEWAL
USB-C CABLES
DESKTOP FOR CLERKS OFFICE
MACBOOK AIR FOR IT STOCK
MACBOOK AIR FOR IT STOCK216095BMO FINANCIAL GROUP 502-0000-80103
4,000.00Prepaid Expense07/01/25-12/27/25- PENSION MODULE …216113GOVINVEST, INC 502-0000-13600
4,000.00Prepaid Expense7/1/25-12/27/25- OPEB MODULE PREPA…216113GOVINVEST, INC 502-0000-13600
4,000.00Software Licenses12/28/24-06/30/2025- PENSION MODU…216113GOVINVEST, INC 502-0000-60301
4,000.00Software Licenses12/28/24-6/30/2025 OPEB MODULE216113GOVINVEST, INC 502-0000-60301
5,527.75Software LicensesGEOGRAPHIC INFORMATION SYSTEMS S…216136RINCON CONSULTANTS, INC.502-0000-60301
3,187.50Maintenance AgreementsJAN 2025 AV SYSTEM MAINTENANCE216145TRITON TECHNOLOGY SOLUT…502-0000-60300
8,914.92Consultants01/2025 CONTINGENCY EXPENSES216153VISUAL EDGE IT, INC.502-0000-60104
33,178.00Consultants01/2025 IT SERVICES216153VISUAL EDGE IT, INC.502-0000-60104
Fund 502 - INFORMATION TECHNOLOGY Total:74,386.14
Fund: 504 - INSURANCE FUND
65.00Operating SuppliesFIRST AID KITS & SUPPLIES216095BMO FINANCIAL GROUP 504-1010-60420
-658.33Operating SuppliesRETURN STANDING DESK CONVERTER216095BMO FINANCIAL GROUP 504-1010-60420
Fund 504 - INSURANCE FUND Total:-593.33
Grand Total:374,451.47
173
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 6 of 8
Fund Summary
Fund Expense Amount
101 - GENERAL FUND 222,904.69
201 - GAS TAX FUND 7,516.51
202 - LIBRARY & MUSEUM FUND 1,147.20
215 - LIGHTING & LANDSCAPING FUND 25,696.36
221 - AB 939 - CALRECYCLE FUND 3,500.00
247 - ECONOMIC DEVELOPMENT FUND 167.14
270 - ART IN PUBLIC PLACES FUND 6,230.79
401 - CAPITAL IMPROVEMENT PROGRAMS 27,839.78
501 - FACILITY & FLEET REPLACEMENT 5,656.19
502 - INFORMATION TECHNOLOGY 74,386.14
504 - INSURANCE FUND -593.33
Grand Total:374,451.47
Account Summary
Account Number Account Name Expense Amount
101-0000-13600 Prepaid Expense 2,100.00
101-0000-20303 TBID Due to VGPS 105,680.31
101-0000-20304 Sales Taxes Payable -88.79
101-0000-20305 Due to SunLine 13.00
101-0000-20985 Garnishments Payable 229.15
101-0000-42301 Miscellaneous Revenue -1.25
101-0000-42402 Mechanical Permits 38.17
101-0000-42600 Building Plan Check Fees 76.34
101-0000-43635 VGPS TBID Admin Fee -5,284.02
101-1001-60320 Travel & Training 889.86
101-1002-60101 Contract Services - Admi…3,500.00
101-1002-60103 Professional Services 590.00
101-1002-60320 Travel & Training 3,781.01
101-1004-50252 Annual Wellness Dollar …200.00
101-1004-60104 Consultants/Employee S…100.00
101-1004-60125 Temporary Agency Servi…6,055.23
101-1004-60129 Recruiting/Pre-Employm…702.61
101-1004-60320 Travel & Training 81.53
101-1004-60351 Membership Dues 539.00
101-1004-60352 Subscriptions & Publicat…114.49
101-1005-60351 Membership Dues 235.00
101-1005-60400 Office Supplies 52.26
101-1005-60420 Operating Supplies 293.59
101-1006-60102 Administration 3,750.00
101-1006-60400 Office Supplies 73.44
101-1007-60403 Citywide Supplies 239.63
101-1007-60470 Postage 1,755.63
101-2001-60109 LQ Police Volunteers 1,294.71
101-2001-60175 Special Enforcement Fu…1,103.54
101-2001-61300 Telephone - Utilities 891.63
101-2001-61400 Cable/Internet - Utilities 536.20
101-2002-60320 Travel & Training 1,831.48
101-2002-60406 Disaster Prep Supplies 1,195.69
101-2002-61101 Electricity - Utilities 723.48
101-2002-61200 Water - Utilities 115.02
101-3002-60420 Operating Supplies 287.00
101-3003-60149 Community Experiences 7,982.18
101-3003-60420 Operating Supplies 1,886.11
101-3005-60184 Fritz Burns Pool Mainten…12,728.00
101-3005-60431 Materials/Supplies 2,957.57
101-3005-60432 Tools/Equipment 1,176.08
101-3005-60690 Uniforms 85.98
101-3005-60691 Maintenance/Services 2,869.59
101-3005-61102 Electric - Monticello Park…13.82
174
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 7 of 8
Account Summary
Account Number Account Name Expense Amount
101-3005-61103 Electric - Civic Center Pa…3,086.49
101-3005-61106 Electric - Sports Complex…3,901.62
101-3005-61108 Electric - Colonel Paige -…12.98
101-3005-61109 Electric - Community Par…14,727.85
101-3005-61110 Electric - Adams Park - Ut…68.17
101-3005-61111 Electric - Velasco Park - …14.88
101-3005-61114 Electric - Desert Pride - U…13.82
101-3005-61207 Water -Pioneer Park - Uti…780.47
101-3007-60134 Promotional Items 1,042.19
101-3007-60137 Community Engagement 3,822.22
101-3007-60320 Travel & Training 1,854.00
101-3007-60351 Membership Dues 1,744.95
101-3007-60450 Sponsorships/Advertising 5,000.00
101-3007-60461 Marketing & Tourism Pr…12,778.25
101-3008-60196 Annual Permits/Inspecti…225.00
101-3008-60427 Safety Gear 103.26
101-3008-60431 Materials/Supplies 2,522.57
101-3008-60690 Uniforms 149.69
101-3008-60691 Maintenance/Services 710.19
101-3008-61200 Water - Utilities 26.08
101-6001-60400 Office Supplies 168.00
101-6004-60103 Professional Services 623.00
101-6006-60420 Operating Supplies 217.49
101-7001-60320 Travel & Training 347.74
101-7003-60103 Professional Services 1,515.00
101-7003-60320 Travel & Training 1,105.20
101-7003-60351 Membership Dues 272.70
101-7003-60420 Operating Supplies 1,989.17
101-7006-60320 Travel & Training 687.44
201-7003-60429 Traffic Control Signs 4,804.58
201-7003-60430 Asphalt 638.62
201-7003-60431 Materials/Supplies 1,977.92
201-7003-60690 Uniforms 95.39
202-3006-60691 Maintenance/Services 840.56
202-3006-61200 Water - Utilities 306.64
215-7004-60431 Materials/Supplies 4,055.29
215-7004-60691 Maintenance/Services 12,390.00
215-7004-61116 Electric - Utilities 6,027.45
215-7004-61117 Electric - Medians - Utilit…2,019.87
215-7004-61211 Water - Medians - Utiliti…1,203.75
221-0000-60127 AB 939 Recycling Solutio…3,500.00
247-0000-60461 Marketing & Tourism Pr…167.14
270-0000-60683 APP Maintenance & Disp…6,230.79
401-0000-20600 Retention Payable 12,270.00
401-0000-60108 Technical 1,342.00
401-0000-60185 Design 8,717.09
401-0000-60188 Construction 5,510.69
501-0000-60675 Parts, Accessories, and …1,087.52
501-0000-60676 Vehicle Repair & Maint…4,568.67
502-0000-13600 Prepaid Expense 8,000.00
502-0000-60104 Consultants 42,092.92
502-0000-60300 Maintenance Agreements 3,187.50
502-0000-60301 Software Licenses 16,407.62
502-0000-60420 Operating Supplies 152.23
502-0000-61400 Cable/Internet - Utilities 87.99
502-0000-80100 Machinery & Equipment 759.12
502-0000-80103 Computers 3,698.76
504-1010-60420 Operating Supplies -593.33
175
Demand Register Packet: APPKT04075 - 02/14/2025 JB
2/24/2025 4:58:24 PM Page 8 of 8
Account Summary
Account Number Account Name Expense Amount
504-1010-60420 Operating Supplies
Grand Total:374,451.47
Project Account Summary
Project Account Key Expense AmountProject Account Name Project Name
**None**309,360.17**None****None**
111205D 2,126.85Design Expense Dune Palms Bridge Imp/BRLKS-5433(014)
201804E 4,055.29Landscape & Lighting Median Islan…Landscape & Lighting Median Island Improvements
201901D 6,590.24Design Expense Village Art Plaza Promenade & Cultural Campus
202204RP 12,270.00Retention Payable Sports Complex Lighting Replacement
202204T 1,342.00Technical Expense Sports Complex Lighting Replacement
202328E 12,240.00Citywide Landscape Maintenance …Citywide Landscape Maintenance Srvcs (L&L AD 89-1)
202412CT 4,408.00Construction Expense FY24/25 PMP - Fred Waring Drive - Misc Locations
2425TMICT 1,102.69Construction Expense FY24/25 Traffic Maintenance Improvements
AMEXE 1,060.91American Express Misc Expenses American Express Golf Tournament
BDAYE 7,155.54City Picnic & Birthday Celebration …City Picnic & Birthday Celebration
CSA152E 3,492.92CSA 152 Expenses CSA 152 Project Tracking
EGGE 4,591.02La Quinta Egg Hunt Expense La Quinta Egg Hunt
LQACE 251.83La Quinta Art Celebration - Expense La Quinta Art Celebration
SRRLQE 3,781.01SRR Development City Expense SilverRock Development City Expenses
STVRE 623.00Short Term Vacation Rental Expen…Short Term Vacation Rental Tracking
Grand Total:374,451.47
*Project codes are generally used to track Capital Improvement Program (CIP) projects, other large public works projects,
developer deposits, or city-wide events. Normal operational expenditures are not project coded and, therefore, will report as
"none" in this section.
176
2/24/2025 4:57:47 PM Page 1 of 5
Demand Register
City of La Quinta Packet: APPKT04082 - 02-21-25 DR
AmountVendor Name Payment Number Description (Item)Account Name Account Number
Fund: 101 - GENERAL FUND
1,500.00Business LicensesBUSINESS LICENSE REFUND2161561918 WINTER STREET ABS, L…101-0000-41600
112.00NPDES InspectionsBUSINESS LICENSE REFUND2161561918 WINTER STREET ABS, L…101-0000-43638
125.06Materials/SuppliesPUBLIC WORKS SUPPLIES216157AIR & HOSE SOURCE, INC.101-3005-60431
25.00Office SuppliesBATTERIES - OFFICE SUPPLIES216160AYON, UBALDO 101-7001-60400
913.05Blood/Alcohol TestingBLOOD ALCOHOL ANALYSIS216161BIO-TOX LABORATORIES 101-2001-60174
185.00Blood/Alcohol TestingBLOOD ALCOHOL ANALYSIS216161BIO-TOX LABORATORIES 101-2001-60174
533.41Water - UtilitiesWATER SERVICE216163COACHELLA VALLEY WATER D…101-2002-61200
1,951.72Water -Monticello Park - Utili…WATER SERVICE216163COACHELLA VALLEY WATER D…101-3005-61201
292.36Water -Fritz Burns Park - Utili…WATER SERVICE216163COACHELLA VALLEY WATER D…101-3005-61204
1,405.46Water -Community Park - Util…WATER SERVICE216163COACHELLA VALLEY WATER D…101-3005-61209
71.76Water - UtilitiesWATER SERVICE216163COACHELLA VALLEY WATER D…101-3008-61200
43.90PM 10 - Dust ControlWATER SERVICE216163COACHELLA VALLEY WATER D…101-7006-60146
14,566.67School Officer09/19/24 - 10/16/24 BP#4 SCHOOL RES…216166DESERT SANDS UNIFIED SCH…101-2001-60168
12,729.79School Officer10/17/24 - 11/13/24 BP #5 SCHOOL RE…216166DESERT SANDS UNIFIED SCH…101-2001-60168
1,200.00Sexual Assault Exam Fees12/04/2024 - SEXUAL ASSAULT EXAM L…216167EISENHOWER MEDICAL CEN…101-2001-60193
6.00PostageLATE FEE FOR 11/21/24 CERT MAIL - AU…216168FEDEX 101-1007-60470
3.11PostageLATE FEE FOR12/27/24 OVERNIGHT MAI…216168FEDEX 101-1007-60470
60,000.00Grants & Economic Develop…FOOD DELIVERY & DISTRIBUTION FIND …216169FIND FOOD BANK INC 101-3001-60510
500.00Miscellaneous DepositsFACILITY RENTAL DEPOSIT REFUND216170FOREST WILKERSON 101-0000-22830
224.39Garnishments PayableGARNISHMENT216171FRANCHISE TAX BOARD 101-0000-20985
48.82Building PermitsPERMIT REFUND BSAP2024-0004216172FREEDOM FOREVER LLC 101-0000-42400
562.74Fire StationFS #32 CLEANING SUPPLIES216178HOME DEPOT CREDIT SERVIC…101-2002-60670
989.58Fire StationFS#70 WASHING MACHINE216178HOME DEPOT CREDIT SERVIC…101-2002-60670
217.37Materials/SuppliesVALVE BOX COVER216178HOME DEPOT CREDIT SERVIC…101-3005-60431
36.45Materials/SuppliesCONCRETE RE-SURFACER BOND216178HOME DEPOT CREDIT SERVIC…101-3005-60431
178.48Materials/Supplies12 GALLON VACCUM216178HOME DEPOT CREDIT SERVIC…101-3005-60431
75.97Materials/SuppliesMINI LED LIGHTS216178HOME DEPOT CREDIT SERVIC…101-3005-60431
771.90Materials/SuppliesMINI LED LIGHTS216178HOME DEPOT CREDIT SERVIC…101-3005-60431
326.05Materials/SuppliesVALVE BOX COVER216178HOME DEPOT CREDIT SERVIC…101-3005-60431
12.91Materials/SuppliesAA BATTERIES216178HOME DEPOT CREDIT SERVIC…101-3005-60431
773.64Materials/SuppliesMINI LED LIGHTS216178HOME DEPOT CREDIT SERVIC…101-3005-60431
396.87Tools/EquipmentAIR COMPRESSOR216178HOME DEPOT CREDIT SERVIC…101-3005-60432
298.95Tools/EquipmentLANDSCAPE RAKES & SHOVELS216178HOME DEPOT CREDIT SERVIC…101-3005-60432
14.43Materials/SuppliesSTAIN216178HOME DEPOT CREDIT SERVIC…101-3008-60431
68.98Materials/SuppliesPAINT and PRIMER216178HOME DEPOT CREDIT SERVIC…101-3008-60431
81.42Materials/SuppliesWATER FILTER216178HOME DEPOT CREDIT SERVIC…101-3008-60431
568.83Materials/SuppliesCH WATER COOLERS216178HOME DEPOT CREDIT SERVIC…101-3008-60431
179.01Operating SuppliesSUPPLIES216178HOME DEPOT CREDIT SERVIC…101-7003-60420
86.96Operating SuppliesMATERIALS216178HOME DEPOT CREDIT SERVIC…101-7003-60420
34.72Operating SuppliesSUPPLIES216178HOME DEPOT CREDIT SERVIC…101-7003-60420
76.38Operating SuppliesGLOVES, WASHERS, NUTS, BOLTS216178HOME DEPOT CREDIT SERVIC…101-7003-60420
27.48Operating SuppliesCARBIDE DRILL BIT216178HOME DEPOT CREDIT SERVIC…101-7003-60420
366.80Operating SuppliesRUBBER HOSE, UPOSTS, GLOVES216178HOME DEPOT CREDIT SERVIC…101-7003-60420
11.00Over Payments, AR PolicyFALSE ALARM ACCT# 0643 OVERPAYME…216179HUGHES FAMILY TRUST 101-0000-20330
12.72Plumbing PermitsREFUND OF PERMIT BPLB2025-003216181KW PLUMBING 101-0000-42401
7.56Building Plan Check FeesREFUND OF PERMIT BPLB2025-003216181KW PLUMBING 101-0000-42600
7,983.94Community ExperiencesTREE LIGHTING CEREMONY AV SERVICES216182LH PRODUCTIONS 101-3003-60149
15,833.98JanitorialCITYWIDE JANITORIAL SERVICES216184MERCHANTS BUILDING MAI…101-3008-60115
400.00Lot Cleaning/Gravel ProgramDEBRIS REMOVAL CV LINK/OFF STATER …216185MOYA, DANIEL 101-6004-60120
1,800.00Lot Cleaning/Gravel ProgramJEFFERSON BRIDGE CLEAN UP216185MOYA, DANIEL 101-6004-60120
475.00Lighting Service03/2025-03/2026 - CONTROL LINK SERV…216186MUSCO CORPORATION 101-3005-60136
3,333.34Professional Services03/01/25 -06/30/25 INSURANCE COMPL…216187MY COI LLC 101-1005-60103
90.14Mobile/Cell Phones/Satellites01/2025 - SATELLITE PHONES216188NI GOVERNMENT SERVICES I…101-2002-61304
177
Demand Register Packet: APPKT04082 - 02-21-25 DR
2/24/2025 4:57:47 PM Page 2 of 5
AmountVendor Name Payment Number Description (Item)Account Name Account Number
117.88Community ExperiencesDISTINGUISHED CITIZEN AWARD216191POWERS AWARDS INC 101-3003-60149
3,500.00PostagePOSTAGE FOR QUADIENT MACHINE216192QUADIENT FINANCE USA, INC.101-1007-60470
1,096.48Sheriff - Other12/25/24 - 01/24/2025 - MOTOR FUEL216193RIVERSIDE COUNTY SHERIFF …101-2001-60176
240.00Materials/Supplies"DOG PARK RULES" SIGN216196SIGNATURE TINT 101-3005-60431
9.89Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-3001-60400
204.94Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-3001-60400
19.35Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-3001-60400
39.65Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-3005-60400
19.24Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-3002-60400
20.00Office SuppliesOFFICE SUPPLIES216198STAPLES ADVANTAGE 101-1006-60400
93.42Operating SuppliesOPERATING SUPPLIES216198STAPLES ADVANTAGE 101-7003-60420
476.33UniformsCODE COMPLIANCE JACKETS FOR OFFIC…216199STRIKER SCREEN PRINTING 101-6004-60690
124.65Materials/SuppliesPADLOCK216200THE LOCK SHOP, INC 101-3005-60431
61.33Materials/SuppliesMITCHELL PAIGE PARK KEYS216200THE LOCK SHOP, INC 101-3008-60431
21,815.20Contract Traffic Engineer24/25 On-call Traffic Engineering Services216201TKE ENGINEERING, INC.101-7006-60144
200.00Maintenance/ServicesREINSTALLED 2 FALLEN MIRRORS AT THE…216202TORRES WINDOW SOLUTION…101-3008-60691
125.00Maintenance/ServicesWATERPROOF 2 WINDONS AT WC216202TORRES WINDOW SOLUTION…101-3008-60691
840.00Maintenance/ServicesSRR CLEAR TEMPERED GLASS WITH AN…216202TORRES WINDOW SOLUTION…101-3008-60691
15.00Credit Card FeesCREDIT CARD CHARGEBACK216203TYLER TECHNOLOGIES 101-1006-60122
108.00United Way DeductionsCONTRIBUTION216204UNITED WAY OF THE DESERT 101-0000-20981
…
31.81Electrical PermitsDUPLICATE PERMIT BY ERROR216206WOO ELECTRIC 101-0000-42403
31.81Building Plan Check FeesDUPLICATE PERMIT BY ERROR216206WOO ELECTRIC 101-0000-42600
Fund 101 - GENERAL FUND Total:282,445.88
Fund: 201 - GAS TAX FUND
2,126.94AsphaltASPHALT SEALER216175GRAINGER 201-7003-60430
4,253.88AsphaltASPHALT SEALER216175GRAINGER 201-7003-60430
2,047.50Professional Services02/07-02/08/24 STREET SWEEPING SVCS216194ROAD SERVICES 201-7003-60103
Fund 201 - GAS TAX FUND Total:8,428.32
Fund: 202 - LIBRARY & MUSEUM FUND
3,264.32Janitorial216184MERCHANTS BUILDING MAI…202-3004-60115
989.54Janitorial216184MERCHANTS BUILDING MAI…202-3006-60115
250.00HVAC216190PACIFIC WEST AIR CONDITIO…202-3004-60667
Fund 202 - LIBRARY & MUSEUM FUND Total:4,503.86
Fund: 215 - LIGHTING & LANDSCAPING FUND
2,136.39Water - Medians - Utilities216163COACHELLA VALLEY WATER D…215-7004-61211
568.83Electric - Utilities216180IMPERIAL IRRIGATION DIST 215-7004-61116
33.80Electric - Medians - Utilities216180IMPERIAL IRRIGATION DIST 215-7004-61117
1,087.50Materials/Supplies216183MACIAS NURSERY, INC.215-7004-60431
300.00Maintenance/Services
CITYWIDE JANITORIAL SERVICES
CITYWIDE JANITORIAL SERVICES
01/2025 LIBRARY WATER TREATMENT
WATER SERVICE
ELECTRICITY SERVICE
ELECTRICITY SERVICE
TREE & PLANT PURCHASES
PALM TREE LIGHT CHANGING COLOR 216195ROTO-LITE, INC 215-7004-60691
Fund 215 - LIGHTING & LANDSCAPING FUND Total:4,126.52
Fund: 221 - AB 939 - CALRECYCLE FUND
1,515.75AB 939 Recycling Solutions02/08/2025 SHREDDING & RECYCLING …216164DESERT ARC 221-0000-60127
Fund 221 - AB 939 - CALRECYCLE FUND Total:1,515.75
Fund: 401 - CAPITAL IMPROVEMENT PROGRAMS
45,092.28Retention Payable01/2025 DUNE PALMS BRIDGE RETENTI…216158AMERICAN BUSINESS BANK 401-0000-20600
-45,092.28Retention Payable01/2025 - 2011-05 DUNE PALMS BRIDGE…216189ORTIZ ENTERPRISES INC.401-0000-20600
901,845.57Construction01/2025 - 2011-05 DUNE PALMS BRIDGE…216189ORTIZ ENTERPRISES INC.401-0000-60188
688.00Construction2425 On-call Traffic Signal Repair Servic…216197ST. FRANCIS ELECTRIC, LLC 401-0000-60188
Fund 401 - CAPITAL IMPROVEMENT PROGRAMS Total:902,533.57
Fund: 501 - FACILITY & FLEET REPLACEMENT
12,358.43Fuel & Oil11/26/24 - 01/24/25 - FUEL192WEX BANK 501-0000-60674
37.50Parts, Accessories, and UpfitsWIPER BLADES216159AUTOZONE 501-0000-60675
12.33Parts, Accessories, and UpfitsFLEET SUPPLIES216159AUTOZONE 501-0000-60675
94.93Parts, Accessories, and UpfitsFLEET SUPPLIES216159AUTOZONE 501-0000-60675
191.21Parts, Accessories, and UpfitsVEHICLE BATTERY216159AUTOZONE 501-0000-60675
-22.00Parts, Accessories, and UpfitsCREDIT MEMO FOR BATTERY CORE RET…216159AUTOZONE 501-0000-60675
213.15Motorcycle Repair & Mainte…MOTORCYCLE REPAIRS A1245216162BMW MOTORCYCLES OF RIV…501-0000-60679
*
* The California Public Records Act exempts from disclosure records pertaining to pending litigation to which a public agency is a party, until the litigation is adjudicated,
including legal counsel billing invoices reflecting work in active and ongoing litigation as the content of such invoices is closely related to attorney-client privileged
communications that its disclosure may reveal legal strategy or consultation. [Government Code §§ 7927.200, 7927.705; Los Angeles County Bd. of Supervisors v.
Superior Court (2016) 2 Cal.5th 282, 297; County of Los Angeles Bd. of Supervisors v. Superior Court (2017) 12 Cal. App.5th 1264, 1273-1274].
178
Demand Register Packet: APPKT04082 - 02-21-25 DR
2/24/2025 4:57:47 PM Page 3 of 5
AmountVendor Name Payment Number Description (Item)Account Name Account Number
416.23Motorcycle Repair & Mainte…MOTORCYCLE REPAIRS A1249216162BMW MOTORCYCLES OF RIV…501-0000-60679
530.00Vehicle Repair & Maintenan…VEHICLE WASHES216177HILARIO, BENJAMIN 501-0000-60676
32.32Parts, Accessories, and UpfitsDOUBLESIDED TAPE216178HOME DEPOT CREDIT SERVIC…501-0000-60675
122.34Parts, Accessories, and UpfitsFLEET - ELECTRIC TRAILER JACK216178HOME DEPOT CREDIT SERVIC…501-0000-60675
Fund 501 - FACILITY & FLEET REPLACEMENT Total:13,986.44
Fund: 502 - INFORMATION TECHNOLOGY
1,575.67Software Licenses01/10-02/09/25 - MS AZURE ONLINE SV…191MICROSOFT CORPORATION 502-0000-60301
132.15Cable/Internet - Utilities01/25 - 02/24/25 - CH INTERNET216173FRONTIER COMMUNICATIO…502-0000-61400
Fund 502 - INFORMATION TECHNOLOGY Total:1,707.82
Fund: 503 - PARK EQUIP & FACILITY FUND
23,163.76ParksLIGHT BOLLARDS216165DESERT ELECTRIC SUPPLY 503-0000-71060
1,162.25ParksPARKS PLAYGROUND PARTS216176GREAT WESTERN RECREATI…503-0000-71060
Fund 503 - PARK EQUIP & FACILITY FUND Total:24,326.01
Fund: 601 - SILVERROCK RESORT
15.60Bank Fees11/2024 SRR ARMORED SVC EXCESS IT…216174GARDAWORLD 601-0000-60455
8.32Bank Fees01/2025 SRR ARMORED SVC EXCESS IT…216174GARDAWORLD 601-0000-60455
235.87Bank Fees01/2025 SRR ARMORED SVCS TIER PRIC…216174GARDAWORLD 601-0000-60455
63.03Repair & MaintenanceSRR TOILET SEAT216178HOME DEPOT CREDIT SERVIC…601-0000-60660
40.77Repair & MaintenanceSRR SUPPLIES - WEDGE ANCHORS216178HOME DEPOT CREDIT SERVIC…601-0000-60660
77.03Repair & MaintenanceSRR SUPPLIES WEDGE ANCHORS & BITS.216178HOME DEPOT CREDIT SERVIC…601-0000-60660
Fund 601 - SILVERROCK RESORT Total:440.62
Grand Total:1,244,014.79
179
Demand Register Packet: APPKT04082 - 02-21-25 DR
2/24/2025 4:57:47 PM Page 4 of 5
Fund Summary
Fund Expense Amount
101 - GENERAL FUND 282,445.88
201 - GAS TAX FUND 8,428.32
202 - LIBRARY & MUSEUM FUND 4,503.86
215 - LIGHTING & LANDSCAPING FUND 4,126.52
221 - AB 939 - CALRECYCLE FUND 1,515.75
401 - CAPITAL IMPROVEMENT PROGRAMS 902,533.57
501 - FACILITY & FLEET REPLACEMENT 13,986.44
502 - INFORMATION TECHNOLOGY 1,707.82
503 - PARK EQUIP & FACILITY FUND 24,326.01
601 - SILVERROCK RESORT 440.62
Grand Total:1,244,014.79
Account Summary
Account Number Account Name Expense Amount
101-0000-20330 Over Payments, AR Policy 11.00
101-0000-20981 United Way Deductions 108.00
101-0000-20985 Garnishments Payable 224.39
101-0000-22830 Miscellaneous Deposits 500.00
101-0000-41600 Business Licenses 1,500.00
101-0000-42400 Building Permits 48.82
101-0000-42401 Plumbing Permits 12.72
101-0000-42403 Electrical Permits 31.81
101-0000-42600 Building Plan Check Fees 39.37
101-0000-43638 NPDES Inspections 112.00
101-1005-60103 Professional Services 3,333.34
101-1006-60122 Credit Card Fees 15.00
101-1006-60400 Office Supplies 20.00
101-1007-60470 Postage 3,509.11
101-2001-60168 School Officer 27,296.46
101-2001-60174 Blood/Alcohol Testing 1,098.05
101-2001-60176 Sheriff - Other 1,096.48
101-2001-60193 Sexual Assault Exam Fees 1,200.00
101-2002-60670 Fire Station 1,552.32
101-2002-61200 Water - Utilities 533.41
101-2002-61304 Mobile/Cell Phones/Sate…90.14
101-3001-60400 Office Supplies 234.18
101-3001-60510 Grants & Economic Deve…60,000.00
101-3002-60400 Office Supplies 19.24
101-3003-60149 Community Experiences 8,101.82
101-3005-60136 Lighting Service 475.00
101-3005-60400 Office Supplies 39.65
101-3005-60431 Materials/Supplies 2,882.48
101-3005-60432 Tools/Equipment 695.82
101-3005-61201 Water -Monticello Park -…1,951.72
101-3005-61204 Water -Fritz Burns Park -…292.36
101-3005-61209 Water -Community Park …1,405.46
101-3008-60115 Janitorial 15,833.98
101-3008-60431 Materials/Supplies 794.99
101-3008-60691 Maintenance/Services 1,165.00
101-3008-61200 Water - Utilities 71.76
101-6004-60120 Lot Cleaning/Gravel Prog…2,200.00
101-6004-60690 Uniforms 476.33
101-7001-60400 Office Supplies 25.00
101-7003-60420 Operating Supplies 864.77
101-7006-60144 Contract Traffic Engineer 21,815.20
101-7006-60146 PM 10 - Dust Control 43.90
201-7003-60103 Professional Services 2,047.50
201-7003-60430 Asphalt 6,380.82
*
* The California Public Records Act exempts from disclosure records pertaining to pending litigation to which a public agency is a party, until the litigation is adjudicated,
including legal counsel billing invoices reflecting work in active and ongoing litigation as the content of such invoices is closely related to attorney-client privileged
communications that its disclosure may reveal legal strategy or consultation. [Government Code §§ 7927.200, 7927.705; Los Angeles County Bd. of Supervisors v. Superior
Court (2016) 2 Cal.5th 282, 297; County of Los Angeles Bd. of Supervisors v. Superior Court (2017) 12 Cal. App.5th 1264, 1273-1274].
180
Demand Register Packet: APPKT04082 - 02-21-25 DR
2/24/2025 4:57:47 PM Page 5 of 5
Account Summary
Account Number Account Name Expense Amount
202-3004-60115 Janitorial 3,264.32
202-3004-60667 HVAC 250.00
202-3006-60115 Janitorial 989.54
215-7004-60431 Materials/Supplies 1,087.50
215-7004-60691 Maintenance/Services 300.00
215-7004-61116 Electric - Utilities 568.83
215-7004-61117 Electric - Medians - Utilit…33.80
215-7004-61211 Water - Medians - Utiliti…2,136.39
221-0000-60127 AB 939 Recycling Solutio…1,515.75
401-0000-20600 Retention Payable 0.00
401-0000-60188 Construction 902,533.57
501-0000-60674 Fuel & Oil 12,358.43
501-0000-60675 Parts, Accessories, and …468.63
501-0000-60676 Vehicle Repair & Maint…530.00
501-0000-60679 Motorcycle Repair & Ma…629.38
502-0000-60301 Software Licenses 1,575.67
502-0000-61400 Cable/Internet - Utilities 132.15
503-0000-71060 Parks 24,326.01
601-0000-60455 Bank Fees 259.79
601-0000-60660 Repair & Maintenance 180.83
Grand Total:1,244,014.79
Project Account Summary
Project Account Key Expense AmountProject Account Name Project Name
**None**211,684.98**None****None**
111205CT 901,845.57Construction Expense Dune Palms Bridge Imp/BRLKS-5433(014)
111205RP 0.00Retention Payable Dune Palms Bridge Imp/BRLKS-5433(014)
202328E 1,087.50Citywide Landscape Maintenance …Citywide Landscape Maintenance Srvcs (L&L AD 89-1)
2425TMICT 688.00Construction Expense FY24/25 Traffic Maintenance Improvements
TREEE 7,983.94Tree Lighting Ceremony Expense Tree Lighting Ceremony
Grand Total:1,244,014.79
*
* The California Public Records Act exempts from disclosure records pertaining to pending litigation to which a public agency is a party, until the litigation is adjudicated,
including legal counsel billing invoices reflecting work in active and ongoing litigation as the content of such invoices is closely related to attorney-client privileged
communications that its disclosure may reveal legal strategy or consultation. [Government Code §§ 7927.200, 7927.705; Los Angeles County Bd. of Supervisors v.
Superior Court (2016) 2 Cal.5th 282, 297; County of Los Angeles Bd. of Supervisors v. Superior Court (2017) 12 Cal. App.5th 1264, 1273-1274].
181
City of La Quinta
Bank Transactions 02/10/2025-02/21/2025
Wire Transaction
Listed below are the wire transfers from 02/10/2025-02/21/2025.
Wire Transfers:
02/13/2025 - WIRE TRANSFER - MIDAMERICA $20,512.16
02/14/2025 - WIRE TRANSFER - CALPERS $7,068.02
02/14/2025 - WIRE TRANSFER - CALPERS $15,455.99
02/14/2025 - WIRE TRANSFER - CALPERS $35,442.94
02/14/2025 - WIRE TRANSFER - MISSION SQUARE $4,055.00
02/14/2025 - WIRE TRANSFER - MISSION SQUARE $15,445.30
02/18/2025 - WIRE TRANSFER - AMERITAS $62.28
02/18/2025 - WIRE TRANSFER - AMERITAS $121.92
02/18/2025 - WIRE TRANSFER - AMERITAS $629.70
02/18/2025 - WIRE TRANSFER - STANDARD OF OREGON $1,782.28
02/18/2025 - WIRE TRANSFER - AMERITAS $7,600.88
02/18/2025 - WIRE TRANSFER - LQCEA $539.00
02/18/2025 - WIRE TRANSFER - LANDMARK $218,583.51
02/19/2025 - WIRE TRANSFER - STERLING $1,359.17
02/19/2025 - WIRE TRANSFER - MIDAMERICA $20,650.74
02/20/2025 - WIRE TRANSFER - LINCOLN FINANCIAL $6,172.14
02/20/2025 - WIRE TRANSFER - LINCOLN FINANCIAL $6,180.86
02/21/2025 - WIRE TRANSFER - U.S BANK TRUST $1,630,644.82
TOTAL WIRE TRANSFERS OUT $1,992,306.71
ATTACHMENT 2
182
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: APPROVE JUNIOR INSPIRATION AND YOUTH ACHIEVEMENT
AWARD NOMINEE
RECOMMENDATION
Approve Junior Inspiration and Youth Achievement Award Nominee.
EXECUTIVE SUMMARY
La Quinta’s Community Awards Program was established to recognize individuals
making positive impacts in the community.
Maximilian “Max” Radi was nominated for the Junior Inspiration and Youth
Achievement Award (JIA).
The Arts and Community Services Commission (ACSC), at the February 10,
2025, special meeting, recommended Council approve the nominee.
FISCAL IMPACT
The total cost for the engraved JIA plaque award is approximately $100. Funds are
available in the Community Services Experiences and Events budget (101-3003-60149).
BACKGROUND/ANALYSIS
The City of La Quinta’s Community Awards Program includes the Pillar of the Community,
JIA, Distinguished Citizen, and Community Service awards. The awards were established
to recognize individuals who have made significant impacts in La Quinta through their
acts of service, kindness, leadership, and dedication to serving the community.
Nominations for the Community Awards are accepted year-round, and citizens are
encouraged to nominate individuals they feel are deserving of these awards based on
their respective criteria.
JIA criteria includes the following:
Candidates must be five (5) to eighteen (18) years of age.
Candidates must be or have been a La Quinta resident or attended a La Quinta
school for a minimum of one (1) year.
Candidates must have contributed significantly to the La Quinta community.
Examples include academic achievement, acts of kindness or service, artistic
and/or athletic achievement, community engagement and leadership, and/or
volunteer efforts.
BUSINESS SESSION ITEM NO. 1
183
Recently Max Radi was nominated for the JIA (Attachment 1). Max is a junior at La Quinta
High School (LQHS), maintains a 4.5 weighted grade point average, and aspires to attend
the United States Military Academy at West Point where he was selected from over
1,500 nationwide applicants to participate in the STEM (science, technology,
engineering, and math) Summer Camp Program in Summer 2022. He is taking college
preparatory classes and is on the La Quinta High School Varsity Swim and Varsity
Water Polo teams.
Max is actively involved in Air Force Reserve Officer Training Corps (AFJROTC) as
a Second Lieutenant, Honor Guard Member, Public Affairs Officer, and Master
of Ceremony at the AFJROTC Military Ball. Additionally, Max is a recipient of the
Tuskegee Airman AFJROTC Cadet National Award which recognizes the top of the
AFJROTC class who demonstrate outstanding military leadership, discipline,
character, and citizenship. Max has volunteered for local organizations including YMCA
of the Desert, Saint Francis of Assisi Catholic Church, and the Coachella Valley
Airborne Association.
If approved, the nominee will be presented with an award during an upcoming
Council meeting.
ALTERNATIVES
Council may choose not to approve the award nominee.
Prepared by: Michael Calderon, Senior Management Analyst
Approved by: Christina Calderon, Community Services Deputy Director
Attachment: 1. Max Radi JIA Nomination Form
184
ATTACHMENT 1
185
186
187
188
189
190
City of La Quinta
CITY COUNCIL MEETING: March 4, 2025
STAFF REPORT
AGENDA TITLE: DISCUSS REMOVAL OF AGED PALM TREES LOCATED WITHIN
THE CITY RIGHT OF WAY
RECOMMENDATION
Discuss removal of aged palm trees located within the City right of way.
EXECUTIVE SUMMARY
The City annually trims palm trees (palms) located within the City right of way along
Eisenhower Drive (Eisenhower) and Avenida Obregon (Obregon).
The palms have aged, some with visibly weak trunk structures or rotted base,
causing them to fall during stronger wind storms, and in some instances causing
property damage.
Property owners (owners) located in proximity to palms identified for removal have
been notified.
FISCAL IMPACT
The one-time cost for removal of the palms was negotiated based on the quantity of palms
to be removed and is estimated at $198,000. This amount may vary based on the actual
number of palms removed.
Removal of the palms could generate savings of $7,075 of annual palms maintenance
costs in the Landscape and Lighting landscape maintenance contract, based on the
number of palms removed.
BACKGROUND/ANALYSIS
Prior to the City’s incorporation, Riverside County installed Washingtonian Robusta palms
in the City right of way along Eisenhower, from Calle Tampico to Calle Durango, along
Obregon, from Calle Chihuahua to the cul-de-sac in the Yucatan Cove, and along
Avenida Montezuma. There are 284 palms annually maintained by the City.
The palms are estimated to be 70 to 90 years old, some have visibly weak trunk
structures, and some have rotted at the base causing them to fall during stronger wind
STUDY SESSION ITEM NO. 1
191
storms, and in some instances these falls have caused property damage. Due to safety
concerns, potential liability and property damage, the City has scheduled removal of the
palms at no cost to owners.
In January 2025, the City proactively contracted Arbor Pro Inc., (Arbor Pro), a
professionally licensed and qualified arborist firm, to examine the palms along
Eisenhower and Obregon, and to prepare a risk assessment report (Report), included as
Attachment 1, which will be discussed in detail at this meeting. Arbor Pro will also discuss
next steps, including the use of drone technology to confirm palms reduced integrity and
analyze wildlife nesting days prior to removal.
On February 6, 2025, the City sent out notifications to property owners and tenants
located in proximity to the palms identified for removal (Attachment 2). On February 18,
2025, palms were marked for removal. Additional notification will be provided via door
hangers placed the week prior to palms removal at affected properties (Attachment 3).
The City has received resident comments for both, in appreciation and support, as well
as in opposition of the palms removal; some opposing residents have requested to keep
the palms and take ownership, including annual maintenance.
Prepared by: Dianne Hansen, Maintenance & Operations Superintendent
Approved by: Bryan McKinney, Public Works Director/City Engineer
Attachments: 1. Arbor Pro Risk Assessment Report
2. City Notification to Property Owners – February 2025
3. City Placed Door Hangers at Affected Properties
192
Mason Burdick
WE-13457AU
Operations Manager
1(657)274-1331
mburdick@arborprousa.com
City of La Quinta, Ca - Mexican Fan Palm Risk Assessment Report
On Thursday, 16th of January 2025, I, Mason Burdick assessed 90 Washingtonia robusta (Mexican Fan
Palm) planted by Riverside County in their street right of ways along Avenida Obergon and Eisenhower Dr. This
occurred prior to the incorporation of the City of La Quinta in 1982, and likely occurred during the 1960’s. The city
had concerns about the stability of the palms due to their age and a history of prior failures that have occurred.
Mexican Fan Palms (Washingtonia robusta) are fast growing palms native to the Baja California
peninsula and Sonora in northwestern Mexico. They are among the most commonly cultivated subtropical palm
species, naturalized in California, and are often planted for their aesthetic value. They are fast growing, usually
growing 3 to 6 feet annually in the first few years of their life and can reach heights of 70 to 100 feet tall at
maturity. They can withstand cold temperatures down to 20⁰ F and is suitable to grow in USDA hardiness zones
9-11, although prolonged cold periods can kill even mature W. robusta. Mexican Fan Palms are drought tolerant,
especially once mature, and are best grown in well-draining soils. They are resistant to pests and disease, but
can be susceptible to aphids, mealybugs, or spider mites. Mexican Fan Palms can also be susceptible to root rot
if overwatered or planted in poorly drained soils.
The trees in question ranged between 30 and 65 feet tall, and between 10- and 19-inches diameter at
breast height. The trees were estimated to be between 70 and 90 years old. Several had visible tapering in the
upper trunks down to as little as 6”. This trunk thinning may produce a point of weak structure and a potential
failure point during extreme wind events. Several of the palms also showed signs of basal and/or root decay
present. These defects are probable to result in tree failure during high wind events. While research on W.
robusta indicates they may have a lifespan of up to 500 years in natural growing habitats, the average lifespan for
these palms growing in urban environments is estimated to be only 100 years.
Due to the trees being planted in the City right-of way along road edges, there are a plethora of targets
available if they were to fail. Cars on the roadways and driveways are the most abundant targets, with a frequent
occupancy rate. People walking to their cars or on the roadway may occur occasionally. Areas of increased traffic
such as bus stops may also have a higher occupancy rate due to people more regularly staying in the area for
longer periods, although these areas may also have more protection factors. There are also constant targets for
some trees such as electrical utility distribution lines and residential structures like houses. Based on the size of
the trees and the likely travel distance if failure occurs, they could generate substantial kinetic energy on impact,
and would cause severe consequences if people are stuck, and significant damage to vehicles, residential
structures or utility lines. Based on the above factors, risk ratings for these trees range between low and
moderate. Although low is the least risk a standing tree can pose since all standing trees pose some level of risk,
the city may still choose to mitigate the risk posed by these trees due to the number of failure instances that may
occur, the availability of targets surrounding the trees, and the trees’ conditions. The palms appear to be well
maintained, so additional pruning efforts are unlikely to mitigate the risk posed by them. Supporting the trees with
guy wires may be an option, but due to the number of trees assessed, this would be a costly and time-consuming
treatment option. The option that I would recommend most strongly for financial and residual risk reasons would
be to remove the palms.
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved
ATTACHMENT 1
193
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 194
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 195
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 196
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 197
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 198
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 199
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 200
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 201
ArborPro Inc. 22605 La Palma Ave #509 Yorba Linda, CA 92887
877-844-DATA
Copyright 2018 ArborPro Inc. All Rights Reserved 202
February 6, 2025
Name
Address
City, st zip
RE: ADDRESS
Dear
Due to potential liability to property damage and safety concerns, the City has scheduled palm
tree removal for palms planted in property easements on Eisenhower Drive from Calle Tampico
to Calle Durango; and on Avenida Obregon from Calle Chihuahua to the cul-de-sac in the
Yucatan Cove.
The palms will be removed at no cost to the homeowner at this time. The trunks will be cut below
ground level and will not be replaced. The City will not be responsible for future maintenance of
any plant material installed in the easement
The County of Riverside planted the palm trees prior to the City’s incorporation. These palms
are trimmed annually by the City and are estimated to be between seventy (70) and ninety (90)
years old. Many have visibly weak trunk structures, some have rotted at the base below ground
causing the palms to fall and have caused property damage, roots have also damaged
sidewalks, irrigation lines, and plumbing.
Removal of the palms is scheduled to begin on or around March 10, 2025, through April 30,
2025. No parking signs will be posted on the street, and the palms will be identified prior to
removal. If you have any questions please contact Dianne Hansen, Maintenance & Operations
Superintendent, 760-912-6435.
Sincerely,
Dianne Hansen
Maintenance & Operations Superintendent
Public Works Department
ATTACHMENT 2
203
Pictures of fallen palms are below:
204
ATTACHMENT 3
205
206
Palm Springs Airport Commission Report – February 19, 2025, Meeting Discussion and Action Items:
Brown Act Review – The City AƩorney gave a brief refresher on the current rules.
TransportaƟon Network Companies (TNC) Rate Increase – Commission recommended raising the per
trip fee from the current $3.50 rate to $4.00 which is at the naƟonal and regional average. Uber and LyŌ
have no objecƟons. I inquired as to the reason why the taxicab per trip is $3.25. The ExecuƟve Director
indicated that they were dealing with this issue piecemeal, and would look at analyzing the taxicab rate
at a later date.
Projects and Capital Improvement Program Update – A two-year window of capital projects was
presented by staff. Of the $123 million idenƟfied as “programmed projects” for FY 26 and FY 27,
porƟons of these projects rely upon the approximate $5.2 million per year in federal funds which is
certainly at risk given the current poliƟcal climate in Washington, D.C. Congressman Calvert recently
suggested to City staff, that it would be prudent to consider the impact of these projects on naƟonal
defense needs when presenƟng project needs and requests at the federal level, i.e. regarding their
inherent support of our naƟonal military, both at the airport to support the Twenty-Nine Palms base
landings and takeoffs, and for military personnel traveling on commercial aircraŌ.
Airport Commission MeeƟng Start Time – Commission agreed to change the start Ɵme to 4 PM.
Employment Update – The Airport staff is sƟll having difficulty recruiƟng staff to fill many vacant
posiƟons. I suggested taking a harder look at contracƟng out certain work, parƟcularly in the area of
capital projects management and engineering.
Next Commission Meeting: March 19, 2025, at 5:30 PM.
2025 Airport Commission Calendar – Future planned meeƟngs on 3/19, 4/16, 5/21, 6/18, 7/16, 9/17,
10/15, 11/19, 12/10.
REPORTS AND INFORMATIONAL ITEM NO. 31
207
9
AIRPORT COMMISSION MEETING AGENDA
Airport Conference Room, Palm Springs International Airport
3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Wednesday, February 19, 2025 – 5:30 P.M.
To view/listen/participate virtually in the meeting live, please contact Tanya Perez at
Tanya.Perez@palmspringsca.gov or the following telephone number (760) 318-3805 to register for the
Zoom meeting. There will be an email with Zoom credentials sent after registration is complete, to
access the meeting and offer public comment. Registration is not required to attend the meeting in
person.
In addition, the meeting will also be teleconferenced pursuant to Government Code Section 54953
from the following location(s):
Chairman Kevin Corcoran - Palm Springs
803 W. Stevens Road
Palm Springs, CA 92262
Commissioner David Feltman - Palm Springs
1333 S. Belardo Rd.
Palm Springs, CA 92264
Each location is accessible to the public, and members of the public may address the Airport
Commission at any of the locations listed above. Any person who wishes to provide public testimony
in public comments is requested to register for the Public Comments portion of the meeting. You may
submit your public comments to the Airport Commission electronically. Material may be emailed
to: Tanya.Perez@palmspringsca.gov - Transmittal prior to the start of the meeting is required. Any
correspondence received during or after the meeting will be distributed to the Airport Commission and
retained for the official record.
To view Airport Commission meeting videos, click on YouTube.
City of Palm Springs: Riverside County:
Margaret Park
City of Cathedral City:
Christian Samlaska
City of Palm Desert:
Kevin Wiseman Kevin J. Corcoran
–Chairman
Todd Burke
–Vice Chairman
Dave Banks J Craig Fong City of Indian Wells:
Robert Berriman
City of Coachella:
Denise Delgado
City of Rancho Mirage:
Keith Young Daniel Caldwell Ken Hedrick
Bryan Ebensteiner Tracy Martin City of La Quinta:
Geoffrey Kiehl
City of Desert Hot Springs:
Dirk Voss
City of Indio:
Rick Wise
David Feltman Samantha McDermott
Palm Springs City Staff
Scott C. Stiles, ICMA-CM Harry Barrett Jr., A.A.E. Jeremy Keating, C.M.
City Manager Executive Director or Aviation Assistant Airport Director
208
Airport Commission Meeting Agenda
February 19, 2025 – Page 2
_______________________________________________________________________________________
1. CALL TO ORDER – PLEDGE OF ALLEGIANCE
2. POSTING OF AGENDA
3. ROLL CALL
4. ACCEPTANCE OF AGENDA
5. PUBLIC COMMENTS:
Limited to three minutes on any subject within the purview of the Commission
6. APPROVAL OF MINUTES:
Minutes of the Airport Commission Regular Meeting of December 18, 2024.
7. INTRODUCTIONS:
7.A Tricia Diamond – Innovation and Strategic Implementation Administrator
8. DISCUSSION AND ACTION ITEMS:
8.A. Brown Act Review
8.B Art Policy and Art Curator Update
8.C TNC Rate Increase
8.D Projects and Airport Capital Improvement Program Update
8.E Marketing and Business Development Committee Update
8.F Financial Update
8.G Airport Commission Meeting Start Time
8.H Employment Update
9. EXECUTIVE DIRECTOR REPORT
10. COMMISSIONERS REQUESTS AND REPORTS
11. REPORT OF COUNCIL ACTIONS:
11.A Past City Council Actions
11.B Future City Council Actions
12. RECEIVE AND FILE:
12.A Airline Activity Report January 2025
12.B Airline Activity Report Fiscal Year Comparison
13. COMMITTEES:
13.A Future Committee Meetings
13.B Committees Roster
ADJOURNMENT:
The Airport Commission will adjourn to the Regular Meeting on March 19, 2025, at
5:30 P.M.
209
Airport Commission Meeting Agenda
February 19, 2025 – Page 3
_______________________________________________________________________________________
AFFIDAVIT OF POSTING
I, Harry Barrett, Jr., Executive Director of Aviation, City of Palm Springs, California, hereby certify
this agenda was posted on February 13, 2025, in accordance with established policies and
procedures.
PUBLIC NOTICES
Pursuant to G.C. Section 54957.5(b)(2) the designated office for inspection of records in connection
with the meeting is the Office of the City Clerk, City Hall, 3200 E. Tahquitz Canyon Way. Complete
Agenda Packets are available for public inspection at: City Hall Office of the City Clerk. Agenda and
staff reports are available on the City’s website www.palmspringsca.gov. If you would like additional
information on any item appearing on this agenda, please contact the Office of the City Clerk at
(760) 323-8204.
It is the intention of the City of Palm Springs to comply with the Americans with Disabilities Act (ADA)
in all respects. If, as an attendee or a participant at this meeting, or in meetings on a regular basis,
you will need special assistance beyond what is normally provided, the City will attempt to
accommodate you in every reasonable manner. Please contact the Department of Aviation, (760)
318-3800, at least 48 hours prior to the meeting to inform us of your particular needs and to
determine if accommodation is feasible.
210
PLANNING COMMISSION MINUTES Page 1 of 7 NOVEMBER 12, 2024
PLANNING COMMISSION
MINUTES
TUESDAY, NOVEMBER 12, 2024
CALL TO ORDER
A regular meeting of the La Quinta Planning Commission (Commission) was called to
order at 5:00 p.m. by Chairperson Hassett.
PRESENT: Commissioners Guerrero, Hernandez, Hundt, McCune, Nieto,
Tyerman, and Chairperson Hassett
ABSENT: None
STAFF PRESENT: Design and Development Director Danny Castro, Public Works
Director Bryan McKinney, Planning Manager Cheri Flores, Senior
Planner Scott Nespor, Associate Planner Siji Fernandez, City
Attorney William Ihrke, and Commission Secretary Tania Flores
PLEDGE OF ALLEGIANCE
Commissioner Nieto led the audience in the Pledge of Allegiance.
PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA – None.
CONFIRMATION OF AGENDA
Commissioner Nieto said he would recuse himself from discussion and vote on Public
Hearing Item No. 3 due to a potential conflict of interest stemming from a business
relationship as his employer, the Altum Group, had consulted with this applicant on
another unrelated project.
MOTION – A motion was made and seconded by Commissioners Tyerman/Guerrero to
confirm the agenda as published. Motion passed unanimously.
ANNOUNCEMENTS, PRESENTATIONS, AND WRITTEN COMMUNICATIONS – None.
CONSENT CALENDAR
1. APPROVE MEETING MINUTES DATED SEPTEMBER 10, 2024
2. APPROVE MEETING MINUTES DATED OCTOBER 8, 2024
MOTION – A motion was made and seconded by Commissioners Guerrero/Nieto to
approve the Consent Calendar as presented. Motion passed unanimously.
REPORTS AND INFORMATIONAL ITEM NO. 32
211
PLANNING COMMISSION MINUTES Page 2 of 7 NOVEMBER 12, 2024
BUSINESS SESSION – None.
PUBLIC HEARINGS
1.CONSIDER A RESOLUTION RECOMMENDING CITY COUNCIL APPROVAL OF
A LANDMARK DESIGNATION 2024-0001 FOR A SINGLE-FAMILY RESIDENCE
LOCATED AT 51407 AVENIDA VELASCO; CEQA: THE DESIGN AND
DEVELOPMENT DEPARTMENT HAS DETERMINED THAT THIS PROJECT IS
EXEMPT FROM CALIFORNIA ENVIRONMENTAL QUALITY ACT REVIEW
PURSUANT TO SECTION 15301, CLASS 1 EXISTING FACILITIES OF THE
CALIFORNIA ENVIRONMENTAL QUALITY ACT; LOCATION: 51407 AVENIDA
VELASCO
DECLARATIONS OF COMMISSION PUBLIC CONTACT OR CONFLICTS:
Commissioners Guerrero, Hundt, and Nieto said they toured the property with the
property owner.
Associate Planner Fernandez presented the staff report, which is on file in the Design
and Development Department.
The Commission discussed the ability to use landmark designated properties as short-
term vacation rentals (STVR); previously requested or designated properties; property
lot size; identifying this landmark designation via placard or monument; landmark
designation benefits, as well as constraints and reporting requirements; Mills Act
participation and contracts; historic district designations; and the minimum age
requirements for historic landmarks designations.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING OPEN AT 5:29 P.M.
PUBLIC SPEAKER: Michael Paganelli, Applicant/Co-Owner – introduced himself and
provided a background of his experience with the property; reasons and intentions for
seeking a landmark designation of his property; answered the Commission’s questions
about existing internal/external upgrades and retrofitting of the property, including new
floor tiles, plumbing and piping; and the insurability of the property should a landmark
designation be approved.
Commission Secretary Flores said that the City received one written comment in
support of approving the landmark designation from Linda Williams, President of the La
Quinta Historical Society, which was distributed to the Commission prior to the meeting
and would be included in the public record of this meeting.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING CLOSED AT 5:39 P.M.
Commission discussion followed regarding the preservation of the history and culture
of La Quinta using landmark designations on properties with distinctive qualities of
212
PLANNING COMMISSION MINUTES Page 3 of 7 NOVEMBER 12, 2024
historical significance; qualifying characteristics of this property despite renovations and
updates, and the features that would need to remain intact for landmark designation;
adopting and participating in the Mills Act in the near future to further incentivize property
owners to apply for landmark designations of qualifying properties; landmark
designation process and applicable fees; and adding that the existing encasement
windows as a distinctive physical characteristic of the property to protect this feature
from future modifications.
MOTION – A motion was made and seconded by Commissioner Guerrero/Chairperson
Hassett to adopt Planning Commission Resolution No. 2024-016 to recommend City
Council approval of Landmark Designation 2024-0001 and find the project exempt from
environmental review pursuant to California Environmental Quality Act Section 15301
Class 1, Existing Facilities, as amended to include identifying the existing window
encasements as a distinctive feature for the landmark designation, as noted in the
discussion above:
A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF LA
QUINTA, CALIFORNIA, RECOMMENDING THAT THE CITY COUNCIL
APPROVE A LANDMARK DESIGNATION FOR 51407 AVENIDA VELASCO,
LOCATED WEST OF AVENIDA VELASCO BETWEEN AVENIDA
MONTEZUMA AND CALLE HIDALGO
CASE NUMBER: LANDMARK DESIGNATION 2024-0001
PROJECT: 51407 AVENIDA VELASCO LANDMARK
DESIGNATION
APPLICANT: MICHAEL CHANCO AND MICHAEL PAGANELLI
Motion passed unanimously.
2. CONSIDER A REQUEST FOR CONTINUANCE OF THE PUBLIC HEARING FOR
CONDITIONAL USE PERMIT 2024-0001 FOR THE CONSTRUCTION OF A
WIRELESS TELECOMMUNICATION FACILITY (MONOPALM); CEQA: THE
PROJECT IS EXEMPT FROM CALIFORNIA ENVIRONMENTAL QUALITY ACT
PURSUANT TO SECTION 15303, NEW CONSTRUCTION OR CONVERSION OF
SMALL STRUCTURES; LOCATION: WEST SIDE OF MANDARINA BETWEEN
POMELO AND SANDIA, WITHIN CITRUS GOLF CLUB
Chairperson Hassett said that this item was scheduled to be considered for continuation
and that the members of the public could elect to hold their comments for the future
public hearing when this item would be considered by the Commission.
City Attorney Ihrke stated that the applicant had requested a continuation to an
unspecified date with the intent to identify an alternate location, and, therefore, no
decision will be made on this item at this meeting. He further advised that public
comment could be received at this time, but the item would be publicly noticed again in
accordance with state and city laws in the future and that the opportunity for public
comment would be available at that later scheduled public hearing.
213
PLANNING COMMISSION MINUTES Page 4 of 7 NOVEMBER 12, 2024
Commission waived the presentation of the staff report, which is on file in the Design
and Development Department.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING OPEN AT 6:02 P.M.
PUBLIC SPEAKER: Greg Macias, representing the applicant, SmartLink – introduced
himself and stated that the previously identified site would no longer be considered for
this project and that SmartLink would bring the project forward at a future date with an
alternate site coordinated with Citrus Golf Course management.
PUBLIC SPEAKER: John Roach, La Quinta – questioned the public hearing noticing for
this project and referenced a previously approved monopalm installation unrelated to
this project.
PUBLIC SPEAKER: Shana Roach, La Quinta – questioned the maintenance yard
referenced by Mr. Macias as a possible alternative site location and the City’s public
notice procedures for public hearings.
PUBLIC SPEAKER: Jackie Thibault, La Quinta – expressed concerns regarding the
public noticing procedures and timing due to her seasonal residence near the project site.
PUBLIC SPEAKER: Scott Crystal, La Quinta – questioned the project under
consideration and what would have been considered if the continuance hadn’t been
requested; expressed concern over the lack of communication and public noticing by
the Citrus Golf Course owners and management.
PUBLIC SPEAKER: Daniel Herns, La Quinta – questioned public noticing procedures as
the project site is near the entrance, which would impact all residents of the Citrus Club.
Staff and City Attorney Ihrke explained the state and local regulations regarding public
noticing procedures in response to the public comments received.
The Commission suggested that residents of the Citrus Club request additional
communication from their homeowners association (HOA) to be more informed of future
projects within their community; and for the applicant to continue public outreach
regarding this project and the future public hearing.
Commission Secretary Flores said that the City received nine written comments
opposed to the project that were distributed to the Commission prior to the start of the
meeting, which would be included in the public record of this meeting.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING CLOSED AT 6:20 P.M.
MOTION – A motion was made and seconded by Chairperson Hassett/Commissioner
Guerrero to continue the public hearing regarding Conditional Use Permit 2024-0001 to
a date uncertain. Motion passed unanimously.
214
PLANNING COMMISSION MINUTES Page 5 of 7 NOVEMBER 12, 2024
CHAIRPERSON HASSETT CALLED FOR A BRIEF RECESS AT 6:22 P.M.
CHAIRPERSON HASSETT RECONVENED THE COMMISSION MEETING AT
6:38 P.M. WITH ALL MEMBERS PRESENT
3. CONSIDER A RESOLUTION RECOMMENDING CITY COUNCIL APPROVAL OF
A SITE DEVELOPMENT PERMIT 2024-0001 TO CONSTRUCT 14 SINGLE-
FAMILY RESIDENTIAL UNITS AND A DEVELOPMENT AGREEMENT 2024-0001
TO ESTABLISH THE RESPONSIBILITIES OF THE DEVELOPER FOR BRAVO
ESTATES (TTM 31852); CEQA: THE DESIGN AND DEVELOPMENT
DEPARTMENT HAS DETERMINED THAT THE PROJECT IS CONSISTENT WITH
ENVIRONMENTAL ASSESSMENT 2003-495; LOCATION: NORTHWEST
CORNER OF AVENUE 52 AND MADISON STREET
COMMISSIONER NIETO RECUSED HIMSELF FROM DISCUSSION AND VOTE
ON PUBLIC HEARING ITEM NO. 3 DUE TO A POTENTIAL CONFLICT OF
INTEREST STEMMING FROM A BUSINESS RELATIONSHIP AS HIS
EMPLOYER, THE ALTUM GROUP, HAD CONSULTED WITH THIS APPLICANT
ON ANOTHER UNRELATED PROJECT; AND LEFT THE DIAS AT 6:40 P.M.
DECLARATIONS OF COMMISSION PUBLIC CONTACT OR CONFLICTS:
Commissioner McCune said that he was familiar with the landscape architect on the
project, but there were no conflicts; Commissioner Tyerman noted that he had visited
the Bravo Estates site in the city of Indio but that there were no conflicts.
Associate Planner Fernandez presented the staff report, which is on file in the Design
and Development Department.
The Commission discussed Title 24 compliance and solar energy equipment
installation; total number of bedrooms included in the development, parking standards
and additional parking availability to accommodate the expected number of guests;
traffic plan and off-site improvements including those required for ingress and egress to
the development; public comment received from surrounding neighbors;
correspondence received by the City from Sean M. Sherlock, esq. with Snell & Wilmer,
legal counsel representing the common area lot owner within the project site, dated
November 11, 2024, listing concerns regarding CEQA considerations, easements,
current conditions, and protections for the City through title insurance; the fiscal impact
analysis and expected revenue generation from the project; proposed Development
Agreement (DA) as compared to recently approved DAs within the city including STVR
allowances; and the proposed performance schedule, annual DA review, and
repercussions or enforcement procedures in the case of non-compliance.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING OPEN AT 7:21 P.M.
215
PLANNING COMMISSION MINUTES Page 6 of 7 NOVEMBER 12, 2024
APPLICANT REPRESENTATIVES: Daniel Olivier, legal counsel for the Applicant,
Rodolfo Lizarde, Project Manager, and Hector Ayala, Property Manager – introduced
themselves, provided project information and details, and answered Commission
questions regarding Title 24 compliance and solar collector locations; Imperial Irrigation
District applications and energy capacity availability; intention of single- or multiple-
tenant occupancy for each unit; garage and driveway parking availability; on-site
security and management of the development; lettered lots property owner access and
possible uses of the common area lots; neighboring property impacts; code compliance
and complaints on the Bravo development in Indio; tenant regulations and policies on
noise, minimum age requirements, parking and car limitations, expected occupancy
levels, perimeter landscaping timeline; background of property management; average
rental duration and minimum stay; clientele and security during the Coachella and
Stagecoach concert events; and street parking availability.
APPLICANT REPRESENTATIVE: Ray Martin, Landscape Architect for the project –
provided additional comments on perimeter landscaping design, amenities, and pool
equipment locations.
Commission Secretary Flores said that the City received one written comment from
Sean Sherlock, esq., with Snell & Wilmer, representing the common area lot owner,
opposing the project, which was distributed to the Commission prior to the start of the
meeting and would be included in the final record of the meeting.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING CLOSED AT 7:45 P.M.
Commission discussion followed regarding exclusive STVR development; site location
compatibility; on-site management and code compliance record; experience of property
manager with like projects; and appropriate zoning land use.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING RE-OPENED AT
7:51 P.M.
APPLICANT REPRESENTATIVES: Hector Ayala, Applicant - answered questions
about public outreach to surrounding property owners.
CHAIRPERSON HASSETT DECLARED THE PUBLIC HEARING CLOSED AT 7:52 P.M.
Commission discussion continued regarding the project use being strictly for STVR; site
location appropriateness and single-family residence use as STVR per City’s regulations.
MOTION – A motion was made and seconded by Chairperson Hassett/Commissioner
McCune to approve Planning Commission Resolution No. 2024-017 to recommend City
Council approve Site Development Permit 2024-0001 and Development Agreement
2024-0001, and find the project is consistent with the previously adopted Mitigated
Negative Declaration, prepared for Tract Map 31852 under Environmental Assessment
2003-495, as presented:
216
PLANNING COMMISSION MINUTES Page 7 of 7 NOVEMBER 12, 2024
A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF LA
QUINTA, CALIFORNIA, RECOMMENDING THAT THE CITY COUNCIL
APPROVE A SITE DEVELOPMENT PERMIT AND DEVELOPMENT
AGREEMENT TO CONSTRUCT 14 SINGLE-FAMILY RESIDENTIAL UNITS
LOCATED ON THE NORTHWEST CORNER OF AVENUE 52 AND MADISON
STREET AND FIND THAT THE PROJECT IS CONSISTENT WITH
ENVIRONMENTAL ASSESSMENT 2003-495
CASE NUMBERS: SITE DEVELOPMENT PERMIT 2024-0001;
DEVELOPMENT AGREEMENT 2024-0001
PROJECT: BRAVO ESTATES
APPLICANT: DESERT LUXURY PROPERTIES, LLC
Motion passed: ayes – 6, noes – 0, absent – 1 (Neito), abstain – 0.
COMMISSIONER NIETO RETURNED TO THE DAIS AT 7:58 P.M. FOR THE
REMAINDER OF THE MEETING
STUDY SESSION – None.
STAFF ITEMS
1.GENERAL PROJECT UPDATE
Planning Manager Flores provided project updates on the City’s Sphere of Influence
and possible annexation, and the Highway 111 Corridor Specific Plan draft; projects
scheduled for Council consideration, including Jefferson Square and code updates;
recently approved projects, including La Quinta Landing, a Gymnastic Training Facility,
The Golf Bar, and the Madison Club Comfort Station; projects under construction
including Chick-fil-A, QuickQuack Car Wash, PGA Superstore, and Jefferson Street
Apartments; recently completed projects including Five Below and The Grove at La
Quinta Resort; and city projects including new sidewalk near the current Best Buy at the
north side of Highway 111.
COMMISSIONER ITEMS – None.
ADJOURNMENT
There being no further business, a motion was made and seconded by Commissioner
Guerrero/Chairperson Hassett to adjourn this meeting at 8:06 p.m. Motion passed:
ayes – 7, noes – 0, absent – 0, abstain – 0.
Respectfully submitted,
TANIA FLORES, Commission Secretary
City of La Quinta, California
217
POWER POINTS
CITY COUNCIL
MEETING
MARCH 4, 2025
March 4, 2025
1
City Council Regular Meeting
March 4, 2025
City Council Regular Meeting
March 4, 2025
PUBLIC COMMENT – MATTERS
NOT ON THE AGENDA
3/5/2025
1
2
March 4, 2025
2
City Council Regular Meeting
March 4, 2025
CLOSED SESSION IN PROGRESS
Pledge of Allegiance
3
4
March 4, 2025
3
City Council Regular Meeting
March 4, 2025
PUBLIC COMMENT – MATTERS
NOT ON THE AGENDA
3/5/2025
City Council Meeting
March 4, 2025
P1 – SilverRock Development Project
Status Update
5
6
March 4, 2025
4
City Council Meeting
March 4, 2025
P2 – Ironman 70.3 - December 8, 2024
Event Summary Update
1
THE IRONMAN
®GROUP
M a r c h 4 , 2 0 2 5
HOST VENUE
2 0 2 5 – 2 0 2 7
7
8
March 4, 2025
5
2
3
3
9
10
March 4, 2025
6
4
5
11
12
March 4, 2025
7
6
7
13
14
March 4, 2025
8
2019
Data collected from the 2019event
estimates the total impact of the event to be
$9.9 million for the Greater Palm Springs region. This data was collected via the
Greater Palm Springs Convention and Visitors Bureau.
2020
The event was not held in2020
2021
No report calculated in 2021
2022
$4.8 million estimated economic impact for
the Greater Palm Springs Region
2023
$5.9 million estimated economic impactfor
the Greater Palm Springs region.
2024
$14.2 million estimated economic impact for
the Greater Palm Springs Region
Historical Economic Impact
8
HOST VENUEPRESENTATION
T H E I R O N M A N ®G R O U P
AthleteGrowth
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
Athlete Data by Year
Starters Finishers
3000
2500
2000
1500
1000
500
0
2018 2019 2020 2021 2022 2023 2024
15
16
March 4, 2025
9
AthleteOrigins
HOST VENUE PRESENTATION
T H E I R O N M A N ® G R O U P
This event, while heavily attended by athletes in
the USA, has a global reach to an average of
over 25 different countries, year over year.
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedRoutes:
Swim Course
There are no proposed changes to the
swim course.
We will continue to use Lake Cahuilla for
this portion of the race.
17
18
March 4, 2025
10
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedRoutes:
Bike Course - V1
This route will begin at Lake Cahuilla and will
traverse the current route with some minor
adjustments using an additional out and back
leg on Avenue 60, more mileage inside the
Thermal Club, and the finish at SilverRock Golf
Course. This is the required 56-mile route.
LINK:
Current Bike Route Proposal:
https://ridewithgps.com/routes/48416547?priv
acy_code=mYWwaazQ8HgxuEmGfrDIx65YZ7A6
Xa7K
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedRoutes:
Bike Course – V2
LINK:
Bike Route Proposal:
https://ridewithgps.com/routes/49831360
19
20
March 4, 2025
11
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedRoutes:
Bike Course – V3
LINK:
Bike Route Proposal:
https://ridewithgps.com/routes/49831389
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedRoutes:
Run Course
This route will begin at SilverRock Golf Course
and will use the property, as well as one lane
on 52nd Avenue for the entirety of therequired
13.1miles.
The finish line will be inside the SilverRock
property.
LINK:
Current Run Route Proposal:
https://ridewithgps.com/routes/48388906?priv
acy_code=MfLhL8joLWeDMEMjFxIX18RcPMd0
auhE
21
22
March 4, 2025
12
T H E I R O N M A N ® G R O U P
HOST VENUE PRESENTATION
ProposedVenue:
SilverRock
These proposed areas are not set in stone and
may be adjusted based on feedback from the
team at SilverRock. The golf course will
maintain operations throughout the week, with
a full closure requested on Sunday, only.
We are working on secondary parking options
as well as the overall layout of Silver RockPark.
Possible use for
transition or event set
up/expoPossible Transition
ParkingEvent area
Proposed Agreement & EventDates
17
HOST VENUE
PRESENTATION
T H E I R O N M A N ®G R O U P
Please see the contract for specific host venue details. We would like to maintainthe
first Sunday of December as the event date for the duration of the new contract.
Our request is for a 3-year extension of the current contract, which would cover events
in years 2025 – 2027. No direct increases on the current cash contribution is
requested in the extensionagreement.
23
24
March 4, 2025
13
City Council Meeting
March 4, 2025
B1 – Approve Junior Inspiration and Youth
Achievement Award Nominee
25
26
March 4, 2025
14
Community Awards Program
• Community Awards Program approved by
Council in June 2024
• Awards recognize individuals for their
contributions to the community
• Community members submit nominees
• Nomination form is available on City website
Junior Inspiration and Youth Achievement
Award
• Criteria
– Must be 5 – 18 years of age
– City residency or attend a La Quinta school
– Contributions to La Quinta or Coachella Valley:
• Academic, Artistic, or Athletic Achievement
• Acts of Kindness or Service
• Community Engagement and Leadership
• Volunteer Efforts
27
28
March 4, 2025
15
Junior Inspiration and Youth Achievement
Award
• Max Radi
– La Quinta High School junior
– 4.5 weighted GPA
– LQHS Varsity Swim and Varsity Water Polo
– Aspires to attend the United States Military
Academy at West Point where he was selected
from over 1,500 nationwide applicants to
participate in the STEM Summer Camp Program
in Summer 2022
Junior Inspiration and Youth Achievement
Award
• Max Radi
– Has dedicated time to YMCA of the Desert, Saint Francis
of Assisi, and Coachella Valley Airborne Association
– ROTC Achievements:
• Honor Guard Member
• Public Affairs Officer
• Second Lieutenant
• Master of Ceremony ROTC Military Ball
• Recipient of the Tuskegee Airman ROTC Cadet National Award
29
30
March 4, 2025
16
City Council Meeting
March 4, 2025
S1 – Discuss Removal of Aged Palm Trees
Located within the City’s Right of Way
31
32
March 4, 2025
17
Palm Tree Locations
• Prior to the City’s
incorporation, the County
of Riverside installed
palm trees on
Eisenhower Drive,
Avenida Obregon, and
Avenida Montezuma.
Property
Damage
The palms are aged and
starting to fail, causing
property damage, and
posing safety concerns.
33
34
March 4, 2025
18
Cost & Savings
The estimated
cost to remove
the palms is
$198,000
Estimated
annual
maintenance
savings $7,075
Reduced Liability
Notification & Assessment
•Letters have been sent to property owners regarding the
palm tree removals, door hangers will be distributed this
week.
•Some owners have requested to take ownership of the
palms.
•Arbor Pro is able to provide an objective arborist’s
assessment and report, as they do not perform any tree or
maintenance work.
35
36
March 4, 2025
19
PALM TREE EVALUATIONS
FEBRUARY 2025
ArborPro, Inc. Background & Services
ArborPro, Inc. is an Urban Forestry Consultant and Software Firm:
GPS Tree and Asset Inventory Data Collection by Certified Arborist
Hazard Tree/Value Assessment – Including Sonic Tomography
Urban Forest Management Software
Arborist Consulting Services – Including Management and Master Plans
Innovative Technologies – Remote Sensing Drone Capable with
Lidar, Geo-Thermal and Multi-Spectral Cameras
Founded in 2003
Completed over 400 tree inventories nationwide including over 5 million trees
Staff Includes: 40 ISA Certified Arborists on staff including: Municipal Specialists,
Utility Specialists and Risk Assessment Qualified Arborists
Services Include:
37
38
March 4, 2025
20
Arborist – Oscar R Corvera
Over 25 years of Southern California experience in the Arboriculture, Project Management,
and Remote Sensing industries. I am currently the General Manager for ArborPro, Inc. and
hold the following certifications:
ISA Certified Arborist
ISA Certified Urban Forest Professional
ISA Certified Utility Arborist
ISA Tree Risk Assessment Qualification
Worked with hundreds of cities over my career on various duties including:
Hazardous Tree Assessments
Tree Removal and Replacement Program
Urban Forest Management Plans
Master Street Tree Plans
Ordinance Creation and Modification
Tree Planting Programs
Various urban forest-related projects, such as nursery creation, tree palette evaluation, etc.
Scope of Inspections
Inspection Completed Include
1. Visual Inspection
a. 18 Palm Trees in Various Areas
b. Included full 360 walkaround and documentation
2. Aerial Inspection via Drone
a. 6 Palm Trees in Various Areas
b. Up Close Inspection of Suspected Weak Areas in Trunks and Crown Inspections
3. Sonic Tomography
a. 8 Palm Trees in Various Areas
b. Experimental Process
c. Finding much better than expected
ArborPro was approached by the City of La Quinta to evaluate a small subset of
palm trees that have already been inspected and marked for potential removal. The
purpose of this evaluation was to provide a second opinion and, if necessary,
conduct a more thorough assessment of these trees. The palm trees in question are
quite old and large. Recently, the city has experienced failures with palm trees and
is concerned about the liability posed by these mature palms as they begin to age
out.
39
40
March 4, 2025
21
Visual Inspections
Visual Inspections
41
42
March 4, 2025
22
Visual Inspections
Aerial Inspection – Drone Images
43
44
March 4, 2025
23
Aerial Inspection – Drone Images
Sonic Tomography – Test Images
45
46
March 4, 2025
24
Sonic Tomography – Test Images
Sonic Tomography – Test Images
47
48
March 4, 2025
25
Questions?
49
50
March 4, 2025
26
51