Loading...
2024 05 07 Councilt(v Qw�tr(v GEM of the DESERT — City Council agendas and staff reports are available on the City's web page: www.LaQuintaCA._gov CITY COUNCIL AGENDA CITY HALL COUNCIL CHAMBER 78495 Calle Tampico, La Quinta REGULAR MEETING ON TUESDAY, MAY 7, 2024 3:00 P.M. CLOSED SESSION 1 4:00 P.M. OPEN SESSION Members of the public may listen to this meeting by tuning -in live via http://laguinta.12milesout.com/video/live. CALL TO ORDER ROLL CALL: Councilmembers: Fitzpatrick, McGarrey, Pena, 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 CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION; INITIATION OF LITIGATION PURSUANT TO PARAGRAPH (4) OF SUBDIVISION (d) OF SECTION 54956.9 (NUMBER OF POTENTIAL CASES: 1) RECESS TO CLOSED SESSION RECONVENE AT 4:00 P.M. REPORT ON ACTION(S) TAKEN IN CLOSED SESSION PLEDGE OF ALLEGIANCE CITY COUNCIL AGENDA Page 1 of 7 MAY 7, 2024 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. PROCLAMATION IN RECOGNITION OF THE 55T" ANNUAL PROFESSIONAL MUNICIPAL CLERKS WEEK MAY 5 — 11, 2024 CONSENT CALENDAR NOTE: Consent Calendar items are routine in nature and can be approved by one motion. PAGE 1. APPROVE COUNCIL MEETING MINUTES OF APRIL 16, 2024 9 2. AUTHORIZE OVERNIGHT TRAVEL FOR ONE ADMINISTRATIVE TECHNICIAN 17 TO ATTEND THE AMERICAN PUBLIC WORKS ASSOCIATION PUBLIC WORKS INSTITUTE IN DOWNEY, CALIFORNIA, OCTOBER 15-17, 2024 3. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH ST. NICKS CHRISTMAS LIGHTING & DECOR FOR THE PURCHASE OF A HOLIDAY TREE AND YEARLY STORAGE AND INSTALLATION 4. APPROVE PLANS, SPECIFICATIONS, ENGINEER'S ESTIMATE, AND 59 ADVERTISE FOR BID THE CITY HALL ROOF REPAIR PROJECT NO. 2023-32 5. APPROVE PLANS, SPECIFICATIONS, ENGINEER'S ESTIMATE, AND 63 ADVERTISE FOR RE -BID THE EISENHOWER BASIN SLOPE REPAIR PROJECT NO. 2023-22 LOCATED ON THE WEST SIDE OF EISENHOWER DRIVE BETWEEN AVENIDA FERNANDO AND COACHELLA DRIVE 6. ACCEPT CITYWIDE MISCELLANEOUS AMERICANS WITH DISABILITIES ACT P' IMPROVEMENTS PROJECT NO. 2023-07 (COMMUNITY DEVELOPMENT BLOCK GRANT PROJECT NO. 4.LQ.48-23) LOCATED WITHIN THE SEASONS NEIGHBORHOOD 7. RECEIVE AND FILE REVENUE AND EXPENDITURE REPORT DATED FEBRUARY 29, 2024 8. APPROVE DEMAND REGISTERS DATED APRIL 12, 19, AND 26, 2024 BUSINESS SESSION PAGE 1. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH VISUAL EDGE IT FOR MANAGED INFORMATION TECHNOLOGY SERVICES CITY COUNCIL AGENDA Page 2 of 7 MAY 7, 2024 2. APPROVE MEMORANDUM OF UNDERSTANDING WITH GREATER 135 COACHELLA VALLEY CHAMBER OF COMMERCE FOR FISCAL YEAR 2024/25 3. APPROVE COOPERATIVE AGREEMENT WITH COUNTY OF RIVERSIDE TO PROVIDE FIRE PROTECTION, FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY SERVICES AND APPROVE COOPERATIVE AGREEMENT BETWEEN THE CITIES OF INDIO, LA QUINTA, COACHELLA, AND COUNTY OF RIVERSIDE TO SHARE THE COST OF A LADDER TRUCK COMPANY STUDY SESSION — None PUBLIC HEARINGS — None DEPARTMENTAL REPORTS 1. CITY MANAGER 2. CITY ATTORNEY 3. CITY CLERK 4. COMMUNITY SERVICES —QUARTERLY REPORT— JANUARY— MARCH 2O24 175 5. DESIGN AND DEVELOPMENT — QUARTERLY REPORT — JANUARY — MARCH 183 2024 6. FINANCE 7. PUBLIC SAFETY 8. PUBLIC WORKS — QUARTERLY REPORT — JANUARY — MARCH 2O24 189 MAYOR'S AND COUNCIL MEMBERS' ITEMS REPORTS AND INFORMATIONAL ITEMS 1. CVAG CONSERVATION COMMISSION (Evans) 2. CVAG ENERGY AND ENVIRONMENTAL RESOURCES COMMITTEE (Evans) 3. CVAG EXECUTIVE COMMITTEE (Evans) 4. VISIT GREATER PALM SPRINGS CONVENTION AND VISITORS BUREAU (Evans) 5. IMPERIAL IRRIGATION DISTRICT — COACHELLA VALLEY ENERGY COMMISSION (Evans) 6. LEAGUE OF CALIFORNIA CITIES DELEGATE (Evans) 7. COACHELLA VALLEY WATER DISTRICT JOINT POLICY COMMITTEE (Evans) 8. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS (Evans) 9. ECONOMIC DEVELOPMENT SUBCOMMITTEE (Evans & Fitzpatrick) 10. DESERT SANDS UNIFIED SCHOOL DISTRICT COMMITTEE (Evans & Sanchez) 11. DESERT RECREATION DISTRICT COMMITTEE (Fitzpatrick & McGarrey) 12. COACHELLA VALLEY UNIFIED SCHOOL DISTRICT COMMITTEE (Fitzpatrick & Pena) 13. RIVERSIDE COUNTY TRANSPORTATION COMMISSION (Fitzpatrick) 14. CVAG TRANSPORTATION COMMITTEE (Fitzpatrick) CITY COUNCIL AGENDA Page 3 of 7 MAY 7, 2024 15. IMPERIAL IRRIGATION DISTRICT — ENERGY CONSUMERS ADVISORY COMMITTEE (McGarrey) 16. COACHELLA VALLEY MOUNTAINS CONSERVANCY (McGarrey) 17. LEAGUE OF CALIFORNIA CITIES — ENVIRONMENTAL QUALITY POLICY COMMITTEE (McGarrey) 18. LEAGUE OF CALIFORNIA CITIES — EXECUTIVE COMMITTEE RIVERSIDE COUNTY DIVISION (McGarrey) 19. CANNABIS AD HOC COMMITTEE (Pena & Sanchez) 20. CVAG PUBLIC SAFETY COMMITTEE (Pena) 21. CVAG HOMELESSNESS COMMITTEE (Pena) 22. COACHELLA VALLEY MOSQUITO AND VECTOR CONTROL DISTRICT (Pena) 23. SUNLINE TRANSIT AGENCY (Pena) 24. ANIMAL CAMPUS COMMISSION (Sanchez) 25. GREATER CV CHAMBER OF COMMERCE INFORMATION EXCHANGE COMMITTEE (Sanchez) 26. LEAGUE OF CALIFORNIA CITIES — PUBLIC SAFETY COMMITTEE (Sanchez) 27. RIVERSIDE LOCAL AGENCY FORMATION COMMISSION (Sanchez) 28. ART PURCHASE COMMITTEE (Sanchez & McGarrey) 29. CALIFORNIA JOINT POWERS INSURANCE AUTHORITY (Sanchez) 30. SOUTHERN CALIFORNIA ASSOCIATION OF GOVERNMENTS REGIONAL COUNCIL (Sanchez) 31. PALM SPRINGS AIRPORT COMMISSION MEETING MINUTES OF APRIL 17, 2024 ADJOURNMENT ********************************* The next regular meeting of the City Council will be held on May 21, 2024, 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 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 May 3, 2024. DATED: May 3, 2024 VN MONIKA RADEVA, City Clerk City of La Quinta, California CITY COUNCIL AGENDA Page 4 of 7 MAY 7, 2024 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.laguintaca.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(a_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 5 of 7 MAY 7, 2024 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]. __CONFERENCE 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 — PURSUANT TO AB 2449*** APPLICABLE ONLY WHEN TELECONFERENCE ACCESSIBILITY IS IN EFFECT 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/82540879912 Meeting ID: 825 4087 9912 Or join by phone: (253) 215 — 8782 CITY COUNCIL AGENDA Page 6 of 7 MAY 7, 2024 Written public comments — can be provided in person during the meeting or emailed to the City Clerk's Office at CityClerkMail(a.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 AGENDA Page 7 of 7 MAY 7, 2024 CONSENT CALENDAR ITEM NO. 1 CITY COUNCIL MINUTES TUESDAY, APRIL 16, 2024 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, Pena, Sanchez, and Mayor Evans ABSENT: None PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA — None CONFIRMATION OF AGENDA Councilmembers McGarrey and Fitzpatrick said they would like to comment on Consent Calendar Items No. 13 and No. 5, respectively. Mayor Evans requested to move up Departmental Report Item No. 1 related to Talus Project Status after Announcements, Presentations, and Written Communications section of the Agenda. Council concurred. CLOSED SESSION 1. CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION; INITIATION OF LITIGATION PURSUANT TO PARAGRAPH (4) OF SUBDIVISION (d) OF SECTION 54956.9 (NUMBER OF POTENTIAL CASES: 1) COUNCIL RECESSED THE OPEN SESSION PORTION OF THE MEETING AND MOVED INTO CLOSED SESSION A T 3:32 P.M. MAYOR EVANS RECONVENED THE OPEN SESSION PORTION OF THE CITY COUNCIL MEETING AT 4:04 P.M. WITH ALL MEMBERS PRESENT REPORT ON ACTION(S) TAKEN IN CLOSED SESSION: Mayor Evans said Council will reconvene Closed Session after the Open Session portion of the meeting to continue consideration of Closed Session Item No. 1. PLEDGE OF ALLEGIANCE Councilmember McGarrey led the audience in the Pledge of Allegiance. CITY COUNCIL MINUTES Page 1 of 8 APRIL 16, 2024 9 PUBLIC COMMENT ON MATTERS NOT ON THE AGENDA PUBLIC SPEAKER: Mike Redding, La Quinta — said he lives off Villa Sevilla; requested changes to traffic control and timing of traffic lights on Washington Street and Villa Sevilla during tennis events held at the Indian Wells Tennis Gardens; and noted he disagrees with the "no parking" signs on public streets during tennis events, as residents and their guests can't park on the street. PUBLIC SPEAKER: David Dinnel, La Quinta — said he lives on Villa Sevilla; spoke about problems with no -parking signs in his neighborhood during tennis events held at the Indian Wells Tennis Gardens, where he and guests of his residence placed notes with resident contact information on their vehicle dashboards but in some cases still received tickets or a ticket was attempted; and said he will attend future council meetings to speak on short-term vacation rentals. PUBLIC SPEAKER: Jeff Fishbein, Chair of the La Quinta Chamber of Commerce, Coldwell Banker Realtor and La Quinta resident — provided an update on Chamber events and activities, including a ribbon cutting for WDC Kitchen & Bath; participation in a business walk to promote the City Picnic and the Shop Local campaign; the Greater Coachella Valley Chamber of Commerce received a grant for $125,000 for the Employer Connect Program, which helps facilitate connections between local businesses seeking to hire new employees and individuals looking for employment; and the upcoming open house events for the 2024 St. Jude Dream Home Giveaway. PUBLIC SPEAKER: Philip Bettencourt, La Quinta — complimented the City's representatives on the Imperial Irrigation District Energy Consumer Advisory Committee, Councilmember McGarrey and Public Works Director McKinney, for their participation and diligence; and said there is no more challenging public facilities mattes than electrical energy right now. PUBLIC SPEAKER: Denise Mazuklewicz, La Quinta — informed Council that homeless people are living in a car at the La Quinta Library parking lot during the day, and in Old Town lots at night; noted law enforcement informed her the car is not registered; and she feels uncomfortable walking in the area. Mayor Evans said the City can work with the Riverside County Sheriff's Department to confirm information on resources available such as shelters and permanent housing options is being provided to potentially homeless individuals. City Attorney Ihrke provided information on State laws that govern individuals living in their vehicles. PUBLIC SPEAKER: Josh Heinz, Community Engagement Manager with Visit Greater Palms Springs (VGPS) — thanked the City for the support for student scholarships and education through the Tourism Foundation; spoke of VGPS efforts to make the Coachella Valley a certified autism destination; requested that the City create a grant program for CITY COUNCIL MINUTES Page 2 of 8 APRIL 16, 2024 10 small local businesses and non -profits to provide training to their employees; and suggested the City become the second city in the nation to be a certified autism city. City Clerk Radeva said WRITTEN PUBLIC COMMENTS were received from Gus Garcia with The Center for Contract Compliance, regarding concerns about Request for Qualifications (RFQs) for public contracts related to the SilverRock Landscape Maintenance Services RFQ 2023-31, Park Landscape Maintenance Services RFQ 2023- 30, Landscape and Lighting Assessment District 89-1 Lighting Maintenance Services RFQ 2023-29, and Landscape and Lighting Assessment District 89-1 Landscape Maintenance Services RFQ 2023-28, which were distributed to Council, made public, published on the City's website, and included in the public record of this meeting. ANNOUNCEMENTS, PRESENTATIONS AND WRITTEN COMMUNICATIONS PRESENTATION ON LA QUINTA LIBRARY AND MUSEUM PROGRAMS, EXHIBITS, AND ACTIVITIES BY LA QUINTA LIBRARY BRANCH MANAGER SARA DELACRUZ, LA QUINTA MUSEUM DIRECTOR SHARLA FOX, AND MAKERSPACE SUPERVISOR MICHELE MCNEILLY Management Analyst Calderon introduced the presenters. La Quinta Library Branch Manager Delacruz provided statistics on patronage, circulation, programs, and attendees; updates on special events, field trips, birthday celebrations, storytimes, etc. held at the library; details on Hydro Harvest LQ, and the upcoming Dia De Los Ninos Cultural Fair to be held at La Quinta Civic Center Park on Saturday, April 20, 2024, from 10 a.m. to 2 p.m. Makerspace Supervisor McNeilly provided statistics on classes, memberships, and programs; an overview of Cricut Maker classes, Sublimation printing, digital embroidery, crafts camps, programs; and memberships offered at the Makerspace station, located at the La Quinta Library. La Quinta Museum Director Fox provided an overview of permanent, roving, temporary, and traveling exhibits, programs, events, lectures, and group activities available at the museum; acknowledged the Historical Society contributions; and listed upcoming exhibits. DEPARTMENTAL REPORTS >>> taken out of Agenda Order as announced during Confirmation of Agenda above. CITY MANAGER — TALUS PROJECT STATUS UPDATE City Manager McMillen provided a status update on the Talus Project, formerly SilverRock, including dust control efforts; the project's $600 million recapitalization; bridge loans; ongoing discussions with the developer's lenders and legal team; the new non -rated bond structure to raise $360 million; Purchase, Sale, and Development Agreement Amendment CITY COUNCIL MINUTES Page 3 of 8 APRIL 16, 2024 11 No. 5 outside closing date being June 30, 2024; and redeployment and mobilization estimate of three months once funding is in place. Council discussed construction timeline once funding is secured; and noted both Montage and Pendry Hotels are fully committed to the project. PUBLIC SPEAKER: Ron Holmes, La Quinta — inquired about the ownership of the land at Talus / SilverRock; asked if the City has foreclosed on the developer; questioned the developers ability to secure the needed financing; and asked if the City has a plan B. CONSENT CALENDAR 1. APPROVE COUNCIL MEETING MINUTES OF APRIL 2, 2024 2. EXCUSE ABSENCES OF COMMISSIONER CALDWELL FROM THE MARCH 26, 2024, PLANNING COMMISSION MEETING AND COMMISSIONER WAY FROM THE MAY 8, 2024, FINANCIAL ADVISORY COMMISSION MEETING 3. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH DECKARD TECHNOLOGIES, INC. TO PROVIDE SHORT-TERM VACATION RENTAL PROGRAM COMPLIANCE MONITORING AND INTERACTIVE PUBLIC PORTAL MAP SERVICES 4. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH LANCE, SOLL & LUNGHARD, LLP FOR PROFESSIONAL AUDITING SERVICES 5. APPROVE AGREEMENT FOR CONTRACT SERVICES WITH CLEARGOV, INC. FOR BUDGETING AND FINANCIAL TRANSPARENCY SOFTWARE 6. ALLOCATE ADDITIONAL FUNDS, APPROVE CHANGE ORDER NO. 3 WITH GRANITE CONSTRUCTION COMPANY, AND ACCEPT FRED WARING DRIVE PAVEMENT REHABILITATION PROJECT NO. 2022-03 LOCATED FROM WASHINGTON STREET TO ADAMS STREET 7. APPROVE SUBSCRIPTION AGREEMENT WITH DELL MICROSOFT LICENSING TO PURCHASE MICROSOFT 365 LICENSES 8. ADOPT RESOLUTION APPROVING AMENDMENT TO THE SECOND AMENDED AND RESTATED JOINT POWERS AGREEMENT WITH VISIT GREATER PALM SPRINGS [RESOLUTION NO. 2024-014] 9. ADOPT RESOLUTION TO APPROVE THE CITY'S PROJECT LIST FOR FISCAL YEAR 2024/25 FOR SENATE BILL 1 - ROAD REPAIR AND ACCOUNTABILITY ACT 2017 FUNDING [RESOLUTION NO. 2024-015] CITY COUNCIL MINUTES Page 4 of 8 APRIL 16, 2024 12 10. APPROVE FISCAL YEAR 2024/25 THROUGH 2O28/29 MEASURE A HALF - CENT SALES TAX FIVE-YEAR CAPITAL IMPROVEMENT PLAN 11. ACCEPT ON -SITE IMPROVEMENTS ASSOCIATED WITH THE SIGNATURE RESIDENTIAL DEVELOPMENT (TRACT MAP NO. 36537-1 and 36537-2) LOCATED WITHIN PGA WEST DEVELOPMENT ON PGA BOULEVARD 12. ACCEPT COVE TRAILS PARKING LOT IMPROVEMENTS PROJECT NO. 2022-30, LOCATED ON CALLE TECATE BETWEEN AVENIDA MADERO AND AVENIDA JUAREZ 13. APPROVE PLANS, SPECIFICATIONS, ENGINEER'S ESTIMATE, AND ADVERTISE FOR BID THE DUNE PALMS ROAD PAVEMENT REHABILITATION PROJECT NO. 2021-01, LOCATED ON DUNE PALMS ROAD FROM MILES AVENUE TO FRED WARING DRIVE 14. APPROVE PURCHASE OF CATERPILLAR BACKHOE AND CATERPILLAR TRACKED SKID STEER FROM QUINN CAT THROUGH SOURCEWELL COOPERATIVE PURCHASING; AND DECLARE CURRENT EQUIPMENT AS SURPLUS AND APPROVE DISPOSAL METHOD 15. APPROVE DEMAND REGISTERS DATED MARCH 29, AND APRIL 5, 2024 CONSENT CALENDAR COMMENTS • Item No. 13 — Councilmember McGarrey requested a summary of the anticipated timeline for bidding and construction on Dune Palms Road. City Engineer McKinney provided the timeline. • Item No. 5 — Councilmember Fitzpatrick noted that the purpose of this purchase is added transparency for residents. Mayor Evans thanked the Financial Advisory Commission members for their time and contribution to this effort. MOTION — A motion was made and seconded by Councilmembers Fitzpatrick/McGarrey to approve the Consent Calendar as presented, with Item Nos. 8 and 9 adopting Resolution Nos. 2024-014 and 2024-015, respectively. Motion passed unanimously. BUSINESS SESSION 1. APPROVE PRELIMINARY DESIGN PLANS AND AUTHORIZE STAFF TO MOVE FORWARD TO FINAL DESIGN STAGE FOR THE LA QUINTA CULTURAL CAMPUS PROJECT NO. 2019-01 Public Works Director/City Engineer McKinney, Construction Manager Ayon, and Management Analyst Calderon presented the staff report, which is on file in the Clerk's Office. CITY COUNCIL MINUTES Page 5 of 8 APRIL 16, 2024 13 CONSULTANT PRESENTATION: Matt Austin, Design Principal and Associate Vice President, and Cheryl Chiu, Design Coordinator, with Hammel, Green and Abrahamson (HGA) — provided a detailed presentation of the proposed final design stage for the Cultural Campus project. Council discussed grant opportunities focusing on culture and historic preservation; the archive building; loading dock locations and functionality; drainage; restroom access, locations, and accessibility; plans for kitchen facilities and snack bar; potential use of the lumberyard building; size of potential water fountain in oasis (courtyard) area; climate control archive to protect artwork and artifacts; possibly adding firepits and/or heaters to the design for comfort; the incorporation of tribal design; and expressed support for the project and appreciation for integrating past, present, future in the design. PUBLIC SPEAKER: Linda Williams, President of the La Quinta Historical Society — thanked the City for designing the Cultural Campus improvements and for including Museum staff in the process — it's beyond staff's dreams; very excited about the designated archive and storage areas; thanked the HGA consultants' team for taking the time to listen and deliver what was requested; noted the importance of including components representative of the native community in the project; and importance of preserving the lumberyard building. MOTION — A motion was made and seconded by Councilmembers Fitzpatrick/McGarrey to approve preliminary design plans and authorize staff to move forward to final design stage for the La Quinta Cultural Campus Project 2019-01 as presented. Motion passed unanimously. MAYOR EVANS CALLED FOR A BRIEF RECESS AT 6:10 P.M MAYOR EVANS RECONVENED THE COUNCIL MEETING AT 6:16 PM WITH ALL MEMBERS PRESENT 2. RECEIVE AND FILE FISCAL YEAR 2023/24 BUDGET UPDATE REPORT, APPROVE THE RECOMMENDED BUDGET ADJUSTMENTS, AND ADOPT RESOLUTION TO ADD ASSISTANT PLANNER POSITION [RESOLUTION NO. 2024-016] Finance Director Martinez presented the staff report, which is on file in the Clerk's Office. Council discussed the fully burdened cost for the Assistant Planner position being added; and possible reimbursements from the Federal Emergency Management Agency for overtime and additional resources utilized for Tropical Storm Hilary. MOTION — A motion was made and seconded by Councilmembers Fitzpatrick/Pena to receive and file fiscal year 2023/24 budget update report, approve the recommended budget adjustments, and adopt Resolution No. 2024-016 to add an Assistant Planner position as presented: CITY COUNCIL MINUTES Page 6 of 8 APRIL 16, 2024 14 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF LA QUINTA, CALIFORNIA, APPROVING THE UPDATED CLASSIFICATION AND SALARY/PLAN SCHEDULE ADDING AN ASSISTANT PLANNER POSITION FOR FISCAL YEAR 2023/24 Motion passed unanimously. STUDY SESSION — None PUBLIC HEARINGS — None DEPARTMENTAL REPORTS — All reports are on file in the City Clerk's Office. MAYOR'S AND COUNCIL MEMBERS' ITEMS Mayor Evans said there would be a free shred and e-waste collection event at City Hall on Saturday, April 20, 2024, from 8 a.m. to 12 p.m. Mayor Evans and Councilmember Fitzpatrick reported their attendance at the ribbon cutting for the St. Jude Dream Home Giveaway house. Councilmembers McGarrey and Fitzpatrick reported on their attendance at the Fly Over LQ: A Kite Experience! at Civic Center Park. Mayor Evans reported on her attendance at the Salvation Army's 11 t" Annual Veteran's and Community Expo; Marvin's Magical Theater fundraiser event benefiting The Animal Rescue Center of California; California Desert Association of Realtors; US Representative Ken Calvert's legislative breakfast; and provided a proclamation to One Legacy for National Organ Donor Month. Mayor Pro Tern Pena reported on his attendance at the Living Desert event. Mayor Evans reported on her and Mayor Pro Tern Pena's attendance at the Find Food Bank telethon. Mayor Evans congratulated the City for putting together a social media video in honor of National Pet Day. Councilmember Sanchez reported on his adoption of rescue dog Romulus. REPORTS AND INFORMATIONAL ITEMS La Quinta's representative for 2024, Mayor Evans reported on her participation in the following organizations' meetings: • CVAG ENERGY AND SUSTAINABILITY COMMITTEE • IMPERIAL IRRIGATION DISTRICT — COACHELLA VALLEY ENERGY COMMISSION CITY COUNCIL MINUTES Page 7 of 8 APRIL 16, 2024 15 La Quinta's representative for 2024, Councilmember McGarrey reported on her participation in the following organizations' meetings: • IID ENERGY CONSUMERS' ADVISORY COMMITTEE • LEAGUE OF CALIFORNIA CITIES — EXECUTIVE COMMITTEE, RIVERSIDE COUNTY DIVISION • RIVERSIDE COUNTY TRANSPORTATION COMMISSION Council discussed the importance of Coachella Valley elected officials meeting outside of IID committee meetings to discuss energy matters. CLOSED SESSION — Continued 1. CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION; INITIATION OF LITIGATION PURSUANT TO PARAGRAPH (4) OF SUBDIVISION (d) OF SECTION 54956.9 (NUMBER OF POTENTIAL CASES: 1) COUNCIL RECESSED THE OPEN SESSION PORTION OF THE MEETING AND MOVED INTO CLOSED SESSION AT 6:45 P.M. MAYOR EVANS RECONVENED THE OPEN SESSION PORTION OF THE CITY COUNCIL MEETING AT 7:45 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 new reportable action on this matter. The authorization to initiate litigation as reported out for Closed Session Item No. 1 from the February 20, 2024, Council meeting remains in place, and no new action was taken tonight for Closed Session Item No. 1 that requires additional reporting. ADJOURNMENT There being no further business, a motion was made and seconded by Councilmembers McGarrey/Fitzpatrick to adjourn at 7:46 p.m. Motion passed unanimously. Respectfully submitted, MONIKA RADEVA, City Clerk City of La Quinta, California CITY COUNCIL MINUTES Page 8 of 8 APRIL 16, 2024 16 CONSENT CALENDAR ITEM NO. 2 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: AUTHORIZE OVERNIGHT TRAVEL FOR ONE ADMINISTRATIVE TECHNICIAN TO ATTEND THE AMERICAN PUBLIC WORKS ASSOCIATION PUBLIC WORKS INSTITUTE IN DOWNEY, CALIFORNIA, OCTOBER 15-17, 2024 RECOMMENDATION Authorize overnight travel for one Administrative Technician to attend the American Public Works Association Public Works Institute in Downey, California, October 15-17, 2024. EXECUTIVE SUMMARY • The Administrative Technician seeks additional knowledge in Public Works with the opportunity to network. • The institute will hold sessions on the following topics, including but not limited to: ✓ Conflict Management ✓ Laws Impacting Public Works ✓ Transportation ✓ Ethics ✓ Customer Service ✓ Conducting Effective Meetings ✓ Workplace Safety FISCAL IMPACT Estimated expenses are $1,600, which includes travel, lodging, and meals for one attendee. Funds are available in fiscal year 2024/25 Public Works Administration Travel and Training budget (Account No. 101-7001-60320). BACKGROUND/ANALYSIS The American Public Works Association (APWA) Public Works Institute offers four (4) "Module" training programs covering specific topics related to developing Public Works future leaders and will provide the opportunity to network with other agencies and vendors. The Administrative Technician has taken on additional duties and this institute will provide additional resources and training to strengthen confidence in covering those tasks. 17 kLTERNATIVES Council may elect not to authorize this request; however, since this will provide further information and training, Staff does not recommend this alternative. Prepared by: Carley Escarrega, Administrative Technician Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer 18 CONSENT CALENDAR ITEM NO. 3 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE AGREEMENT FOR CONTRACT SERVICES WITH ST. NICKS CHRISTMAS LIGHTING & DECOR FOR THE PURCHASE OF A HOLIDAY TREE AND YEARLY STORAGE AND INSTALLATION RECOMMENDATION Approve agreement for contract services with St. Nicks Christmas Lighting & Decor for the purchase of a holiday tree and yearly storage and installation; and authorize the City Manager to execute the agreement. EXECUTIVE SUMMARY • The City's holiday tree that is displayed on Civic Center Campus (Campus) and featured during the Annual Tree Lighting Ceremony (Ceremony) is nearly twenty years old and often requires replacement lights/ornaments. Investing in a new holiday tree will enhance the Ceremony and serve as a decorative, festive focal point for the Campus during the holidays. FISCAL IMPACT Budget for the purchase of a new holiday tree, five years of storage and installation, and a 3% contingency to cover replacement bulbs, ornaments, and branches is $165,772. Funds are available in the Community Experiences budget (Account No. 101-3003- 60149). The purchase of the new tree ($54,772) has been budgeted in fiscal year (FY) 2023/24. All other services will occur FY 2024/25 — FY 2028/29. The cost breakdown is as follows: Fiscal Year Description Costs 2023/24 Purchase of New Tree $54,772 2024/25 Install & Removal $17,000 Storage $4,550 Ornament/bulb/branch replacement (if needed) $650 $22,200 2025/26 $22,200 2026/27 $22,200 Initial Term Total: $121,372 Optional 2-Year Term Extension: 2027/28 Install, Removal, Storage, & Replacement Pieces $22,200 2028/29 Install, Removal, Storage, & Replacement Pieces $22,200 Extended 2-Year Term Total: $44,400 m BACKGROUND/ANALYSIS Nearly twenty years ago, the City purchased a 26ft holiday tree to publicly display on the Campus every December and feature during the Ceremony. After several years of outdoor display, the tree's light bulbs, ornaments, and branches are often in need of repair or replacement. The proposed new tree purchase stands 34ft tall (including a 4ft star topper) and includes red, silver, and gold ornaments with warm white LED lights. St. Nicks Lighting & Decor will store, install, and dismantle the tree every year. If approved, the new holiday tree will be displayed on the Campus every December and serve as the focal point for the Ceremony. _- TERNATIVES Council may choose not to approve the agreement and direct staff to explore other options for a holiday tree. Prepared by: Michael Calderon, Community Services Management Analyst Approved by: Christina Calderon, Community Services Deputy Director Attachments: 1. Agreement for Contract Services 2. St. Nicks Proposal 20 ATTACHMENT 1 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 St. Nicks Christmas Lighting & Decor a California Limited Liability Corp ("Contracting Party") with a place of business at 6861 Walker Street, La Palma, CA 90623. 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 the purchase of a new holiday tree and tree storage, installation, and removal, 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. 21 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. -2- 22 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 Sixty -Five Thousand Seven hundred and Seventy Two Dollars ($165,772.00), 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 -3- 23 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 Maieure. 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 May 8th, 2024, and terminate on June 30th, 2027 ("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. me 24 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) Daniel Christenson (562) 438-0017 Daniel@st-nicks.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 as [Christina Calderon, Deputy Director] 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 transfer shall release Contracting Party of any liability hereunder without the express consent of City. -5- 25 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 (TERS") 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. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the M 26 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 a endorsements performance. Ong with all required endorsements. Certificate of Insurance and must be approved by Agency's Risk Manager prior to commencement of 6. INDEMNIFICATION. 6.1 Indemnification shall indemnify, protect, defer and any and all of its officers, F" ("Indemnification") which is a part hereof. To the fullest extent permitted by law, Contracting Party d (with counsel selected by City), and hold harmless City employees, agents, and volunteers as set forth in "Exhibit incorporated herein by this reference and expressly made 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 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 -7- 27 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. 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 W 28 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 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 in 29 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 authorized by the Contract Officer, or assigned designee, thereafter in accordance with -10- 30 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. -11- 31 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: To Contracting Party: CITY OF LA QUINTA St. Nick's Attention: Michael Calderon Daniel Christenson 78495 Calle Tampico 6861 Walker Street La Quinta, California 92253 La Palma, CA 90623 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. -12- 32 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] -13- 33 IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, ST. NICKS CHRISTMAS LIGHTING & a California Municipal Corporation DECOR, a California LLC JON McMILLEN, City Manager City of La Quinta, California Dated: ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California DANIEL CHRISTENSEN, Director of Sales Dated: -14- 34 Exhibit A Scope of Services Services to be Provided: Purchase of a 30ft tall holiday tree (with 4ft topper) complete with red, gold, silver, and white ornaments, and LED mini lights (Attachment 1). Vendor Shall store, install, and remove outdoor holiday tree for the City for FY 2024/25, FY 2025/26, and FY 2026/27, with an option to extend services for FY 2027/28 and FY 2028/29 if agreed upon by City and Contracting Party. In addition to storage and installation, the vendor is also responsible for replacing all damaged LED lights, ornaments, and new branches, at the rates described in Attachment 1. Installation shall begin no earlier than November 21 and must be completed no later than November 29 of each contract year. Removal shall start no earlier than December 26 and be completed no later than January 14 of each contract year. Location of installation: Civic Center Campus 78-495 Calle Tampico, La Quinta, CA 92253 Exhibit A Page 1 of 4 Last revised summer 2017 35 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, Exhibit A Page 2 of 4 36 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. Exhibit A Page 3 of 4 37 (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. Exhibit A Page 4 of 4 38 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 Sixty -Five Thousand Seven hundred and Seventy -Two Dollars ($165,772.00) ("Contract Sum"). The Contract Sum shall be paid to Contracting Party in installment payments for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Payment will be issued as follows: Fiscal Year Description Costs 2023/24 Purchase of New Tree $54,772 2024/25 Install & Removal $17,000 Storage $4,550 Ornament/bulb/branch replacement (if needed) $650 $22,200 2025/26 $22,200 2026/27 $22,200 Initial Term Total: $121,372 Optional 2-Year Term Extension: 2027/28 Install, Removal, Storage, & Ornament/bulb/branch replacement $22,200 2028/29 Install, Removal, Storage, & Ornament/bulb/branch replacement $22,200 Extended 2-Year Term Total: $44,400 Storage, installation, removal of tree: $50% ($10,775) due October, and $50% ($10,775) due January of each contract year. Exhibit B Page 1 of 1 39 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. Exhibit C Page 1 of 1 40 None. Exhibit D Special Requirements Exhibit D Page 1 of 1 41 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 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 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 Exhibit E Page 1 of 6 42 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. 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. Exhibit E Page 2 of 6 43 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. 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. Exhibit E Page 3 of 6 44 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 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. Exhibit E Page 4 of 6 45 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. 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. Exhibit E Page 5 of 6 46 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. Exhibit E Page 6 of 6 47 Exhibit F Indemnification F.1 Indemnitv for the Benefit of Ci 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. Exhibit F Page 1 of 2 48 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. Exhibit F Page 2 of 2 49 50 ST-NICKS.COM All rendering artwork, photos, and design concepts are property of: f CHRISTMAS LIGHTING & Di CDR PROPOSAL 2024 HOLIDAY SEASON CPREPARED FOR: CITY OF LA QUINTA PROPOSAL PRESENTED BY: JOVANY VILELLA - ACCOUNT EXECUTIVE ATTACHMENT 2 v r APRI L 16, 2024 St. Nick's is excited to submit this holiday decor proposal that is assured to brighten your property. We appreciate the opportunity to partner with you this season. Other amazing clients, such as City of West Hollywood, The Pike Outlets, the City of Carson, The Music Center in Downtown Los Angeles, and many others have trusted St. Nick's with their special lighting projects There are many good reasons why our clients continue to utilize our services year after year, which not only includes our innovation capabilities but also our nod to professionalism. We appreciate the complexities and intricacies involved with large scale projects. We are confident that our technical abilities combined with our focused attention to detail will meet and exceed all your expectations. Our design plan includes many visual delights as you'll see flipping through the pages of this proposal. We appreciate the trust you will be placing in St. Nick's should you award us the contract. Rest assured we have invested a great deal of time into planning and execution of our designs. Our team includes structural engineers, sound technicians, and our cadre of experts to ensure that our unique plans can be implemented within your budget and time frames. St. Nick's has high standards for quality products and energy -efficient LED lighting. We strive hard to ensure that the continuing of St. Nick's service will be as easy as possible for the staff. in fact, we truly hope that by moving beyond just lights and decorations, we will make your jobs easier and help you continue to shine time after time. Thank you, o✓ , Jovany Villela, Account Executive ST- NICKS.COM 52 COMPANY PROFILE Nicholas Adams Founder and Legal Compliance Wade Francis Chief Financial Officer Brenda Sheridan Director of Operations Daniel Christenson Director of Sales • Founded 1998 business, dba St. Nick's (25 years • T8G Global, LLC (CA) • Tax ID #68-0636192 • 14 full-time employees, 30-45 seasonal staff • B-General Building Contractor #990427 • Certified Small Business Supplier #1626660 • County of Los Angles Small Business Enterprise (LSBE) Vendor #16942501 • Business Address: 6861 Walker Street, La Palma, CA 90623 • Telephone: (562) 438-0017 • Fax: (562) 437-4242 • Contact Name: Jovany Villela, Account Executive • Website: www.St-Nicks.com Stephanie Escobar Creative Director Carlos Vasquez Sr. Installer & Project Manager Alonso Salazar Sr. Installer & Project Manager ST- NICKS.COM 53 Pricing: Purchase of 30FT Tree ST- NICKS.COM 55 Pricing: Purchase of Additional Items/ Repairs MjMdj& Description 'Init Price LED Lights Replacement Per branch. $115 -Pricing includes Labor -All New LED Lights To match Current Tree Lights Replacement of ornaments Ea. 4" 99 -Includes Labor to replace it. Replacement of ornaments Ea. " $5.99 -Includes Labor to replace it. Replacement of ornaments Ea. B" $12.99 -Includes Labor to replace it. Purchase of New Branch 1 -Brand New LED Lights, Ornaments 245 -Includes all Labor. "Pricing Includes Labor ST- NICKS.COM M. Ornament Package: RE❑ GOLD SlL.VER WHITE 57 Purpose of Proposal: Purchase of New Christmas Tree Contact: Erika Arvizu Earvizu@laquintaca.gov 1 (760) 777-7093 Project Date: TBD 2023 Installation Address: 78495 Calle Tampico, La Quinta, CA 92253 Authorized Signer Printed Name Date Thank you, o✓ Jovany Villela, Account ExecutiN This quote is valid for 30 days. To execute installation, please initial each additional option and sign below. Final agreement to follow. All material appearing on the St. Nick's Christmas Lighting & D6cor Proposal ("content") is protected by copyright under U.S. Copyright laws and is the property of St. Nick's Christmas Lighting & D6cor. You may not copy, reproduce, distribute, publish, display, perform, modify, create derivative works, transmit, or in any way exploit any such content, nor may you distribute any part of this content over any network, including a local area network, sell or offer it for sale, or use such content to construct any kind of database, or to show a preferred layout for presenting creative concepts. You may not alter or remove any copyright or other notice from copies of the content on St. Nick's Christmas Lighting & D6cor Proposal. For questions or concerns please contact stephanie@st-nicks.com 58 CONSENT CALENDAR ITEM NO. 4 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITL"_ APPROVE PLANS, SPECIFICATIONS, ENGINEER'S ESTIMATE, AND ADVERTISE FOR BID THE CITY HALL ROOF REPAIR PROJECT NO. 2023-32 RECOMMENDATION Approve plans, specifications, engineer's estimate, and authorize Staff to bid the City Hall Roof Repair Project No. 2023-32. AEGUTIVE 5UMMAKY • Following recent rainstorms, leaks on the east side of the City Hall building have caused maintenance issues and require further repairs. • The project will repair the main section of the pitched roof on the east side of City Hall and the pitched roof above the Council Chamber (Attachment 1). • Work will include removing the existing tile, replacing the roof paper, replacing plywood as needed, and placing back the existing tile. FISCAL 11VI V ►U i The project is a part of the City's on -going maintenance for City building replacement/repair budget (Account No. 501-0000-71103). The current available budget is $250,000, and is not sufficient for the necessary repairs. Staff recommends bidding the project and requesting additional funds once the actual construction cost is known. The following is the anticipated overall project budget: Total Budget Design/Professional: $ 20,000 Construction: $ 275,000 Contingency: $ 40,000 Total Budget: $ 335,000 BACKGROUND/ANALYSIS Following recent rainstorms, leaks in the roof on the east side of the City Hall building have caused maintenance issues that require a larger project to repair properly. Without 59 these roof repairs, the leaks are anticipated to increase which would potentially increase the repair costs in the future. The repairs will include removing the existing tile, replacing the roof paper, replacing plywood as needed, and placing back the existing tile. The sections will be upgraded to replace the over 30-year-old material. Contingent upon approval to advertise the project for bid on May 7, 2024, the following is the project schedule: Council Bid Authorization Bid Period Council Considers Project Award Execute Contract and Mobilize Construction (20 Working Days) Accept Improvements May 7, 2024 May 8 to June 5, 2024 June 18, 2024 June 19 to July 15, 2024 July 15 to August 9, 2024 September 2024 ALTERNATIVES Staff does not recommend an alternative. Prepared by: Ubaldo Ayon, Assistant Construction Manager Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer Attachment: 1. Vicinity Map M City Hall Roof Repair -� �_ 1hit�:' ��' i' Legend M Base Bid: Re -use existing tile, replace roof '` Roof Repair paper, and replace damaged plywood. - 5 ATTACHMENT 1 Wv" " r 520 Ir m �� ,A - t4 .:,r - - ;,-o. III■li�l�l� � r � • t+`' �� � - - �` I■[■I■ICI)•„ J4.AIL .. WO „�. sr. �r 1• 3 ice,_ _ I [ i r u � � ;� ■wa wwAa{aw•waQawsawww�aa'Ae�,.; �� r� } -• ■fSiti�li�fiS��liwwlAl���:t�1wi 62 CONSENT CALENDAR ITEM NO. 5 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE PLANS, SPECIFICATIONS, ENGINEER'S ESTIMATE, AND ADVERTISE FOR RE -BID THE EISENHOWER BASIN SLOPE REPAIR PROJECT NO. 2023-22 LOCATED ON THE WEST SIDE OF EISENHOWER DRIVE BETWEEN AVENIDA FERNANDO AND COACHELLA DRIVE RECOMMENDATION Approve plans, specifications, engineer's estimate, and authorize staff to re -bid the Eisenhower Basin Slope Repair Project No. 2023-22 located on the west side of Eisenhower Drive between Avenida Fernando and Coachella Drive. EXECUTIVE SUMMARY • This project is located at the Eisenhower Retention Basin on the west side of Eisenhower Drive between Coachella Drive and Avenida Fernado (Attachment 1). • The project will repair slopes that failed due to Tropical Storm Hilary. The engineered soil that covers a specialized slope liner washed off in many areas and needs to be placed back to protect the liner from UV light. o This project will also include an additive alternate to construct a concrete lined channel along the base of the adjacent hill to collect drainage water to help mitigate future erosion. • This project is not a part of the City's Capital Improvement Program (CIP). Staff is currently only requesting authorization to advertise and will present bids and request for funding at a separate meeting. Staff is actively working with the Federal Emergency Management Agency (FEMA) to request funding for both the repairs and betterment. FISCAL IMPACT The cost to advertise the project is included in the Construction budget. Staff is working with FEMA for opportunities to cost share. The following is the anticipated project budget: Total Budget Professional/Design: $ 25,000 Inspection/Testing/Survey: $ 20,000 Construction: $ 450,000 Contingency: $ 50,000 Total Budget: $ 545,000 63 BACKGROUND/ANALYSIS Damage caused to the Eisenhower Retention Basin during Tropical Storm Hilary exposed a specialized liner along the basin slopes. The liner cannot be exposed to UV light for a long period of time or it will degrade. On November 16, 2023, staff solicited construction bids from qualified contractors. The City received three (3) bids on December 11, 2023. Leonida Builders, Inc. of Acton, California submitted the lowest responsible and responsive bid at $280,395. These costs were higher than the anticipated project budget and the bids ranged significantly. On December 19, 2023, Council approved rejecting all bids and revising the scope to reduce uncertainty within the scope and to allow the project to complete the application and field reviews needed to satisfy the requirements with requesting FEMA funding. Staff recommends bidding the betterment as an additive alternate since FEMA allows for betterments to help mitigate future repairs. Staff will present all findings and bids at a subsequent Council Meeting prior to any fiscal impacts. Contingent upon approval to advertise the project for bid on May 7, 2024, the following is the proposed project schedule: Council Bid Authorization Bid Period Council Considers Project Award Execute Contract and Mobilize Construction (20 Working Days) Accept Improvements May 7, 2024 May 8 to June 5, 2024 June 18, 2024 June 19 to July 15, 2024 July 15 to August 9, 2024 September 2024 ALTERNATIVES Staff does not recommend an alternative. Prepared by: Ubaldo Ay6n, Assistant Construction Manager Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer Attachment: 1. Vicinity Map 64 SAY AA 40 Project ` ^� er r¢ �qi; ' r'►: ', +W.Aku _ r Rfa ■ Location ��' � r ; .. "� V?•=� �■■• nftth i,,k�yi[ 10 i �. � -• � A1fj _ iY}}r.� �itrcv- lay •t.• �, % iq „tar �(+?�i ' �pw �' 1 40 F S3T•~ �typ +�' 44 } f WN i ��v�i�l•�a.:Mrl��.y.ar•a�i•sr ■ �'`� 1t. •: �'' 1'� �..d'• ft #k' •-•v.rR4ilj,ft ;.: t�ZAL . Avenue 506,r, Ilk � ��' -L■ .has'. - "1+9� ,.f �.- r• �S r r3kreY�r! sx si��a ,04 Fri - -- 66 CONSENT CALENDAR ITEM NO. 6 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE? ACCEPT CITYWIDE MISCELLANEOUS AMERICANS WITH DISABILITIES ACT IMPROVEMENTS PROJECT NO. 2023-07 (COMMUNITY DEVELOPMENT BLOCK GRANT PROJECT NO. 4.LQ.48-23) LOCATED WITHIN THE SEASONS NEIGHBORHOOD RECOMMENDATION Accept the Citywide Miscellaneous Americans with Disabilities Act Improvements Project No. 2023-07 (Community Development Block Grant Project No. 4.LQ.48-23) as complete; authorize the City Clerk to file a Notice of Completion with the Office of the County Recorder; and authorize staff to release retention in the amount of $8,986, thirty-five days after the Notice of Completion is recorded. EXECUTIVE SUMMARY • The project reconstructed curb ramps, sidewalks, and cross -gutters to bring them to the current code on Springtime Way and Summer View Way. • The work is complete and Council acceptance will close the contract and allow final payment. FISCAL IMPACT The following is the financial accounting for Project No. 2023-07: Original Contract Amount $ 179,717 Final Contract Amount $ 179,717 Project Budget $ 250,210 Final Contract Amount ($ 179,717) Design & Professional Costs ($ 17,300) Inspection, Survey, Plans, & Other Construction Costs ($ 3,221) Anticipated Funds Remaining* $ 49,972 * All costs to date have been accounted for and no further costs are anticipated. There are adequate funds to close this project; the final retention amount of $8,986 will be paid from account number 401-0000-20600. 67 BACKGROUND/ANALYSIS On March 5, 2024, Council awarded a $179,717 contract to Universal Construction and Engineering. On March 15, 2024, a Notice to Proceed was issued with a 30-working day completion time starting on March 18, 2024, and ending on April 26, 2024. The project was deemed substantially complete on March 26, 2024. No liquidated damages or early completion incentives are recommended. The project construction effort is complete and in compliance with the plans and specifications. Staff recommends acceptance and release of the retention thirty-five days after the Notice of Completion is recorded. ALTERNATIVES Staff does not recommend an alternative. Prepared by: Carley Escarrega, Administrative Technician Approved by: Bryan McKinney, P.E., Public Works Director/City Engineer Attachment: 1. Vicinity Map 68 Attachment 1 -Vicinity Map Citywide Miscellaneous ADA Improvements OF� 0 IMPORTANT" Maps and data are to be used for reference purposes only. Map features are approximate, and are not G; necessarily accurate to surveying or engineering standards. The County of Riverside makes no warranty or guarantee as to the content (the source is often third party), accuracy, timeliness, or completeness of any of the data provided, and assumes no legal responsibility for the information contained on this map. Any use of this product with respect to accuracy and precision shall be the sole responsibility of the user. 0 6 12,037 Feet REPORT PRINTED ON...1/31/2023 11:35:48 AM © Riverside County GIS ATTACHMENT 1 Legend Blueline Streams City Areas World Street Map Notes 69 70 CONSENT CALENDAR ITEM NO. 7 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT 4GENDA TITLE: RECEIVE AND FILE REVENUE AND EXPENDITURE REPORT DATED FEBRUARY 29, 2024 RECOMMENDATION Receive and file revenue and expenditure report dated February 29, 2024. EXECUTIVE SUMMARY • The report summarizes the City's year-to-date (YTD) revenues and period expenditures for February 2024 (Attachment 1). • These reports are also reviewed by the Financial Advisory Commission. FISCAL IMPACT — None BACKGROUND/ANALYSIS Below is a summary of the column headers used on the Revenue and Expenditure Summary Reports: Original Total Budqet — represents revenue and expenditure budgets the Council adopted in June 2023 for fiscal year (FY) 2023/24. Current Total Budqet — represents original adopted budgets plus any Council approved budget amendments from throughout the year, including carryovers from the prior fiscal year. Period Activity— represents actual revenues received and expenditures outlaid in the reporting month. Fiscal Activity — represents actual revenues received and expenditures outlaid YTD. Variance Favorable/(Unfavorable) - represents the dollar difference between YTD collections/expenditures and the current budgeted amount. Percent Used— represents the percentage activity as compared to budget. 71 Top Five Revenue/Income Sources for Februa General Fund Non -General Fund Property Tax in lieu of Vehicle License Fees $ 2,815,553 CVAG (Dune Palms Construction Reimbursement) $ 840,502 Measure G Sales Tax $ 1,677,790 SilverRock Green Fees $ 635,799 Sales Tax $ 1,273,172 Allocated Interest $ 557,553 Transient Occupancy (Hotel) Tax $ 1,181,654 Gas Tax $ 174,883 Franchise Tax- Cable Television $ 157,004 Citizens' O tion for Pubic Safe COPS Grant $ 94,492 Top Five Expenditures/Outlays for Februa General Fund Non -General Fund Sheriff Contract (October-Novemberr) $ 1,066,806 Capital Improvement Program - Construction(t) $ 956,221 X-Park Programming (January -March) $ 101,020 Machinery & Equipment - Golf Carts (SRR) $ 914,605 Equipment (Wellness Center) $ 98,369 SilverRock Maintenance $ 212,343 Parks Landscape Maintenance $ 67,311 Capital Improvement Program-Design(2) $ 83,794 Golf Tournament $ 57,838 Lighting & Landscape Maintenance $ 74,798 (')CIP Construction: XPark, Cove Trails parking lot improvements, Dune Palms bridge. (Z)CIP Design: Consulting expenses associated with multiple ongoing capital improvement projects such as Fritz Burns Park, Dune Palms low water crossing, Cultural Campus. February 2024 Revenues Comparison to 2023 Percent of Percent of MTD YTD Budget YTD Budget General Fund (GF) $7,722,185 $37,678,968 48.01 % $36,229,873 49.26% All Funds $10,303,573 $75,505,132 38.32% $61,719,635 33.44% February 2024 Expenditures Comparison to 2023 Percent of Percent of MTD YTD Budget YTD Budget General Fund $3,023,879 $30,147,734 30.45% $23,239,930 22.44% Payroll (GF) $1,186,517 $7,945,338 59.34% $8,319,986 60.29% All Funds $6,195,369 $78,437,411 34.37% $55,198,808 24.99% The revenue report includes revenues and transfers into funds from other funds (income items). Revenues are not received uniformly throughout the year, resulting in peaks and valleys. For example, large property tax payments are usually received in December and May. Similarly, Redevelopment Property Tax Trust Fund payments are typically received in January and June. Any timing imbalance of revenue receipts versus expenditures is funded from the City's cash flow reserve. The expenditure report includes expenditures and transfers out to other funds. Unlike revenues, expenditures are more likely to be consistent from month to month. However, large debt service payments or CIP expenditures can cause swings. Prepared by: Rosemary Hallick, Principal Management Analyst Approved by: Claudia Martinez, Finance Director Attachment: 1. Revenue and Expenditure Report for February 29, 2024 72 ATTACHMENT 1 'd 10XNIA Fund 101-GENERAL FUND 105 - DISASTER RECOVERY FUND 201- GAS TAX FUND 202 - LIBRARY & MUSEUM FUND 203 - PUBLIC SAFETY FUND (MEAS 210 - FEDERAL ASSISTANCE FUND 212 - SLESA (COPS) FUND 215 - LIGHTING & LANDSCAPING F 220 - QUIMBY FUND 221- AB 939 - CALRECYCLE FUND 223 - MEASURE A FUND 225 - INFRASTRUCTURE FUND 226 - EMERGENCY MANAGEMENT 227 - STATE HOMELAND SECURIT) 230 - CASp FUND, AB 1379 231- SUCCESSOR AGCY PA 1 RORF 235 - SO COAST AIR QUALITY FUN 237 - SUCCESSOR AGCY PA 1 ADM 241- HOUSING AUTHORITY 243 - RDA LOW -MOD HOUSING FL 247 - ECONOMIC DEVELOPMENT 1 249 - SA 2011 LOW/MOD BOND FI 250-TRANSPORTATION DIF FUNC 251- PARKS & REC DIF FUND 252 - CIVIC CENTER DIF FUND 253 - LIBRARY DEVELOPMENT DIF 254 - COMMUNITY & CULTURAL C 255 - STREET FACILITY DIF FUND 256 - PARK FACILITY DIF FUND 257 - FIRE PROTECTION DIF 259 - MAINTENANCE FACILITIES D 270 - ART IN PUBLIC PLACES FUNC 275 - LQ PUBLIC SAFETY OFFICER 299 - INTEREST ALLOCATION FUN[ 310 - LQ FINANCE AUTHORITY DEE 401- CAPITAL IMPROVEMENT PR( 405 - SA PA 1 CAPITAL IMPRV FUN 501- FACILITY & FLEET REPLACEM 502 - INFORMATION TECHNOLOG' 503 - PARK EQUIP & FACILITY FUN 504 - INSURANCE FUND 601- SILVERROCK RESORT 602 - SILVERROCK GOLF RESERVE 760 -SUPPLEMENTAL PENSION PL 761- CERBT OPEB TRUST 762 - PARS PENSION TRUST Report Total: For Fiscal: 2023/24 Period Ending: 02/29/2024 Revenue Summary Variance Original Current Period Fiscal Favorable Percent Total Budget Total Budget Activity Activity (Unfavorable) Used 78,478,100 78,478,100 7,722,185 37,678,968 -40,799,132 48.01% 15,000 15,000 0 -8,794 -23,794 58.63% 2,458,600 2,458,600 174,883 1,603,313 -855,287 65.21% 2,922,000 2,922,000 307 206,311 -2,715,689 7.06% 2,500 2,500 0 -179 -2,679 7.17% 156,000 336,349 0 180,347 -156,002 53.62% 101,500 101,500 94,492 127,398 25,898 125.52% 2,992,000 2,992,000 0 2,542,766 -449,234 84.99% 50,000 50,000 0 0 -50,000 0.00% 70,000 70,000 278 22,534 -47,466 32.19% 2,028,000 2,028,000 0 765,905 -1,262,095 37.77% 500 500 0 -17 -517 3.41% 12,500 12,500 0 0 -12,500 0.00% 5,000 5,000 0 0 -5,000 0.00% 20,500 20,500 1,592 10,751 -9,749 52.45% 0 0 57 5,153,032 5,153,032 0.00% 55,000 55,000 0 13,431 -41,569 24.42% 0 0 0 -165 -165 0.00% 1,401,500 1,401,500 88,216 1,196,406 -205,094 85.37% 30,000 30,000 0 -3,375 -33,375 11.25% 20,000 20,000 1,130 52,149 32,149 260.75% 36,000 1,423,009 0 38,877 -1,384,132 2.73% 1,520,000 1,520,000 41,943 158,441 -1,361,559 10.42% 751,500 751,500 21,060 155,397 -596,103 20.68% 501,500 501,500 12,420 44,403 -457,097 8.85% 100,000 100,000 3,970 13,498 -86,502 13.50% 252,500 252,500 9,560 31,636 -220,864 12.53% 1,000 1,000 0 -71 -1,071 7.10% 100 100 0 -7 -107 6.69% 151,500 151,500 3,725 13,193 -138,307 8.71% 101,000 101,000 3,236 11,969 -89,031 11.85% 154,000 154,000 5,938 81,566 -72,434 52.97% 2,500 2,500 0 1,953 -547 78.12% 0 0 557,553 4,438,019 4,438,019 0.00% 1,100 1,100 0 0 -1,100 0.00% 17,950,700 89,820,762 840,502 13,109,281 -76,711,481 14.59% 1,500 1,500 0 -5 -1,505 0.36% 1,685,000 1,685,000 0 775,064 -909,936 46.00% 2,256,708 2,256,708 2,952 1,545,253 -711,455 68.47% 470,000 470,000 0 496,660 26,660 105.67% 1,362,230 1,362,230 0 680,073 -682,157 49.92% 5,277,950 5,277,950 695,426 3,929,237 -1,348,713 74.45% 87,000 87,000 0 81,446 -5,554 93.62% 6,000 6,000 0 4,931 -1,069 82.18% 20,000 20,000 0 100,758 80,758 503.79% 100,000 100,000 22,146 252,776 152,776 252.78% 123,608,488 197,045,908 10,303,573 75,505,132 -121,540,776 38.32% Accounts are subject to adjusting entries and audit. The City's Annual Comprehensive Financial Report, published annually, is the best resource for all final audited numbers. Page 1 of 3 73 For Fiscal: 2023/24 Period Ending: 02/29/2024 Expenditure Summary Variance Original Current Period Fiscal Favorable Percent Fund Total Budget Total Budget Activity Activity (Unfavorable) Used 101- GENERAL FUND 72,828,750 99,002,131 3,023,879 30,147,734 68,854,397 30.45% 201- GAS TAX FUND 2,802,400 4,811,461 93,806 1,835,421 2,976,040 38.15% 202 - LIBRARY & MUSEUM FUND 2,240,160 4,934,483 20,374 619,874 4,314,609 12.56% 203 - PUBLIC SAFETY FUND (MEAS 0 41,687 0 9,687 32,000 23.24% 210 - FEDERAL ASSISTANCE FUND 156,300 336,649 0 180,349 156,300 53.57% 212 - SLESA (COPS) FUND 100,000 100,000 6,560 28,790 71,210 28.79% 215 - LIGHTING & LANDSCAPING F 3,186,915 3,353,915 190,677 1,528,163 1,825,752 45.56% 220 - QUIMBY FUND 0 445,176 0 0 445,176 0.00% 221- AB 939 - CALRECYCLE FUND 150,000 150,000 18,507 111,659 38,341 74.44% 223 - MEASURE A FUND 1,865,000 4,810,319 0 2,602,239 2,208,080 54.10% 226 - EMERGENCY MANAGEMENT 12,000 12,000 0 9,950 2,050 82.92% 227 - STATE HOMELAND SECURIT) 5,000 5,000 0 0 5,000 0.00% 230 - CASp FUND, AB 1379 5,500 5,500 0 0 5,500 0.00% 231- SUCCESSOR AGCY PA 1 RORF 0 0 0 15,000,437 -15,000,437 0.00% 235 - SO COAST AIR QUALITY FUN 54,000 54,000 0 25,316 28,684 46.88% 237 - SUCCESSOR AGCY PA 1 ADM 0 0 0 5,850 -5,850 0.00% 241- HOUSING AUTHORITY 1,596,340 1,996,340 111,825 1,255,007 741,333 62.87% 243 - RDA LOW -MOD HOUSING FL 250,000 300,000 0 0 300,000 0.00% 247 - ECONOMIC DEVELOPMENT 1 31,500 31,500 1,600 22,005 9,495 69.86% 249 - SA 2011 LOW/MOD BOND FI 250,000 3,824,192 0 3,582,426 241,766 93.68% 250- TRANSPORTATION DIF FUNC 550,000 1,669,775 0 401,335 1,268,440 24.04% 251- PARKS & REC DIF FUND 650,000 1,121,285 0 7,715 1,113,570 0.69% 252 - CIVIC CENTER DIF FUND 0 249,925 0 0 249,925 0.00% 253 - LIBRARY DEVELOPMENT DIF 15,000 15,000 0 0 15,000 0.00% 254 - COMMUNITY & CULTURAL C 0 125,000 0 0 125,000 0.00% 259 - MAINTENANCE FACILITIES D 180,000 180,000 0 0 180,000 0.00% 270 - ART IN PUBLIC PLACES FUNC 233,000 742,711 14,652 75,425 667,287 10.16% 310 - LQ FINANCE AUTHORITY DEE 1,100 1,100 0 0 1,100 0.00% 401- CAPITAL IMPROVEMENT PR( 17,950,700 84,998,963 1,083,967 13,141,675 71,857,288 15.46% 501- FACILITY & FLEET REPLACEM 1,448,750 2,331,044 41,282 328,349 2,002,694 14.09% 502 - INFORMATION TECHNOLOG' 3,082,620 3,277,620 100,393 1,347,822 1,929,798 41.12% 503 - PARK EQUIP & FACILITY FUN 2,242,200 3,092,200 8,594 683,017 2,409,183 22.09% 504 - INSURANCE FUND 1,118,000 1,118,000 1,143 1,107,755 10,245 99.08% 601- SILVERROCK RESORT 5,034,993 5,034,993 1,475,432 4,345,139 689,854 86.30% 760 -SUPPLEMENTAL PENSION PL 12,850 12,850 0 12,833 17 99.87% 761- CERBT OPEB TRUST 1,800 1,800 0 782 1,018 43.46% 762 - PARS PENSION TRUST 30,000 30,000 2,678 20,657 9,343 68.86% Report Total: 118,084,878 228,216,619 6,195,369 78,437,411 149,779,208 34.37% Accounts are subject to adjusting entries and audit. The City's Annual Comprehensive Financial Report, published annually, is the best resource for all final audited numbers. Page 2 of 3 74 Fund Descriptions Fund # Name Notes 101 General Fund The primary fund of the City used to account for all revenue and expenditures of the City; a broad range of municipal activities are provided through this fund. 105 Disaster Recovery Fund Accounts for use of one-time federal funding designed to deliver relief to American workers and aid in the economic recovery iin the wake of COVID-19. The American Rescue Plan Act (ARPA) was passed by Congress in 2021 to provide fiscal recovery funds to state and local governments. 201 Gas Tax Fund Gasoline sales tax allocations received from the State which are restricted to street -related expenditures. 202 Library and Museum Fund Revenues from property taxes and related expenditures for library and museum services. 203 Public Safety Fund General Fund Measure G sales tax revenue set aside for public safety expenditures. 210 Federal Assistance Fund Community Development Block Grant (CDBG) received from the federal government and the expenditures of those resources. 212 SLESF (COPS) Fund Supplemental Law Enforcement Services Funds (SLESF) received from the State for law enforcement activities. Also known as Citizen's Option for Public Safety (COPS). 215 Lighting & Landscaping Fund Special assessments levied on real property for city-wide lighting and landscape maintenance/improvements and the expenditures of those resources. 220 Quimby Fund Developer fees received under the provisions of the Quimby Act for park development and improvements. 221 AB939 Fund/Cal Recycle Franchise fees collected from the city waste hauler that are used to reduce waste sent to landfills through recycling efforts. Assembly Bill (AB) 939. 223 Measure A Fund County sales tax allocations which are restricted to street -related expenditures. 224 TUMF Fund Developer -paid Transportation Uniform Mitigation Fees (TUMF) utilized for traffic projects in Riverside County. 225 Infrastructure Fund Developer fees for the acquisition, construction or improvement of the City's infrastructure as defined by Resolution 226 Emergency Mgmt. Performance Grant (EMPG) Federal Emergency Management Agency (FEMA) grant for emergency preparedness. 227 State Homeland Security Programs (SHSP) Federal Emergency Management Agency (FEMA) grant for emergency preparedness. 230 CASP Fund, AB1379 / SB1186 Certified Access Specialist (CASp) program fees for ADA Accessibility Improvements; derived from Business License renewals. Assembly Bill (AB) 1379 and Senate Bill (SB) 1186. 231 Successor Agency PA 1 RORF Fund Successor Agency (SA) Project Area (PA) 1 Redevelopment Obligation Retirement Fund (RORF) for Redevelopment Property Tax Trust Fund (RPTTF) taxes received for debt service payments on recognized obligations of the former Redevelopment Agency (RDA). 235 SO Coast Air Quality Fund (AB2766, PM10) Contributions from the South Coast Air Quality Management District. Uses are limited to the reduction and control of airborne pollutants. Assembly Bill (AB) 2766. 237 Successor Agency PA 1 Admin Fund Successor Agency (SA) Project Area (PA) 1 for administration of the Recognized Obligation Payment Schedule (ROPS) associated with the former Redevelopment Agency (RDA). 241 Housing Authority Activities of the Housinq Authority which is to promote and provide quality affordable housinq. 243 RDA Low -Moderate Housing Fund Activities of the Housing Authority which is to promote and provide quality affordable housing. Accounts for RDA loan repayments (20 /o for Housinq) and housinq proqrams,. 244 Housing Grants Activites related Local Early Action Planning (LEAP) and SB2 grants for housing planning and development. 247 Economic Development Fund Proceeds from sale of City -owned land and transfers from General Fund for future economic development. 249 SA 2011 Low/Mod Bond Fund Successor Agency (SA) low/moderate housing fund; 2011 bonds refinanced in 2016. 250 Transportation DIF Fund Developer impact fees collected for specific public improvements - transportation related. 251 Parks & Rec. DIF Fund Developer impact fees collected for specific public improvements - parks and recreation. 252 Civic Center DIF Fund Developer impact fees collected for specific public improvements - Civic Center. 253 Library Development DIF Fund Developer impact fees collected for specific public improvements - library. 254 Community Center DIF Fund Developer impact fees collected for specific public improvements - community center. 255 Street Facility DIF Fund Developer impact fees collected for specific public improvements - streets. 256 Park Facility DIF Fund Developer impact fees collected for specific public improvements - parks. 257 Fire Protection DIF Fund Developer impact fees collected for specific public improvements - fire protection. 259 Maintenance Facilities DIF Fund Developer impact fees collected for specific public improvements - maintenance facilities. 270 Art In Public Places Fund Developer fees collected in lieu of art placement; utilized for acquisition, installation and maintenance of public artworks. 275 LQ Public Safety Officer Fund Annual transfer in from General Fund; distributed to public safety officers disabled or killed in the line of duty. 299 Interest Allocation Fund Interest earned on investments. 310 LQ Finance Authority Debt Service Fund Accounted for the debt service the Financing Authority's outstanding debt and any related reporting requirements. This bond was fully paid in October 2018. 401 Capital Improvement Program Fund Planning, design, and construction of various capital projects throughout the City. 405 SA PA 1 Capital Improvement Fund Successor Agency (SA) Project Area (PA) 1 bond proceeds restricted by the bond indenture covenants. Used for SilverRock infrastructure improvements. 501 Equipment Replacement Fund Internal Service Fund for vehicles, heavy equipment, and related facilities. 502 Information Technology Fund Internal Service Fund for computer hardware and software and phone systems. 503 Park Equipment & Facility Fund Internal Service Fund for park equipment and facilities. 504 Insurance Fund Internal Service Fund for city-wide insurance coverages. 601 SilverRock Resort Fund Enterprise Fund for activities of the city -owned golf course. 602 SilverRock Golf Reserve Fund Enterprise Fund for golf course reserves for capital improvements. 760 Supplemental Pension Plan (PARS Account) Supplemental pension savings plan for excess retiree benefits to general employees of the City. 761 Other Post Benefit Obligation Trust (OPEB) For retiree medical benefits and unfunded liabilities. 762 Pension Trust Benefit (PARS Account) I For all pension -related benefits and unfunded liabilities. 75 Page 3 of 3 76 CONSENT CALENDAR ITEM NO. 8 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE DEMAND REGISTERS DATED APRIL 12, 19, AND 26, 2024 RECOMMENDATION Approve demand registers dated April 12, 19, and 26, 2024. EXECUTIVE SUMMARY — None FISCAL IMPACT Demand of Cash: City Successor Agency of RDA Housing Authority BACKGROUND/ANALYSIS $ 4,617,337.92 $ 33,849.35 $ 4,651,187.27 Routine bills and payroll must be paid between Council meetings. Attachment 1 details the weekly demand registers for April 12, 19, and 26, 2024. Warrants Issued: 213554-213621 213623-213690 213691-213742 EFT#140 Voids W i re Tra nsfers Payroll Direct Deposit Payroll Check #37685 Payroll Tax Transfers $ 1,054,571.37 $ 1,979,245.58 $ 627,894.47 $ 47,141.39 $ (381.67) $ 370,021.25 $ 471,899.94 $ 277.05 $ 100,517.89 $ 4,651,187.27 "Check number 213622, payable to Southern California Gas Company, will be reported on a future Demand Register Report. Three checks were voided and reissued due to non -receipt and corrections. 77 Vendor Account Name Amount Purpose Riverside County Sheriff Department Various $1,135,295.92 February Police Service Conserve Landcare Construction $338,118.30 Cactus Flower Landscape Renovation Progress Payment Granite Construction Company Construction $190,537.47 Sink Hole Repairs & Fred Waring Pavement Improvements Progress Payment Universal Construction and Construction $170,731.15 Citywide ADA Improvements Engineering Vintage Associates(1) Various $170,450.88 Citywide Parks Landscape Maintenance (1)Payments were made 04/12/24 & 04/26/24 Wire Transfers: Eighteen transfers totaled $370,021. Of this amount, $211,149 was to Landmark and $103,486 was to CaIPERS (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. Transaction Issuer Type Par Value Settle Coupon YTM Date Rate Maturity Federal National Mortgage Assoc. Agency $ 3,000,000.00 4/12/2024 5.050% 5.050% Maturity Jefferson Bank Greenville CD $ 248,000.00 4/15/2024 1.250% 1.250% Maturity United States Treasury Treasury Note $ 500,000.00 4/15/2024 0.375% 0.830% Maturity Belmont Bank & Trust CD $ 248,000.00 4/16/2024 1.250% 1.250% Maturity Pacific Western Bank CD $ 245,000.00 4/16/2024 1.300% 1.300% Maturity United States Treasury T-Bill $ 2,000,000.00 4/18/2024 0.000% 5.550% Purchase Federal Farm Credit Banks Agency $ 1,000,000.00 4/23/2024 4.375% 4.700% Purchase Federal Home Loan Mortgage Corp. Agency $1,000,000.00 4/24/2024 5.600% 5.611% Purchase Federal National Mortgage Assoc. Agency $1,000,000.00 4/23/2024 5.050% 5.100% Purchase Federal National Mortgage Assoc. Agency $1,000,000.00 4/23/2024 5.250% 5.280% Purchase Federal National Mortgage Assoc. Agency $1,000,000.00 4/23/2024 5.500% 5.500% Purchase Federal Home Loan Banks Agency $ 900,000.00 4/25/2024 5.040% 5.040% Maturity Mainstreet Bank CD $ 248,000.00 4/26/2024 2.600% 2.600% Purchase Cross River Bank CD $ 244,000.00 4/26/2024 4.500% 4.500% Prepared by: Jesse Batres, Finance Technician Approved by: Rosemary Hallick, Principal Management Analyst Attachments: 1. Demand Registers 2. Wire Transfers 78 ATTACHMENT 1 Demand Register 4Q"fa City of La Quinta Packet: APPKT03775 - 04/12/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount Fund: 101-GENERAL FUND CENTRAL COMMUNICATIONS 213570 04/2024 - STVR HOTLINE Professional Services 101-6004-60103 623.00 MCGARREY, DEBORAH 213589 03/14/24 - LEAGUE RIVCO DIVISION ME... Travel & Training 101-1001-60320 125.56 MEREDITH, KEVIN 213591 FY 23/24 ANNUAL WELLNESS DOLLARS ... Annual Wellness Dollar Reim... 101-1004-50252 200.00 ARVIZU, ERIKA 213558 FY 23/24 ANNUAL WELLNESS DOLLARS ... Annual Wellness Dollar Reim... 101-1004-50252 97.86 MCGARREY, DEBORAH 213589 3/22/24 LEAGUE ENV/QUALITY MEETIN... Travel & Training 101-1001-60320 181.97 TRIPLETT, ALCADIA 213612 FY 23/24 ANNUAL WELLNESS DOLLARS ... Annual Wellness Dollar Reim... 101-1004-50252 200.00 SILVERROCK RESORT 213603 01/01-03/31/24 - 1ST QTR SALES & USE ... Sales Taxes Payable 101-0000-20304 91.00 CHARTER COMMUNICATIONS- 213571 02/24-04/23/24 - FS #93 CABLE (2415) Cable/Internet - Utilities 101-2002-61400 241.32 CHARTER COMMUNICATIONS- 213571 03/29-04/28/24 - FS #32 INTERNET (649... Cable/Internet - Utilities 101-2002-61400 99.99 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 101-3005-60431 948.66 THE LOCK SHOP, INC 213611 KEYS FOR CH TICKET A135881 Maintenance/Services 101-3008-60691 297.25 LOGIC COMPENSATION GRO... 213587 JOB DESCRIPTION DRAFT NEW POSITION Professional Services 101-1004-60103 225.00 DECKARD TECHNOLOGIES, I... 213575 04/2024 - RENTALSCAPE Professional Services 101-1005-60103 3,750.00 PROPER SOLUTIONS INC 213600 03/29/24 - TEMP AGENCY SERVICES J.FE... Temporary Agency Services 101-6004-60125 1,585.20 VINTAGE ASSOCIATES 213617 03/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 101-3005-60112 65,010.00 VINTAGE ASSOCIATES 213617 02/19-02/23/24 - DESERT PRIDE EXTRA ... Maintenance/Services 101-3005-60691 3,200.00 VINTAGE ASSOCIATES 213617 02/12-02/16/24 - EVENT PARK EXTRA L... Maintenance/Services 101-3005-60691 1,600.00 BPS TACTICAL INC 213566 BALLISTIC VEST FOR CSO FOSTER Special Enforcement Funds 101-2001-60175 642.19 XPRESS GRAPHICS 213620 9 CITIES EVENT PURCHASING BROCHUR... Printing 101-1006-60410 238.39 TECHNOGYM USA CORP 213609 7/1/24-1/17/25 TECHNOGYM MY WELL... Prepaid Expense 101-0000-13600 1,680.00 TECHNOGYM USA CORP 213609 1/18/24-6/30/24 TECHNOGYM MY WEL... Operating Supplies 101-3002-60420 1,680.00 BANK OF NEW YORK MELLON 213560 12/01/23-02/29/24 - BANK FEES Administration 101-1006-60102 2,901.07 SMART & FINAL 213604 03/13/24 - WC LUNCHEON SUPPLIES Operating Supplies 101-3002-60420 178.14 SOUTH COAST AIR QUALITY ... 213605 07/2023-06/2024 - WC AQMD FEE Annual Permits/Inspections 101-3008-60196 251.11 ALARM MONITORING SERVI... 213556 04/01-06/30/24 -ALARM MONITORING ... Security & Alarm 101-3008-60123 984.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 - FIRE ALARM MONITOR.. Security & Alarm 101-2002-60123 510.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 - FIRE ALARM MONITOR.. Security & Alarm 101-3008-60123 510.00 MERCHANTS BUILDING MAI ... 213590 03/16/24-SRREVENT CONCERT CLEAN ... Janitorial 101-3008-60115 47.76 MATRIX CONSULTING GROUP 213588 PUBLIC WORKS ASSESSMENT Consultants/Employee Servic... 101-1004-60104 5,900.00 MATRIX CONSULTING GROUP 213588 PUBLIC WORKS ASSESSMENT Consultants/Employee Servic... 101-1004-60104 6,000.00 FEDEX 213577 03/22/24 - OVERNIGHT MAIL Postage 101-1007-60470 21.79 KONE INC 213585 04/01-06/30/24 - CH ELEVATOR MAINT... Maintenance/Services 101-3008-60691 682.89 PLANIT REPROGRAPHICS SYS... 213597 SRR LSM SERVICES PRINT WORK Materials/Supplies 101-3005-60431 9.00 PLANIT REPROGRAPHICS SYS... 213597 PARK LSM SERVICES PRINT WORK Materials/Supplies 101-3005-60431 9.72 PATTON DOOR & GATE 213596 FS #32 DOOR REPAIR Maintenance/Services 101-2002-60691 350.00 VERIZON WIRELESS 213616 02/26-03/25/24 - LQPD CELLS (6852) Telephone - Utilities 101-2001-61300 889.55 FRONTIER COMMUNICATIO... 213579 03/26-04/25/24 - POLICE INTERNET Cable/Internet - Utilities 101-2001-61400 536.20 FRONTIER COMMUNICATIO... 213579 03/28-04/27/24 - SPORTS COMPLEX PH... Telephone - Utilities 101-3005-61300 39.20 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electricity - Utilities 101-2002-61101 897.56 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Monticello Park - Uti.. 101-3005-61102 13.68 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Colonel Paige - Utilit.. 101-3005-61108 1,045.57 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Adams Park - Utiliti... 101-3005-61110 48.50 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water -Pioneer Park - Utilities 101-3005-61207 694.47 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water - Utilities 101-2002-61200 261.74 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water -Monticello Park - Utili... 101-3005-61201 603.00 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water -Seasons Park - Utilities 101-3005-61208 29.10 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water - Utilities 101-3008-61200 100.82 DESERT RESORT MANAGEM... 213576 03/2024 - SECURITY PATROL SERVICES Professional Services 101-6004-60103 4,018.43 PACIFIC WEST AIR CONDITIO... 213595 CH HVAC COMPRESSOR REPLACEMENT HVAC 101-3008-60667 10,990.00 ALTA LANGUAGE SERVICES I... 213557 BILINGUAL TESTING #482 Consultants/Employee Servic... 101-1004-60104 55.00 KILEY & ASSOCIATES 213584 03/2024 - FEDERAL LOBBYIST SERVICES Contract Services - Administr... 101-1002-60101 3,500.00 ACTION PARK ALLIANCE, INC. 213555 04/01-06/30/24 - X PARK OPERATIONS ... X Park Programming 101-3003-60190 101,019.50 BMO FINANCIAL GROUP 213561 PROMOTIONAL ITEMS FOR CITY PICNIC ... Sales Taxes Payable 101-0000-20304 -39.07 4/29/2024 2:28:06 PM Page 1 of 8 79 Demand Register Packet: APPKT03775 - 04/12/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount BMO FINANCIAL GROUP 213561 CPPB PRACTICE TEST D.ARMENDARIZ Travel & Training 101-1006-60320 49.00 BMO FINANCIAL GROUP 213561 CSMFO MEMBERSHIP V.ORTEGA Membership Dues 101-1006-60351 135.00 BMO FINANCIAL GROUP 213561 CSMFO MEMBERSHIP K.BLONDELL Membership Dues 101-1006-60351 135.00 BMO FINANCIAL GROUP 213561 PRIORITY MAIL GOVINVEST CHECK Postage 101-1007-60470 9.85 BMO FINANCIAL GROUP 213561 NEIGHBORHOOD WATCH MEETING SNA... LQ Police Volunteers 101-2001-60109 43.05 BMO FINANCIAL GROUP 213561 PROMOTIONAL ITEMS FOR CITY PICNIC Volunteers - Fire 101-2002-60110 536.87 BMO FINANCIAL GROUP 213561 FS #93 RACK TO STORE PRESSURIZED CY... Fire Station 101-2002-60670 900.38 BMO FINANCIAL GROUP 213561 PLANNING COMMISSIONERS ACADEMY... Travel & Training 101-6002-60320 717.53 BMO FINANCIAL GROUP 213561 PLANNING COMMISSIONERS ACADEMY... Travel & Training 101-6002-60320 746.46 BMO FINANCIAL GROUP 213561 PLANNING COMMISSIONERS ACADEMY... Travel & Training 101-6002-60320 735.46 BMO FINANCIAL GROUP 213561 SRR EVENT BLDG GLASS INSTALL Maintenance/Services 101-3008-60691 2,184.63 BMO FINANCIAL GROUP 213561 04/1/24 - APWA LUNCH Travel & Training 101-7001-60320 89.04 BMO FINANCIAL GROUP 213561 04/1/24 - APWA LUNCH Travel & Training 101-7006-60320 44.52 BMO FINANCIAL GROUP 213561 SAFETY VESTS Safety Gear 101-7006-60427 421.40 BMO FINANCIAL GROUP 213561 INTERVIEW PANEL LUNCH FOR TRAFFIC ... Recruiting/Pre-Employment 101-1004-60129 94.44 BMO FINANCIAL GROUP 213561 CJPIA BIG 4 TRAINING SNACKS Travel & Training 101-1004-60320 97.76 BMO FINANCIAL GROUP 213561 CJPIA TRAINING PART 2 LUNCH Travel & Training 101-1004-60320 201.85 BMO FINANCIAL GROUP 213561 CJPIA SUPERVISOR TRAINING SNACKS Travel & Training 101-1004-60320 97.76 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION GIFT CARDS Employee Recognition Events 101-1004-60340 675.00 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION GIFT CARDS Employee Recognition Events 101-1004-60340 156.08 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION SUPPLIES Employee Recognition Events 101-1004-60340 10.77 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION DESSERT OVE... Employee Recognition Events 101-1004-60340 759.20 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION GIFT CARDS Employee Recognition Events 101-1004-60340 100.00 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION LUNCH OVER... Employee Recognition Events 101-1004-60340 625.00 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION DECOR Employee Recognition Events 101-1004-60340 502.42 BMO FINANCIAL GROUP 213561 OVERNIGHT MAIL Postage 101-1007-60470 13.65 BMO FINANCIAL GROUP 213561 WC LUNCHEON Operating Supplies 101-3002-60420 418.69 BMO FINANCIAL GROUP 213561 BUNNY SUIT CLEANING Community Experiences 101-3003-60149 135.00 BMO FINANCIAL GROUP 213561 BMI MUSIC LICENSE Community Experiences 101-3003-60149 446.48 BMO FINANCIAL GROUP 213561 CAKE FOR CITY PICNIC Community Experiences 101-3003-60149 94.00 BMO FINANCIAL GROUP 213561 WHITE BOARD & BUSINESS CARD HOLD... Office Supplies 101-1002-60400 65.17 BMO FINANCIAL GROUP 213561 OFFICE CHAIR D.KINLEY Office Supplies 101-1002-60400 206.61 BMO FINANCIAL GROUP 213561 COUNCIL MEETING STAFF DINNER Travel & Training 101-1004-60320 220.06 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION SUPPLIES Employee Recognition Events 101-1004-60340 130.74 BMO FINANCIAL GROUP 213561 STORAGE BOX Office Supplies 101-1005-60400 20.87 BMO FINANCIAL GROUP 213561 FINGERTIP MOISTENER, BOWLS, & SPO... Office Supplies 101-1006-60400 40.94 BMO FINANCIAL GROUP 213561 HAND SANITIZER Office Supplies 101-1006-60400 14.67 BMO FINANCIAL GROUP 213561 DISH SOAP -EMPLOYEE BREAKROOM Citywide Supplies 101-1007-60403 5.94 BMO FINANCIAL GROUP 213561 STANDING DESK Operating Supplies 101-3002-60420 326.24 BMO FINANCIAL GROUP 213561 KITE EVENT SUPPLIES Community Experiences 101-3003-60149 631.46 BMO FINANCIAL GROUP 213561 ROCKET MODELS Community Experiences 101-3003-60149 89.55 BMO FINANCIAL GROUP 213561 LAUNCH RODS Community Experiences 101-3003-60149 24.92 BMO FINANCIAL GROUP 213561 04/2024 - APPLE/MUSIC/STORAGE Membership Dues 101-3007-60351 25.95 BMO FINANCIAL GROUP 213561 03/2024 - MAILCHIMP Membership Dues 101-3007-60351 219.00 BMO FINANCIAL GROUP 213561 SAFTEY BOOTS A.BERUMEN Safety Gear 101-3008-60427 108.70 BMO FINANCIAL GROUP 213561 DEADBOLT LOCKS (2) Materials/Supplies 101-3008-60431 62.42 BMO FINANCIAL GROUP 213561 BATTERIES Materials/Supplies 101-3008-60431 5.32 BMO FINANCIAL GROUP 213561 SPRAY PAINT Materials/Supplies 101-3008-60431 136.62 BMO FINANCIAL GROUP 213561 SOAP DISPENSERS (12) Materials/Supplies 101-3008-60431 48.24 BMO FINANCIAL GROUP 213561 EMPLOYEE RECOGNITION SUPPLIES RET... Materials/Supplies 101-3008-60431 -50.46 BMO FINANCIAL GROUP 213561 BOOKS Travel & Training 101-6002-60320 25.99 BMO FINANCIAL GROUP 213561 USB C CHARGING CABLES Operating Supplies 101-6003-60420 22.80 BMO FINANCIAL GROUP 213561 DESK LAMP (3) Operating Supplies 101-6006-60420 74.67 BMO FINANCIAL GROUP 213561 05/02-05/03/24 - SCAG CONFERENCE D.... Travel & Training 101-6001-60320 400.00 BMO FINANCIAL GROUP 213561 05/02-05/03/24 - SCAG CONFERENCE C.... Travel & Training 101-6002-60320 400.00 BMO FINANCIAL GROUP 213561 ICC RENEWAL A.ORTEGA Subscriptions & Publications 101-6003-60352 110.00 BMO FINANCIAL GROUP 213561 MEETING SNACKS FOR STOCK Office Supplies 101-1002-60400 25.25 BMO FINANCIAL GROUP 213561 LOBBY COFFEE MACHINE SUPPLIES Citywide Supplies 101-1007-60403 63.18 BMO FINANCIAL GROUP 213561 3/20/24 - COUNCIL JOINT MEETING SN... Travel & Training 101-1001-60320 70.36 BMO FINANCIAL GROUP 213561 ANIMAL RESCUE EVENT EVANS PLUS 0... Travel & Training 101-1001-60320 156.00 4/29/2024 2:28:06 PM Page 2 of 8 80 Demand Register Packet: APPKT03775 - 04/12/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount BMO FINANCIAL GROUP 213561 ANIMAL RESCUE EVENT S.SANCHEZ Travel & Training 101-1001-60320 78.00 BMO FINANCIAL GROUP 213561 CITY COUNCIL MEETING DINNER Travel & Training 101-1001-60320 131.56 BMO FINANCIAL GROUP 213561 CA LEAGUE CONFERENCE FLIGHT EVANS... Travel & Training 101-1001-60320 1,127.80 BMO FINANCIAL GROUP 213561 CITY COUNCIL MEETING DRINKS Travel & Training 101-1001-60320 11.59 BMO FINANCIAL GROUP 213561 DESERT SANDS FOUNDATION GALA SAN... Travel & Training 101-1001-60320 250.00 BMO FINANCIAL GROUP 213561 COUNCIL MEETING DINNER Travel & Training 101-1001-60320 230.98 BMO FINANCIAL GROUP 213561 INDIAN WELLS STATE OF THE CITY S.SA... Travel & Training 101-1001-60320 59.00 BMO FINANCIAL GROUP 213561 RIVCO STATE OF THE COUNTY Travel & Training 101-1001-60320 555.30 BMO FINANCIAL GROUP 213561 LEAGUE DIVISION MEETING D.MCGARR... Travel & Training 101-1001-60320 45.00 BMO FINANCIAL GROUP 213561 MSA MEETING LUNCH Travel & Training 101-7003-60320 156.00 BMO FINANCIAL GROUP 213561 3/20/24 - COUNCIL JOINT MEETING COF... Travel & Training 101-1001-60320 99.14 BMO FINANCIAL GROUP 213561 LASERFICHE LAPTOP BAG Office Supplies 101-1005-60400 68.49 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE PM 10 - Dust Control 101-7006-60146 42.39 STATE OF CA DEPT OF INDUS... 213608 CH ELEVATOR INSPECTION Annual Permits/Inspections 101-3008-60196 675.00 TERRA NOVA PLANNING & R... 213610 7/1/23-3/31/24 - SPHERE ANNEXATION ... Professional Services 101-6002-60103 2,332.05 Fund 101- GENERAL FUND Total: 246,495.92 Fund: 201- GAS TAX FUND GRANITE CONSTRUCTION C... 213580 MONROE/AVE 58 & AVE 50 EMERGENCY.. Road Improvements 201-7003-72111 176,892.19 UNDERGROUND SERVICE AL... 213614 04/01/24 - DIG ALERT SERVICES Materials/Supplies 201-7003-60431 60.75 BMO FINANCIAL GROUP 213561 SAFETY GLASSES (10) Safety Gear 201-7003-60427 88.00 Fund 201- GAS TAX FUND Total: 177,040.94 Fund: 202 - LIBRARY & MUSEUM FUND VINTAGE ASSOCIATES 213617 03/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 202-3004-60112 930.00 VINTAGE ASSOCIATES 213617 03/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 202-3006-60112 194.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 -ALARM MONITORING ... Security & Alarm 202-3004-60123 165.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 -ALARM MONITORING ... Security & Alarm 202-3006-60123 330.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 - FIRE ALARM MONITOR.. Security & Alarm 202-3004-60123 255.00 ALARM MONITORING SERVI... 213556 04/01-06/30/24 - FIRE ALARM MONITOR.. Security & Alarm 202-3006-60123 255.00 KONE INC 213585 04/01-06/30/24 - MUSEUM ELEVATOR ... Maintenance/Services 202-3006-60691 682.89 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water - Utilities 202-3006-61200 253.44 BMO FINANCIAL GROUP 213561 MAKER SPACE LAPTOPS Operating Supplies 202-3009-60420 97.82 Fund 202 - LIBRARY & MUSEUM FUND Total: 3,163.15 Fund: 215 - LIGHTING & LANDSCAPING FUND VINTAGE E & S INC 213618 LIGHTING & POWER UPGRADES ON JEFF... Maintenance/Services 215-7004-60691 10,500.53 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 1,836.70 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 1,498.06 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 2,198.61 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 478.83 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 2,254.21 TRI-STATE MATERIALS INC 213613 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 2,251.52 VINTAGE ASSOCIATES 213617 03/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 215-7004-60112 12,124.00 VINTAGE ASSOCIATES 213617 03/2024 SPRAYING Maintenance/Services 215-7004-60691 980.00 MOWERS PLUS INC 213592 EQUIPMENT PARTS Tools/Equipment 215-7004-60432 267.12 STAPLES ADVANTAGE 213607 OFFICE SUPPLIES Operating Supplies 215-7004-60420 70.50 PLANIT REPROGRAPHICS SYS... 213597 L&L LSM SERVICES PRINT WORK Materials/Supplies 215-7004-60431 8.88 PLANIT REPROGRAPHICS SYS... 213597 L&L LIGHTING SERVICES PRINT WORK Materials/Supplies 215-7004-60431 6.84 BMO FINANCIAL GROUP 213561 NATURAL WEED KILLER SUPPLIES Materials/Supplies 215-7004-60431 90.32 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Utilities 215-7004-61116 946.62 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Medians - Utilities 215-7004-61117 550.68 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water - Medians - Utilities 215-7004-61211 1,433.64 COACHELLA VALLEY WATER D.. 213573 WATER SERVICE Water - Medians - Utilities 215-7004-61211 130.34 VINTAGE ASSOCIATES 213617 PLANTS Materials/Supplies 215-7004-60431 1,082.88 IMPERIAL IRRIGATION DIST 213582 ELECTRICITY SERVICE Electric - Utilities 215-7004-61116 415.08 Fund 215 - LIGHTING & LANDSCAPING FUND Total: 39,125.36 Fund: 241 - HOUSING AUTHORITY BMO FINANCIAL GROUP 213561 LUNCHEON W/ JFS DESERT ELDER LOVER Travel & Training 241-9101-60320 123.32 BMO FINANCIAL GROUP 213561 VARIDESK R.CAMARENA Operating Supplies 241-9101-60420 516.56 Fund 241- HOUSING AUTHORITY Total: 639.88 4/29/2024 2:28:06 PM Page 3 of 8 81 Demand Register Vendor Name Payment Number Description (Item) Fund: 247 - ECONOMIC DEVELOPMENT FUND BMO FINANCIAL GROUP 213561 ED PHOOT/VIDEO SHOOT LUNCH Fund: 270 - ART IN PUBLIC PLACES FUND SIGNATURE SCULPTURE 213602 POWERS AWARDS INC 213599 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 Fund: 401- CAPITAL IMPROVEMENT PROGRAMS LEONIDA BUILDERS, INC 213586 SPOHN RANCH INC 213606 IN -SITE LANDSCAPE ARCHITE... 213583 UNIVERSAL CONSTRUCTION ... 213615 UNIVERSAL CONSTRUCTION ... 213615 HAMMEL, GREEN, AND ABR... 213581 GRANITE CONSTRUCTION C... 213580 NV5 213593 Fund: 501- FACILITY & FLEET REPLACEMENT CALI COLLISION CORP 213567 AUTOZONE 213559 BMW MOTORCYCLES OF RIV... 213565 BMW MOTORCYCLES OF RIV... 213565 WEX BANK 213619 S&D CARWASH MANAGEME... 213601 CHEVROLET CADILLAC 213572 PACIFIC MOBILE STRUCTURES.. 213594 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 POWERPLAN BF 213598 Fund: 502 - INFORMATION TECHNOLOGY CHARTER COMMUNICATIONS- 213571 CHARTER COMMUNICATIONS- 213571 ACORN TECHNOLOGY SERVI... 213554 FISHER INTEGRATED INC 213578 FISHER INTEGRATED INC 213578 VERIZON WIRELESS 213616 VERIZON WIRELESS 213616 FRONTIER COMMUNICATIO... 213579 FRONTIER COMMUNICATIO... 213579 ZOOM VIDEO COMMUNICAT... 213621 CARAHSOFT TECHNOLOGY C... 213568 CARAHSOFT TECHNOLOGY C... 213568 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 BMO FINANCIAL GROUP 213561 Packet: APPKT03775 - 04/12/2024 JB Account Name Account Number Amount Marketing & Tourism Promot.. 247-0000-60461 122.69 Fund 247 - ECONOMIC DEVELOPMENT FUND Total: 122.69 FY 23/24 APP MAINTENANCE APP Maintenance 270-0000-60683 13,109.00 APP SIGNAGE Operating Supplies 270-0000-60482 667.74 APP PURCHASE Art Purchases 270-0000-74800 2,500.00 APP PURCHASE Art Purchases 270-0000-74800 2,000.00 FRAMES FOR APP ARTWORK Operating Supplies 270-0000-60482 43.48 FRAMES FOR APP ARTWORK RETURN Operating Supplies 270-0000-60482 -43.48 FRAMES FOR APP ARTWORK Operating Supplies 270-0000-60482 106.54 APP PURCHASE Art Purchases 270-0000-74800 7,500.00 Fund 270 - ART IN PUBLIC PLACES FUND Total: 25,883.28 COVE TRAILS PARKING LOT IMPROVEM... Construction 401-0000-60188 5,800.00 SETTLEMENT AGREEMENT PAYMENT Construction 401-0000-60188 145,000.00 MASTER PLANNING SERVICES FOR FRITZ... Design 401-0000-60185 112,747.50 CDBG CITYWIDE MISC ADA IMPROVEM... Retention Payable 401-0000-20600 -8,985.85 CDBG CITYWIDE MISC ADA IMPROVEM... Construction 401-0000-60188 179,717.00 02/2024 - CULTURAL CAMPUS DESIGN Design 401-0000-60185 41,250.00 03/2024 - FRED WARING PAVEMENT RE... Construction 401-0000-60188 13,645.28 09/2023 - VILLAGE UTILITIES FEASIBILITY.. Design 401-0000-60185 17,690.70 Fund 401- CAPITAL IMPROVEMENT PROGRAMS Total: 506,864.63 2022 CHEVY COLORADO VIN 1128784 RE... Vehicle Repair & Maintenan... 501-0000-60676 1,324.81 WINDSHIELD REPAIR KIT Parts, Accessories, and Upfits 501-0000-60675 19.83 MOTORCYCLE REPAIRS A1155 Motorcycle Repair & Mainte... 501-0000-60679 1,362.12 MOTORCYCLE BATTERY WARRANTY CR... Motorcycle Repair & Mainte... 501-0000-60679 -260.67 02/26-03/25/24 - FUEL Fuel & Oil 501-0000-60674 10,026.85 03/2024 -CAR WASH MEMBERSHIP Vehicle Repair & Maintenan... 501-0000-60676 779.61 2022 CHEVY BOLT VIN N4125821 MAINT Vehicle Repair & Maintenan... 501-0000-60676 29.95 04/2024 - PW TRAILER RENTAL Building Leases 501-0000-71032 3,088.51 TIRES FOR CITY VEHICLES Vehicle Repair & Maintenan... 501-0000-60676 164.54 WATER FOR BATTERIES Parts, Accessories, and Upfits 501-0000-60675 22.14 VEHICLE BATTERIES Parts, Accessories, and Upfits 501-0000-60675 262.91 VACTROM VACUUM CLEANING REPAIR Vehicle Repair & Maintenan... 501-0000-60676 1,189.23 Fund 501- FACILITY & FLEET REPLACEMENT Total: 18,009.83 04/2024 - CH CABLE (4625) Cable/Internet - Utilities 502-0000-61400 189.93 03/24-04/23/24 - WC CABLE (4601) Cable/Internet - Utilities 502-0000-61400 286.78 04/2024- TRAFFIC SERVER MAINTENAN... Consultants 502-0000-60104 965.00 03/2024 MONTHLY FEE Consultants 502-0000-60104 1,100.00 03/2024 CC VIDEO STREAMING Consultants 502-0000-60104 1,800.00 03/02-04/01/24 - BACKUP SERVER (2183) Cable/Internet - Utilities 502-0000-61400 66.17 03/02-04/01/24 - CITY CELL SVC (5496) Cell/Mobile Phones 502-0000-61301 3,502.00 03/25-04/24/24 - CH INTERNET Cable/Internet - Utilities 502-0000-61400 97.98 03/27-04/26/24 - BLACKHAWK/LQ PARK... Cable/Internet - Utilities 502-0000-61400 92.98 10/22/23-10/21/24 - ZOOM SERVICES Software Licenses 502-0000-60301 147.49 7/1/24-10/26/24 CITY WIDE ZOOM PH... Prepaid Expense 502-0000-13600 4,087.80 10/27/23-6/30/24 CITY WIDE ZOOM PH... Software Licenses 502-0000-60301 8,175.59 03/2024 - EMAIL PROTECTION SOFTWA... Software Licenses 502-0000-60301 449.00 SRR.ORG DOMAIN RENEWAL Software Licenses 502-0000-60301 86.96 DISPLAY PORT TO HDMI CABLES Operating Supplies 502-0000-60420 80.48 WIRELESS KEYBOARD COMBOS (6) Operating Supplies 502-0000-60420 228.30 COMBINATION LOCK SECURITY CABLES Operating Supplies 502-0000-60420 65.08 LAPTOP RAM (2) Operating Supplies 502-0000-60420 133.72 LAPTOP STANDS (5) Operating Supplies 502-0000-60420 404.50 02/2024 - HULU SUBSCRIPTION Cable/Internet - Utilities 502-0000-61400 81.99 PLAYINLAQUINTA DOMAIN RENEWAL Software Licenses 502-0000-60301 56.99 4/29/2024 2:28:06 PM 82 Page 4 of 8 Demand Register Vendor Name BMO FINANCIAL GROUP BMO FINANCIAL GROUP BMO FINANCIAL GROUP BMO FINANCIAL GROUP CDW GOVERNMENT INC CDW GOVERNMENT INC Packet: APPKT03775 - 04/12/2024 JB Payment Number Description (Item) Account Name Account Number Amount 213561 SPARK SUBSCRIPTION J.PENA Software Licenses 502-0000-60301 59.99 213561 LUNCH FOR IT SERVICES INTERVIEW PA... Travel & Training 502-0000-60320 80.42 213561 LUNCH FOR IT SERVICES INTERVIEW PA... Travel & Training 502-0000-60320 16.30 213561 LOGITECH WIRELESS USB FOR IT STOCK Operating Supplies 502-0000-60420 42.38 213569 7/1/24-3/14/25 - MERAKI CLOUD LICEN... Prepaid Expense 502-0000-13600 3,765.25 213569 03/15/24-06/30/24 - MERAKI CLOUD LI... Software Licenses 502-0000-60301 1,882.61 Fund 502 - INFORMATION TECHNOLOGY Total: 27,945.69 Fund: 503 - PARK EQUIP & FACILITY FUND COURTMASTER SPORTS, INC. 213574 FB PARK PICKLEBALL COURT POST PADS Parks 503-0000-71060 9,280.00 Fund 503 - PARK EQUIP & FACILITY FUND Total: 9,280.00 Grand Total: 1,054,571.37 4/29/2024 2:28:06 PM 83 Page 5 of 8 Demand Register Packet: APPKT03775 - 04/12/2024 JB Fund Summary Fund 101-GENERAL FUND 201- GAS TAX FUND 202 - LIBRARY & MUSEUM FUND 215 - LIGHTING & LANDSCAPING FUND 241- HOUSING AUTHORITY 247 - ECONOMIC DEVELOPMENT FUND 270 - ART IN PUBLIC PLACES FUND 401- CAPITAL IMPROVEMENT PROGRAMS 501- FACILITY & FLEET REPLACEMENT 502 - INFORMATION TECHNOLOGY 503 - PARK EQUIP & FACILITY FUND Account Number 101-0000-13600 101-0000-20304 101-1001-60320 101-1002-60101 101-1002-60400 101-1004-50252 101-1004-60103 101-1004-60104 101-1004-60129 101-1004-60320 101-1004-60340 101-1005-60103 101-1005-60400 101-1006-60102 101-1006-60320 101-1006-60351 101-1006-60400 101-1006-60410 101-1007-60403 101-1007-60470 101-2001-60109 101-2001-60175 101-2001-61300 101-2001-61400 101-2002-60110 101-2002-60123 101-2002-60670 101-2002-60691 101-2002-61101 101-2002-61200 101-2002-61400 101-3002-60420 101-3003-60149 101-3003-60190 101-3005-60112 101-3005-60431 101-3005-60691 101-3005-61102 101-3005-61108 101-3005-61110 101-3005-61201 101-3005-61207 101-3005-61208 101-3005-61300 Grand Total: Account Summary Account Name Prepaid Expense Sales Taxes Payable Travel & Training Contract Services - Admi... Office Supplies Annual Wellness Dollar ... Professional Services Consultants/Employee 5... Recruiting/Pre-Employm... Travel & Training Employee Recognition E... Professional Services Office Supplies Administration Travel & Training Membership Dues Office Supplies Printing Citywide Supplies Postage LQ Police Volunteers Special Enforcement Fu... Telephone - Utilities Cable/Internet - Utilities Volunteers - Fire Security & Alarm Fire Station Maintenance/Services Electricity - Utilities Water - Utilities Cable/Internet - Utilities Operating Supplies Community Experiences X Park Programming Landscape Contract Materials/Supplies Maintenance/Services Electric - Monticello Park... Electric - Colonel Paige -... Electric - Adams Park - Ut.. Water -Monticello Park -... Water -Pioneer Park - Uti.. Water -Seasons Park - Ut.. Telephone - Utilities Expense Amount 246,495.92 177,040.94 3,163.15 39,125.36 639.88 122.69 25,883.28 506,864.63 18,009.83 27,945.69 9,280.00 1,054,571.37 Expense Amount 1,680.00 51.93 3,122.26 3,500.00 297.03 497.86 225.00 11,955.00 94.44 617.43 2,959.21 3,750.00 89.36 2,901.07 49.00 270.00 55.61 238.39 69.12 45.29 43.05 642.19 889.55 536.20 536.87 510.00 900.38 350.00 897.56 261.74 341.31 2,603.07 1,421.41 101,019.50 65,010.00 967.38 4,800.00 13.68 1,045.57 48.50 603.00 694.47 29.10 39.20 4/29/2024 2:28:06 PM 84 Page 6 of 8 Demand Register Packet: APPKT03775 - 04/12/2024 JB Account Summary Account Number Account Name Expense Amount 101-3007-60351 Membership Dues 244.95 101-3008-60115 Janitorial 47.76 101-3008-60123 Security & Alarm 1,494.00 101-3008-60196 Annual Permits/Inspecti... 926.11 101-3008-60427 Safety Gear 108.70 101-3008-60431 Materials/Supplies 202.14 101-3008-60667 HVAC 10,990.00 101-3008-60691 Maintenance/Services 3,164.77 101-3008-61200 Water - Utilities 100.82 101-6001-60320 Travel & Training 400.00 101-6002-60103 Professional Services 2,332.05 101-6002-60320 Travel & Training 2,625.44 101-6003-60352 Subscriptions & Publicat... 110.00 101-6003-60420 Operating Supplies 22.80 101-6004-60103 Professional Services 4,641.43 101-6004-60125 Temporary Agency Servi... 1,585.20 101-6006-60420 Operating Supplies 74.67 101-7001-60320 Travel & Training 89.04 101-7003-60320 Travel & Training 156.00 101-7006-60146 PM 10 - Dust Control 42.39 101-7006-60320 Travel & Training 44.52 101-7006-60427 Safety Gear 421.40 201-7003-60427 Safety Gear 88.00 201-7003-60431 Materials/Supplies 60.75 201-7003-72111 Road Improvements 176,892.19 202-3004-60112 Landscape Contract 930.00 202-3004-60123 Security & Alarm 420.00 202-3006-60112 Landscape Contract 194.00 202-3006-60123 Security & Alarm 585.00 202-3006-60691 Maintenance/Services 682.89 202-3006-61200 Water - Utilities 253.44 202-3009-60420 Operating Supplies 97.82 215-7004-60112 Landscape Contract 12,124.00 215-7004-60420 Operating Supplies 70.50 215-7004-60431 Materials/Supplies 11,706.85 215-7004-60432 Tools/Equipment 267.12 215-7004-60691 Maintenance/Services 11,480.53 215-7004-61116 Electric - Utilities 1,361.70 215-7004-61117 Electric - Medians - Utilit... 550.68 215-7004-61211 Water - Medians - Utiliti... 1,563.98 241-9101-60320 Travel & Training 123.32 241-9101-60420 Operating Supplies 516.56 247-0000-60461 Marketing & Tourism Pr... 122.69 270-0000-60482 Operating Supplies 774.28 270-0000-60683 APP Maintenance 13,109.00 270-0000-74800 Art Purchases 12,000.00 401-0000-20600 Retention Payable -8,985.85 401-0000-60185 Design 171,688.20 401-0000-60188 Construction 344,162.28 501-0000-60674 Fuel & Oil 10,026.85 501-0000-60675 Parts, Accessories, and ... 304.88 501-0000-60676 Vehicle Repair & Maint... 3,488.14 501-0000-60679 Motorcycle Repair & Ma... 1,101.45 501-0000-71032 Building Leases 3,088.51 502-0000-13600 Prepaid Expense 7,853.05 502-0000-60104 Consultants 3,865.00 502-0000-60301 Software Licenses 10,858.63 502-0000-60320 Travel & Training 96.72 4/29/2024 2:28:06 PM 85 Page 7 of 8 Demand Register Packet: APPKT03775 - 04/12/2024 JB Account Number 502-0000-60420 502-0000-61301 502-0000-61400 503-0000-71060 Project Account Key **None** 151609CT 201804E 201901D 202102D 202203CT 202206D 202230CT 202307CT 202307RP 202320E BDAYE CONCERTE EGGE KITEE ROCKETE SOITN STVRE Account Summary Account Name Operating Supplies Cell/Mobile Phones Cable/Internet - Utilities Parks Grand Total: Project Account Summary Project Account Name **None** Construction Expense Landscape & Lighting Median Islan... Design Expense Design Expense Construction Expense Design Expense Construction Expense Construction Expense Retention Payable Cyclone Hilary FEMA Reimbursable.. City Picnic & Birthday Celebration ... Concert Expense La Quinta Egg Hunt Expense Fly Over La Quinta Expense Mission La Quinta Rocket Launch E... S01 - Sphere of Influence Terra No... Short Term Vacation Rental Expen... Grand Total: Expense Amount 954.46 3,502.00 815.83 9,280.00 1,054,571.37 Project Name **None** La Quinta X Park Landscape & Lighting Median Islz Village Art Plaza Promenade & Cr Fritz Burns Park Improvements Fred Waring Drive Pavement Reh Village Utilities Undergrounding I Cove Trails Parking Lot Improver Citywide Miscellaneous ADA Imp Citywide Miscellaneous ADA Imp Tropical Cyclone Hilary City Picnic & Birthday Celebratior Master Account for all SRR ConCE La Quinta Egg Hunt Fly Over LQ: A Kite Experience Mission La Quinta Rocket Launch (SOI) Sphere of Influence Fiscal S1 Short Term Vacation Rental Tracl 1,054,571.37 Expense Amount 336,018.38 145,000.00 23,050.00 41,250.00 112,747.50 13,645.28 17,690.70 5,800.00 179,717.00 -8,985.85 176,892.19 94.00 47.76 135.00 631.46 114.47 2,332.05 8,391.43 *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. 4/29/2024 2:28:06 PM 86 Page 8 of 8 Demand Register 4Q"fa City of La Quinta Packet: APPKT03783 - 04/19/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount Fund: 101-GENERAL FUND FRANCHISE TAX BOARD 213641 GARNISHMENT Garnishments Payable 101-0000-20985 223.79 UNITED WAY OF THE DESERT 213683 CONTRIBUTION United Way Deductions 101-0000-20981 32.00 GANNETT CALIFORNIA LOCAL.. 213643 CC PHN CLUB @ CM 2 AD Advertising 101-6002-60450 306.75 GANNETT CALIFORNIA LOCAL.. 213643 CC PHN CLUB @ CM AD Advertising 101-6002-60450 306.75 PALMS TO PINES PRINTING 213658 STAFF POLO SHIRTS Operating Supplies 101-3003-60420 2,220.23 CHARTER COMMUNICATIONS- 213630 04/05-05/04/24 - FS #32 CABLE/INTERN... Cable/Internet - Utilities 101-2002-61400 10.56 REYES, LUCAS 213664 4/1-4/4/24 E-TOURISM SUMMIT TRAVEL.. Travel & Training 101-3007-60320 1,333.61 GRAHAM, MARCIE 213644 4/1-4/4/24 E-SUMMIT TRAVEL EXPENSE... Travel & Training 101-3007-60320 1,543.98 STATE OF RHODE ISLAND DIV... 213675 1/1-3/31/24 - 1ST QTR STATE TAX WITH... SIT Payable 101-0000-20925 10.80 VINTAGE E & S INC 213686 CH MINI SPLIT ELECTRICAL SERVICES Maintenance/Services 101-3008-60691 639.12 WISE, ASHTON 213689 2024 VISITOR MAGAZINE COVER PHOTO Marketing & Tourism Promot.. 101-3007-60461 300.00 ROJAS, JAMES 213667 TEAM BUILDING WORKSHOP Travel & Training 101-1004-60320 625.00 BOYS & GIRLS CLUB OF COA... 213627 04/1-06/30/24 - JOINT FACILITY USE Boys & Girls Club 101-3001-60135 10,000.00 SPARKLETTS 213673 03/20/24 & 04/03/24 CITYWIDE DRINKI... Citywide Supplies 101-1007-60403 226.83 PROPER SOLUTIONS INC 213661 04/05/24 - TEMP AGENCY SERVICES J.FE... Temporary Agency Services 101-6004-60125 1,545.57 DATA TICKET, INC. 213637 03/2024 CODE CITATION PROCESSING Administrative Citation Servi... 101-6004-60111 326.10 DATATICKET, INC. 213637 03/2024 POLICE CITATION PROCESSING Administrative Citation Servi... 101-6004-60111 205.57 JERNIGAN SPORTING GOODS,.. 213648 FY 23/24 SAFETY BOOTS J.VIZCARRA Safety Gear 101-3008-60427 233.80 JERNIGAN SPORTING GOODS,.. 213648 FY 23/24 SAFTY BOOTS O.VARGAS Safety Gear 101-3008-60427 157.68 MADDEN MEDIA 213651 03/2024 - MEDIA SERVICES Marketing & Tourism Promot.. 101-3007-60461 108,786.31 KAMP, JOHN 213649 TEAM BUILDING WORKSHOP Travel & Training 101-1004-60320 625.00 PALM SPRINGS AIR MUSEUM.. 213657 EDUCATION PROGRAM LQ CONTRIBUTI... Grants & Economic Develop... 101-3001-60510 150,000.00 EWING IRRIGATION PRODUC... 213640 IRRIGATION PARTS Materials/Supplies 101-3005-60431 2,235.01 EWING IRRIGATION PRODUC... 213640 IRRIGATION PARTS Materials/Supplies 101-3005-60431 100.39 ANSAFONE CONTACT CENTE... 213626 03/2024 - PM 10 ANSWERING SERIVCE PM 10 - Dust Control 101-7006-60146 157.28 XPRESS GRAPHICS 213690 BUSINESS CARD FOR POLICE LQ Police Volunteers 101-2001-60109 199.10 XPRESS GRAPHICS 213690 CITY PICNIC PROMO STICKERS Printing 101-3007-60410 240.86 XPRESS GRAPHICS 213690 SHOP LOCAL TENT CARDS Printing 101-3007-60410 44.88 SPEAR, ALLAN W. 213674 PICKLE BALL CLASS REFUND Leisure Enrichment 101-0000-42200 140.00 ESTRADA, MARIO 213639 FACILITY RENTAL DEPOSIT REFUND Miscellaneous Deposits 101-0000-22830 500.00 JENSEN, SHARLA W 213647 1 DAY SESSION CLASS Instructors 101-3002-60107 48.00 JENSEN, SHARLA W 213647 PERSONAL TRAINING 3 SESSIONS CLASS Instructors 101-3002-60107 132.00 JENSEN, SHARLA W 213647 PERSONAL TRAINING 6 SESSIONS CLASS Instructors 101-3002-60107 792.00 WILLIAMS, BILLEE 213688 YOGA FLOW CLASS Instructors 101-3002-60107 91.00 VIELHARBER, KAREN 213685 GENTLE YOGA TUESDAY CLASSES Instructors 101-3002-60107 448.00 SHIRY, TERESA 213670 BALLROOM BEGINNING CLASS Instructors 101-3002-60107 131.25 SHIRY, TERESA 213670 BALLROOM BEGINNING DI CLASS Instructors 101-3002-60107 42.00 RUDY, LORI A 213669 ESSENTIAL FITNESS CLASS Instructors 101-3002-60107 126.00 WILLIAMS, BILLEE 213688 PILATES CLASS Instructors 101-3002-60107 245.70 WILLIAMS, BILLEE 213688 MAT PILATES DI CLASSES Instructors 101-3002-60107 25.20 VIELHARBER, KAREN 213685 GENTLE YOGA TUESDAY DI CLASSES Instructors 101-3002-60107 21.00 HEWETT, ATSUKO YAMANE 213645 TAI CHI YANG CLASS Instructors 101-3002-60107 68.60 HEWETT, ATSUKO YAMANE 213645 TAI CHI YANG DI CLASSES Instructors 101-3002-60107 14.00 HEWETT, ATSUKO YAMANE 213645 DEEP STRETCH CLASSES Instructors 101-3002-60107 259.70 HEWETT, ATSUKO YAMANE 213645 DEEP STRETCH DI CLASSES Instructors 101-3002-60107 49.00 RUDY, LORI A 213669 ESSENTIAL FITNESS DI CLASSES Instructors 101-3002-60107 75.60 ROJAS, LEILANI 213668 FACILITY RENTAL DEPOSIT REFUND Miscellaneous Deposits 101-0000-22830 500.00 ROJAS, LEILANI 213668 FACILITY RENTAL CANCELLATION REFU... Facility Rentals 101-0000-42212 1,185.00 TAG/AMS INC 213677 ANNUAL RENEWAL FEE Consultants/Employee Servic... 101-1004-60104 175.00 SMITH PIPE & SUPPLY CO 213671 HANDHELD BLOWER & CATCHY TRASH ... Tools/Equipment 101-3005-60432 263.38 SMITH PIPE & SUPPLY CO 213671 IRRIGATION PARTS Materials/Supplies 101-3005-60431 352.69 SMITH PIPE & SUPPLY CO 213671 IRRIGATION PARTS Materials/Supplies 101-3005-60431 171.15 RASA/ERIC NELSON 213663 REVIEW TRACT MAP 34642 Map/Plan Checking 101-7002-60183 1,168.00 4/29/2024 2:27:40 PM Page 1 of 5 87 Demand Register Vendor Name Payment Number Description (Item) SOUTHWEST BOULDER & ST... 213672 SOUTHWEST BOULDER & ST... 213672 MERCHANTS BUILDING MAI... 213653 STERICYCLE, INC 213676 MATRIX CONSULTING GROUP 213652 PLANIT REPROGRAPHICS SYS... 213660 PATTON DOOR & GATE 213659 MACIAS NURSERY, INC. 213650 MACIAS NURSERY, INC. 213650 MACIAS NURSERY, INC. 213650 MACIAS NURSERY, INC. 213650 MACIAS NURSERY, INC. 213650 T-MOBILE 213680 T-MOBILE 213680 FRONTIER COMMUNICATIO... 213642 VISIT GREATER PALM SPRINGS 213687 OCEAN SPRINGS TECH INC 213656 TECHNOGYM USA CORP 213678 CV PIPELINE CORP 213636 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 RIVERSIDE COUNTY SHERIFF ... 213666 Fund: 201- GAS TAX FUND CRAFCO, INC 213634 Fund: 202 - LIBRARY & MUSEUM FUND CONSOLIDATED ELECTRICAL... 213633 MERCHANTS BUILDING MAI... 213653 MERCHANTS BUILDING MAI... 213653 Fund: 212 - SLESA (COPS) FUND RIVERSIDE COUNTY SHERIFF ... 213666 Fund: 215 - LIGHTING & LANDSCAPING FUND TRI-STATE MATERIALS INC 213681 EWING IRRIGATION PRODUC... 213640 EWING IRRIGATION PRODUC... 213640 EWING IRRIGATION PRODUC... 213640 DESERT CONCEPTS CONSTR... 213638 CREATIVE LIGHTING & ELECT... 213635 SMITH PIPE & SUPPLY CO 213671 MISSION LINEN SUPPLY 213654 CALIFORNIA DESERT NURSER... 213629 PWLC II, INC 213662 Fund: 221- AB 939 - CALRECYCLE FUND PALMS TO PINES PRINTING 213658 THE ECOHERO SHOW LLC 213679 MACIAS NURSERY, INC. 213650 Packet: APPKT03783 - 04/19/2024 JB Account Name Account Number Amount BOULDERS FOR BEAR CREEK TRAIL Materials/Supplies 101-3005-60431 2,311.52 BOULDERS FOR BEAR CREEK TRAIL Materials/Supplies 101-3005-60431 1,995.36 03/2024- JANITORIAL SERVICES Janitorial 101-3008-60115 15,891.98 03/01/24 - POLICE SHRED LQ Police Volunteers 101-2001-60109 21.07 PUBLIC WORKS ASSESSMENT Consultants/Employee Servic... 101-1004-60104 7,901.00 PARK LSM SERVICES POST TO PLAN RO... Materials/Supplies 101-3005-60431 10.20 FS #70 DOOR REPAIR Maintenance/Services 101-2002-60691 1,200.00 PLANTS Materials/Supplies 101-3005-60431 3,871.50 PLANTS Materials/Supplies 101-3005-60431 3,904.13 PLANTS Materials/Supplies 101-3005-60431 1,500.48 PLANTS Materials/Supplies 101-3005-60431 2,653.50 PLANTS Materials/Supplies 101-3005-60431 2,214.42 POLICE GPS LOCATE & TIMING ADVANCE Special Enforcement Funds 101-2001-60175 125.00 POLICE GPS LOCATE & TIMING ADVANCE Special Enforcement Funds 101-2001-60175 125.00 04/2024 - LQ PARKPHONE Telephone - Utilities 101-3005-61300 48.93 FY 23/24 Q4 CITY FUNDING VGPS - Visit Greater Palm Spr... 101-3007-60151 97,348.30 LQ PARK SPLASH PAD MAINTENANCE LQ Park Water Feature 101-3005-60554 1,320.41 FITNESS ACCESSORIES Operating Supplies 101-3002-60420 63.50 STORMWATER LINE JETTING DESERT CL... Professional Services 101-7003-60103 2,730.00 02/25-03/24/24 - MOTOR FUEL CHARGES Sheriff - Other 101-2001-60176 535.09 02/8-03/06/24 - BP #9 POLICE SERVICES Sheriff Patrol 101-2001-60161 654,145.47 02/8-03/06/24 - BP #9 POLICE SERVICES Police Overtime 101-2001-60162 18,422.78 02/8-03/06/24 - BP #9 POLICE SERVICES Target Team 101-2001-60163 151,309.07 02/8-03/06/24 - BP #9 POLICE SERVICES Community Services Officer 101-2001-60164 59,750.55 02/8-03/06/24 - BP #9 POLICE SERVICES Gang Task Force 101-2001-60166 17,150.40 02/8-03/06/24 - BP #9 POLICE SERVICES Narcotics Task Force 101-2001-60167 17,150.40 02/8-03/06/24 - BP #9 POLICE SERVICES Motor Officer 101-2001-60169 101,876.06 02/8-03/06/24 - BP #9 POLICE SERVICES Dedicated Sargeants 101-2001-60170 44,113.69 02/8-03/06/24 - BP #9 POLICE SERVICES Dedicated Lieutenant 101-2001-60171 25,496.01 02/8-03/06/24 - BP #9 POLICE SERVICES Sheriff - Mileage 101-2001-60172 36,745.63 02/8-03/06/24 - BP #9 POLICE SERVICES Special Enforcement Funds 101-2001-60175 2,514.69 Fund 101- GENERAL FUND Total: 1,564,107.38 ASPHALT PATCH Asphalt 201-7003-60430 1,770.25 Fund 201- GAS TAX FUND Total: 1,770.25 LIGHTING PARTS FOR MUSEUM Maintenance/Services 202-3006-60691 357.90 03/2024- JANITORIAL SERVICES Janitorial 202-3004-60115 3,264.32 03/2024- JANITORIAL SERVICES Janitorial 202-3006-60115 989.54 Fund 202 - LIBRARY & MUSEUM FUND Total: 4,611.76 02/8-03/06/24 - BP #9 POLICE SERVICES COPS Burglary/Theft Prevent... 212-0000-60179 6,086.08 Fund 212 - SLESA (COPS) FUND Total: 6,086.08 HARDSCAPE MATERIALS Materials/Supplies 215-7004-60431 PESTICIDES Materials/Supplies 215-7004-60431 STAINLESS ENCLOSURE Materials/Supplies 215-7004-60431 IRRIGATION PARTS Materials/Supplies 215-7004-60431 CITY VACANT LOTS WEED ABATEMENT Maintenance/Services 215-7004-60691 03/2024 - LIGHTING MAINTENANCE SER... Consultants 215-7004-60104 IRRIGATION PARTS Materials/Supplies 215-7004-60431 BLACK CAP UNIFORMS Uniforms 215-7004-60690 PLANTS Materials/Supplies 215-7004-60431 TREE REMOVAL ON AVE 52 & AVE 54 Maintenance/Services 215-7004-60691 Fund 215 - LIGHTING & LANDSCAPING FUND Total RECYCLING BAG GIVEAWAYS AB 939 Recycling Solutions 221-0000-60127 RECYCLING/SB1383 EDUCATION FOR EL... AB 939 Recycling Solutions 221-0000-60127 TREES FOR BENJAMIN FRANKLIN EARTH... AB 939 Recycling Solutions 221-0000-60127 1,841.14 174.65 2,497.17 541.12 6,000.00 6,488.42 1,994.78 750.80 301.70 3,800.00 24,389.78 3,175.50 1,800.00 1,287.61 4/29/2024 2:27:40 PM 88 Page 2 of 5 Demand Register Packet: APPKT03783 - 04/19/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount ALPHA MEDIA LLC 213625 03/2024 - RECYCLING RADIO ADS AB 939 Recycling Solutions 221-0000-60127 3,500.00 BURRTEC ENVIRONMENTAL 213628 DUNE PALMS MOBILE PARK WATER SH... AB 939 Recycling Solutions 221-0000-60127 1,136.66 Fund 221- AB 939 - CALRECYCLE FUND Total: 10,899.77 Fund: 241- HOUSING AUTHORITY MOYA, DANIEL 213655 LOT CLEAN UP #600-390-024 CASE # 23-... Professional Services 241-9101-60103 4,000.00 Fund 241- HOUSING AUTHORITY Total: 4,000.00 Fund: 401- CAPITAL IMPROVEMENT PROGRAMS GANNETT CALIFORNIA LOCAL.. 213643 2023-07 BID AD Construction 401-0000-60188 2,454.00 CONSERVE LANDCARE 213632 CACTUS FLOWER LANDSCAPE RENOVAT... Retention Payable 401-0000-20600 -17,795.70 CONSERVE LANDCARE 213632 CACTUS FLOWER LANDSCAPE RENOVAT... Construction 401-0000-60188 355,914.00 CITY OF INDIO 213631 AVE 50 WIDENING IMPROVEMENTS RE... Contributions to Other Agenc.. 401-0000-60480 7,532.86 Fund: 501 - FACILITY & FLEET REPLACEMENT HILARIO, BENJAMIN 213646 AIR & HOSE SOURCE, INC. 213624 Fund: 502 - INFORMATION TECHNOLOGY ACORN TECHNOLOGY SERVI... 213623 TRITON TECHNOLOGY SOLUT... 213682 RINCON CONSULTANTS, INC. 213665 VERIZON WIRELESS 213684 FRONTIER COMMUNICATIO... 213642 Fund 401- CAPITAL IMPROVEMENT PROGRAMS Total: 348,105.16 VEHICLE WASHES Vehicle Repair & Maintenan... 501-0000-60676 470.00 DUMP TRAILER UPFITS Parts, Accessories, and Upfits 501-0000-60675 247.19 Fund 501- FACILITY & FLEET REPLACEMENT Total: 717.19 INSTALLATION OF LAQRECTRAC & LAQ... Consultants 502-0000-60104 625.00 CHAMBER AV MAINTENANCE SERVICES Maintenance Agreements 502-0000-60300 2,250.00 03/2024 GEOGRAPHIC INFORMATION S... Software Licenses 502-0000-60301 7,847.25 03/02-04/01/24 - CITY IPADS (5587) Cell/Mobile Phones 502-0000-61301 1,255.96 04/03-05/02/24 - 2ND CITY INTERNET LI... Cable/Internet - Utilities 502-0000-61400 2,580.00 Fund 502 - INFORMATION TECHNOLOGY Total: 14,558.21 Grand Total: 1,979,245.58 4/29/2024 2:27:40 PM 89 Page 3 of 5 Demand Register Packet: APPKT03783 - 04/19/2024 JB Fund Summary Fund 101-GENERAL FUND 201- GAS TAX FUND 202 - LIBRARY & MUSEUM FUND 212 - SLESA (COPS) FUND 215 - LIGHTING & LANDSCAPING FUND 221- AB 939 - CALRECYCLE FUND 241- HOUSING AUTHORITY 401- CAPITAL IMPROVEMENT PROGRAMS 501- FACILITY & FLEET REPLACEMENT 502 - INFORMATION TECHNOLOGY Account Number 101-0000-20925 101-0000-20981 101-0000-20985 101-0000-22830 101-0000-42200 101-0000-42212 101-1004-60104 101-1004-60320 101-1007-60403 101-2001-60109 101-2001-60161 101-2001-60162 101-2001-60163 101-2001-60164 101-2001-60166 101-2001-60167 101-2001-60169 101-2001-60170 101-2001-60171 101-2001-60172 101-2001-60175 101-2001-60176 101-2002-60691 101-2002-61400 101-3001-60135 101-3001-60510 101-3002-60107 101-3002-60420 101-3003-60420 101-3005-60431 101-3005-60432 101-3005-60554 101-3005-61300 101-3007-60151 101-3007-60320 101-3007-60410 101-3007-60461 101-3008-60115 101-3008-60427 101-3008-60691 101-6002-60450 101-6004-60111 101-6004-60125 101-7002-60183 101-7003-60103 Grand Total: Account Summary Account Name SIT Payable United Way Deductions Garnishments Payable Miscellaneous Deposits Leisure Enrichment Facility Rentals Consultants/Employee S... Travel & Training Citywide Supplies LQ Police Volunteers Sheriff Patrol Police Overtime Target Team Community Services Offi... Gang Task Force Narcotics Task Force Motor Officer Dedicated Sargeants Dedicated Lieutenant Sheriff - Mileage Special Enforcement Fu... Sheriff - Other Maintenance/Services Cable/Internet - Utilities Boys & Girls Club Grants & Economic Deve... Instructors Operating Supplies Operating Supplies Materials/Supplies Tools/Equipment LQ Park Water Feature Telephone - Utilities VGPS - Visit Greater Palm.. Travel & Training Printing Marketing & Tourism Pr... Janitorial Safety Gear Maintenance/Services Advertising Administrative Citation ... Temporary Agency Servi... Map/Plan Checking Professional Services Expense Amount 1,564,107.38 1,770.25 4,611.76 6,086.08 24,389.78 10,899.77 4,000.00 348,105.16 717.19 14,558.21 1,979,245.58 Expense Amount 10.80 32.00 223.79 1,000.00 140.00 1,185.00 8,076.00 1,250.00 226.83 220.17 654,145.47 18,422.78 151,309.07 59,750.55 17,150.40 17,150.40 101,876.06 44,113.69 25,496.01 36,745.63 2,764.69 535.09 1,200.00 10.56 10,000.00 150,000.00 2,569.05 63.50 2,220.23 21,320.35 263.38 1,320.41 48.93 97,348.30 2,877.59 285.74 109,086.31 15,891.98 391.48 639.12 613.50 531.67 1,545.57 1,168.00 2,730.00 4/29/2024 2:27:40 PM 90 Page 4 of 5 Demand Register Packet: APPKT03783 - 04/19/2024 JB Account Summary Account Number Account Name Expense Amount 101-7006-60146 PM 10 - Dust Control 157.28 201-7003-60430 Asphalt 1,770.25 202-3004-60115 Janitorial 3,264.32 202-3006-60115 Janitorial 989.54 202-3006-60691 Maintenance/Services 357.90 212-0000-60179 COPS Burglary/Theft Pre... 6,086.08 215-7004-60104 Consultants 6,488.42 215-7004-60431 Materials/Supplies 7,350.56 215-7004-60690 Uniforms 750.80 215-7004-60691 Maintenance/Services 9,800.00 221-0000-60127 AB 939 Recycling Solutio... 10,899.77 241-9101-60103 Professional Services 4,000.00 401-0000-20600 Retention Payable -17,795.70 401-0000-60188 Construction 358,368.00 401-0000-60480 Contributions to Other A... 7,532.86 501-0000-60675 Parts, Accessories, and ... 247.19 501-0000-60676 Vehicle Repair & Maint... 470.00 502-0000-60104 Consultants 625.00 502-0000-60300 Maintenance Agreements 2,250.00 502-0000-60301 Software Licenses 7,847.25 502-0000-61301 Cell/Mobile Phones 1,255.96 502-0000-61400 Cable/Internet - Utilities 2,580.00 Grand Total: 1,979,245.58 Project Account Summary Project Account Key Project Account Name Project Name Expense Amount **None** **None** **None** 1,617,490.82 201603CT Construction Expense La Quinta Landscape Renovation 355,914.00 201603RP Retention Payable La Quinta Landscape Renovation -17,795.70 201804E Landscape & Lighting Median Islan... Landscape & Lighting Median Islz 4,678.74 202205CB Contribution Expense Avenue 50 Widening Improveme 7,532.86 202216E General PW Maint - Desert Concep.. General PW Maintenance - Desei 6,000.00 202307CT Construction Expense Citywide Miscellaneous ADA Imp 2,454.00 BDAYE City Picnic & Birthday Celebration ... City Picnic & Birthday Celebratior 240.86 CSA152E CSA 152 Expenses CSA 152 Project Tracking 2,730.00 Grand Total: 1,979,245.58 *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. 4/29/2024 2:27:40 PM Page 5 of 5 91 Demand Register City of La Quinta Packet: APPKT03790 - 04/26/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount Fund: 101 - GENERAL FUND SANCHEZ, STEVE 213733 3/22/24 LEAGUE PUBLIC SAFETY MEETI... Travel & Training 101-1001-60320 187.20 MARTINEZ, TAN IA 213721 FY 23/24 ANNUAL WELLNESS DOLLARS ... Annual Wellness Dollar Reim... 101-1004-50252 200.00 PALM SPRINGS CHAPTER MIL... 213727 04/18/24 - MILITARY AWARDS LUNCHE... Travel & Training 101-1001-60320 75.00 GARDAWORLD 213706 04/2024 - ARMORED SERVICES Professional Services 101-1006-60103 295.05 SPARKLETTS 213735 03/20/24 & 04/03/24 DRINKING WATER Operating Supplies 101-7003-60420 278.44 US BANK 213738 1/1-3/11/24 - CUSTODY SERVICES BANK... Administration 101-1006-60102 824.18 PROPER SOLUTIONS INC 213730 04/12/24 - TEMP AGENCY SERVICES J.FE... Temporary Agency Services 101-6004-60125 1,585.20 PROPER SOLUTIONS INC 213730 04/12/24 - TEMP AGENCY SERVICES AD... Temporary Agency Services 101-1004-60125 1,366.08 INTERWEST CONSULTING G... 213715 11/2023 - INSPECTION SERVICES Plan Checks 101-6003-60118 23,532.50 INTERWEST CONSULTING G... 213715 12/2023 - INSPECTION SERVICES Plan Checks 101-6003-60118 24,200.00 NAI CONSULTING INC 213724 03/2024 CAPITAL IMPROVEMENT PLAN Consultants 101-7006-60104 2,275.00 THE CONE ZONE 213736 REMAINING BAL SNOW CONES FOR CITY.. Community Experiences 101-3003-60149 2,446.88 VINTAGE ASSOCIATES 213739 04/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 101-3005-60112 65,010.00 VINTAGE ASSOCIATES 213739 4/8-4/10/24 - BEAR CREEK TRAIL MAINT... Maintenance/Services 101-3005-60691 7,072.00 INTERWEST CONSULTING G... 213715 01/2024 - INSPECTION SERVICES Plan Checks 101-6003-60118 24,532.50 PRYOR LEARNING, LLC 213731 EXCEL TRAINING C.GAMEZ Travel & Training 101-6006-60320 99.00 SMITH PIPE & SUPPLY CO 213734 IRRIGATION PARTS Materials/Supplies 101-3005-60431 948.84 SMITH PIPE & SUPPLY CO 213734 IRRIGATION PARTS Materials/Supplies 101-3005-60431 470.04 SMITH PIPE & SUPPLY CO 213734 IRRIGATION PARTS Materials/Supplies 101-3005-60431 2,387.31 MUSCO CORPORATION 213723 SPORTS COMPLEX LIGHTING MAINTEN... Maintenance/Services 101-3005-60691 4,894.07 WHITE CAP CONSTRUCTION ... 213741 SMALLTOOLS Tools/Equipment 101-7003-60432 1,539.67 HIGH TECH IRRIGATION INC 213710 IRRIGATION PARTS Materials/Supplies 101-3005-60431 385.49 PWLC II, INC 213732 04/2024 - L&L MONTHLY MAINTENANCE Landscape Contract 101-2002-60112 1,616.00 HERNANDEZ, ALFONSO 213709 3/5-3/7/24 PLANNING COMMISSION AC... Travel & Training 101-6002-60320 342.36 PRECISION CONCRETE CUTTI... 213729 CITY WIDE SIDEWALK INSPECTION SERV... Professional Services 101-7003-60103 46,127.00 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water - Utilities 101-2002-61200 308.46 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water - Civic Center Park - Uti- 101-3005-61202 882.75 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water -Fritz Burns Park- Utili... 101-3005-61204 254.19 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water -Community Park - Util.. 101-3005-61209 1,953.54 RUTAN & TUCKER 140 989722 - LQ VILLAGE APARTMENTS/GPA.. Attorney 101-1003-60153 5,974.00 RUTAN & TUCKER 140 989717 POWER TO THE PEOPLE FOR JPA.. Attorney 101-1003-60153 150.00 RUTAN & TUCKER 140 989718 - SPHERE OF INFLUENCE MODIF... Attorney 101-1003-60153 27.00 RUTAN & TUCKER 140 989714 - SRR Attorney 101-1003-60153 780.00 RUTAN & TUCKER 140 989712 - CODE ENFORCEMENT Attorney 101-1003-60153 1,487.47 RUTAN & TUCKER 140 989710 - PERSONNEL GENERAL Attorney 101-1003-60153 8,836.93 RUTAN & TUCKER 140 989716 - RESPONSES FOR PUBLIC RECO... Attorney 101-1003-60153 9,367.32 RUTAN & TUCKER 140 989709 - GENERAL Attorney 101-1003-60153 10,176.00 RUTAN & TUCKER 140 989715 - DUNE PALMS ROW Attorney 101-1003-60153 270.00 RUTAN & TUCKER 140 989721- SURPLUS LAND DISPOSITIONS Attorney 101-1003-60153 189.00 RUTAN & TUCKER 140 989720 - CAMILLE BARBER ADMIN APP... Attorney/Litigation 101-1003-60154 558.57 RUTAN & TUCKER 140 989711- LITIGATION GENERAL Attorney/Litigation 101-1003-60154 6,280.10 RUTAN & TUCKER 140 989719 - COATS AND KOHANFARSI STVR.. Attorney/Litigation 101-1003-60154 765.00 INTERWEST CONSULTING G... 213715 12/2023 - ONCALL BUILDING & SAFETY ... Plan Checks 101-6003-60118 9,512.50 HOME DEPOT CREDIT SERVIC... 213711 SERVICE CART Operating Supplies 101-1004-60420 62.04 LOWE'S HOME IMPROVEME... 213719 VACUUM, WASH BRUSHES, SPRAY PAINT Fire Station 101-2002-60670 235.69 HOME DEPOT CREDIT SERVIC... 213711 CEILING TILE FOR FS #93 Maintenance/Services 101-2002-60691 477.08 HOME DEPOT CREDIT SERVIC... 213711 CABLE TIES & VINYL NUMBERS Operating Supplies 101-3002-60420 47.74 HOME DEPOT CREDIT SERVIC... 213711 DECK BOX Operating Supplies 101-3002-60420 32.63 LOWE'S HOME IMPROVEME... 213719 OSCILLATING TOOL BLADES Materials/Supplies 101-3005-60431 48.44 LOWE'S HOME IMPROVEME... 213719 CONCRETE SCREWS ANCHORS & STEEL ... Materials/Supplies 101-3005-60431 50.91 HOME DEPOT CREDIT SERVIC... 213711 POTTING MIX SOIL, BATTERIES, SUPPLIES Materials/Supplies 101-3005-60431 252.82 LOWE'S HOME IMPROVEME... 213719 STAPLE GUN Tools/Equipment 101-3005-60432 48.49 HOME DEPOT CREDIT SERVIC... 213711 DRIVER SET & ADAPTER SET Tools/Equipment 101-3005-60432 63.01 4/29/2024 2:26:06 PM Page 1 of 7 92 Demand Register Packet: APPKT03790 - 04/26/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount HOME DEPOT CREDIT SERVIC... 213711 DRILL BIT SET Tools/Equipment 101-3005-60432 176.04 LOWE'S HOME IMPROVEME... 213719 CEMENT ROOF SEALANT Materials/Supplies 101-3008-60431 188.74 HOME DEPOT CREDIT SERVIC... 213711 TRAPS Materials/Supplies 101-3008-60431 173.93 LOWE'S HOME IMPROVEME... 213719 UTILITY HOOKS Materials/Supplies 101-3008-60431 30.93 LOWE'S HOME IMPROVEME... 213719 AIR COMPRESSOR HOSE & MICROFIBER ... Materials/Supplies 101-3008-60431 46.72 HOME DEPOT CREDIT SERVIC... 213711 CONSTRUCTION ADHESIVE Materials/Supplies 101-3008-60431 79.34 HOME DEPOT CREDIT SERVIC... 213711 MOULDING & SHOWER DOOR Materials/Supplies 101-3008-60431 580.15 HOME DEPOT CREDIT SERVIC... 213711 CFL LIGHT BULBS Materials/Supplies 101-3008-60431 64.85 HOME DEPOT CREDIT SERVIC... 213711 STEEL SQUARE TUBES Materials/Supplies 101-3008-60431 94.09 HOME DEPOT CREDIT SERVIC... 213711 PAINTING SUPPLIES Materials/Supplies 101-3008-60431 39.59 HOME DEPOT CREDIT SERVIC... 213711 ELECTRICAL WIRE & SPRAY PAINT Materials/Supplies 101-3008-60431 62.85 HOME DEPOT CREDIT SERVIC... 213711 LIGHT BULBS Materials/Supplies 101-3008-60431 262.07 HOME DEPOT CREDIT SERVIC... 213711 ROOF REPAIR FABRIC, FLEX SEAL, WATE... Materials/Supplies 101-3008-60431 157.31 HOME DEPOT CREDIT SERVIC... 213711 SUPPLIES Materials/Supplies 101-3008-60431 30.13 HOME DEPOT CREDIT SERVIC... 213711 DISPOSABLE GLOVES & FLOOR TOILET B... Materials/Supplies 101-3008-60431 75.68 LOWE'S HOME IMPROVEME... 213719 SILICONE CAULK Materials/Supplies 101-3008-60431 115.56 HOME DEPOT CREDIT SERVIC... 213711 MICROFIBER CLOTHES, CERAMIC TILE C... Materials/Supplies 101-3008-60431 160.54 HOME DEPOT CREDIT SERVIC... 213711 INTERIOR DOOR FOR LQ REALTY BUILDI... Materials/Supplies 101-3008-60431 317.55 HOME DEPOT CREDIT SERVIC... 213711 SPRAY PAINT & CLEANING SUPPLIES Materials/Supplies 101-3008-60431 92.44 HOME DEPOT CREDIT SERVIC... 213711 RETURN INTERIOR DOOR FOR LQ REALTY.. Materials/Supplies 101-3008-60431 -635.09 HOME DEPOT CREDIT SERVIC... 213711 INTERIOR DOOR FOR LQ REALTY BLDG Materials/Supplies 101-3008-60431 404.01 LOWE'S HOME IMPROVEME... 213719 CEILING TILES Materials/Supplies 101-3008-60431 131.14 LOWE'S HOME IMPROVEME... 213719 CEILING TILES Materials/Supplies 101-3008-60431 131.14 HOME DEPOT CREDIT SERVIC... 213711 TRIGGERSHOT, POCKET KNIFE, PLIERS Tools/Equipment 101-3008-60432 174.88 HOME DEPOT CREDIT SERVIC... 213711 ROTARY TOOL KIT Tools/Equipment 101-3008-60432 95.08 HOME DEPOT CREDIT SERVIC... 213711 LEVERAGE WINCH PULLER, NUTS & BOL... Tools/Equipment 101-3008-60432 169.66 HOME DEPOT CREDIT SERVIC... 213711 SUBMERSIBLE STICK WATER TRANSFER ... Tools/Equipment 101-3008-60432 216.41 HOME DEPOT CREDIT SERVIC... 213711 NUTS & BOLTS Operating Supplies 101-7003-60420 40.59 HOME DEPOT CREDIT SERVIC... 213711 SUPPLIES Operating Supplies 101-7003-60420 76.03 HOME DEPOT CREDIT SERVIC... 213711 BUCKETS & ROOF TO WALL FLASHING Operating Supplies 101-7003-60420 114.06 LOWE'S HOME IMPROVEME... 213719 SHOVELS Tools/Equipment 101-7003-60432 70.22 HOME DEPOT CREDIT SERVIC... 213711 TOOLS FOR JOSE Tools/Equipment 101-7003-60432 222.45 ALPHA CARD 213691 ID CARD PRINTER Operating Supplies 101-3002-60420 4,146.10 INTERWEST CONSULTING G... 213715 01/2024 - ONCALL BUILDING & SAFETY ... Plan Checks 101-6003-60118 24,386.25 COACHELLA VALLEY CONSER... 213697 03/2024 - MSCHP FEES MSHCP Mitigation Fee 101-0000-20310 1,625.00 COACHELLA VALLEY CONSER... 213697 03/2024 - MSCHP FEES CVMSHCP Admin Fee 101-0000-43631 -16.25 INTERWEST CONSULTING G... 213715 11/2023 - ONCALL BUILDING & SAFETY ... Plan Checks 101-6003-60118 17,458.75 OCEAN SPRINGS TECH INC 213726 04/2024 - SPLASH PAD MONTHLY MAIN... LQ Park Water Feature 101-3005-60554 2,076.00 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water - Utilities 101-2002-61200 93.63 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water -Eisenhower Park - Util.. 101-3005-61203 88.08 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water -Velasco Park - Utilities 101-3005-61205 76.28 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water -Desert Pride - Utilities 101-3005-61206 206.79 BUREAU VERITAS NORTH A... 213693 ON -CALL BUILDING PLAN REVIEW Plan Checks 101-6003-60118 11,904.97 HDL COREN & CONE 213708 01/01-03/31/24 - CPI INCREASE PROPER... Consultants 101-1006-60104 170.78 Fund 101- GENERAL FUND Total: 337,956.96 Fund: 201- GAS TAX FUND TOPS' N BARRICADES INC 213737 TRAFFIC CONTROL SIGNS Traffic Control Signs 201-7003-60429 1,378.19 TOPS' N BARRICADES INC 213737 TRAFFIC CONTROL SIGNS Traffic Control Signs 201-7003-60429 1,368.62 NAI CONSULTING INC 213724 03/2024 HURRICANE HILARY EMERGEN... Road Improvements 201-7003-72111 2,800.00 ZUMAR INDUSTRIES INC 213742 STREET SIGNS Traffic Control Signs 201-7003-60429 4,348.23 CV PIPELINE CORP 213700 STORMWATER LINE JETTING DESERT ST... Storm Drains 201-7003-60672 2,730.00 Fund 201- GAS TAX FUND Total: 12,625.04 Fund: 202 - LIBRARY & MUSEUM FUND VINTAGE ASSOCIATES 213739 04/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 202-3004-60112 930.00 VINTAGE ASSOCIATES 213739 04/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 202-3006-60112 194.00 KLUZ INTERNATIONAL CORP... 213716 MAKERSPACE EQUIPMENT MAINTENAN... Maintenance/Services 202-3009-60691 1,379.60 FRONTIER COMMUNICATIO... 213704 04/13-05/12/24 - MUSEUM PHONE Telephone - Utilities 202-3006-61300 125.89 LOWE'S HOME IMPROVEME... 213719 STEEL ROOF PANEL Maintenance/Services 202-3006-60691 211.26 Fund 202 - LIBRARY & MUSEUM FUND Total: 2,840.75 4/29/2024 2:26:06 PM Page 2 of 7 93 Demand Register Packet: APPKT03790 - 04/26/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount Fund: 215 - LIGHTING & LANDSCAPING FUND LANDMARK GOLF MANAGE... 213718 02/2024 - SRR PERIMETER LANDSCAPE ... SilverRock Way Landscape 215-7004-60143 5,586.00 LANDMARK GOLF MANAGE... 213718 03/2024 - SRR PERIMETER LANDSCAPE ... SilverRock Way Landscape 215-7004-60143 5,570.00 EWING IRRIGATION PRODUC... 213703 IRRIGATION PARTS Materials/Supplies 215-7004-60431 941.25 DESERT GROWERS NURSERY 213702 PLANTS Materials/Supplies 215-7004-60431 183.00 DESERT GROWERS NURSERY 213702 PLANTS Materials/Supplies 215-7004-60431 522.00 VINTAGE ASSOCIATES 213739 04/2024 - PARKS LANDSCAPE MAINTEN... Landscape Contract 215-7004-60112 12,124.00 CREATIVE LIGHTING & ELECT... 213699 04/2024 - LIGHTING MAINTENANCE SER... Consultants 215-7004-60104 6,488.42 MACIAS NURSERY, INC. 213720 PLANTS & PALM TRESS Materials/Supplies 215-7004-60431 9,961.50 PWLC II, INC 213732 03/4-03/12/24 - CITY VACANT LOTS WE... Maintenance/Services 215-7004-60691 4,480.00 PWLC II, INC 213732 04/2024 - L&L MONTHLY MAINTENANCE Landscape Contract 215-7004-60112 62,674.00 PWLC II, INC 213732 2/26-3/1/24 PLANT REPLACEMENTJEFF... Maintenance/Services 215-7004-60691 8,000.00 PWLC II, INC 213732 4/1-4/5/24 PLANT REPLACEMENTJEFFE... Maintenance/Services 215-7004-60691 9,600.00 PWLC II, INC 213732 4/8-4/12/24 PLANT REPLACEMENTJEFF... Maintenance/Services 215-7004-60691 5,120.00 PWLC II, INC 213732 4/11-4/12/24 PLANTS REPLACEMENT M... Maintenance/Services 215-7004-60691 2,560.00 FRONTIER COMMUNICATIO... 213704 04/07-05/06/24 - PHONE SERVICE Electric - Utilities 215-7004-61116 136.49 HOME DEPOT CREDIT SERVIC... 213711 SPRAY PAINT Supplies -Graffiti and Vandali... 215-7004-60423 43.39 HOME DEPOT CREDIT SERVIC... 213711 WEED PREVENTER & MARKING SPRAY P... Materials/Supplies 215-7004-60431 213.33 HOME DEPOT CREDIT SERVIC... 213711 FRAMING ANCHORS & GLOVES Materials/Supplies 215-7004-60431 69.34 LOWE'S HOME IMPROVEME... 213719 WEED PREVENTER Materials/Supplies 215-7004-60431 55.75 LOWE'S HOME IMPROVEME... 213719 ALOE PLANTS Materials/Supplies 215-7004-60431 257.74 LOWE'S HOME IMPROVEME... 213719 SILICONE CAULK & CONSTRUCTION ADH... Materials/Supplies 215-7004-60431 24.75 LOWE'S HOME IMPROVEME... 213719 STRAIGHT STRUT BRACKET & BOLTS Materials/Supplies 215-7004-60431 29.01 LOWE'S HOME IMPROVEME... 213719 DRIVER SOCKET SETS Tools/Equipment 215-7004-60432 54.18 IMPERIAL IRRIGATION DIST 213713 ELECTRICITY SERVICE Electric - Utilities 215-7004-61116 558.24 IMPERIAL IRRIGATION DIST 213713 ELECTRICITY SERVICE Electric - Medians - Utilities 215-7004-61117 24.68 COACHELLA VALLEY WATER D.. 213698 WATER SERVICE Water - Medians - Utilities 215-7004-61211 4,821.98 DESERT ELECTRIC SUPPLY 213701 LIGHT BULBS Materials/Supplies 215-7004-60431 2,948.36 DESERT ELECTRIC SUPPLY 213701 FLOOD LIGHT Materials/Supplies 215-7004-60431 90.34 DESERT ELECTRIC SUPPLY 213701 RETURN LIGHT BULBS Materials/Supplies 215-7004-60431 -3,003.01 DESERT ELECTRIC SUPPLY 213701 LIGHT BULBS Materials/Supplies 215-7004-60431 827.20 Fund 215 - LIGHTING & LANDSCAPING FUND Total: 140,961.94 Fund: 224 - TUMF FUND COACHELLA VALLEY ASSOC 0... 213696 03/2024 - TUMF FEES TUMF Payable to CVAG 224-0000-20320 10,960.00 Fund 224-TUMF FUND Total: 10,960.00 Fund: 241 - HOUSING AUTHORITY RUTAN & TUCKER 140 989713 - HOUSING AUTHORITY Attorney 241-9101-60153 2,280.00 Fund 241- HOUSING AUTHORITY Total: 2,280.00 Fund: 270 - ART IN PUBLIC PLACES FUND CARLI FINE ART CONSERVATI... 213694 APP ASSESSMENT & CONSERVATION SE... Art Purchases 270-0000-74800 10,322.00 Fund 270 - ART IN PUBLIC PLACES FUND Total: 10,322.00 Fund: 401- CAPITAL IMPROVEMENT PROGRAMS NAI CONSULTING INC 213724 03/2024 AVE 50 BRIDGE Professional Services 401-0000-60103 257.50 NAI CONSULTING INC 213724 03/2024 LQ LANDSCAPE IMPROVEMENTS Professional Services 401-0000-60103 1,825.00 NAI CONSULTING INC 213724 03/2024 HWY 111 REBHABILITATION Professional Services 401-0000-60103 8,790.00 NAI CONSULTING INC 213724 03/2024 PAVEMENT MANAGEMENT PL... Professional Services 401-0000-60103 1,300.00 NAI CONSULTING INC 213724 03/2024 AVE 48 ART AND MUSIC LINE Professional Services 401-0000-60103 387.50 NAI CONSULTING INC 213724 03/2024 DUNE PALMS BRIDGE Professional Services 401-0000-60103 3,212.50 NAI CONSULTING INC 213724 03/2024 CITYWIDE MISCELLANEOUS AD... Professional Services 401-0000-60103 1,362.50 NAI CONSULTING INC 213724 03/2024 HIGHWAY 111 CORRIDOR Professional Services 401-0000-60103 500.00 NAI CONSULTING INC 213724 03/2024 DRA CITYWIDE DRAINAGE ENH... Professional Services 401-0000-60103 560.00 NAI CONSULTING INC 213724 03/2024 VILLAGE ART/CULTURAL PLAZA Professional Services 401-0000-60103 1,650.00 NAI CONSULTING INC 213724 03/2024 AVE 50 WIDENING IMPROVEM... Professional Services 401-0000-60103 525.00 NAI CONSULTING INC 213724 03/2024 FRITZ BURN PARK IMPROVEM... Professional Services 401-0000-60103 712.50 NAI CONSULTING INC 213724 03/2024 DUNE PALMS ROAD PAVEMENT.. Professional Services 401-0000-60103 1,522.50 NAI CONSULTING INC 213724 03/2024 LA QUINTA PARKS PHASE 1 Professional Services 401-0000-60103 700.00 NAI CONSULTING INC 213724 03/2024 PAVEMENT MANAGEMENT PL... Professional Services 401-0000-60103 12,972.50 MSA CONSULTING INC 213722 HWY 111 CURB RAMP TOPOGRAPHIC 5... Technical 401-0000-60108 31,380.00 HAMMEL, GREEN, AND ABR... 213707 12/2023 - CULTURAL CAMPUS DESIGN Design 401-0000-60185 66,330.00 4/29/2024 2:26:06 PM Page 3 of 7 94 Demand Register Packet: APPKT03790 - 04/26/2024 JB Vendor Name Payment Number Description (Item) Account Name Account Number Amount NV5 213725 10/1-11/30/23 VILLAGE UTILITIES FEASIB.. Design 401-0000-60185 8,089.50 LANDMARK CONSULTANTS, ... 213717 3/14-3/27/24 CITYWIDE ADA IMPROVE... Technical 401-0000-60108 1,522.80 WALTERS WHOLESALE ELECT... 213740 CABLE TIES & TAPE Construction 401-0000-60188 120.79 Fund 401- CAPITAL IMPROVEMENT PROGRAMS Total: 143,720.59 Fund: 501 - FACILITY & FLEET REPLACEMENT POWERPLAN BF 213728 VACTRON PARTS Parts, Accessories, and Upfits 501-0000-60675 84.80 Fund 501- FACILITY & FLEET REPLACEMENT Total: 84.80 Fund: 502 - INFORMATION TECHNOLOGY INTELESYSONE 213714 05/1-05/31/24- PHONE SYSTEM MAINT... Technical 502-0000-60108 3,000.00 FRONTIER COMMUNICATIO... 213704 04/04-05/03/24 - WC INTERNET Cable/Internet - Utilities 502-0000-61400 690.00 FRONTIER COMMUNICATIO... 213704 04/04-05/03/24 - DSL SVC Cable/Internet - Utilities 502-0000-61400 424.78 CDW GOVERNMENT INC 213695 04/26/24-04/25/25 - MERAKI CLOUD LI... Software Licenses 502-0000-60301 555.72 Fund 502 - INFORMATION TECHNOLOGY Total: 4,670.50 Fund: 503 - PARK EQUIP & FACILITY FUND BELSON OUTDOORS LLC 213692 PARK BENCHES Parks 503-0000-71060 2,735.15 Fund 503 - PARK EQUIP & FACILITY FUND Total: 2,735.15 Fund: 601- SILVERROCK RESORT GARDAWORLD 213706 04/2024 - SRR ARMORED SVCS Bank Fees 601-0000-60455 719.49 FROSTY'S AIR CONDITIONING... 213705 SRR COOLER INSTALLATION Repair & Maintenance 601-0000-60660 4,890.00 GARDAWORLD 213706 03/2024 - SRR ARMORED SVC EXCESS IT... Bank Fees 601-0000-60455 16.12 GARDAWORLD 213706 03/2024 - SRR ARMORED SVC TIER PRIG.. Bank Fees 601-0000-60455 216.74 LOWE'S HOME IMPROVEME... 213719 TAPE BLACK & ELECTRICAL WIRE Repair & Maintenance 601-0000-60660 35.78 Fund 601- SILVERROCK RESORT Total: 5,878.13 Grand Total: 675,035.86 4/29/2024 2:26:06 PM Page 4 of 7 95 Demand Register Packet: APPKT03790 - 04/26/2024 JB Fund Summary Fund 101-GENERAL FUND 201- GAS TAX FUND 202 - LIBRARY & MUSEUM FUND 215 - LIGHTING & LANDSCAPING FUND 224-TUMFFUND 241- HOUSING AUTHORITY 270 - ART IN PUBLIC PLACES FUND 401- CAPITAL IMPROVEMENT PROGRAMS 501- FACILITY & FLEET REPLACEMENT 502 - INFORMATION TECHNOLOGY 503 - PARK EQUIP & FACILITY FUND 601- SILVERROCK RESORT Account Number 101-0000-20310 101-0000-43631 101-1001-60320 101-1003-60153 101-1003-60154 101-1004-50252 101-1004-60125 101-1004-60420 101-1006-60102 101-1006-60103 101-1006-60104 101-2002-60112 101-2002-60670 101-2002-60691 101-2002-61200 101-3002-60420 101-3003-60149 101-3005-60112 101-3005-60431 101-3005-60432 101-3005-60554 101-3005-60691 101-3005-61202 101-3005-61203 101-3005-61204 101-3005-61205 101-3005-61206 101-3005-61209 101-3008-60431 101-3008-60432 101-6002-60320 101-6003-60118 101-6004-60125 101-6006-60320 101-7003-60103 101-7003-60420 101-7003-60432 101-7006-60104 201-7003-60429 201-7003-60672 201-7003-72111 202-3004-60112 202-3006-60112 Grand Total: Account Summary Account Name MSHCP Mitigation Fee CVMSHCP Admin Fee Travel & Training Attorney Attorney/Litigation Annual Wellness Dollar ... Temporary Agency Servi... Operating Supplies Administration Professional Services Consultants Landscape Contract Fire Station Maintenance/Services Water - Utilities Operating Supplies Community Experiences Landscape Contract Materials/Supplies Tools/Equipment LC, Park Water Feature Maintenance/Services Water - Civic Center Park.. Water -Eisenhower Park ... Water -Fritz Burns Park-... Water -Velasco Park - Uti.. Water -Desert Pride - Util.. Water -Community Park ... Materials/Supplies Tools/Equipment Travel & Training Plan Checks Temporary Agency Servi... Travel & Training Professional Services Operating Supplies Tools/Equipment Consultants Traffic Control Signs Storm Drains Road Improvements Landscape Contract Landscape Contract Expense Amount 337,956.96 12,625.04 2,840.75 140,961.94 10,960.00 2,280.00 10,322.00 143,720.59 84.80 4,670.50 2,735.15 5,878.13 675,035.86 Expense Amount 1,625.00 -16.25 262.20 37,257.72 7,603.67 200.00 1,366.08 62.04 824.18 295.05 170.78 1,616.00 235.69 477.08 402.09 4,226.47 2,446.88 65,010.00 4,543.85 287.54 2,076.00 11,966.07 882.75 88.08 254.19 76.28 206.79 1,953.54 2,603.67 656.03 342.36 135,527.47 1,585.20 99.00 46,127.00 509.12 1,832.34 2,275.00 7,095.04 2,730.00 2,800.00 930.00 194.00 4/29/2024 2:26:06 PM 96 Page 5 of 7 Demand Register Packet: APPKT03790 - 04/26/2024 JB Account Summary Account Number Account Name Expense Amount 202-3006-60691 Maintenance/Services 211.26 202-3006-61300 Telephone - Utilities 125.89 202-3009-60691 Maintenance/Services 1,379.60 215-7004-60104 Consultants 6,488.42 215-7004-60112 Landscape Contract 74,798.00 215-7004-60143 SilverRock Way Landsca... 11,156.00 215-7004-60423 Supplies -Graffiti and Va... 43.39 215-7004-60431 Materials/Supplies 13,120.56 215-7004-60432 Tools/Equipment 54.18 215-7004-60691 Maintenance/Services 29,760.00 215-7004-61116 Electric - Utilities 694.73 215-7004-61117 Electric - Medians - Utilit... 24.68 215-7004-61211 Water - Medians - Utiliti... 4,821.98 224-0000-20320 TUMF Payable to CVAG 10,960.00 241-9101-60153 Attorney 2,280.00 270-0000-74800 Art Purchases 10,322.00 401-0000-60103 Professional Services 36,277.50 401-0000-60108 Technical 32,902.80 401-0000-60185 Design 74,419.50 401-0000-60188 Construction 120.79 501-0000-60675 Parts, Accessories, and ... 84.80 502-0000-60108 Technical 3,000.00 502-0000-60301 Software Licenses 555.72 502-0000-61400 Cable/Internet - Utilities 1,114.78 503-0000-71060 Parks 2,735.15 601-0000-60455 Bank Fees 952.35 601-0000-60660 Repair & Maintenance 4,925.78 Grand Total: 675,035.86 Project Account Summary Project Account Key Project Account Name Project Name Expense Amount **None** **None** **None** 483,594.05 111205P Professional Expense Dune Palms Bridge Imp/BRLKS-52 3,212.50 201603P Professional Expense La Quinta Landscape Renovation 1,825.00 201804E Landscape & Lighting Median Islan... Landscape & Lighting Median Islz 33,884.74 201901D Design Expense Village Art Plaza Promenade & Cr 66,330.00 201901P Professional Expense Village Art Plaza Promenade & Cr 1,650.00 201902P Professional Expense Avenue 50 Bridge Spanning the E 257.50 201905P Professional Expense Highway 111 Corridor Area Plan I 500.00 202008P Professional Expense Avenue 48 Art and Music Line Pr( 387.50 202101P Professional Expense Dune Palms Rd Pavement Rehab- 1,522.50 202102P Professional Expense Fritz Burns Park Improvements 712.50 202205P Professional Expense Avenue 50 Widening Improveme 525.00 202206D Design Expense Village Utilities Undergrounding 1 8,089.50 202215E Landscape Maintenance Refurbis... Landscape Maint Refurbishment- 4,480.00 202225P Professional Expense Highway 111 Rehabilitation Proje 8,790.00 202225T Technical Expense Highway 111 Rehabilitation Proje 31,380.00 202306P Professional Expense La Quinta Parks Phase I (Sports G 700.00 202307P Professional Expense Citywide Miscellaneous ADA Imp 1,362.50 202307T Technical Expense Citywide Miscellaneous ADA Imp 1,522.80 202315P Professional Expense FY22/23 Pavement Management 1,300.00 202316P Professional Expense FY23/24 Pavement Management 12,972.50 202320P Cyclone Hilary Professional Expense Tropical Cyclone Hilary 2,800.00 2324DRAP Professional Expense FY 23/24 Citywide Drainage Enha 560.00 2324TMICT Construction Expense FY23/24 Traffic Maintenance Imp 120.79 BDAYE City Picnic & Birthday Celebration ... City Picnic & Birthday Celebratior 2,446.88 CSA152E CSA 152 Expenses CSA 152 Project Tracking 2,730.00 4/29/2024 2:26:06 PM 97 Page 6 of 7 Demand Register Packet: APPKT03790 - 04/26/2024 JB Project Account Summary Project Account Key Project Account Name Project Name Expense Amount MAKERE Makerspace Expense Makerspace Tracking 1,379.60 Grand Total: 675,035.86 *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. 4/29/2024 2:26:06 PM 98 Page 7 of 7 ATTACHMENT 2 City of La Quinta Bank Transactions 04/08/2024-04/26/2024 Wire Transaction Listed below are the wire transfers from 04/08/2024-04/26/2024. Wire Transfers: 04/12/2024 - WIRE TRANSFER - CALPERS 04/12/2024 - WIRE TRANSFER - CALPERS 04/12/2024 - WIRE TRANSFER - CALPERS 04/12/2024 - WIRE TRANSFER - CALPERS 04/12/2024 - WIRE TRANSFER - CALPERS 04/12/2024 - WIRE TRANSFER - LQCEA 04/12/2024 -WIRE TRANSFER - MISSION SQUARE 04/12/2024 - WIRE TRANSFER - MISSION SQUARE 04/15/2024 - WIRE TRANSFER - MIDAMERICA 04/16/2024 - WIRE TRANSFER - STERLING 04/18/2024 - WIRE TRANSFER - LANDMARK 04/26/2024 - WIRE TRANSFER - CALPERS 04/26/2024 - WIRE TRANSFER - CALPERS 04/26/2024 - WIRE TRANSFER - CALPERS 04/26/2024 - WIRE TRANSFER - CALPERS 04/26/2024 - WIRE TRANSFER - LQCEA 04/26/2024 - WIRE TRANSFER - MISSION SQUARE 04/26/2024 - WIRE TRANSFER - MISSION SQUARE TOTAL WIRE TRANSFERS OUT $259.34 $433.83 $5,782.55 $15,327.08 $29,944.21 $477.00 $4,125.00 $12,943.19 $19,066.88 $1,337.47 $211,149.48 $631.49 $5,792.31 $15,258.88 $30,056.35 $468.00 $4,025.00 $12,943.19 $370,021.25 99 100 CONSENT CALENDAR ITEM NO. City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE AGREEMENT FOR CONTRACT SERVICES WITH VISUAL EDGE IT FOR MANAGED INFORMATION TECHNOLOGY SERVICES RECOMMENDATION Approve Agreement for Contract Services with Visual Edge IT for Managed Information Technology Services; and authorize the City Manager to execute the agreement. EXECUTIVE SUMMARY • In February 2024, the City published a Request for Proposals (RFP) for Managed Information Technology (IT) Services; 13 responses were received; and Visual Edge IT (Visual Edge) was selected as the most qualified and competitive vendor. • Visual Edge would provide onsite IT, project management, disaster recovery services, cybersecurity management, and assist with IT asset management and procurement of IT related products. • The current IT contract with Acorn Technology Group expires June 30, 2024, and if needed, services will be extended on a month-to-month basis to ensure a seamless transition of IT services. FISCAL IMPACT Total costs are $2,310,000 over the five-year term, which include a one-time onboarding and implementation fee. Funds are available and will be budgeted in Account No. 502- 0000-60104 (Consultants). A breakdown of costs and the expenditure schedule is as follows: Fiscal Year Description Cost 2024/25 Onboarding and Implementation (one-time cost) $49,178 2023/24 2024/25 Foundation Management Services $398,136 2025/26 Foundation Management Services $398,136 2026/27 Foundation Management Services $398,136 2027/28 Foundation Management Services (includes 5% increase) $418,043 2028/29 Foundation Management Services (includes 5% compounding increase) $438,945 N/A Contingency (equipment, software, etc.) $209,426 GRAND TOTAL: $2,310,000 101 BACKGROUND/ANALYSIS In February 2024, staff solicited RFPs for IT services and received thirteen (13) responses. Four (4) firms were interviewed, and Visual Edge was selected as the most qualified and competitive firm. Visual Edge is based out of San Bernardino, California, with a local office in Palm Desert. The proposed agreement provides on-site staffing of one full-time network engineer, one full-time IT Technician, access to 24/7 remote helpdesk support, assistance with IT procurement services, cybersecurity services, project management, budget management, and disaster recovery support, as outlined in the agreement enclosed as Attachment 1. ALTERNATIVES Council may elect to not approve this agreement or make modifications. However, staff does not recommend an alternative due to Visual Edge's cost -competitive proposal and familiarity with the work to be performed. Prepared by: Approved by: Attachment: Doug Kinley, Management Analyst Gilbert Villalpando, Director 1. Agreement for Contract Services with Visual Edge IT 102 ATTACHMENT 1 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 VISUAL EDGE IT, a Delaware Corporation, with a place of business at 36943 Cook Street, Suite H-103, Palm Desert, California 92211 ("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 MANAGED IT 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. 103 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. _2 104 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 Two Million Three Hundred Ten Thousand Dollars ($2,310,000), 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 _3 105 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 Maieure. 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 July 1, 2024, and terminate on June 30, 2029 ("Initial Term"). _4_ 106 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) Visual Edge IT 650 E Hospitality Lane #500 San Bernardino, CA 92408 ATTN: Chris Sanchez (b) City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 ATTN: City Manager's Office 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 the 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 -5 107 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 (TERS") 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 -6- 108 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 a endorsements Dng with all required endorsements. Certificate of Insurance and 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 _7 109 (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. 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. 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 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 Contractina Partv. 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. 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: City Manager's Office 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: VISUAL EDGE IT, INC. Attention: Amanda Maze 36943 Cook Street, Suite H-103 Palm Desert, California 92211 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 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] 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: ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California VISUAL EDGE IT, INC. a Delaware Corporation JUDITH JARVIS, Area Vice President Palm Desert, California Dated: Exhibit A Scope of Services [See Attached] Exhibit A Page 1 of 1 Last revised summer 2017 117 VISUAL EDGE11I SECURE TECHNOLOGY SOLUTIONS RFP CM2024-001 - Managed IT Services Quote # 028622 Version 1 repared fol City of La Quinta Visual Edge IT 118 VISUAL EDGE IT SECURE TECHNOLOGY 50LUT10N5 Visual Edge Foundation Management Services 7Mianagedvices Bundle $33,178.00 1 $33,178.00Foundation - Desktop Management 180 Support Coverage Summary (Remote Only): • 24x7x365 Monitoring and alerting of covered devices by Network Operations Center (NOC) • Advanced Endpoint Protection, Detection, Response & Remediation Protection o Managed Detection & Response - monitored 24/7 by Security Operations Center (SOC) o Al and Heuristic Learning for advanced virus detection and identifying unusual network behavior • Preventative maintenance - Patching and Updates • Unlimited Remote Command Center Support, Mon - Fri, 8:00am to 5:00pm. PST • After hours labor is billable Visual Edge Foundation - Server Management 16 Support Coverage Summary (Remote Only): • 24x7x365 Monitoring and alerting of covered devices by Network Operations Center (NOC) • Advanced Endpoint Protection, Detection, Response & Remediation Protection o Managed Detection & Response - monitored 24/7 by Security Operations Center (SOC) o Al and Heuristic Learning for advanced virus detection and identifying unusual network behavior • Preventative maintenance - Patching and Updates • Unlimited Remote Command Center Support, Mon - Fri, 8:00am to 5:00pm. PST • After hours labor is billable Visual Edge Foundation - Host Server Management 6 Support Coverage Summary (Remote Only): • 24x7x365 Monitoring and alerting of covered devices by Network Operations Center (NOC) • Preventative maintenance - Patching and Updates • Unlimited Remote Command Center Support, Mon - Fri, 8:00am to 5:00pm. PST • After hours labor is billable 119 VISUAL EDGE IT SECURE TECHNOLOGY 50LUDON5 Visual Edge Foundation Management Services Visual Edge Foundation - Network Monitoring and Management Support - Base Package Support Coverage Summary (Remote Only): Includes: • 24x7x365 Security & Performance Monitoring by Network Operations Center (NOC) • 3 Managed Network Devices per location* such as firewalls, routers, switches, and wireless controllers. • Monitoring includes tracking availability, performance metrics, and generating alerts when issues arise. o Uptime/Downtime Monitoring o LAN, WAN, VPN and Multi Site Monitoring o Port Level Network Device Monitoring • Basic troubleshooting of Managed Network**: o Identify, diagnose and resolve network and Managed Network Device issues • Device configuration management**: o To include backing up configurations and restoring them if necessary of the Managed Network Devices. • Reporting: Network performance and availability** o Bandwidth utilization o Device availability • Command Center Support available, Mon -Fri, 8:00am to 5:00pm. • Onsite Labor is billable. *Additional Network Devices and locations will be reconciled at time of Onboarding. Breach Prevention Compliance and Cyber Security Training Service 151- 200 Users 120 VISUAL EDGE IT SECURE TECHNOLOGY 50LUDON5 Visual Edge Foundation Management Services Mobile Device Management - Per Device/User Support Coverage Summary (Remote Only): . Remote management of mobile devices, including the following: o Automatic User Enrollment for new devices (existing devices will need to be added to MDM manually) o Automatic Provisioning and Deprovisioning for new devices o Lockdown in case the device is lost or stolen o Remote wipe o Remote restart o Automatic and Manual Application Deployment (applications must be available in the respective device's app store) o Application of Limited Security Policies o Application of Limited Content Filtering . Unlimited Remote Command Center Support, Mon - Fri, 8:00am to 5:00pm. PST . After hours labor is billable Sys Admin Engineering Resource - Full Time (5 days per week) Tier 1/2 On -Site Engineering Visual Edge IT Onboarding Services - One Time Investment 81 1 1 Monthly Subtotal: $33,178.00 1 Visual Edge IT TM Onboarding Services $49,178.00 1 $49,178.00 Visual Edge ITT"' Onboarding Services Subtotal: $49,178.00 121 VISUAL EDGE IT SECURE TECHNOLOGY 50LUTiONS Managed IT Services and Projects Overview Terms of Agreement • This agreement is between City of La Quinta, herein referred to as Client, and Visual Edge IT, hereinafter referred to as Service Provider. • This agreement will be effective upon the date signed, unless otherwise stated. • This agreement shall remain in force for a period of 60 months. • Contract term is 5 years. Monthly rate is fixed for 3 years with the exclusion of merit increases for the onsite staff (to be negotiated and agreed upon by the City of La Quinta and VEIT). • Contract annual increases, following initial 3 year fixed term, will be at 5%. • Contract prices and fees may be subject to change after the initial and subsequent terms. • The Professional Services hours listed in the proposal are an approximation of the project requirements as described by the client. • The actual cost may change after commencement of the project if unforeseen circumstances are encountered. • The client will be informed of any changes in cost in advance. • Any additional services requested by the company that are not covered by the project parameters will incur additional fees. • By endorsing, you agree to the Terms and Conditions of the Master Services Agreement. https://visualedgeit.com/myMSA/ Payment Terms: Current Clients: • Current customers in good standing, or a new customer who demonstrates credit worthiness (via a credit report), do not require a deposit. • VEIT may require milestone (progress) billing for labor for projects projected to last longer than 30 days. • Hardware will be invoiced upon delivery to the customer. • New customers (or previous customers who have not had an invoice generated in more than 12 months), or customers with current or previous payment challenges, a deposit invoice will be generated for the full invoice amount. NET New Clients: • 100% of order invoice total payment must be received before any product is ordered or any work begins. • For projects projected to last longer than 30 days, milestone invoicing will be defined and completed. For Managed Services/Onboarding: . 100% of Onboarding fee will be invoiced and received before onboarding can begin. The first MRR invoice will be sent 30 days after onboarding begins. Deposit Exceptions: • Public, State, City, Federal, Nation, and Educational entities - must provide a Purchase Order. • Leases, Project and Implementation -As -A -Service, and Installation Payment Agreement orders — must have signed agreements. Taxes, Shipping, and Fees • All taxes, shipping, and handling fees on quote are estimated. • Billing Invoice will have all actual taxes, shipping and fees. • We reserve the right to cancel orders arising from pricing changes, availability, or other updates or errors. • We specifically disclaim any and all warranties, expressed or implied, including but not limited to any licensed products. • We shall not be liable for any loss of profits, business, goodwill, data, interruption of business, nor for incidental or consequential merchantability or fitness of purpose, nor damages related to this agreement. MA VISUAL EDGE IT SECURE TECHNOLOGY 5OLUDON5 RFP CM2024-001 - Managed IT Services Quote Information: Quote #: 028622 Version: 1 Delivery Date: 04/22/2024 Expiration Date: 05/03/2024 Quote Summary Prepared for: City of La Quinta 78495 Calle Tampico La Quinta, CA 92253 Monthly Expenses Summary Prepared by: Visual Edge IT Chris Sanchez (866) 863-2266 csanchez@visualedgeit.com All taxes, shipping, and handling fees on quote are estimated. Billing Invoice will have all actual taxes, shipping and fees. By endorsing, you agree to the Terms and Conditions of the Master Services Agreement. https://visualedgeit.com/myMSA/ Visual Edge IT City of La Quinta At��' Signature: Signature: Name: Christopher Sanchez Date Customer Success Specialist 04/22/2024 Name: Date: 6 Visual Edge IT 13874 Highland Park NW I Canton, OH 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 Million Three Hundred Ten Thousand ($2,310,000) ("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. 502-0000-60104 (Consultants) - $2,310,000 Fiscal Year Description Cost 2024/25 Onboarding and Implementation one-time cost $49,178 2024/25 Foundation Management Services $398,136 2025/26 Foundation Management Services $398,136 2026/27 Foundation Management Services $398,136 2027/28 Foundation Management Services includes 5% increase $418,043 2028/29 Foundation Management Services includes 5% compoundingincrease)$438,945 N/A Contingency (equipment, software, etc.) $209,426 GRAND TOTAL: $2,310,000 Exhibit B Page 1 of 1 124 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. Exhibit C Page 1 of 1 125 Exhibit D Special Requirements Data Access/Storage: All data accessed or stored will be on secure servers located inside of the United States, with zero exception. Exhibit D Page 1 of 1 126 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. Exhibit E Page 1 of 6 127 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. Exhibit E Page 2 of 6 128 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 Exhibit E Page 3 of 6 129 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 Exhibit E Page 4 of 6 130 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 Exhibit E Page 5 of 6 131 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. Exhibit E Page 6 of 6 132 Exhibit F Indemnification F.1 Indemnitv for the Benefit of Ci 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. Exhibit F Page 1 of 2 133 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. Exhibit F Page 2 of 2 134 BUSINESS SESSION ITEM NO. 2 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE MEMORANDUM OF UNDERSTANDING WITH GREATER COACHELLA VALLEY CHAMBER OF COMMERCE FOR FISCAL YEAR 2024/25 RECOMMENDATION Approve a Memorandum of Understanding with the Greater Coachella Valley Chamber of Commerce for fiscal year 2024/25; and authorize the City Manager to execute the document. EXECUTIVE SUMMARY • The City has had annual service agreements with the La Quinta Chamber of Commerce or the Greater Coachella Valley Chamber of Commerce (Chamber) since 1991 to support business development, retention, and tourism. • Per the proposed Memorandum of Understanding (MOU) (Attachment 1) the City would assist in funding State of the City, Hot Rod & Custom Car Show, and business engagement for approximately $40,500. • The Gem both printed and digitally, will be distributed monthly to residents in La Quinta with exclusive City content and educational material related to Senate Bill 1383 (California's Short -Lived Climate Pollutant Reduction) regulations for a total of 12 city pages for 9 months of the year and 10 city pages for 3 months of the year for a total of $134,089. FISCAL IMPACT Fiscal Year (FY)2024/25 budget would allocate funds for Chamber services in the Marketing & Tourism Promotions account (No. 101-3007-60461) and AB 939 Recycling Solutions account (No. 221-0000-60127). The fiscal impact breakdown is as follows: State of the City $22,500 Increase $7,500 Venue rental and food cost increase Hot Rod & Custom $10,000 No Change Proposed options Car Show for elevated event Business $8,000 No Change Same as last FY Engagement The Gem $133,089 No Change Same as last FY Publication 135 The Gem Digital $1,000 Maintenance Fee Last year's set up Version fee was $7,500 TOTAL for FY $174,589 w/o 24/25 Options Option 1: LED $3,000 Additional option if LED wayfinding signage at Car council approves sign and video wall Show Option 2: $2,750 Additional option if Addition of 6 Additional audio council approves perimeter speakers. at Car Show Allocation of funds is as follows: Marketing & Tourism account (No. 101-3007-60461) _ $150,589 o Options would be allocated under Marketing & Tourism account AB 939 Recycling Solutions account (No. 221-0000-60127) _ $24,000 BACKGROUND/ANALYSIS The MOU would be managed by the City Manager's office. The scope of work includes: 1. The Gem Newsletter a. Monthly Community newsletter circulated by mail to residences within La Quinta and includes digital formatand distribution (i.e. email blasts, social media) 2. State of the City a. Presentation by Mayor and Council of city progress and ongoing development efforts b. Mayor and Council present business awards as determined by a process agreed to by both parties. c. GCVCC would stage this annual event; City staff would design and approve format and content 3. 16th Annual Hot Rod & Custom Car Show Sponsorship a. Community Event: annual car show at La Quinta Community Park. i. Projected event parameters include: a. 80-150 vehicle entries; b. 8-25 food/retail vendors and alcohol sales; c. Live entertainment during the event; and d. La Quinta auto dealership inclusion. b. CityTitle Sponsorship, which includes: event materials branding (both print and digital), press release inclusion, and drive market promotion (in San Diego and Orange Counties) 4. Business Development a. Business Outreach/Services i. Ombudsman -like Services 136 ii. Strategic Advertising/Public Relations iii. Regional Investment iv. Workforce and Business Development v. Data Collection of City's Businesses ALTERNATIVES Council may choose to make modifications to the scope and/or funding levels. Prepared by: Marcie Graham, Marketing Manager Approved by: Gil Villalpando, Director of Business and Housing Attachment: 1. Memorandum of Understanding with the Greater Coachella Valley Chamber of Commerce 137 /_1ir_T91:I►yi14Z111si MEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF LA QUINTA AND GREATER COACHELLA VALLEY CHAMBER OF COMMERCE This Memorandum of Understanding ("MOU") is made by and between the CITY OF LA QUINTA, a California municipal corporation ("CITY"), and GREATER COACHELLAVALLEY CHAMBER OF COMMERCE ("CHAMBER" and, along with CITY, sometimes referred to as the "parties"), with respect to the following: RECITALS WHEREAS, the CITY, in strategically advancing itsinterests, requirescertain professional promotional services rendered in coordination with the local business community and WHEREAS, the CHAMBER is qualified by virtue of experience, training, education, product offering, and expertise to provide these services, and has agreed to provide same as reflected herein; NOW, THEREFORE, CITY and CHAMBER agree to the following: 1.0 TERM OF MEMORANDUM. 1.1 All Recitals set out above are true and correct. 1.2 This MOU is to remain in effect for 1 (one) year following its execution by the parties. This MOU may be terminated at any time by any of the parties to the MOU with a 30 (thirty) day written notice to the remaining party. 2.0 OBLIGATIONS OF THE CHAMBER. 2.1 The CHAMBER will provide the services listed on Exhibit A attached and incorporated ("CHAMBER obligations"). 2.2. Notwithstanding any other provisions in this MOU, the CHAMBER shall not use, nor may the CHAMBER authorize the use of, any funds or other subsidy (of whatever kind) provided by the CITY pursuantto this MOU or any other agreement with the CITY, including but not limited to any funds or other subsidies provided by the CITY for the "CHAMBER obligations" listed in Exhibits A and "CITY obligations" listed in Exhibit B, to advocate to any person or entity (of whatever organization whatsoever, including but not limited to, sole proprietors, unincorporated associations, limited liability companies, corporations, businesses and public agencies) a position or vote either in favor of or against any measure placed on the ballot for the November 8, 2024 General Election, including but not limited to the measure placed on the ballot by the La Quinta City Council asking the City's electorate to vote on a proposed 1 % transactions and use ("sales") tax rate increase. It is expressly 138 understood and agreed by the CHAMBER that, pursuant to California law, public resources may not be used to advocate or "mount a campaign" in favor of or against any ballot measure. 2.3 If the CHAMBER uses or is alleged to have used, or authorizes the use of or allegedly authorizes the use of, anyfu nds orany othersu bsidy (of whatever kind) provided bythe CITY in violation of Section 2.2 above, the CHAMBER shall: (a) Immediately cease and desist from continuing the violation or alleged violation of Section 2.2 above, (b) Immediately use other funds or subsidies that are not provided by the CITY to pay for or otherwise subsidize the services rendered that are, were, or alleged to have been in violation of Section 2.2 above, (c) Immediately, without reservation or rights or delay, return tothe CITYanyand all funds andothersubsidiesprovided bytheCITYfortheservices rendered that are, were, or alleged to have been in violation of Section 2.2 above, and (d) Refrain from performing underthis MOU, including but not limited to refraining from performing the "CHAMBER obligations" listed in Exhibits A, unless and until the CHAMBER complies with this Section 2.3 and the CITY authorizes in writing the continuance of performance under this MOU. The CITY shall have no obligation to provide any funds or other subsidies (of whatever kind) under this MOU or any other agreement with the CITY unless and until any violation or alleged violation of Section 2.2 above has been cured as determined by the CITY in its reasonable discretion. The CITY shall have all rights and remedies available at law or in equity, including but not limited to declaratory and injunctive relief, as well as the rights available under this MOU, including but not limited to the indemnity provided in Section 4.0 below, to enforce the provisions herein. In addition to the other provisions in this MOU, this Section and Section 2.2 shall survive the termination or expiration of this MOU. 3.0 OBLIGATIONS OF CITY. CITY will provide the services listed on Exhibit B attached and incorporated ("CITY obligations"). 4.0 MUTUAL INDEMNITY AND RELEASE. The CITY and CHAMBER each hereby agree to indemnify, defend, and hold harmless the other party and its officers, employees, agents, and authorized volunteers (collectively, "Indemnitees") from and against any and all claims, causes of action, obligations, losses, liabilities, judgments, or damages, including reasonable attorneys' fees and costs of litigation (collectively "Claims") arising out of and/or in any way relating to the indemnifying party's activities in the performance of this MOU, or to the indemnifying party's acts and/or omissions in providing oradministeringthe same, excepting only those Claims arising out of the sole negligence or willful misconduct of the Indemnitees. This MOU is not intended to and specifically does not create joint and several liability. 5.0 INSURANCE. The parties agree to provide insurance in accordance with the provisions of this Section. 5.1 CITY'S Insurance Obligation. Without limiting the indemnification provisions provided herein, CITY, at itssole expense, shall obtain and keep in force during theterm ofthis MOU and any extensions thereof, a policy or policies of general liability insurance, or equivalent thereof, covering all injuries to persons and damage to property resulting from any actions or omissions of the CITY in accordance with the terms of this MOU. Such policy or policies shall be issued by an insurance company licensed to do business in the State of California and be 139 rated A-NII I or better by ambest.com. At the CITY's option, CITY shall be allowed to self - insure the insurance coverage as required above. 5.2 CHAMBER'S Insurance Obligation. Without limiting the indemnification provisions provided herein, CHAMBER, at its sole expense, shall obtain and keep in force during the term ofthis MOU and any extensions thereof, a policy or policies of general liability insurance covering all injuries to persons and damage to property resulting from any actions or omissions of CHAMBER in accordance with the terms of this MOU. The policy or policies evidencing such insurance shall be endorsed to name the CITY, its officials, officers, employees, and agents as additional insured, shall provide that same may not be cancelled or amended without thirty (30) days prior notice to CITY, and shall provide for a combined single limit coverage of bodily injury and property damage in the amount of not less than One Million Dollars ($1,000,000). Such policy or policies shall be issued by an insurance company licensed to do business in the State of California and be rated A-NIII or better by ambest.com. Prior to the Commencement Date of this MOU, and upon renewal of such policies, CHAMBER shall submit to CITY certificates of insurance and any applicable endorsements evidencing that the foregoing policy or policies are in effect. a.0 ADDITIONAL PROVISIONS. a.1 In all cases, the language in all parts of this MOU shall be construed according to its fair meaning and not strictly for or against either party, if being agreed that the parties or their agents have all participated in the preparation of this MOU. a.2 This MOU contains the entire agreement of the parties with respect to the subject matters identified in this MOU and supersedes any prior oral or written statements or agreements between the parties with respect to the subject matters identified in this MOU. a.3 No termination or expiration of this MOU shall release either party from any liability or obligation hereunder resulting from any acts, omissions or events happening prior to the termination or expiration of this MOU. a.4 In the event either party brings any suitor other proceeding with respect to the subject matter or enforcement of this MOU, the prevailing party (as determined by California law) shall, in addition to such other relief as may be awarded, be entitled to recover reasonable attorneys' fees, expenses and costs of suit or investigation as actually incurred (including, without limitation, reasonable attorneys' fees, expenses, and costs incurred in establishing the right to indemnification). a.5 No waiver of any term or condition of this MOU shall be a continuing waiver thereof. a.6 This MOU is not intended to and does not create any partnership or joint venture between the parties, and each party remains an independent contractor as to the other. Each party shall bear its own liability and there is no joint and several liability as a result of this MOU. [signature on following page] 140 IN WITNESS WHEREOF, the City and Chamber have executed this MOU to the Agreement on the respective dates set forth below. CITY OF LA QUINTA GREATER COACHELLA VALLEY CHAMBER a California municipal corporation OF COMMERCE JON McMILLEN, City Manager City of La Quinta, California Brandon Marley, President Greater Coachella Valley Chamber of Commerce Dated: Dated: ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California 141 FXHIRIT 00A" Obligations of CHAMBER 1. The Gem Newsletter a. Community Newsletter with circulation by mail to residences and businesses within La Quinta with a monthly frequency and includes digital format and distribution (i.e. email blasts, social media) b. Cityreserves theoptiontopurchase adspace withexclusive pricing that includes: • (9) Months at : $110,088 • 36 Pages • 12 Months • Qty. 21,000 & Bulk Mail/Addressing • (3) Months at: $23,001 • 32 Pages • 12 Months • Qty. 16,000 & EDDM Postage • Digital Version: $1,000 2. State of the City - $22,500 a. Presentation by Mayor and Council of city progress and on -going development efforts. b. Mayor and Council will also present business awards as determined by a process agreed to by both parties. c. GCVCC would stage this annual event; city staff would design and approve format and content 3. 15th Annual Hot Rod & Custom CarShow Sponsorship - $10,000 a. Community Event: annual car show at La Quinta Community Park. i. Projected eventparameters include: a. 80-150 vehicle entries; b. 8-25 food/retail vendors and alcohol sales; c. Live entertainment during the event; and d. La Quinta auto dealership inclusion. b. CityTitleSponsorship, which includes: event materials branding (both print and digital), press release inclusion, and drive marketpromotion(in San Diego and OrangeCounties) 4. Business Development - $8,000 a. Business Outreach/Services i. Ombudsman -like Services ii. Strategic Advertising/PR Regional Investment iv. Workforce and Business Development v. Data Collection of City's Businesses vi. Minimum of (10) in -person business connect type meetings per month vii. (2) Business education workshops per year for businesses 142 Grand Total: $174,589 CHAMBER shall submit monthly invoices to CITY. Such invoices shall be reviewed by a principal member of CHAMBER specifying that the payment requested is for work performed in accordance with the terms of this MOU. CITY will pay CHAMBER for all expenses stated thereon which are approved by CITY and in accordance with this MOU no later than thirty (30) days after invoices are received by the CITY. 143 144 BUSINESS SESSION ITEM NO. 3 City of La Quinta CITY COUNCIL MEETING: May 7, 2024 STAFF REPORT AGENDA TITLE: APPROVE COOPERATIVE AGREEMENT WITH COUNTY OF RIVERSIDE TO PROVIDE FIRE PROTECTION, FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY SERVICES AND APPROVE COOPERATIVE AGREEMENT BETWEEN THE CITIES OF INDIO, LA QUINTA, COACHELLA, AND COUNTY OF RIVERSIDE TO SHARE THE COST OF A LADDER TRUCK COMPANY RECOMMENDATION A. Approve a Cooperative Agreement with the County of Riverside to provide fire protection, fire prevention, rescue, fire marshal and medical emergency services; and authorize the City Manager to execute the Agreement. B. Approve Cooperative Agreement between the Cities of Indio, La Quinta, Coachella, and the County of Riverside to share the cost of a ladder truck company; and authorize the City Manager to execute the Agreement. EXECUTIVE SUMMARY • The City contracts with the County of Riverside (County) for fire services. The current Cooperative Agreement with the County for fire and medical emergency services (Fire Service Agreement) will expire on June 30, 2024. The proposed Fire Services Agreement (Attachment 1) term is from July 1, 2024, to June 30, 2029. The current Cooperative Agreement between the Cities of Indio, La Quinta, Coachella and the County for ladder truck cost sharing (Ladder Truck Agreement) will expire on June 30, 2024. The proposed Ladder Truck Agreement (Attachment 2) term is from July 1 2024, to June 30, 2029 and includes ladder truck staffing and maintenance costs. FISCAL IMPACT Cost for fire services is estimated at approximately $9,434,448, for Fiscal Year (FY) 2024/25, including the cost of the ladder truck agreement. The annual fire property tax revenue is estimated to cover all costs for FY 2024/25. For each subsequent year after FY 2024/25, the County has included an approximated increase of 8.5%. Should expenses exceed the fire property tax revenue, the difference will come from the fire reserve balance. 145 BACKGROUND/ANALYSIS Since 1986, the City has contracted fire services from the County, which in turn has an agreement with the California Department of Forestry and Fire Protection to provide fire services. The contract provides fire staffing for all three City fire stations, 24 hours a day, assigned to the City and Battalion Chief support to oversee day to day operations. In addition, the contract provides three Fire Marshal positions, including a Fire Marshal Supervisor, Specialist, and Inspector. Since 2006, the City has participated in a cooperative agreement to operate a ladder truck for the mutual benefit of the Cities of La Quinta, Indio, Coachella and County. The cost allocation remains the same: the City of Indio contributes 50%, the County 25%, and the cities of Coachella and La Quinta each pay 12.5% of the actual cost of staffing and ladder truck maintenance. The estimated cost for FY 2024/25 is $271,515.On September 15, 2020, the City approved the acquisition of a replacement ladder truck, the new truck is currently delayed due to litigation with the manufacturer. Approval of the proposed agreements represents a continuation of current service levels. In late 2021, Council approved to have a dedicated fire inspector for the City. Also, Council approved in June 2023 a dedicated fire supervisor for the City. In addition to these staffing changes, fire station 93 was approved to adopt municipal staffing, increasing staffing levels in October 2023. The proposed agreements increase the term limits from 3-years to 5-years, running from July 1, 2024, to June 30, 2029, in accordance with the City's Purchasing and Contracting Policy. ALTERNATIVES As the existing agreements expire June 30, 2024, and fire services are essential to public safety, staff does not recommend an alternative. Prepared by: Lisa Chastain, Public Safety Management Analyst Approved by: Martha Mendez. Public Safety Deputy Director Attachments: 1. Fire Cooperative Agreement 2. Fire Ladder Truck Agreement 146 /_1ir_T91:I►yi14Z11si A COOPERATIVE AGREEMENT TO PROVIDE FIRE PROTECTION, FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY SERVICES FOR THE CITY OF LA QUINTA THIS AGREEMENT ("Agreement"), made and entered into this day of , 2024, by and between the County of Riverside, a political subdivision of the State of California, on behalf of the Fire Department (hereinafter referred to as "COUNTY") and the City of La Quinta, a municipal corporation (hereinafter referred to as "CITY"), whereby it is agreed as follows: SECTION I: PURPOSE The purpose of this Agreement is to arrange for COUNTY, through its Cooperative Fire Programs Fire Protection Reimbursement Agreement ("CAL FIRE Agreement") with the California Department of Forestry and Fire Protection ("CAL FIRE") to provide CITY with fire protection, hazardous materials mitigation, technical rescue response, fire marshal, medical emergency services, and public service assists (hereinafter called "Fire Services"). This Agreement is entered into pursuant to the authority granted by Government Code section 55600 et seq., and will provide a unified, integrated, cooperative, regional fire protection system. COUNTY's ability to perform under this Agreement is subject to the terms and conditions of the CAL FIRE Agreement. SECTION II: DESIGNATION OF FIRE CHIEF A. The County Fire Chief appointed by the County Board of Supervisors, or his/her designee (hereinafter referred to as "Chief"), shall represent COUNTY and CITY during the period of this Agreement, and Chief shall, under the supervision and direction of the County Board of Supervisors, have charge of the organization described in Exhibit "A," attached hereto and made a part hereof, for the purpose of providing Fire Services as deemed necessary to satisfy the needs of both the COUNTY and CITY, except upon those lands wherein other agencies of government have responsibility for the same or similar Fire Services. B. The COUNTY will assign an existing Chief Officer as the Fire Department Liaison ("Fire Liaison"). The Chief may delegate certain authority to the Fire Liaison, as the Chief's duly authorized designee and the Fire Liaison shall be responsible for directing the Fire Services provided to CITY as set forth in Exhibit "A." C. The Chief Deputy County Fire shall be the COUNTY Contract Administrator and is the liaison for the administration of this agreement. D. COUNTY will be allowed flexibility in the assignment of available personnel and equipment in order to provide the Fire Services as agreed upon herein. This flexibility shall include staffing challenges. The CITY shall be notified of any changes in classifications provided that differ from the Exhibit "A." Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 1of10 147 SECTION III: PAYMENT FOR SERVICES A. CITY shall annually appropriate a fiscal year budget to support the Fire Services designated at a level of service mutually agreed upon by both parties and as set forth in Exhibit "A" for the term of this Agreement. This Exhibit may be amended in writing by mutual agreement by both parties or when a CITY requested increase or reduction in services is approved by COUNTY. B. COUNTY provides fire personnel and services through its CAL FIRE Agreement. In the event CITY desires an increase or decrease in CAL FIRE or COUNTY civil service employees or services assigned to CITY as provided for in Exhibit "A," CITY shall provide one hundred twenty (120) days' written notice of the proposed requested increase or decrease. Proper notification shall include the following: (1) The total amount of increase or decrease; (2) The effective date of the increase or decrease; (3) The number of employees, by classification, affected by the proposed increase or decrease; and (4) the date the Notice is sent to COUNTY. If such notice is not provided, CITY shall reimburse COUNTY for relocation costs incurred by COUNTY because of the increase or decrease, in addition to any other remedies available resulting from the increase or decrease in services. COUNTY is under no obligation to approve any requested increase or decrease, and it is expressly understood by the parties that in no event will COUNTY authorize or approve CITY's request to reduce services below the COUNTY Board of Supervisors approved staffing level for any fire station, or to reduce services to the extent that the services provided under this Agreement are borne by other jurisdictions. COUNTY shall render a written decision on whether to allow or deny the increase or decrease within thirty (30) days of the notice provided pursuant to this section. C. CITY shall pay COUNTY actual costs for Fire Services pursuant to this Agreement. COUNTY shall make a claim to CITY for the actual cost of contracted services, pursuant to Exhibit "A," on a quarterly basis. The COUNTY is mandated per Government Code section 51350 for full cost recovery. CITY shall pay each claim, in full, within thirty (30) days after receipt thereof. D. Any changes to the salaries or expenses set forth in Exhibit "A" made necessary by action of the Legislature, CAL FIRE, or any other public agency with authority to direct changes in the level of salaries or expenses, shall be paid from the funds represented as set forth in Exhibit "A." The CITY is obligated to expend or appropriate any sum in excess of Exhibit "A" increased by action of the Legislature, CAL FIRE, or any other public agency with authority to direct changes. If within thirty (30) days after notice, in writing, from COUNTY to CITY that the actual cost of maintaining the services specified in Exhibit "A" as a result of action by the Legislature, CAL FIRE, or other public agency will exceed the total amount specified therein, and CITY has not agreed to make available the necessary additional funds, COUNTY shall have the right to unilaterally reduce the services furnished under this Agreement by an appropriate amount and shall promptly notify CITY, in writing, specifying the services to be reduced. Any COUNTY or CAL FIRE personnel reduction resulting solely due to an increase in employee salaries or expenses occurring after signing this Agreement and set forth in Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 2of10 148 Exhibit "A" that CITY does not agree to fund, as described above, shall not be subject to relocation expense reimbursement by CITY. If CITY desires to add funds to the total included herein to cover the cost of increased salaries or services necessitated by actions described in this paragraph, such increase shall be accomplished by an additional appropriation by the City Council of CITY, and an amendment to Exhibits "A" and "C" approved by the parties hereto. E. Chief Deputy County Fire, as the COUNTY Contract Administrator, may be authorized to negotiate and execute any amendments to Exhibit "A" or Exhibit "C" of this Agreement on behalf of COUNTY as authorized by the Board of Supervisors. CITY shall designate a "Contract Administrator" who shall, under the supervision and direction of CITY, be authorized to execute amendments to Exhibit "A" or "C" on behalf of CITY. F. [ ] (Check only if applicable, and please initial to acknowledge) Additional terms as set forth in the attached Exhibit "B" are incorporated herein and shall additionally apply to this agreement regarding payment of services. G. [ ] (Check only if applicable, and please initial to acknowledge) Additional terms as set forth in the attached Exhibit "C" are incorporated herein and shall additionally apply to this agreement regarding payment for the Fire Engine Use Agreement. H. [ ] (Check only if applicable, and please initial to acknowledge) Additional terms as set forth in the attached Exhibit "D" are incorporated herein and shall additionally apply to this agreement regarding payment for Fire Marshall Services. I. Notwithstanding Paragraph G, as it relates to the Fire Engine Use Agreement, if applicable, additional terms as set forth are incorporated herein and shall additionally apply to this Agreement regarding payment of services. In the event that a fire engine, owned and maintained by the CITY has a catastrophic failure or is requested by the CITY, the COUNTY Fire Chief or Chief Deputy County Fire may allow use of a COUNTY fire engine, free of charge up to one hundred twenty (120) days. After the initial one hundred twenty (120) days, a rental fee will be applied to the CITY invoice for use of said COUNTY fire engine. The rental fee shall be Two Thousand Two Hundred Eighty - Five Dollars ($2,285) per day, or Fifteen Thousand Nine Hundred Ninety -Five Dollars ($15,995) per week, not including equipment. J. Notwithstanding Paragraph H, as it relates to Fire Marshal services, if applicable, additional terms as set forth are incorporated herein and shall additionally apply to this agreement regarding Fire Marshal services. In the event the CITY elects not to use Fire Marshal services outlined in Paragraph H (Exhibit "D"), the services must be provided by the COUNTY Office of the Fire Marshal pursuant to Health and Safety Code sections 13145 and 13146 and at a cost to the developer as outlined in COUNTY Ordinance No. 671 (Establishing Consolidated Fees For Land Use and Related Functions). Any services not provided for under Ordinance No. 671 will be at a cost to the CITY based upon the COUNTY -approved productive hourly rate for cost recovery. Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 3of10 149 K. In the event that a COUNTY owned squad, patrol (Type VI), or light vehicle is requested by the CITY for temporary operational use, the COUNTY Fire Chief or Chief Deputy County Fire may allow use of a COUNTY squad, patrol (Type VI), or light vehicle, free of charge up to one hundred twenty (120) days. After the initial one hundred twenty (120) days, a rental fee will be applied to the CITY invoice for use of said COUNTY squad, patrol (Type VI) or light vehicle as follows. 1. The squad rental fee shall be Fifty-two Dollars ($52) per day; or Three Hundred Sixty-two Dollars ($362) per week, not including equipment or fuel. 2. The patrol rental fee shall be Sixty-seven Dollars ($67) per day; or Four Hundred Seventy-one Dollars ($471) per week, not including equipment or fuel. 3. The light vehicle rental fee shall be Twenty-nine Dollars ($29) per day; or Two Hundred Four Dollars ($204) per week, not including equipment or fuel. SECTION IV: INITIAL TERM AND AMENDMENT A. The term of this Agreement shall be from July 1, 2024, to June 30, 2029. B. One (1) year prior to the date of expiration of this Agreement, CITY shall give COUNTY written notice of whether CITY intends to enter into a new Agreement with COUNTY for Fire Services and, if so, whether CITY intends to request a change in the level of Fire Services provided under this Agreement. SECTION V: TERMINATION During the term of this Agreement, this Agreement may only be terminated by the voters of either the COUNTY or the CITY pursuant to Government Code section 55603.5. SECTION VI: COOPERATIVE OPERATIONS All Fire Services contemplated under this Agreement shall be performed by both parties to this Agreement working as one unit; therefore, personnel and/or equipment belonging to either CITY or COUNTY may be temporarily dispatched elsewhere from time to time for mutual aid. SECTION VII: MUTUAL AID Pursuant to Health and Safety Code Sections 13050 et seq., when rendering mutual aid or assistance, COUNTY may, at the request of CITY, demand payment of charges and seek reimbursement of CITY costs for personnel, equipment use, and operating expenses as funded herein, under authority given by Health and Safety Code sections 13051 and 13054. COUNTY, in seeking said reimbursement pursuant to such request of CITY, shall represent the CITY by following the procedures set forth in Health Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 4of10 150 and Safety Code Section 13052. Any recovery of CITY costs, less actual expenses, shall be paid or credited to the CITY, as directed by CITY. In all such instances, COUNTY shall give timely notice of the possible application of Health and Safety Code sections 13051 and 13054 to the officer designated by CITY. SECTION VIII: SUPPRESSION COST RECOVERY As provided in Health and Safety Code section 13009, County Ordinance No. 787.10, Section 5.D.2., and California Fire Code, COUNTY may bring an action for collection of suppression costs of any fire caused by negligence, violation of law, or failure to correct noticed fire safety violations. Additionally, COUNTY may bring action for collection to any person who negligently, intentionally or in violation of law causes an emergency response, including, but not limited to, a traffic accident, spill of toxic or flammable fluids or chemicals is liable for the costs of securing such emergency, including those costs pursuant to Government Code section 53150 et seq. as may be amended from time to time. When using CITY equipment and personnel under the terms of this Agreement, COUNTY may bring such actions for collection of costs incurred by CITY and the COUNTY. In such a case CITY appoints and designates COUNTY as its agent in said collection proceedings. In the event of recovery, COUNTY shall apportion the recovered amount via the annual Cost Allocation Plan. This recovery does not include CITY resources outside of this Cooperative Agreement. Those resources would require the CITY to obtain cost recovery directly. In all such instances, COUNTY shall give timely notice of the possible application of Health and Safety Code section 13009 to the officer designated by CITY. SECTION IX: PROPERTY ACCOUNTING All personal property provided by CITY and by COUNTY for the purpose of providing Fire Services under the terms of this Agreement shall be marked and accounted for in such a manner as to conform to the standard operating procedure established by the COUNTY for the segregation, care, and use of the respective property of each. SECTION X: FACILITY CITY shall provide Fire Station(s), strategically located to provide standard response time within the City of La Quinta from which fire operations shall be conducted. If the Fire Station(s) are owned by the CITY, the CITY shall maintain the facilities at CITY's cost and expense. In the event CITY requests COUNTY to undertake repairs or maintenance costs or services, the costs and expenses of such repairs or maintenance shall be reimbursed to COUNTY through the Support Services Cost Allocation, or as a direct Invoice to the CITY. Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 5of10 151 SECTION XI: INDEMNIFICATION AND HOLD HARMLESS To the fullest extent permitted by applicable law, COUNTY shall and does agree to indemnify, protect, defend and hold harmless CITY, its agencies, districts, special districts and departments, their respective directors, officers, elected and appointed officials, employees, agents and representatives (collectively, "Indemnitees") for, from and against any and all liabilities, claims, damages, losses, liens, causes of action, suits, awards, judgments and expenses, attorney and/or consultant fees and costs, taxable or otherwise, of any nature, kind or description of any person or entity, directly or indirectly arising out of, caused by, or resulting from (1) the Services performed hereunder by COUNTY, or any part thereof, (2) the Agreement, including any approved amendments or modifications, or (3) any negligent act or omission of COUNTY, its officers, employees, subcontractors, agents, or representatives (collectively, "Liabilities"). Notwithstanding the foregoing, the only Liabilities with respect to which COUNTY's obligation to indemnify, including the cost to defend, the Indemnitees does not apply is with respect to Liabilities resulting from the negligence or willful misconduct of an Indemnitee, or to the extent such claims do not arise out of, pertain to or relate to the Scope of Work in the Agreement. To the fullest extent permitted by applicable law, CITY shall and does agree to indemnify, protect, defend and hold harmless COUNTY, its agencies, departments, directors, officers, agents, Board of Supervisors, elected and appointed officials and representatives (collectively, "Indemnitees") for, from and against any and all liabilities, claims, damages, losses, liens, causes of action, suits, awards, judgments and expenses, attorney and/or consultant fees and costs, taxable or otherwise, of any nature, kind or description of any person or entity, directly or indirectly arising out of, caused by, or resulting from (1) the services performed hereunder, by CITY, or any part thereof, (2) the Agreement, including any approved amendments or modifications, or (3) any negligent act or omission of CITY its officers, employees, subcontractors, agents, or representatives (collectively, "Liabilities"). Notwithstanding the foregoing, the only Liabilities with respect to which CITY's obligation to indemnify, including the cost to defend, the Indemnitees does not apply is with respect to Liabilities resulting from the negligence or willful misconduct of an Indemnitee, or to the extent such claims do not arise out of, pertain to or relate to the Scope of Work in the Agreement. SECTION XII: AUDIT A. COUNTY and CITY agree that their designated representative shall have the right to review and to copy any records and supporting documentation of the other party hereto, pertaining to the performance of this Agreement. COUNTY and CITY agree to maintain such records for possible audit for a minimum of three (3) years after final payment, unless a longer period of records retention is stipulated or as required by law, and to allow the auditor(s) of the other party access to such records during normal business hours COUNTY and CITY agree to a similar right to audit records in any subcontract related to performance of this Agreement. (Gov. Code, § 8546.7.) B. Each party shall bear their own costs in performing a requested audit. Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 6of10 152 SECTION XIII: DISPUTES CITY shall select and appoint a "Contract Administrator" who shall, under the supervision and direction of CITY, be available for contract resolution or policy intervention with COUNTY, when, upon determination by the Chief or County Contract Administrator that a situation exists under this Agreement in which a decision to serve the interest of CITY has the potential to conflict with COUNTY interest or policy. Any dispute concerning a question of fact arising under the terms of this Agreement which is not disposed of within a reasonable period of time by the CITY and COUNTY employees normally responsible for the administration of this Agreement shall be brought to the attention of the Chief Executive Officer (or designated representative) of each organization for joint resolution. For purposes of this provision, a "reasonable period of time" shall be ten (10) calendar days or less. CITY and COUNTY agree to continue with the responsibilities under this Agreement during any dispute. Disputes that are not resolved informally by and between CITY and COUNTY representatives may be resolved, by mutual agreement of the parties, through mediation. Such mediator will be jointly selected by the parties. The costs associated with mediator shall be shared equally among the participating parties. If the mediation does not resolve the issue(s), or if the parties cannot agree to mediation, the parties reserve the right to seek remedies as provided by law or in equity. The parties agree, pursuant to Battaglia Enterprises v. Superior Court (2013) 215 Cal.AppAth 309, that each of the parties are sophisticated and negotiated this agreement and this venue at arm's length. Pursuant to this Agreement, the parties agree that venue for litigation shall be in the Superior Court of Riverside County. Should any party attempt to defeat this section and challenge venue in Superior Court, the party challenging venue stipulates to request the Court change venue to San Bernardino County and shall not ask for venue in any other County. Any claims or causes of actions, whether they arise out of unresolved disputes as specified in this Section or claims by third parties that are made against the COUNTY, shall be submitted to the Office of the Clerk of the Board for the County of Riverside in a timely manner. For claims that involve CAL FIRE employees, the claims shall be submitted to State of California Office of Risk and Insurance Management Department of General Services directly for processing. SECTION XIV: ATTORNEYS' FEES If CITY fails to remit payments for services rendered pursuant to any provision of this Agreement, COUNTY may seek recovery of fees through litigation, in addition to all other remedies available. In the event of litigation between COUNTY and CITY to enforce any of the provisions of this Agreement or any right of either party hereto, the unsuccessful party to such litigation agrees to pay the prevailing party's costs and expenses, including reasonable attorneys' fees, all of which shall be included in and as a part of the judgment rendered in such litigation. Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 7 of 10 153 SECTION XV: DELIVERY OF NOTICES Any notices to be served pursuant to this Agreement shall be considered delivered when deposited in the United States mail and addressed to: COUNTY OF RIVERSIDE Riverside County Fire Chief 210 West San Jacinto Avenue Perris, CA 92570 CITY OF LA QUINTA City Manager 78-495 Calle Tampico La Quinta, CA 92253 Provisions of this section do not preclude any notices being delivered in person to the addresses shown above. Delivery in person shall constitute service hereunder, effective when such service is made. SECTION XVI: PUBLIC RECORDS ACT REQUESTS The parties understand and acknowledge that, as public agencies, COUNTY and CITY are required to comply with the Public Records Act ("PRA," Gov. Code, § 7920 et seq.), which provides for the right of access to public records and other information in the event of the receipt of a qualifying request under the PRA. The parties understand and acknowledge that such compliance may require disclosure of all relevant, non-exempt documents that fall within the scope of a qualifying request under the PRA, including documents received from and/or concerning the other party to this Agreement. SECTION XVII: ELECTRONIC SIGNATURE This agreement may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one instrument. Each party of this agreement agrees to the use of electronic signatures, such as digital signatures that meet the requirements of the California Uniform Electronic Transaction Act (("CUETA") Civ. Code, §§ 1633.1 to 1633.17), for executing this agreement. The parties further agree that the electronic signatures of the parties included in this agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Electronic signature means an electronic sound, symbol, or process attached to or logically associated with an electronic record and executed or adopted by a person with the intent to sign the electronic record pursuant to the CUETA as amended from time to time. The CUETA authorizes use of an electronic signature for transactions and contracts among parties in California, including a government agency. Digital signature means an electronic identifier, created by computer, intended by the party using it to have the same force and effect as the use of a manual signature, and shall be reasonably relied upon by the parties. For purposes of this section, a digital signature is a type of "electronic signature" as defined in subdivision (i) of Section 1633.2 of the Civil Code. Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 8of10 154 SECTION XVIII: ENTIRE CONTRACT This Agreement contains the whole contract between the parties for the provision of Fire Services. It may be amended or modified upon the mutual written consent of the parties hereto where in accordance with applicable state law. This Agreement does NOT supplement other specific agreements entered into by both parties for equipment or facilities, and excepting those equipment or facilities agreements, this Agreement cancels and supersedes any previous agreement for the same or similar services. [Signature Provisions on following page] Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 9of10 155 IN WITNESS, WHEREOF, the duly authorized officials of the parties hereto have, in their respective capacities, set their hands as of the date first hereinabove written. Dated: ATTEST: Monika Radeva, City Clerk Dated: ATTEST: KIMBERLY A. RECTOR Clerk of the Board By: Deputy CITY OF LA QUINTA 0 Jon McMillen, City Manager APPROVED AS TO FORM: By: William H. Ihrke, City Attorney COUNTY OF RIVERSIDE, a political subdivision of the State of California Chair, Board of Supervisors APPROVED AS TO FORM: MINH C. TRAN, County Counsel Bv: MELISSA R. CUSHMAN Deputy County Counsel Contract Cities) COOPERATIVE AGREEMENTITEMPLATEICOOPERATIVE AGREEMENTSIDRAFTSITEMPLATE COOPERATIVE AGREEMENT DRAFT 20240101. docx Cooperative Fire Agreement City of La Quinta July 1, 2024 to June 30, 2029 10 of 10 156 EXHIBIT "A" TO THE COOPERATIVE AGREEMENT TO PROVIDE FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY FOR THE CITY OF LA QUINTA DATED APRIL 1, 2024 FOR FY2024/2025 *See notation below for estimate assumptions CAPTAINS CAPTAIN ENGINEERS ENGINEER FF II FFII TOTALS MEDICS _________ MEDICS _MEDICS STA #32 Medic Engine 269,261 1 237,365 1 410,127 2 466,528 2 1,383,282 6 STA #70 Medic Enq_ine 269,261 1 237,365 1 410,127 2 466,528 2 1,383,282 6 STA #93 Medic Enqine 538,523 2 237,365 1 267,899 1 205,064 1 233,264 1 1,482,115 6 Fixed Relief 269,261 1 237,365 1 233,264 1 739,891 3 Vac. Relief - Engine 237,365 1 267,899 1 233,264 1 738,528 3 66-HR Workweek 269,261 1 237,365 1 233,264 1 739,891 3 SUBTOTALS 1,615,569 1,424,192 535,797 1,025,318 1,866,113 $6,466,989 SUBTOTAL STAFF 6 6 2 5 8 27 FIRE SAFETY SUPERVISOR (PCN 144121) 205,757 each 205,757 1 FIRE SAFETY SPECIALIST (PCN 131996) 183,114 each 183,114 1 FIRE SYSTEMS INSPECTOR (PCN 139101) 159,587 each 159,587 1 SUBTOTAL $548,458 30 SUPPORT SERVICES ESTIMATE (Fire Cost Allocation Plan) Administrative/Operational (Schedule A) 26,620 per assigned Staff ** 764,781 28.73 Volunteer Proqram (Schedule B) 9,914 per Entitv Allocation 9,914 1 Medic Proqram (Schedule C) 13,898 Medic FTE and 2,720 per Defib 144,602 10.38 Battalion Chief Support (Schedule D) 7,655 per Fire Station Staff 206,672 27 ECC Support (Schedule E) 36.51 per Call and 26,489 per Station 271,868 Fleet Support (Schedule F) 81,675 per Fire Suppression Equip 245,026 3 Comm/IT Support (Schedule G) 38.08 per Call and 27,633 per Station 283,599 Hazmat Support (Schedule I) 3,151 per Call and 11,857 per Station 51,327 SUPPORT SERVICES ESTIMATE SUBTOTAL $1,977,787 DIRECT CHARGES 60,949 FIRE ENGINE USE AGREEMENT 36,250 each engine 108,750 3 COOPERATIVE TRUCK AGREEMENT 12.5% 271,515 12.50% TOTAL STAFF COUNT 28.73 TOTAL ESTIMATED CITY BUDGET $9,434,448 * LA QUINTA ESTIMATED FIRE TAX CREDIT (11,394,613) NET ESTIMATED CITY BUDGET ($1,960,164) * STRUCTURAL FIRE TAXES (2,830,712) ESTIMATED REDEVELOPMENT PASS THRU (8,751,901) total contract transfer 188,000 TOTAL ESTIMATED TAX FUNDING ($11,394,613) 3 Fire Stations 27.0 Assigned Staff 5,270 Number of Calls 1.13 Indio Truck (12.5%) 10.38 Assigned Medic FTE 0.60 Battalion Chief Allocation 3 Monitors/Defibs ** 28.73 Total Assigned Staff 3 Hazmat Stations 4 Number of Hazmat Calls FY24125 ESTIMATE CITY OF LA QUINTA 157 Page 1 of 10 SUPPORT SERVICES (Fire Cost Allocation Plan) Administrative & Operational Services Finance / Accounting Procurement Training Public Affairs / Education Data Processing Fire Fighting Equip. Personnel Office Supplies/Equip. Volunteer Program - Support staff, Workers Comp, and Personal Liability Insurance Medic Program - Support staff, Training, Certification, Case Review & Reporting, Monitor/ Defibrillator replacement cycle. Battalion Chief Support - Pooled BC coverage for Cities/Agencies that do not include BC staffing as part of their contracted services. Fleet Support - Support staff, automotive costs, vehicle/engine maintenance, fuel costs Emergency Command Center Support - Dispatch services costs Communications / IT Support - Support staff, communications, radio maintenance, computer support functions Facility Support - Facility maitenance staff with associated operating costs. Hazmat Program - Support staff, operating costs, and vehicle replacement FY 24/25 POSITION SALARIES TOP STEP 381,708 DEPUTY CHIEF 36,250 FIRE ENGINE 376,698 DIV CHIEF 26,620 SRVDEL 315,635 BAT CHIEF 9,914 VOL DEL 269,261 CAPT 13,898 MEDIC FTE 302,696 CAPT MEDIC 2,720 MEDIC MONITORS/DEFIBS REPLACEMENT 237,365 ENG 7,655 BC SUPPORT 267,899 ENG/MEDIC 26,489 ECC STATION 205,064 FF II 36.51 ECC CALLS 233,264 FF II/MEDIC 81,675 FLEET SUPPORT 144,534 ADMIN SVCS ANALYST II 27,633 COMM/IT STATION 110,278 ADMIN SVCS ASST 38.08 COMM/IT CALLS 210,212 DEPUTY FIRE MARSHAL 1,777 FACILITY STATION 145,731 EMERGENCY MEDICAL SERVICE SPEC 427.33 FACILITY FTE 114,663 EXECUTIVE ASSISTANT II 11,857 HAZMAT STATION 205,757 FIRE SAFETY SUPERVISOR 3,151.42 HAZMAT CALLS 183,114 FIRE SAFETY SPECIALIST 2,087 HAZMAT VEHICLE REPLACEMENT 159,587 FIRE SYSTEMS INSPECTOR 96,537 OFFICE ASSISTANT III *Cost Assumptions: All Salaries based on PRELIM Salary, Pay Differentials, and Operating Expenses Schedule FY 2024-2025 Dated February 14, 2024 Benefits and Admin Fee based on Staff Benefit Rate Matrix FY 2024-25 dated January 2024 Preliminary Non -Safety Staff based on FY24125 estimates and Support Services from previous FY23124 with 5% increase. FY 24/25 DIRECT BILL ACCOUNT CODE 520230 Cellular Phone 522310 Maint-Building and In 520300 Pager Service 522360 Maint-Extermination 520320 Telephone Service 522860 Medical -Dental Supp 520800 Household Expense 522870 Other Medical Care t 520805 Appliances 522890 Pharmaceuticals 520815 Cleaning and Custodial Supp 523220 Licenses And Permit: 520830 Laundry Services 523680 Office Equip Non Fix( 520840 Household Furnishings 526700 Rent -Lease Bldgs 520845 Trash 526940 Locks/Keys 521380 Maint-Copier Machines 527280 Awards/Recognition 521440 Maint-Kitchen Equipment 529500 Electricity 521540 Maint-Office Equipment 529510 Heating Fuel 521600 Maint-Service Contracts 529550 Water 521660 Maint-Telephone 537240 Interfnd Exp-Utilities 521680 Maint-Underground Tanks 542060 Improvements-Buildi( FY24125 ESTIMATE CITY OF LA QUINTA Page 2 of 10 158 EXHIBIT "A" TO THE COOPERATIVE AGREEMENT TO PROVIDE FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY FOR THE CITY OF LA QUINTA DATED APRIL 1, 2024 FOR FY2025/2026 *See notation below for estimate assumptions CAPTAINS CAPTAIN ENGINEERS ENGINEER FF II FFII TOTALS MEDICS _________ MEDICS _MEDICS STA #32 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #70 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #93 Medic Engine 597,630 2 263,337 1 297,615 1 227,505 1 259,074 1 1,645,162 6 Fixed Relief 298,815 1 263,337 1 259,074 1 821,227 3 Vac. Relief - Engine 263,337 1 297,615 1 259,074 1 820,026 3 66-HR Workweek 298,815 1 263,337 1 259,074 1 821,227 3 SUBTOTALS 1,792,891 1,580,024 595,230 1,137,525 2,072,595 $7,178,264 SUBTOTAL STAFF 6 6 2 5 8 27 FIRE SAFETY SUPERVISOR (PCN 144121) 205,757 each 205,757 1 FIRE SAFETY SPECIALIST (PCN 131996) 183,114 each 183,114 1 FIRE SYSTEMS INSPECTOR (PCN 139101) 159,587 each 159,587 1 SUBTOTAL $548,458 30 SUPPORT SERVICES ESTIMATE (Fire Cost Allocation Plan) Administrative/Operational (Schedule A) 26,620 per assigned Staff" 764,781 28.73 Volunteer Program (Schedule B) 9,914 per Entity Allocation 9,914 1 Medic Program (Schedule C) 13,898 Medic FTE and 2,720 per Defib 144,602 10.38 Battalion Chief Support (Schedule D) 7,655 per Fire Station Staff 206,672 27 ECC Support (Schedule E) 36.51 per Call and 26,489 per Station 271,868 Fleet Support (Schedule F) 81,675 per Fire Suppression Equip 245,026 3 Comm/IT Support (Schedule G) 38.08 per Call and 27,633 per Station 283,599 Hazmat Support (Schedule I) 3,151 per Call and 11,857 per Station 51,327 SUPPORT SERVICES ESTIMATE SUBTOTAL $1,977,787 DIRECT CHARGES 60,949 FIRE ENGINE USE AGREEMENT 55,000 each engine 165,000 3 COOPERATIVE TRUCK AGREEMENT 12.5% 301,085 12.50% TOTAL STAFF COUNT 28.73 TOTAL ESTIMATED CITY BUDGET $10,231,543 * LA QUINTA ESTIMATED FIRE TAX CREDIT (11,394,613) NET ESTIMATED CITY BUDGET ($1,163,070) * STRUCTURAL FIRE TAXES (2,830,712) ESTIMATED REDEVELOPMENT PASS THRU (8,751,901) total contract transfer 188,000 TOTAL ESTIMATED TAX FUNDING ($11,394,613) 3 Fire Stations 27.0 Assigned Staff 5,270 Number of Calls 1.13 Indio Truck (12.5%) 10.38 Assigned Medic FTE 0.60 Battalion Chief Allocation 3 Monitors/Defibs ** 28.73 Total Assigned Staff 3 Hazmat Stations 4 Number of Hazmat Calls FY25126 ESTIMATE CITY OF LA QUINTA 159 Page 3 of 10 SUPPORT SERVICES (Fire Cost Allocation Plan) Administrative & Operational Services Finance / Accounting Procurement Training Public Affairs / Education Data Processing Fire Fighting Equip. Personnel Office Supplies/Equip. Volunteer Program - Support staff, Workers Comp, and Personal Liability Insurance Medic Program - Support staff, Training, Certification, Case Review & Reporting, Monitor/ Defibrillator replacement cycle. Battalion Chief Support - Pooled BC coverage for Cities/Agencies that do not include BC staffing as part of their contracted services. Fleet Support - Support staff, automotive costs, vehicle/engine maintenance, fuel costs Emergency Command Center Support - Dispatch services costs Communications / IT Support - Support staff, communications, radio maintenance, computer support functions Facility Support - Facility maitenance staff with associated operating costs. Hazmat Program - Support staff, operating costs, and vehicle replacement FY 25126 POSITION SALARIES TOP STEP 424,655 DEPUTY CHIEF 55,000 FIRE ENGINE 419,073 DIV CHIEF 26,620 SRVDEL 350,396 BAT CHIEF 9,914 VOL DEL 298,815 CAPT 13,898 MEDIC FTE 330,385 CAPT MEDIC 2,720 MEDIC MONITORS/DEFIBS REPLACEMENT 263,337 ENG 7,655 BC SUPPORT 297,615 ENG/MEDIC 26,489 ECC STATION 227,505 FF II 36.51 ECC CALLS 259,074 FF II/MEDIC 81,675 FLEET SUPPORT 144,534 ADMIN SVCS ANALYST II 27,633 COMM/IT STATION 110,278 ADMIN SVCS ASST 38.08 COMM/IT CALLS 210,212 DEPUTY FIRE MARSHAL 1,777 FACILITY STATION 145,731 EMERGENCY MEDICAL SERVICE SPEC 427.33 FACILITY FTE 114,663 EXECUTIVE ASSISTANT II 11,857 HAZMAT STATION 205,757 FIRE SAFETY SUPERVISOR 3,151.42 HAZMAT CALLS 183,114 FIRE SAFETY SPECIALIST 2,087 HAZMAT VEHICLE REPLACEMENT 159,587 FIRE SYSTEMS INSPECTOR 96,537 OFFICE ASSISTANT III *Cost Assumptions: All Salaries based on PRELIM Salary, Pay Differentials, and Operating Expenses Schedule FY 2024-2025 Dated February 14, 2024 Benefits and Admin Fee based on Staff Benefit Rate Matrix FY 2024-25 dated January 2024 Preliminary with PERS adjusted to higher amount Non -Safety Staff based on FY24125 estimates and Support Services from previous FY23124 with 5% increase. FY 25/26 DIRECT BILL ACCOUNT CODE 520230 Cellular Phone 522310 Maint-Building and In 520300 Pager Service 522360 Maint-Extermination 520320 Telephone Service 522860 Medical -Dental Supp 520800 Household Expense 522870 Other Medical Care t 520805 Appliances 522890 Pharmaceuticals 520815 Cleaning and Custodial Supp 523220 Licenses And Permit: 520830 Laundry Services 523680 Office Equip Non Fix( 520840 Household Furnishings 526700 Rent -Lease Bldgs 520845 Trash 526940 Locks/Keys 521380 Maint-Copier Machines 527280 Awards/Recognition 521440 Maint-Kitchen Equipment 529500 Electricity 521540 Maint-Office Equipment 529510 Heating Fuel 521600 Maint-Service Contracts 529550 Water 521660 Maint-Telephone 537240 Interfnd Exp-Utilities 521680 Maint-Underground Tanks 542060 Improvements-Buildii FY25126 ESTIMATE CITY OF LA QUINTA Page 4 of 10 160 EXHIBIT "A" TO THE COOPERATIVE AGREEMENT TO PROVIDE FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY FOR THE CITY OF LA QUINTA DATED APRIL 1, 2024 FOR FY2026/2027 *See notation below for estimate assumptions CAPTAINS CAPTAIN ENGINEERS ENGINEER FF II FFII TOTALS MEDICS _________ MEDICS _MEDICS STA #32 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #70 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #93 Medic Engine 597,630 2 263,337 1 297,615 1 227,505 1 259,074 1 1,645,162 6 Fixed Relief 298,815 1 263,337 1 259,074 1 821,227 3 Vac. Relief - Engine 263,337 1 297,615 1 259,074 1 820,026 3 66-HR Workweek 298,815 1 263,337 1 259,074 1 821,227 3 SUBTOTALS 1,792,891 1,580,024 595,230 1,137,525 2,072,595 $7,178,264 SUBTOTAL STAFF 6 6 2 5 8 27 FIRE SAFETY SUPERVISOR (PCN 144121) 205,757 each 205,757 1 FIRE SAFETY SPECIALIST (PCN 131996) 183,114 each 183,114 1 FIRE SYSTEMS INSPECTOR (PCN 139101) 159,587 each 159,587 1 SUBTOTAL $548,458 30 SUPPORT SERVICES ESTIMATE (Fire Cost Allocation Plan) Administrative/Operational (Schedule A) 26,620 per assigned Staff" 764,781 28.73 Volunteer Program (Schedule B) 9,914 per Entity Allocation 9,914 1 Medic Program (Schedule C) 13,898 Medic FTE and 2,720 per Defib 144,602 10.38 Battalion Chief Support (Schedule D) 7,655 per Fire Station Staff 206,672 27 ECC Support (Schedule E) 36.51 per Call and 26,489 per Station 271,868 Fleet Support (Schedule F) 81,675 per Fire Suppression Equip 245,026 3 Comm/IT Support (Schedule G) 38.08 per Call and 27,633 per Station 283,599 Hazmat Support (Schedule I) 3,151 per Call and 11,857 per Station 51,327 SUPPORT SERVICES ESTIMATE SUBTOTAL $1,977,787 DIRECT CHARGES 60,949 FIRE ENGINE USE AGREEMENT 55,000 each engine 165,000 3 COOPERATIVE TRUCK AGREEMENT 12.5% 301,085 12.50% TOTAL STAFF COUNT 28.73 TOTAL ESTIMATED CITY BUDGET $10,231,543 * LA QUINTA ESTIMATED FIRE TAX CREDIT (11,394,613) NET ESTIMATED CITY BUDGET ($1,163,070) * STRUCTURAL FIRE TAXES (2,830,712) ESTIMATED REDEVELOPMENT PASS THRU (8,751,901) total contract transfer 188,000 TOTAL ESTIMATED TAX FUNDING ($11,394,613) 3 Fire Stations 27.0 Assigned Staff 5,270 Number of Calls 1.13 Indio Truck (12.5%) 10.38 Assigned Medic FTE 0.60 Battalion Chief Allocation 3 Monitors/Defibs ** 28.73 Total Assigned Staff 3 Hazmat Stations 4 Number of Hazmat Calls FY26127 ESTIMATE CITY OF LA QUINTA 161 Page 5 of 10 SUPPORT SERVICES (Fire Cost Allocation Plan) Administrative & Operational Services Finance / Accounting Procurement Training Public Affairs / Education Data Processing Fire Fighting Equip. Personnel Office Supplies/Equip. Volunteer Program - Support staff, Workers Comp, and Personal Liability Insurance Medic Program - Support staff, Training, Certification, Case Review & Reporting, Monitor/ Defibrillator replacement cycle. Battalion Chief Support - Pooled BC coverage for Cities/Agencies that do not include BC staffing as part of their contracted services. Fleet Support - Support staff, automotive costs, vehicle/engine maintenance, fuel costs Emergency Command Center Support - Dispatch services costs Communications / IT Support - Support staff, communications, radio maintenance, computer support functions Facility Support - Facility maitenance staff with associated operating costs. Hazmat Program - Support staff, operating costs, and vehicle replacement FY 26127 POSITION SALARIES TOP STEP 424,655 DEPUTY CHIEF 55,000 FIRE ENGINE 419,073 DIV CHIEF 26,620 SRVDEL 350,396 BAT CHIEF 9,914 VOL DEL 298,815 CAPT 13,898 MEDIC FTE 330,385 CAPT MEDIC 2,720 MEDIC MONITORS/DEFIBS REPLACEMENT 263,337 ENG 7,655 BC SUPPORT 297,615 ENG/MEDIC 26,489 ECC STATION 227,505 FF II 36.51 ECC CALLS 259,074 FF II/MEDIC 81,675 FLEET SUPPORT 144,534 ADMIN SVCS ANALYST II 27,633 COMM/IT STATION 110,278 ADMIN SVCS ASST 38.08 COMM/IT CALLS 210,212 DEPUTY FIRE MARSHAL 1,777 FACILITY STATION 145,731 EMERGENCY MEDICAL SERVICE SPEC 427.33 FACILITY FTE 114,663 EXECUTIVE ASSISTANT II 11,857 HAZMAT STATION 205,757 FIRE SAFETY SUPERVISOR 3,151.42 HAZMAT CALLS 183,114 FIRE SAFETY SPECIALIST 2,087 HAZMAT VEHICLE REPLACEMENT 159,587 FIRE SYSTEMS INSPECTOR 96,537 OFFICE ASSISTANT III *Cost Assumptions: All Salaries based on PRELIM Salary, Pay Differentials, and Operating Expenses Schedule FY 2024-2025 Dated February 14, 2024 Benefits and Admin Fee based on Staff Benefit Rate Matrix FY 2024-25 dated January 2024 Preliminary with PERS adjusted to higher amount Non -Safety Staff based on FY24125 estimates and Support Services from previous FY23124 with 5% increase. FY 26/27 DIRECT BILL ACCOUNT CODE 520230 Cellular Phone 522310 Maint-Building and In 520300 Pager Service 522360 Maint-Extermination 520320 Telephone Service 522860 Medical -Dental Supp 520800 Household Expense 522870 Other Medical Care t 520805 Appliances 522890 Pharmaceuticals 520815 Cleaning and Custodial Supp 523220 Licenses And Permit: 520830 Laundry Services 523680 Office Equip Non Fix( 520840 Household Furnishings 526700 Rent -Lease Bldgs 520845 Trash 526940 Locks/Keys 521380 Maint-Copier Machines 527280 Awards/Recognition 521440 Maint-Kitchen Equipment 529500 Electricity 521540 Maint-Office Equipment 529510 Heating Fuel 521600 Maint-Service Contracts 529550 Water 521660 Maint-Telephone 537240 Intertnd Exp-Utilities 521680 Maint-Underground Tanks 542060 Improvements-Buildii FY26127 ESTIMATE CITY OF LA QUINTA Page 6 of 10 162 EXHIBIT "A" TO THE COOPERATIVE AGREEMENT TO PROVIDE FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY FOR THE CITY OF LA QUINTA DATED APRIL 1, 2024 FOR FY2027/2028 *See notation below for estimate assumptions CAPTAINS CAPTAIN ENGINEERS ENGINEER FF II FFII TOTALS MEDICS _________ MEDICS _MEDICS STA #32 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #70 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #93 Medic Engine 597,630 2 263,337 1 297,615 1 227,505 1 259,074 1 1,645,162 6 Fixed Relief 298,815 1 263,337 1 259,074 1 821,227 3 Vac. Relief - Engine 263,337 1 297,615 1 259,074 1 820,026 3 66-HR Workweek 298,815 1 263,337 1 259,074 1 821,227 3 SUBTOTALS 1,792,891 1,580,024 595,230 1,137,525 2,072,595 $7,178,264 SUBTOTAL STAFF 6 6 2 5 8 27 FIRE SAFETY SUPERVISOR (PCN 144121) 205,757 each 205,757 1 FIRE SAFETY SPECIALIST (PCN 131996) 183,114 each 183,114 1 FIRE SYSTEMS INSPECTOR (PCN 139101) 159,587 each 159,587 1 SUBTOTAL $548,458 30 SUPPORT SERVICES ESTIMATE (Fire Cost Allocation Plan) Administrative/Operational (Schedule A) 26,620 per assigned Staff" 764,781 28.73 Volunteer Program (Schedule B) 9,914 per Entity Allocation 9,914 1 Medic Program (Schedule C) 13,898 Medic FTE and 2,720 per Defib 144,602 10.38 Battalion Chief Support (Schedule D) 7,655 per Fire Station Staff 206,672 27 ECC Support (Schedule E) 36.51 per Call and 26,489 per Station 271,868 Fleet Support (Schedule F) 81,675 per Fire Suppression Equip 245,026 3 Comm/IT Support (Schedule G) 38.08 per Call and 27,633 per Station 283,599 Hazmat Support (Schedule I) 3,151 per Call and 11,857 per Station 51,327 SUPPORT SERVICES ESTIMATE SUBTOTAL $1,977,787 DIRECT CHARGES 60,949 FIRE ENGINE USE AGREEMENT 55,000 each engine 165,000 3 COOPERATIVE TRUCK AGREEMENT 12.5% 301,085 12.50% TOTAL STAFF COUNT 28.73 TOTAL ESTIMATED CITY BUDGET $10,231,543 * LA QUINTA ESTIMATED FIRE TAX CREDIT (11,394,613) NET ESTIMATED CITY BUDGET ($1,163,070) * STRUCTURAL FIRE TAXES (2,830,712) ESTIMATED REDEVELOPMENT PASS THRU (8,751,901) total contract transfer 188,000 TOTAL ESTIMATED TAX FUNDING ($11,394,613) 3 Fire Stations 27.0 Assigned Staff 5,270 Number of Calls 1.13 Indio Truck (12.5%) 10.38 Assigned Medic FTE 0.60 Battalion Chief Allocation 3 Monitors/Defibs ** 28.73 Total Assigned Staff 3 Hazmat Stations 4 Number of Hazmat Calls FY27128 ESTIMATE CITY OF LA QUINTA 163 Page 7 of 10 SUPPORT SERVICES (Fire Cost Allocation Plan) Administrative & Operational Services Finance / Accounting Procurement Training Public Affairs / Education Data Processing Fire Fighting Equip. Personnel Office Supplies/Equip. Volunteer Program - Support staff, Workers Comp, and Personal Liability Insurance Medic Program - Support staff, Training, Certification, Case Review & Reporting, Monitor/ Defibrillator replacement cycle. Battalion Chief Support - Pooled BC coverage for Cities/Agencies that do not include BC staffing as part of their contracted services. Fleet Support - Support staff, automotive costs, vehicle/engine maintenance, fuel costs Emergency Command Center Support - Dispatch services costs Communications / IT Support - Support staff, communications, radio maintenance, computer support functions Facility Support - Facility maitenance staff with associated operating costs. Hazmat Program - Support staff, operating costs, and vehicle replacement FY 27128 POSITION SALARIES TOP STEP 424,655 DEPUTY CHIEF 55,000 FIRE ENGINE 419,073 DIV CHIEF 26,620 SRVDEL 350,396 BAT CHIEF 9,914 VOL DEL 298,815 CAPT 13,898 MEDIC FTE 330,385 CAPT MEDIC 2,720 MEDIC MONITORS/DEFIBS REPLACEMENT 263,337 ENG 7,655 BC SUPPORT 297,615 ENG/MEDIC 26,489 ECC STATION 227,505 FF II 36.51 ECC CALLS 259,074 FF II/MEDIC 81,675 FLEET SUPPORT 144,534 ADMIN SVCS ANALYST II 27,633 COMM/IT STATION 110,278 ADMIN SVCS ASST 38.08 COMM/IT CALLS 210,212 DEPUTY FIRE MARSHAL 1,777 FACILITY STATION 145,731 EMERGENCY MEDICAL SERVICE SPEC 427.33 FACILITY FTE 114,663 EXECUTIVE ASSISTANT II 11,857 HAZMAT STATION 205,757 FIRE SAFETY SUPERVISOR 3,151.42 HAZMAT CALLS 183,114 FIRE SAFETY SPECIALIST 2,087 HAZMAT VEHICLE REPLACEMENT 159,587 FIRE SYSTEMS INSPECTOR 96,537 OFFICE ASSISTANT III *Cost Assumptions: All Salaries based on PRELIM Salary, Pay Differentials, and Operating Expenses Schedule FY 2024-2025 Dated February 14, 2024 Benefits and Admin Fee based on Staff Benefit Rate Matrix FY 2024-25 dated January 2024 Preliminary with PERS adjusted to higher amount Non -Safety Staff based on FY24125 estimates and Support Services from previous FY23124 with 5% increase. FY 27/28 DIRECT BILL ACCOUNT CODE 520230 Cellular Phone 522310 Maint-Building and In 520300 Pager Service 522360 Maint-Extermination 520320 Telephone Service 522860 Medical -Dental Supp 520800 Household Expense 522870 Other Medical Care t 520805 Appliances 522890 Pharmaceuticals 520815 Cleaning and Custodial Supp 523220 Licenses And Permit: 520830 Laundry Services 523680 Office Equip Non Fix( 520840 Household Furnishings 526700 Rent -Lease Bldgs 520845 Trash 526940 Locks/Keys 521380 Maint-Copier Machines 527280 Awards/Recognition 521440 Maint-Kitchen Equipment 529500 Electricity 521540 Maint-Office Equipment 529510 Heating Fuel 521600 Maint-Service Contracts 529550 Water 521660 Maint-Telephone 537240 Interfnd Exp-Utilities 521680 Maint-Underground Tanks 542060 Improvements-Buildii FY27128 ESTIMATE CITY OF LA QUINTA Page 8 of 10 164 EXHIBIT "A" TO THE COOPERATIVE AGREEMENT TO PROVIDE FIRE PREVENTION, RESCUE, FIRE MARSHAL AND MEDICAL EMERGENCY FOR THE CITY OF LA QUINTA DATED APRIL 1, 2024 FOR FY2028/2029 *See notation below for estimate assumptions CAPTAINS CAPTAIN ENGINEERS ENGINEER FF II FFII TOTALS MEDICS _________ MEDICS _MEDICS STA #32 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #70 Medic Engine 298,815 1 263,337 1 455,010 2 518,149 2 1,535,311 6 STA #93 Medic Engine 597,630 2 263,337 1 297,615 1 227,505 1 259,074 1 1,645,162 6 Fixed Relief 298,815 1 263,337 1 259,074 1 821,227 3 Vac. Relief - Engine 263,337 1 297,615 1 259,074 1 820,026 3 66-HR Workweek 298,815 1 263,337 1 259,074 1 821,227 3 SUBTOTALS 1,792,891 1,580,024 595,230 1,137,525 2,072,595 $7,178,264 SUBTOTAL STAFF 6 6 2 5 8 27 FIRE SAFETY SUPERVISOR (PCN 144121) 205,757 each 205,757 1 FIRE SAFETY SPECIALIST (PCN 131996) 183,114 each 183,114 1 FIRE SYSTEMS INSPECTOR (PCN 139101) 159,587 each 159,587 1 SUBTOTAL $548,458 30 SUPPORT SERVICES ESTIMATE (Fire Cost Allocation Plan) Administrative/Operational (Schedule A) 26,620 per assigned Staff" 764,781 28.73 Volunteer Program (Schedule B) 9,914 per Entity Allocation 9,914 1 Medic Program (Schedule C) 13,898 Medic FTE and 2,720 per Defib 144,602 10.38 Battalion Chief Support (Schedule D) 7,655 per Fire Station Staff 206,672 27 ECC Support (Schedule E) 36.51 per Call and 26,489 per Station 271,868 Fleet Support (Schedule F) 81,675 per Fire Suppression Equip 245,026 3 Comm/IT Support (Schedule G) 38.08 per Call and 27,633 per Station 283,599 Hazmat Support (Schedule I) 3,151 per Call and 11,857 per Station 51,327 SUPPORT SERVICES ESTIMATE SUBTOTAL $1,977,787 DIRECT CHARGES 60,949 FIRE ENGINE USE AGREEMENT 55,000 each engine 165,000 3 COOPERATIVE TRUCK AGREEMENT 12.5% 301,085 12.50% TOTAL STAFF COUNT 28.73 TOTAL ESTIMATED CITY BUDGET $10,231,543 * LA QUINTA ESTIMATED FIRE TAX CREDIT (11,394,613) NET ESTIMATED CITY BUDGET ($1,163,070) * STRUCTURAL FIRE TAXES (2,830,712) ESTIMATED REDEVELOPMENT PASS THRU (8,751,901) total contract transfer 188,000 TOTAL ESTIMATED TAX FUNDING ($11,394,613) 3 Fire Stations 27.0 Assigned Staff 5,270 Number of Calls 1.13 Indio Truck (12.5%) 10.38 Assigned Medic FTE 0.60 Battalion Chief Allocation 3 Monitors/Defibs ** 28.73 Total Assigned Staff 3 Hazmat Stations 4 Number of Hazmat Calls FY28129 ESTIMATE CITY OF LA QUINTA 165 Page 9 of 10 SUPPORT SERVICES (Fire Cost Allocation Plan) Administrative & Operational Services Finance / Accounting Procurement Training Public Affairs / Education Data Processing Fire Fighting Equip. Personnel Office Supplies/Equip. Volunteer Program - Support staff, Workers Comp, and Personal Liability Insurance Medic Program - Support staff, Training, Certification, Case Review & Reporting, Monitor/ Defibrillator replacement cycle. Battalion Chief Support - Pooled BC coverage for Cities/Agencies that do not include BC staffing as part of their contracted services. Fleet Support - Support staff, automotive costs, vehicle/engine maintenance, fuel costs Emergency Command Center Support - Dispatch services costs Communications / IT Support - Support staff, communications, radio maintenance, computer support functions Facility Support - Facility maitenance staff with associated operating costs. Hazmat Program - Support staff, operating costs, and vehicle replacement FY 28129 POSITION SALARIES TOP STEP 424,655 DEPUTY CHIEF 55,000 FIRE ENGINE 419,073 DIV CHIEF 26,620 SRVDEL 350,396 BAT CHIEF 9,914 VOL DEL 298,815 CAPT 13,898 MEDIC FTE 330,385 CAPT MEDIC 2,720 MEDIC MONITORS/DEFIBS REPLACEMENT 263,337 ENG 7,655 BC SUPPORT 297,615 ENG/MEDIC 26,489 ECC STATION 227,505 FF II 36.51 ECC CALLS 259,074 FF II/MEDIC 81,675 FLEET SUPPORT 144,534 ADMIN SVCS ANALYST II 27,633 COMM/IT STATION 110,278 ADMIN SVCS ASST 38.08 COMM/IT CALLS 210,212 DEPUTY FIRE MARSHAL 1,777 FACILITY STATION 145,731 EMERGENCY MEDICAL SERVICE SPEC 427.33 FACILITY FTE 114,663 EXECUTIVE ASSISTANT II 11,857 HAZMAT STATION 205,757 FIRE SAFETY SUPERVISOR 3,151.42 HAZMAT CALLS 183,114 FIRE SAFETY SPECIALIST 2,087 HAZMAT VEHICLE REPLACEMENT 159,587 FIRE SYSTEMS INSPECTOR 96,537 OFFICE ASSISTANT III *Cost Assumptions: All Salaries based on PRELIM Salary, Pay Differentials, and Operating Expenses Schedule FY 2024-2025 Dated February 14, 2024 Benefits and Admin Fee based on Staff Benefit Rate Matrix FY 2024-25 dated January 2024 Preliminary with PERS adjusted to higher amount Non -Safety Staff based on FY24125 estimates and Support Services from previous FY23124 with 5% increase. FY 28/29 DIRECT BILL ACCOUNT CODE 520230 Cellular Phone 522310 Maint-Building and In 520300 Pager Service 522360 Maint-Extermination 520320 Telephone Service 522860 Medical -Dental Supp 520800 Household Expense 522870 Other Medical Care t 520805 Appliances 522890 Pharmaceuticals 520815 Cleaning and Custodial Supp 523220 Licenses And Permit: 520830 Laundry Services 523680 Office Equip Non Fix( 520840 Household Furnishings 526700 Rent -Lease Bldgs 520845 Trash 526940 Locks/Keys 521380 Maint-Copier Machines 527280 Awards/Recognition 521440 Maint-Kitchen Equipment 529500 Electricity 521540 Maint-Office Equipment 529510 Heating Fuel 521600 Maint-Service Contracts 529550 Water 521660 Maint-Telephone 537240 Interfnd Exp-Utilities 521680 Maint-Underground Tanks 542060 Improvements-Buildii FY28129 ESTIMATE CITY OF LA QUINTA Page 10 of 10 166 /_1ir_T91:I►yi14Z119PA A COOPERATIVE AGREEMENT BETWEEN THE CITY OF INDIO, THE CITY OF LA QUINTA, THE CITY OF COACHELLA, AND THE COUNTY OF RIVERSIDE TO SHARE THE COST OF A LADDER TRUCK COMPANY THIS AGREEMENT ("Agreement") was made and entered into this day of , 2024, by and between the County of Riverside, a political subdivision of the State of California, on behalf of the Fire Department (hereinafter referred to as "COUNTY"), and the City of Indio, City of La Quinta, and the City of Coachella, each a duly created city (hereinafter each a "CITY" and collectively the "CITIES"). COUNTY and CITIES are hereinafter collectively referred to as the "Parties." SECTION I: PURPOSE A. The COUNTY has contracted with the CITIES individually for the provision of Fire Protection, Fire Prevention, Rescue, and Medical Services in a separate cooperative agreement, respectively. B. The CITIES and COUNTY desire to enter into a cost sharing agreement for a ladder truck which will be of mutual benefit for all involved agencies. C. The CITIES and COUNTY believe the ladder truck staffing cost should be equitably distributed to the participating agencies. NOW, THEREFORE, IT IS AGREED as follows: SECTION II: COOPERATIVE OPERATIONS Emergency Responses: The ladder truck shall be dispatched, when available, to all residential and commercial structure fires within the jurisdictions of the CITIES and COUNTY. The ladder truck shall also be utilized for staffing and expertise in other emergencies relating to entrapment and medical emergencies. The truck shall be located in a position to provide a response time of fifteen minutes, or less, to the CITIES. SECTION III: COST SHARE The Parties agree the cost of the ladder truck shall be billed to CITIES by the COUNTY with the normal quarterly billing pursuant to the CITIES' respective cooperative agreements, and the cost will be shown as a line item on that bill. The CITIES will receive an estimated cost of the ladder truck staffing based on the top step salaries of the personnel assigned to the ladder truck, at the first of the fiscal year. The cost pool of the ladder truck shall consist of the salaries of 2.3 Fire Captains, 2.3 Fire Apparatus Engineers, 3 Firefighter II Paramedics, and 1.4 Firefighters II. A maintenance budget of $20,000 will also be included in the cost pool. The cost shall be allocated as follows: the City of Indio contributing fifty percent (50%), the County of Riverside contributing twenty- five percent (25%), and the cities of La Quinta and Coachella each contributing twelve COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 167 1 of 8 and one half percent (12.5%) of the actual cost of the staffing and maintenance of the ladder truck. SECTION IV: TERM The term of this Agreement shall be from July 1, 2024, to June 30, 2029. Any party to this Agreement may terminate this Agreement by providing a written notice of termination to the other parties hereto no less than one (1) year prior to the expiration of the term hereof. If such notice is given unilaterally by COUNTY except any notice issued because of actions of the California Department of Forestry and Fire Protection (hereinafter "CAL FIRE") or CITIES, COUNTY agrees to continue to provide Fire Services to CITIES until such time as CITIES have a reasonable opportunity to implement alternative Fire Services. In no event shall this Agreement be terminated by either party after June 30, 2027. SECTION V: INDEMNIFICATION AND HOLD HARMLESS To the fullest extent permitted by applicable law, COUNTY shall and does agree to indemnify, protect, defend and hold harmless CITIES, their agencies, districts, special districts and departments, their respective directors, officers, elected and appointed officials, employees, agents and representatives (collectively, "City Indemnitees") for, from and against any and all liabilities, claims, damages, losses, liens, causes of action, suits, awards, judgments and expenses, attorney and/or consultant fees and costs, taxable or otherwise, of any nature, kind or description of any person or entity, directly or indirectly arising out of, caused by, or resulting from (1) the services performed hereunder by COUNTY, or any part thereof, (2) the Agreement, including any approved amendments or modifications, or (3) any negligent act or omission of COUNTY, its officers, employees, subcontractors, agents, or representatives (collectively, "County Liabilities"). Notwithstanding the foregoing, the only County Liabilities with respect to which COUNTY's obligation to indemnify, including the cost to defend, the City Indemnitees does not apply is with respect to County Liabilities resulting from the negligence or willful misconduct of a City Indemnitee, or to the extent such claims do not arise out of, pertain to or relate to the Scope of Work in the Agreement. To the fullest extent permitted by applicable law, but subject to the limits in this paragraph, each CITY shall and does agree to indemnify, protect, defend and hold harmless COUNTY, its agencies, departments, directors, officers, agents, Board of Supervisors, elected and appointed officials and representatives (collectively, "County Indemnitees") for, from and against any and all liabilities, claims, damages, losses, liens, causes of action, suits, awards, judgments and expenses, attorney and/or consultant fees and costs, taxable or otherwise, of any nature, kind or description of any person or entity, directly or indirectly arising out of, caused by, or resulting from (1) the services performed hereunder by the respective CITY, or any part thereof, (2) the Agreement, including any approved amendments or modifications, or (3) any negligent act or omission of the respective CITY, its officers, employees, subcontractors, agents, or representatives (collectively, "City Liabilities"). No CITY shall be required to indemnify, protect, defend COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 168 2of8 and hold harmless County Indemnitees for the acts or omissions of another CITY giving rise to City Liabilities in that other City pursuant to this Agreement. Furthermore, and notwithstanding the first sentence of this paragraph, the City Liabilities with respect to which each CITY's obligation to indemnify, including the cost to defend, the County Indemnitees does not apply with respect to City Liabilities resulting from the negligence or willful misconduct of a County Indemnitee, or to the extent such claims do not arise out of, pertain to or relate to the Scope of Work in the Agreement. SECTION VI: OWNERSHIP. MAINTENANCE. REPAIRS The City of Indio owns the ladder truck and maintains the insurance on said ladder truck. The ladder truck maintenance and/or repair costs shall be paid through the cost allocation plan or as a direct invoice allocated to each party, with the City of Indio contributing fifty percent (50%), the County of Riverside contributing twenty-five percent (25%), and the cities of La Quinta and Coachella each contributing twelve and one half percent (12.5%) of the actual cost of the maintenance and/or repair of the ladder truck. SECTION VII: DELIVERY OF NOTICES All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other addresses as the respective parties may provide in writing for this purpose. CITY OF COACHELLA City Manager 1515 6t" Street Coachella, CA 92236 CITY OF LA QUINTA City Manager 78-495 Calle Tampico La Quinta, CA 92247 CITY OF INDIO City Manager 100 Civic Center Mall Indio, CA 92201 COUNTY OF RIVERSIDE County Fire Chief 210 West San Jacinto Avenue Perris, CA 92570 Any notice required to be given hereunder to either party shall be given by personal delivery or be deposited in the U.S. mail to the address listed, certified with return receipt requested, and pre -paid postage affixed. Such notice shall be deemed made when personally delivered or when mailed. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of method of service. SECTION VIII: GENERAL PROVISIONS A. ALTERATION OF TERMS No addition to, or alteration of, the terms of this Agreement, whether by written or verbal understanding of the Parties, their officers, agents, or employees, shall be valid COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 169 3 of 8 unless made in the form of a written amendment to this Agreement, which is formally approved and executed by both Parties. B. DISPUTES CITIES shall select and appoint a "Contract Administrator" who shall, under the supervision and direction of CITIES, be available for contract resolution or policy intervention with COUNTY, when, upon determination by the Chief that a situation exists under this Agreement in which a decision to serve the interest of CITIES has the potential to conflict with COUNTY interest or policy. Any dispute concerning a question of fact arising under the terms of this Agreement which is not disposed of within a reasonable period of time by the CITIES and COUNTY employees normally responsible for the administration of this Agreement shall be brought to the attention of the Chief Executive Officer (or designated representative) of each organization for joint resolution. For purposes of this provision, a "reasonable period of time" shall be ten (10) calendar days or less. CITIES and COUNTY agree to continue with the responsibilities under this Agreement during any dispute. Disputes that are not resolved informally by and between CITIES and COUNTY representatives may be resolved, by mutual agreement of the Parties, through mediation. Such mediator will be jointly selected by the Parties. The costs associated with mediator shall be shared equally among the participating parties. If the mediation does not resolve the issue(s), or if the Parties cannot agree to mediation, the Parties reserve the right to seek remedies as provided by law or in equity. The Parties agree, pursuant to Battaglia Enterprises v. Superior Court (2013) 215 Cal.App.4t" 309, that each of the Parties is sophisticated and negotiated this Agreement and this venue at arm's length. Pursuant to this Agreement, the Parties agree that venue for litigation shall be in the Superior Court of Riverside County. Should any party attempt to defeat this section and challenge venue in Superior Court, the party challenging venue stipulates to request the Court change venue to San Bernardino County and shall not ask for venue in any other County. Any claims or causes of actions, whether they arise out of unresolved disputes as specified in this Section or claims by third parties that are made against the COUNTY, shall be submitted to the Office of the Clerk of the Board for the County of Riverside in a timely manner. For claims made against the COUNTY that involve CAL FIRE employees, to the extent permissible under the COUNTY's contract with CAL FIRE, the claims will be forwarded on to CAL FIRE for processing. C. WAIVER Any waiver by any of the Parties, separately or collectively, of any breach of any one or more of the terms of this Agreement shall not be construed to be a waiver of any subsequent or other breach of the same or of any other term thereof. Failure on the part of the Parties to require exact, full and complete compliance with any terms of this Agreement shall not be construed as in any manner changing the terms hereof or estopping any one of the CITIES or COUNTY from enforcement hereof. COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 170 4of8 D. SEVERABILITY If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. E. ADMINISTRATION 1. The COUNTY Fire Chief shall administer this Agreement on behalf of the County of Riverside. 2. Each CITY's respective City Manager shall administer this Agreement on behalf of its own CITY. F. ATTORNEYS' FEES If CITIES fail to remit payments for services rendered pursuant to any provision of this Agreement, COUNTY may seek recovery of fees through litigation, in addition to all other remedies available. In the event of litigation between COUNTY and CITIES to enforce any of the provisions of this Agreement or any right of either party hereto, the unsuccessful party to such litigation agrees to pay the prevailing party's costs and expenses, including reasonable attorneys' fees, all of which shall be included in and as a part of the judgment rendered in such litigation. G. PUBLIC RECORDS ACT REQUESTS The Parties understand and acknowledge that, as public agencies, COUNTY and CITIES are required to comply with the Public Records Act ("PRA," Gov. Code, § 7920 et seq.), which provides for the right of access to public records and other information in the event of the receipt of a qualifying request under the PRA. The Parties understand and acknowledge that such compliance may require disclosure of all relevant, non-exempt documents that fall within the scope of a qualifying request under the PRA, including documents received from and/or concerning the other party to this Agreement. H. ELECTRONIC SIGNATURE This Agreement may be executed in any number of counterparts, each of which will be an original, but all of which together will constitute one instrument. Each party of this Agreement agrees to the use of electronic signatures, such as digital signatures that meet the requirements of the California Uniform Electronic Transaction Act (("CUETA") Civ. Code, §§ 1633.1 to 1633.17), for executing this agreement. The Parties further agree that the electronic signatures of the Parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Electronic signature means an electronic sound, symbol, or process attached to or COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 171 5of8 logically associated with an electronic record and executed or adopted by a person with the intent to sign the electronic record pursuant to the CUETA as amended from time to time. The CUETA authorizes use of an electronic signature for transactions and contracts among parties in California, including a government agency. Digital signature means an electronic identifier, created by computer, intended by the party using it to have the same force and effect as the use of a manual signature, and shall be reasonably relied upon by the Parties. For purposes of this section, a digital signature is a type of "electronic signature" as defined in subdivision (i) of Section 1633.2 of the Civil Code. ENTIRE AGREEMENT This Agreement is intended by the Parties hereto as a final expression of their understanding, with respect to the subject matter hereof and as a complete and exclusive statement of the terms and conditions thereof and supersedes any and all prior and contemporaneous agreements and understandings, oral or written, in connection therewith. [SIGNATURE PROVISIONS ON NEXT PAGE] COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 172 6of8 IN WITNESS WHEREOF, the duly authorized officials of the parties hereto have, in their respective capacities, set their hands as of the date first hereinabove written. Dated: ATTEST: Angela M. Zepeda, City Clerk Dated: ATTEST: Cynthia Hernandez, City Clerk CITY OF COACHELLA Steven Hernandez, City Mayor APPROVED AS TO FORM: Carlos Campos, City Attorney CITY OF INDIO In Lupe Ramos Amith, City Mayor APPROVED AS TO FORM: in Roxanne Diaz, City Attorney [ADDITIONAL SIGNATURE PROVISIONS ON NEXT PAGE] COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 173 7of8 Dated: ATTEST: Monika Radeva, City Clerk Dated: ATTEST: KIMBERLY A. RECTOR Clerk of the Board Deputy CITY OF LA QUINTA Jon McMillen, City Manager APPROVED AS TO FORM: William H. Ihrke, City Attorney COUNTY OF RIVERSIDE, a political subdivision of the State of California In Chair, Board of Supervisors APPROVED AS TO FORM: MINH C. TRAN, County Counsel MELISSA R. CUSHMAN, Deputy County Counsel F:\data\RRU County Finance\Contract Cities\COOPERATIVE AGREEMENT\COST SHARE LADDER TRUCK COOPERATIVE AGREEMENT - COACHELLA, INDIO, LA QUINTA, COUNTY\LADDER TRUCK Cooperative Agreement COACHELLA INDIO AND LA QUINTA 07012024-06302028 20240315.docx COOPERATIVE AGREEMENT TO SHARE THE COST OF A LADDER TRUCK COMPANY CITIES OF INDIO, LA QUINTA, & COACHELLA July 1, 2024 to June 30, 2029 174 8of8 t(V QUI Vr(4j — GEM oftbe DESERT — DEPARTMENTAL REPORT ITEM NO. 4 COMMUNITY SERVICES QUARTERLY REPORT Community Programs & Social Services Wellness Center, FIND Food Distribution, Fritz Burns Pool, & Sports Wellness Center provided fitness & recreation programs along with hiking opportunities to 12,911 participants/fitness members (10,873 fitness gym participants; 438 hiking participants; and 1,600 program participants for SRR Resident Cards, Luncheons, Love & Love Tennis, Yoga Flow, Gentle Yoga, Pilates, Ballroom Dance, Deep Stretch, CVPD Disaster S�a Preparedness, Essential Fitness, Pickleball 101, Tai Chi Yang, Social Bridge, Monday Movies, — Mah Jongg, Ukulele, Dominoes, and Quilting for Good Times). Social service offerings such as the Riverside County Warm Center, HICAP, LIHEAP, Bilhartz Insurance (information on Medicare Advantage Plans), FIND Outreach, Sunline/SunRide Program Outreach were available to the public. Desert Recreation District (DRD) served 1,648 participants (790 for open/lap swim, youth swim on %i lessons, Lifeguard Pre -Qualification, and Lenny the Shark Water Safety; 371 Water Aerobics; 463 Senior Splash; 24 Pirate Party; and Poolside with Santa events) at Fritz Burns Pool programs/classes. ,60*44- r Youth sports programs had 31,653 total participants (players, spectators, coaches) for AYSO 4 $14OF (soccer — 17,800), Friday Night Lights (flag football — 2,675), and La Quinta Youth Sports 4100 Association (baseball — 11,178). Practices and league games are held at La Quinta Park, Colonel Mitchell Paige Middle School, and the La Quinta Sports Complex. Open Court Time volleyball and basketball programs, a City of La Quinta partnership with Desert Recreation Ma District, had a total of 275 participants at the La Quinta Boys & Girls Club Gym. Distributed 31,577 pounds of food (food packages/boxes of dry goods and produce) to 1,177 persons at Coral Mountain, Hadley Villas, Vista Dunes, Washington Street Apartments, and is Wolff Waters; FIND also provides mobile pantries for food distribution two times per month at Horizon High School and La Quinta Community Fitness Center & Park. 175 La Quinta Library Gircuiation/ Programs/ Events • Attendance: 24,200+ persons visited and participated in various programs; 52,100+ items were circulated; 3,548 participated in various programs, meetings, and events. • Events: 51h Annual Book Fest Celebration and Author Signing and Career Day Library Presentation at John Glenn Middle School. • Programs: Baby/Toddler Storytimes; Sensory Hour, Saturday Morning Movie Showing, Library Birthday Party, Teen Anime Cafe, Level Up LQ, Graphic Novel Club, Read the World, Readers Club, Pagemaster's Book Club, Page Turners Book Club, Love Story Book Club, and Chess Club. 176 La Quinta Creation Station Makerspace Programs/Services/Memberships MCA IZIN9 q LEARN HOW TO CREATE A HAND -MADE �u BOOKLETCALLEDA -ZINE SHORT FOR FANZINE OR FAN MAGAZINE. �51}&ti{�1�8�11E_ 5► ZINES ARE SELF-PURLI$SE0, r' T r MINI MAGA21MES THAT FOCUS 4 ON A SPECIFIC TOPIC OR VIEWPOINT. UEATION MfluN • Attendance: 1,280 people participated in various programs/services. • Memberships: 20 new memberships; 207 active memberships. • Programs: MakerCraft (Make a `Zine, Mini Rock Terrariums and Jars of Magic, Paint & Sip: Joshua Tree at Sunset, Valentine's Day Cards, Kung Fu Panda Mimi Pillows, and Pi Day Celebration), Fiber Arts Bootcamp (Crochet 101, Embroidery 101, and Tiny Bunny Crochet), and MakerSpace Camps (Vintage Motel Keychains, Crochet 101, and Electronics: Scrub Brush Bot w/ Simple DC Motor), and Sewing, 3D Printing, Laser Cutting and CAD. School field trips from Amelia Earhart Elementary (4tn grade), Harry S. Truman Elementary, and Benjamin Franklin Elementary. La Quinta Museum Exhibits/Programs/Events • Attendance: 3,200+ visitors/participants. • Exhibits: Desert Views, From the Archives, and La Quinta Legends: Frank Capra. • Events: Music at the Museum (Katie Harris and the Secret Jazz Trio, Doug & Meg, and David Macias); Exhibit Receptions (Desert Views and From the Archives); Creative Conversations (Musician K.G. Jackson, Author/Photographer Andy Romanoff, and Musician Rick Shelley); Field Trips: Ben Franklin Elementary; La Quinta Historical Society meeting; SCRAP Gallery; History Talk: Ray Chavez; Geology Lecture. • Programs: Good Reads in the Gallery Book Club, STITCH Fiber Arts Club, TED Talk Discussion, Take a Break with Huell, Genealogy Club, Sketchbook Journaling, and Fridays with Frank. • Social Media Promotion: Friday Fun Facts and Exhibit Content is shared via social media with Facebook, Twitter, Instagram, and YouTube subscribers. 178 fC�',TRK§1 MUSICAL GUEST Date: X—V February iD, 2DZ4 Time: 5:30PM-8:00PM — Location: , SihrerRock ParksAO �. ..... i. .-a - IRE SILVER FDDELI YEA R 9LER0 OF ROCK 'Y' g9LL AND CQI1Ni RY My 91L. lot Now TH FARK, , MUSICAL GUEST ECLIPSED WALL = A PINK FLOYD TRIBUTE March 16, 2024 17 - 9:30 pm At SilverRock Park plAT14►PNRLCW Community Events Mission L—Q: Rocket Launch @ Monticello Park MISSION LQ: ROCKETLAUNCH Saturday, March 9, 2024 18 AM - 10 AM At Monticello Park I Fred Waring Dr, La Quinta, CA 92253 This event is FREE and fun for ages six and up. Z, QUixt' • Mission LQ: Rocket Launch took place on Saturday, March 9 at Monticello Park from 8:00- 10:00 a.m. • Approximately 150 people were in attendance. City staff assisted participants with building their own rockets and launching them in an open space in the park. • Scouts BSA and the Ophelia Girls also assisted participants with passing out rockets and helping them to assemble the pieces. Community Events Easter Eggstravaganza @ La Quinta Park Grab your baskets for La Quinta's annual egg hunt, join us for a fun -filled Easter egg hunt with candy -filled eggs, a visit from the Easter Bunny, and Easter basket giveaways. (Please note. Easter haskets will be given away at 6.30am on a first came, first serve basis for the first Soo children present in person.] Visit MayinLaquintacom for more information k — • The annual Easter Eggstravaganza Egg Hunt took place on Saturday, March 30 from 9:00- 10:30 a.m. at La Quinta Park. Event offerings were adjusted due to inclement weather. • Pre -made Easter Baskets were handed out to children from the City. The Easter Bunny also made a brief appearance. • Approximately 1,500+ persons participated in this event. mil 181 X Park ' A ' Bike & Skate Programs/ Events/ Memberships < J 4 a • Attendance: 4,440 residents and 2,874 non-residents used the park this quarter. Park hours: 5 days a week (Monday -Friday 12:00 - 9:00 p.m.; Saturday -Sunday 9:00 a.m. — 9:00 p.m.). • Total Memberships: 99 memberships sold this quarter (66 resident and 33 non-resident). Overall memberships sold to date is approximately 1,227 (841 resident and 386 non-resident). • Programs: Skate Camp; Eddie and Friends Jam Session; Lonny Hiramoto Birthday Jam; Mini Skate Camp Lesson; Scooter Contest Pop-up; Skate Shop Day Contest; Shoe Sale Pop-up Contest; Quad Meet Up; Friday Fight Night Contest and a visit from Travis Barker and Kourtney Kardashian. 0 Events: New Year's Skate Jam, BMX Jam, USA BMX National Contest, and Easter Egg Hunt. 182 teQartra v GEM of the DESERT — DEPARTMENTAL REPORT ITEM NO. 5 DESIGN & DEVELOPMENT QUARTERLY REPORT The Design and Development Department consists of three divisions: Building, The Hub, and Planning r LriJ Building Division i'he Building Division administers and issues all residential and commercial building permit applications, reviews plans (plan checks), and conducts on -site building inspections for compliance with the La Quinta Municipal Code and California Building Standards Code. PLAN CHECK AND BUILDING PERMITS � F 15) Plan Check Submittals Building Permits Issued +12% from Q1 2023 -22% from Q1 2023 -----1-----------I----------- -----------r---------- r----- 789 -----�-----------�7�02 -------- ---- 673 468 ------- - - - - -- i i 647 680 479 594 2020 2021 2022 2023 2024 2020 2021 2022 2023 2024 183 Plan Check Fees $1945568 1 st Quarter Total $98k $56k $68k $58k $39k $40k 2023 2024 2023 2024 2023 2024 JANUARY FEBRUARY MARCH +18?' from Q1 2023 - - - - - - - - - - - $209k $165k $195k $114k $169k 2020 2021 2022 2023 2024 Building Permit Fees $15275151st Quarter Total $116k $66k $66k $80k $44k r ■ $42k 2023 2024 2023 2024 2023 2024 JANUARY FEBRUARY MARCH -42�8 from 012023 $525k --------------- $250k $263k $174k � $153k 2020 2021 2022 2023 2024 V14 T H E H U B The Hub serves as a one -stop permit center. It is the central location for obtaining permits for planning, building, engineering, business licenses, and special events. The Hub also issues permits for garage sales, home occupations, pool drains, re -roofs, and HVAC, window, water heater, and utility changeouts. Business Licenses -22% from Q1 2023 337 301 305 307 Eq 207 ■ , 0 2. 2023 2024 2023 2024 2023 2024 JANUARY FEBRUARY MARCH I I I I I I I I I I 907 I- 945 - -----1-�-814--- 546 -- I I I I I I I I I I I I I I I I 2020 2021 2022 2023 2024 Includes all phone calls received by the Concierge, the Hub general line, and all Permit Technicians. JAN 2023 JAN 2024 FEB 2023 FEB 2024 MAR 2023 MAR 2024 +3% from Q1 202" Permits Processed Online/In-Person Online (87.37%) In -Person (12.63%) Other Permits Issued +22% from Q1 2023 168 170 2. 178 96 ■ 12M ■ 2023 2024 2023 2024 2023 2024 JANUARY FEBRUARY MARCH I I I I I I _--L-----L-----J----- J------I--- I I I I I 413 436 422 516 I 322 I I I I 2020 2021 2022 2023 2024 Includes all customers checked in by the Concierge. 0 JAN 2023 , 321 JAN 2024 - 247 FEB 2023 327 FEB 2024 - 241 MAR 2023 419 MAR 2024 - 283 -28% from Q1 2023 185 The Planning Division administers the zoning and development standards and works with residential and commercial developers, architects, builders, and businesses to ensure that development is consistent with the City's Zoning Code and General Plan. Planning staff coordinates with the Planning Commission, whose primary function is to develop and maintain the City's General Plan, consider development applications, as well as to serve as an advisory body to the City Council. APPLICATIONS RECEIVED 2023 2024 JAN UARY -------- 36- i 2023 2024 FEBRUARY -25% from Q1 2023 7 a = 2023 2024 MARCH 2020 2021 2022 2023 2024 Modification By Applicant to modify a small parking area to accommodate an outdoor seating area for El Super Toro Loco Supermarket in the Village Shopping Center at 50991 Washington Street. Modification By Applicant for tenant Improvements to construct a new Handel's Ice Cream Shop, including facade improvements and dining patio addition. Modification By Applicant to make changes to existing buildings within the One Eleven Shopping Center located on Highway 111. Special Event Permit for the La Quinta Car Show on February 25, 2024, including live entertainment, food vendors, beer garden, and family activities located at 77865 Avenida Montezuma. Special Event Permit for a private wedding at the Dupont Estate on March 1, 2024. Special Event Permit for a Used Oil Filter Recycling Event on April 6, 2024, at the AutoZone located at 78792 Highway 111. Special Event Permit for a private wedding at the Austin Estate from March 29 thru 30, 2024. Temporary Use Permit for a food truck located on two vacant parcels in the Village. Approval of a Conditional Use Permit for a time extension on a temporary telecommunication monopole located at the La Quinta Resort. Approval of a Site Development Permit for a mixed -use residential and art/glassblowing studio in the La Quinta Village area at 78095 Calle Cadiz. Approval of the Club at Coral Mountain project, located south of Avenue 58, east and west of Madison Street, and north of Avenue 60, for up to 750 residential units, a golf course, and 60,000 square feet of retail commercial space within the Andalusia Specific Plan. Recommendation to authorize submittal of the General Plan and Housing Element Annual Progress reports for 2023 to the State Office of Planning and Research and the Department of Housing and Community Development. Approval of a Tentative Tract Map and Site Development Permit for 64 residential lots located east of Madison Street and north of Avenue 60 within the Andalusia Country Club. 186 La Quinta Development In Progress 79-y24 - _ . , L Luna Grill 79124 Highway 111, Suite 101 HflNbf?C� � *Rendering Only Handel's Homemade Ice Cream 79630 Highway 111, Suite 100 El Toro Loco 50991 Washington Street, Suite 1 I formerly Desert Club Apartments 51480 Desert Club Drive Village Hospitality Homes 4 locations in The Village Polo Villas 7 New Residential Units 187 188 DEPARTMENTAL REPORT ITEM NO. 8 4 Qurig rej C EA{ yr„, DESERT — Public Works/Engineering Quarterly Report The Public Works Department consists of six divisions: Engineering, Capital Improvement Projects (CIP), Parks, Lighting & Landscape, Traffic, Facilities, and Public Works Street Maintenance. Engineering Provides engineering design, construction oversight, and traffic support on a variety of infrastructure projects that help keep La Quinta safe and beautiful. Services Here are some activities for January, February, and March 2024: 9-P PROJECTS - IN DESIGN ................. Design is underway for the Cultural Campus AIL- Aw Overall Aerial New HG A 1QCC -CRY Cnwcll iPM PpMI m W s P—,— j a 189 Design is underway for the Fritz Burns Park Improvements Avenue 48 This project, led by Coachella Valley Association of Governments (CVAG), is finalizing the design phase and will construct an active transportation network for pedestrians and bicyclists with interactive arts Arts and Music Line and music. The project will establish a new public space that can only be experienced without a vehicle, and will create a safe route connecting schools, affordable housing, retail, and employment centers, and will have three connections to Coachella Valley Link (CV Link). Avenue 50 Widening Design is underway for the collaborative project with the City of Indio to widen Avenue 50 from Jefferson Street to Madison Street to its ultimate general plan standard, which will include a multi -use path on the south side of the street. Civic Center Lake This design is being finalized and solicitation is underway to contract a Construction Management firm for this project that will convert the Civic Center lake water from potable water to irrigation water Irrigation provided through Coachella Valley Water District (CVWD) lines (Bureau of Reclamation (BOR) Lines). CVWD has completed work to provide a point of connection and meter at the existing pumps. 190 Road Improvements CIP PROJECTS • Avenue 50 Bridge PMP Slurry Seal Improvements - As part of the 5-year Pavement Management Plan, slurry seal will continue Citywide, in the Cove, Village, on Washington Street, SilverRock Way, and Monroe Street. Dune Palms Road Pavement Rehabilitation - This project is currently out to bid, bids open on May 14, 2024. Highway 111 Pavement Rehabilitation - In Summer 2024, rehabilitation of Highway 111 between Washington Street and Jefferson Street will be completed. This project has federal funding and will be processed through Caltrans to receive funding. ----- ------------------------------------------------ - UPCOMING The City received Highway Bridge Program (HBP) funding authorization from Caltrans to begin the Preliminary Engineering phase of the project that will construct a bridge over the Evacuation Channel from Washington Street to 800 feet east of the channel crossing. Proposals for the Preliminary Engineering phase were received and staff is currently conducting contract negotiations with the selected firm. • Maintenance and Operations Yard The City has a request for proposals out with proposals due by April 25, 2024. City will review proposals and select a consultant to provide planning and design services for a new La Quinta Maintenance and Operations Yard. • Avenue 50 Sidewalk Improvements This project includes construction of a 6 foot sidewalk on the north side of Avenue 50 Street from Washington Street to Avenida Montero. • Washington Street Sidewalk Improvements This project includes construction of a 6 foot sidewalk on the east side of Washington Street from Calle Tampico to Avenue 50. • Cove Area Slurry Seal Improvements Phase I This project is the first of two phases to complete the slurry seal improvements of the cove area streets. • Avenue 52 at Jefferson Street Roundabout Improvements This project will provide an assessment and re -design of the existing roundabout at Avenue 52 and Jefferson Street. SilverRock Way Slurry Seal Improvements Improvements include slurry seal and dig outs of SilverRock Way from Avenue 52 to Jefferson Street. • Citywide Drainage Enhancements This project will upgrade drainage facilities for a minimum 150-year storm protection in accordance with the Focused Drainage Study. The upcoming drainage projects to be completed are Eisenhower Drive at Avenue 50 and on Avenida Bermudas north of Calle Tampico. • Landscape and Lighting Median Island Improvements This project entails refurbishing City -owned medians south of Highway 111, prioritized over five years. • City Hall Drainage Improvements This project will address exterior drainage improvements needed to prevent flooding at La Quints City Hall for future storm events. • Citywide Dog Park Improvements This project entails the construction of dog park facilities at SilverRock Park and in north La Quinta. Improvements may include agility elements, seating, and drinking fountains. • Welcome Center Improvements Construction of a restroom facility, drinking fountain, and bicycle tune-up station at the new City -owned Welcome Center property located near the entrance to the Bear Creek Trail on Eisenhower Drive and Calle Tampico. 191 CIP PROJECTS - IN CONSTRUCTION DUNE PALMS BRIDGE IMPROVEMENT PROJECT CONSTRUCTION LEFT: Monday, April 29, 2024 Dune Palms Road Northbound bridge opens to through traffic on Monday, April 29, 2024 ROAD OPENING dune Palms Road wiH be open to northbound and southbound motorists and pedestrians between Highway €II and lilackhawkVYayNVestward Ho.The newly constructed eastern bridge span well accommodate one lane of uaHic in each d,rectro,t Pedestr[arns may use the sidewalk an the eastern side of the bridge. Please reduce speed and ravel with caution through the area_ SOUTHROUND BRIDGE SPAN UPDATE Co structron an the southbound western iwidge span will continue through Spring 2025_ Crews are currently wor kirtg on the bridge support system, the abutments. and constructing the temporary bridge falsewori- 61ockhirwk Way Rnesmdlld Ik �wld ..slur .. w on ly6. *~4 H— Errs C {[o-:ldlr Yo.Yr� Sb:n rfob; Llrngl I II 7 I I K#=Y [elp�mNi�lc—r ' . ®Rn r�tlrll ■1I51NLM 'dM&C/Yh j IQIm11v1 -per 4'rlkyl�a�ol�� aC{ei��rew T i II_ ----------------- A 21-8 1 "M-A •e•_Y_nm'b22 C��rlxi lF. �l:] Jiluiry L,I�a liHA76 �L^^� I:v L^E3 .R]rt. 2'.]3 F__r, :'2 ::_i :�"_]'- :.-ev, 1iSf ]i•! ir'n `Jli6 %ilSi �'i. be erg �.y�+Q+_• kT 10tiLs�G vie b[�ia�! aoreeaole N2�r Frq[rtarll M =. -TM �xavaeee rwc6pnitiapr ie meY�tl ;:r=e7e [r Te xrNH woi oi�o�llia� yre�erbtl e-�.i �[pon ea:x.a.. Mir •unc_[tu [14}! e[ipe 4ve 4®M r.�•in»F=' saraA. wv :rL 7Jrr LQ Landscape Renovations - Cactus Flower EMChE:k the wEbske for a LIVE STREAM video 4 the construction xxre_ Irrigation and plants have been installed along Dune Palms, Fred Waring, Jefferson Street, and Buttercup Lane. Citywide Miscellaneous ADA Improvements Curb and gutter, ramps, cross gutter, and some sidewalks have been replaced to meet ADA compliance. -------------------------------------- ------------------------------- Public Works Development ----------------- .------------------------------ Engineering assistance and project review during January, February, and March 2024: Project Reviews Completed Permits Issued PERIOD 2023 2024 Percentage Change From Last Year PERIOD 2023 2024 Percentage Change From Last Year January 17 26 4% V January 9 19 111% A February 25 38 52% A February 11 28 155%♦ March 31 47 47% V March 13 10 23% V Year to Date 84 111 32% V Year to Date 33 57 73% Traffic The traffic operations team completed 8 citizen request work orders, 65 work orders, 8 public records request, and 11 emergency on call work orders. • Began yearly level 2 maintenance at 16 intersections • Completed The American Express and BNP Paribas event traffic monitoring • Completed potholing and running fiber network at intersections and installing equipment at intersections for the Coachella Valley Sync project, phase 2. Also began sidewalk and concrete repairs and starting phase 2 equipment turn on • Completed the Art Festival banner installation ----------------------------------------------------------------------------- Facilities ----------------------------------------------------------------------------- The facilities team completed the following projects: • La Quinta Park paint refresh • Storm preparation • Citywide Art rotation • City Hall EV charger relocation • Special Events Preparation • City Hall server room back up HVAC install 193 Responded to 310 work orders, including but not limited to: facilities maintenance, fire station maintenance, personnel requests, and park facility maintenance. The team also prepared for special events and the Art Celebration. Parks and Lighting & Landscape ---------------------------------------------------------------- Parks and LU staff responded to work orders including but not limited to: playground maintenance, graffiti removal, and site distance issues. Cobble in the planter beds at the SilverRock Event park was installed to reduce erosion from water runoff. 194 Landscape restoration was completed at the center median on Avenue 52 between Desert Club Drive and Washington Street, and on Jefferson Street between Avenue 52 and Avenue 53. Street and Stormwater. Maintenance 231 work requests were completed, including: • Accident/Damage/Risk Emergency Response Storm Drain Repair and Maintenance • Debris/Litter Removal/Right-of-Way Maintenance • Graffiti Removal (Right -of -Way) Street Sweeping • Pothole or Street Repair Street Sign Repair/Maintenance • Sidewalk/Concrete Repair Vehicle/Equipment/Operations Yard Maintenance • Tree Maintenance Right -of -Way Maintenance - Before Right -of -Way Maintenance - After Street Repair 195 196 REPORTS AND INFORMATIONAL ITEM NO. 31 aw- ■palmsprings INTERNATIONAL AIRPORT AIRPORT COMMISSION MEETING AGENDA Airport Conference Room, Palm Springs International Airport 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262 Wednesday, April 17, 2024 - 5:30 P.M. To view/listen/participate in the meeting live, please contact Paula Pak at Paula. Pak(a-)palmspringsca.gov or the following telephone number (760) 318-3832 to register for the Zoom meeting. There will be an email with Zoom credentials sent after registration is complete, in order to access the meeting and offer public comment. In addition, the meeting will also be teleconferenced pursuant to Government Code Section 54953 from the following location(s): TELECONFERENCE LOCATION(S): Commissioner David Feltman — City of Palm Springs 5050 Kestral Parkway South Sarasota, FL 34231 Each location is accessible to the public, and members of the public may address the Airport Commission from any of the locations listed above. Any person who wishes to provide public testimony in public comments is requested to file a speaker card before the Public Comments portion of the meeting. You may submit your public comment to the Airport Commission electronically. Material may be emailed to: Paula. Pak(apalmspringsca.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: City of Cathedral City: City of Palm Desert: Aftab Dada - David Feltman Chair Margaret Park Tony Michaelis Kevin Wiseman Kevin J. Corcoran J Craig Fong City of Indian Wells: City of Coachella: City of Rancho Mirage: Vice Chair Robert Berriman Denise Delgado Keith Young Vacant Tracy Martin Todd Burke M. Guillermo Suero City of La Quinta: Kathleen Hughes City of Desert Hot Springs: Jan Pye City of Indio: Rick Wise Daniel Caldwell Dave Banks Palm Springs City Staff Scott C. Stiles Harry Barrett Jr., A.A.E. Jeremy Keating City Manager Airport Executive Director Assistant Airport Director 197 Airport Commission Meeting Agenda April 17, 2024 — 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 Special Meeting of December 6, 2023 7. INTRODUCTIONS AND PRESENTATIONS: 7.A Tanya Perez, Administrative Specialist 8. DISCUSSION AND ACTION ITEMS: 8.A Car Rental Car Wash Facility Noise Update 8.13 CONRAC Alternatives Update 8.0 Strategic Business Plan - Notice to Proceed to InterVISTA 8.11) Relocating Existing Art 8.E Marketing and Business Development Committee Update 8.F Marketing and Air Service Update 8.G Ad Hoc Design Review Committee Update 8.11-11 Concessions Update 8.1 Financial Summary Update 8.J Projects and Airport Capital Improvement Program Update 9. EXECUTIVE DIRECTOR REPORT 10. COMMISSIONERS REQUESTS AND REPORTS 11. REPORT OF COUNCIL ACTIONS: 11.A Past City Council Actions 11.13 Future City Council Actions 12. RECEIVE AND FILE: 12.A Airline Activity Report March 2024 12.13 Airline Activity Report Fiscal Year Comparison 13. COMMITTEES: 13.A Future Committee Meetings 198 Airport Commission Meeting Agenda April 17, 2024 — Page 3 ADJOURNMENT: The Airport Commission will adjourn to a Regular Meeting on May 15, 2024, at 5:30 P.M. AFFIDAVIT OF POSTING I, Harry Barrett, Jr., Airport Executive Director, City of Palm Springs, California, hereby certify this agenda was posted on April 11, 2024, 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. 199 Palm Springs Airport Commission Report — April 17, 2024 Meeting Discussion and Action Items: Car Rental Car Wash Noise — Update is that the noise is no longer a factor. Enterprise Car Rentals now washes the cars early in the morning which eliminates the noise factor throughout the day and evening. The surrounding neighborhood is much relieved and appreciative of having this matter resolved. It should have been addressed much earlier. CONRAC Alternative Updates — Continue to strive towards original plan of the car rental facility being onsite rather than offsite. There really is not an ideal location offsite without causing traffic congestion and inconvenience to both travelers as well as local residents. My only concern is that a multi -story building may not be aesthetically pleasing to the eye but it is certainly more practical. It is also a much more positive customer experience. A concession is that one or two floors of the new facility could be underground. Strategic Business Plan — Just started. Relocating Existing Art — In progress. However they need to consider going outside of Palm Springs and perhaps even out of the Coachella Valley to acquire the best quality of sculpture for the price. The Valley is too limited with its talent. The existing art also needs to be better maintained. It needs to be cleaned and some of it repaired. The care of the public art must be ongoing. Marketing & Business Development Committee Update — Marketing & Air Service Update — Canadian air service is always cut back end of April but will return in October/November. Currently May through September are showing down from previous year but they will be stronger as people make their summer plans for escaping the heat of a desert summer. The runway construction at SFO continues to reduce summer flights into PSP and airlines continue to adjust their schedules due to Boeing 737 MAX delivery delays. Seats start to increase in October with an additional 14,000+ departing seats compared to a year ago. February Total Passenger Counts is an increase of 2.3% over 2023 and a new record month of 382,596 passengers. March continued this trend with an increase of 6.4% over 2023 and a new record month with 479,118 passengers. Ad Hoc Design Review Committee Update — New menus for onsite restaurants and bars are being developed with emphasis on fresh and healthy. All collateral for these new venues is also currently in design. Concessions Update — all on schedule for projected opening dates. Half Moon Empanadas has been removed from the schedule. Financial Summary Update — Victoria Carpenter, Finance Director, simply stated that the airport continues to be profitable. Already the revenue of $6.6M represents 72% of the full year budget which reflects the seasonal nature of the car rental business. Fund 415 for Airport Operations & Maintenance shows the YTD is $9.7M below the prior year because the prior year included the 200 CARES ACT funding of $61VI and ARPA funding of $61VI that will not be repeated in the current year. Adjusting for these two items, revenue if up 18% YTD over the prior year. Projects and Airport Capital Improvement Program: Will be mentioned in the Executive Director Report. Executive Director Report — Harry Barrett mentioned that homeless have been noticed once again at the airport and the temperatures have yet to hit 100 degrees. None of them have been aggressive and have quietly left the premises. This situation will continue to be evaluated. All other capital projects continue to be in design or in process. They are all on schedule based on our timeline. The exception is the Baggage Claim Expansion and Renovation which is now delayed and remains in environmental review. There is no indication of when the review process will be completed. It is a result of the Wexler terminal building being listed on the National Register of Historic Places which makes it subject to additional reviews. The Sterile Area Shade Structures are to be installed by June 2024. The next Airport Commission Meeting will be on May 15, 2024 at 5:30 pm. 201 POWER POINTS CITY COUNCIL MEETING MAY 7, 2024 City Council Regular Meeting May 7, 2024 CVAG BE A PART OF THE Coachella Valley Broadband Strategic Plan Survey OPEN through June 30, 2024. RESPONSES ARE ANONYMOUS AND CONFIDENTIAL CALIFORNIA TAKE THE SURVEY! ono r� 0 City Council Regular Meeting May 7, 2024 CLOSED SESSION IN PROGRESS TAKE THE C VAG SURVEY! BE A PART OF THE Coachella Valley Broadband Strategic Plan ft1103307%, Survey OPEN through June 30, 2024. RESPONSES AREANONYMOUS AND CONFIDENTIAL Pledge of Allegiance 00;4- 5/8/2024 I a- :- ' A. CALIFORNIA - 5/8/2024 City Council Meeting May 7, 2024 P1 —Proclamation in Recognition of the 55tn Annual Municipal Clerks Week ,.7 m�. ,% j I (Vow U _ CALIFORNIA - =k74 _ MIMNOW - - i 5/8/2024 City Council Meeting May 7, 2024 131 - Approve Contract for Managed IT Services for FY 24/25 through 28/29 f iGN5�_.' Managed IT Services 0000 24/7 REMOTE SERVER MONITORING MOBILE DEVICE DESKTOP MONITORING AND MANAGEMENT MONITORING SERVICES 4D 0 MAINTENANCE ONSITE SUPPORT RFP Process • Current Vendor Contract Expiring 0 NETWORK AND SECURITY ASSESSMENTS • Explored software to assist with Procurement • Marketplace.city • Advertised to wider group of applicants • Evaluated initial applicants May 7, 2023 r Mark plafe-cmity Where Local Governments Find, Validate and Procure Great Technology La Quinta, CA Managed IT Services Briefing Packet 11 Markptplacecity Marketplace. city helps governments source, evaluate and procure technology products and services. Clearbox Source is a collaborative online platform that provides critical market data at every step of the technology evaluation process, customized to your government's size, type, and need. Key Facts: • Based in Chicago, IL • State and Local Government exclusive focus • Over 225 governments across the US use data from Marketplace. city • Helps governments perform due diligence across tech procurements • Support at every stage, incl. budgeting, planning, solicitation development, marketing, vendor analysis, contracting, 12 Process: • Growing data model with information across 250+ government verticals • Provides tools for governments to make data -driven procurements. • Reduces time by up to 60% of standard solicitation process • Frictionless process that encourages vendor participation, including from Small, Local, Disadvantaged Businesses • Dedicated Customer Success • Unlimited projects at the government's discretion 225+ LOCAL GOVERNMENT PARTNERS AURORA '_� iV ILLINOIS �1 Seattle B`EAC CARY MIMI®D TFIE REGIONAL PARTNERS CO, Vr' NORTH TEXAS C.0 I `i Iniwva,io A�Ila,xe = ALLIANCE 12 32 May 7, 2023 Mark�tplacecity 13 14 OUTPUTS --- ✓ Completed Scope Document - ✓ Market Landscape Report (iterative) ✓ Validated Cases Studies, Pricing, Contracts ✓ Vendor Outreach Approach and Execution ✓ Vendor Response Analysis ✓ Down -Selection Support Tools_- ✓ Final Briefing -- ✓ Vendor Selection ✓ Approval Process Support Tools - ----_- ----= ✓ Final Clearbox - 13 7 May 7, 2023 15 Connecting the Dots .. ;; for the city needs Total Technology Provider: goes beyond the basics. We take a holistic approach to managing yourtechnology,ensuringthatyour infrastructure, support systems, and business strategies work seamlesslytogether. People -Centric Support: Youremployeeslim the heart of support everystep at business, and we�retw rkadere and the way. W1th unlimRed help desk support, assigned network administrators. and eek, support, administrators, • comprehensive documentation, we empower your people to work efficiently and effectively. Plus, our proactive education and safety measures keep your team secure and Informed. Enterprise -Grade Cyhersecdrity: In real threats, giving you peace of mind knowing your data and systems are secure. today's Safe Experiences Empowering digital age, cybersocudty is non-negotiable. Welmplement cuttin"dge solutions like SPLUNK,SCAR. SEIM,SOC,aad NOC, all using the MlTnE framework, to keep your business The City of La Quinfa safefrom threats. Ourteam of experts eliminates noise and Idemifies. Strategic Business Alignment: Technology should be amyl to drive your business forward, not hold It back. Our strategic • planning, structure, security, and road mapping services ensure that your ET aligns with your business objectives, We bring decades of expertlse and industry knowledge to the table, Business Alignment helping you make informed decisions and stay ahead of the curve. Genuine Partnership At the core of everything we do is a genuine care for your success. We don't Just provide services; we build relationships. Our local talent and management team take the time to understand your unique needs and challenges, ensuring that our solutions are tailored to your specific goals. With Visuat Edge IT, you have a partner that is invested In your success and will go the extra mile to help you achieve it. ff-M 0 May 7, 2023 ilInfrastructure. m Support : Security: m Strategy: 'O N CO CO N C r N C C C C v ❑ Y LO C O C E C Y ro y C "O u �' N i a N w aE o°' nE Q° °o YY �E pip Ec io �0 �� ac X D C al C CD L Q 1i 4 a, Q �� Z� O C i v C Q E - � m N m O L '� � : NUD Oc a) W a� to CC � � CC . p''' -O Q YCL o 'E E (U7 fl— �C � � v � a ac � � � E � Cutu L avi 0 uL, i ¢ a VI E CE < Zco �'CC bpv _�+'y �! ~ 2 C N E O '� O ❑ CO 7 >> N Q O` C VV) C aj N Q �Q ¢ vLu Z-0 -a 31 N � Q 7 V�1 C r N 7 LL 17 18 a j I WOW— U _ CALIFORNIA - i City Council Meeting May 7, 2024 B2 - Approve MOU for Greater Coachella Valley Chamber of Commerce for FY 2024/25 Irs i7�. mlit -CAS.. Memorandum of Understanding Overview Since 1991 annual services agreements with Chamber Event funding assist — State of the City — Hot Rod & Custom Car Show Business engagement The Gem — Print — Digital FY 23124 Recap • Business Development • Over 100 new members this year • 8 Business Walks in La Quinta • 2 Mixers in La Quinta • 15 Ribbon Cuttings FY 23/24 Recap • Marketing • LQ events/news e-blasted to 5,900 subscribers, through website, and social media • Gem • Published on time every month • 8 months sold out on ad space • New Gem site finished (thegemlq.com) 2024/25 Fiscal Impact • Event assist • State of the City: $22,500 • Hot Rod Car Show: $10,000 w/options • Business engagement - $8,000 • Digital Version of The Gem - $1,000 • The Gem - 12 issues distributed to residents and businesses — $133,089 Total for FY 2024/25 without options: $174,589 State of the City • FY 2023/24 Cost: $15,000 • FY 2024/25 Cost: $22,500 (Increase $7,500) due to increase in cost of venue food and logistics. Hot Rod & Custom Car Show • FY 2024/25: $10,000 (No change) • Additional options recommended Hot Rod & Custom Car Show Options Option 1: LED wayfinding sign & video wall - $3,000 Hot Rod &Custom Car Show Options Option 2: Addition of 6 perimeter speakers - $2,750 Business Engagement L • FY 2024/25: $8,000 (No change) • Business Development • Business Walks • Mixers • Ribbon Cuttings/Ground Breakings/Grand Openings The Gem Current Breakdown — 36 pages total, 12 city pages (9 months) » 10 city pages & 2 recycling pages — 32 pages total, 8 city pages (3 months) » 6 city pages & 2 recycling pages — 16,000 Qty (Not including P.O. Boxes & Seasonal Residents) Total: $133,089 ($109,089: General Fund, $24,000: AB 939) � a sr' � 'i ` h City Council Meeting j& May 7, 2024 B3 - Fire Services and Ladder Truck Agreements ..�4w 114 c' C;A1 L E'. P-Ail N Background • Fire Services provided to the city by the county since 1986. • Fire staffing for all three stations. - Battalion Chief (Oversees Operations) -Three fire marshal positions. • Supervisor, Specialist, and Inspector Fire Service Agreement Terms • Effective - July 1, 2024 to June 30, 2029 • Longer term limit. • Estimated Cost for FY 2024-2025: $9,434,448. • All potential cost to be covered by annual fire property tax. Ladder Truck Agreement Terms • Effective July 1, 2024 to June 30, 2029 • Cities of La Quinta, Indio, Coachella and County of Riverside to share staffing and maintenance cost • Cost allocation: Indio 50%, County of Riverside 25%, La Quinta and Coachella 12.5% • La Quinta's portion estimated at $271,515 for FY 2024-2025 Questions • te Qa CALIFORNIA WRITTEN PUBLIC COMMENT CITY COUNCIL MEETING MAY 7, 2024 CITY COUNCIL MEETING MAY 7, 2024 - WRITTEN PUBLIC COMMENTS BY RESIDENTS PETER WILKINS AND DEMETRIA PAZANO MATTERS NOT ON THE AGENDA - RELATED TO A RESIDENTIAL WALL PERMIT Peter Wilkins Demetria Pizano 54680 Avenida Juarez La Quinta, CA 92253 5/7/2024 Mayor Evans Councilmembers Fitzpatrick, McGarrey and Sanchez 78-495 Calle Tampico La Quinta, CA 92253 Dear City Council, My name is Peter Wilkins, and cc'd is my partner Demetria Pizano. We are new homeowners in your city, having bought our home in La Quinta Cove in August 2022. We fell in love with the beautiful views and the opportunity to own a home in a quiet, peaceful place. We have lived in The Cove for 16 months. Unfortunately, the reality has been very challenging. On September 15th, 2023, we received a Courtesy Notice, and later, a Notice of Violation, from the City's Code Compliance Division stating that unpermitted modifications to our front block wall had been made. We investigated further and learned that the sellers of our home had raised the front block wall by a single course of bricks. This work was done without a permit by the previous owners, and it was not disclosed to us during the sale of our home. This is unfortunate, and we understand it is now our responsibility to remedy their violation and bring our home into code compliance via the permitting process. What we don't understand is why we are the only home being unfairly targeted by Code Compliance, when at least one other home, on the same street, with the same wall, and with the exact same unpermitted modification to their block wall, is not being cited? This feels like bias and maybe even discrimination. Is this related to us being newer home owners that paid a higher price than the other owners? We're not sure, but it isn't fair, and we're not happy with how Code Compliance is treating new home owners in La Quinta. We have since been engaged in a very long and drawn out sequence of communications with Code Compliance, which at times has taken 2-3 weeks to respond to each of our emails or voicemails as we have tried to learn more and work with them to resolve the problem. We have at times waited weeks to hear back from Code Compliance. We have completed the requested structural engineering study and provided this to the Permit department to justify that the wall complies with applicable building codes. They are now asking us to provide information on the contractor who did the work. Since it was the sellers who performed this work, 4 years ago, and not us, we have not contracted with anyone to perform this work and we have no way of directly knowing who did this work and whether or not they were even licensed contractors. Fortunately, we were able to learn who did the work from our neighbor, who has the exact same wall, built at the same time, with the exact same unpermitted addition, who is not being cited or harassed by the city in any way. We then provided permitting this information which includes the contractor name, address, and CSLB#. Permitting then refused to approve our permit, because they require that the contractor has a business license in La Quinta! We are unable to make contact with this contractor and have no idea if he even still lives in California. We have tried explaining to Permit that we have not contracted anyone to do this work, this work was done 4 years ago by the sellers, and we have no control over what licenses a contractor from 4 years ago that we have not contracted with had or has today. Unfortunately, our attempt to explain this nuance has fallen on deaf ears. Demetria and I have both called and left voicemails, and we've both emailed them asking them to call us so we can talk to someone on the phone about this. Nobody has answered the phone or returned our calls, and instead, on 4/30/2024 we receive an email that Permit is still refusing to grant us the permit, for which a structural engineering study has already shown is safe and in compliance, because the licensed California contractor who the sellers contracted with, may not have had a La Quinta city business license at the time the work was done, four years ago? We are sure you can understand why at this point we are extremely frustrated and unhappy with the treatment we've received, and feel we have been unfairly targeted and discriminated against. It is clearly unreasonable to expect us to change who the sellers of our home contracted with four years ago, and we have no control over whether or not a contractor we have not contracted, had a LQ business license four years ago. We have never felt so mistreated by any place we have lived. Our emails have gone unanswered for weeks, our calls have not been returned, and we have thus been unable to partner effectively with the City to resolve this issue. In conclusion we ask that there be a more consistent and fair enforcement of municipal building codes throughout the City, that Code Compliance is given a Service Level Agreement (SLA) that requires them to respond to Residents within 3-5 business days and certainly faster than 2-3 weeks per email or call, and most importantly, we ask that you grant us this permit and let us move on with our lives after 8 months and thousands of dollars spent correcting the non -disclosures of our home's previous owners. Sincerely, Peter Wilkins & Demetria Pizano 54680 Avenida Juarez La Quinta, CA 92253 From: Peter Wilkins <peter.a.wilkins@gmail.com> Sent: Monday, May 6, 2024 8:27 PM To: City Clerk Mail; jnelson@laqunitaca.gov Cc: Demetria Pizano Subject: Request for City Council Help + Public Comments For 5/7/24 City Council Attachments: La Quinta City Hall Complaint May 2024.pdf Dear Jennifer Nelson, Asper your conversation with my partner Demetria today (cc'd), please find attached our request for help from the City Council, to be forwarded to them individually, as well as to be added to the Public Comments for the upcoming 5/7/2024 City Council meeting. I have also included the message below, and we look forward to hearing back from the Mayor and our Councilmembers soon. Thankyou, Peter Wilkins & Demetria Pizano 54680 Avenida Juarez, La Quinta, CA 92253 Peter Wilkins Demetria Pizano 54680 Avenida Juarez La Quinta, CA 92253 5/7/2024 Mayor Evans Councilmembers Fitzpatrick, McGarrey and Sanchez 78-495 Calle Tampico La Quinta, CA 92253 Dear City Council, My name is Peter Wilkins, and cc'd is my partner Demetria Pizano. We are new homeowners in your city, having bought our home in La Quinta Cove in August 2022. We fell in love with the beautiful views and the opportunity to own a home in a quiet, peaceful place. We have lived in The Cove for 16 months. Unfortunately, the reality has been very challenging. On September 15th, 2023, we received a Courtesy Notice, and later, a Notice of Violation, from the City's Code Compliance Division stating that unpermitted modifications to our front block wall had been made. We investigated further and learned that the sellers of our home had raised the front block wall by a single course of bricks. This work was done without a permit by the previous owners, and it was not disclosed to us during the sale of our home. This is unfortunate, and we understand it is now our responsibility to remedy their violation and bring our home into code compliance via the permitting process What we don't understand is why we are the only home being unfairly targeted by Code Compliance, when at least one other home, on the same street, with the same wall, and with the exact same unpermitted modification to their block wall, is not being cited? This feels like bias and maybe even discrimination. Is this related to us being newer home owners that paid a higher price than the other owners? We're not sure, but it isn't fair, and we're not happy with how Code Compliance is treating new home owners in La Quinta. We have since been engaged in a very long and drawn out sequence of communications with Code Compliance, which at times has taken 2-3 weeks to respond to each of our emails or voicemails as we have tried to learn more and work with them to resolve the problem. We have at times waited weeks to hear back from Code Compliance. We have completed the requested structural engineering study and provided this to the Permit department to justify that the wall complies with applicable building codes. They are now asking us to provide information on the contractor who did the work. Since it was the sellers who performed this work, 4 years ago, and not us, we have not contracted with anyone to perform this work and we have no way of directly knowing who did this work and whether or not they were even licensed contractors. Fortunately, we were able to learn who did the work from our neighbor, who has the exact same wall, built at the same time, with the exact same unpermitted addition, who is not being cited or harassed by the city in any way. We then provided permitting this information which includes the contractor name, address, and CSLB#. Permitting then refused to approve our permit, because they require that the contractor has a business license in La Quinta! We are unable to make contact with this contractor and have no idea if he even still lives in California. We have tried explaining to Permit that we have not contracted anyone to do this work, this work was done 4 years ago by the sellers, and we have no control over what licenses a contractor from 4 years ago that we have not contracted with had or has today. Unfortunately, our attempt to explain this nuance has fallen on deaf ears. Demetria and I have both called and left voicemails, and we've both emailed them asking them to call us so we can talk to someone on the phone about this. Nobody has answered the phone or returned our calls, and instead, on 4/30/2024 we receive an email that Permit is still refusing to grant us the permit, for which a structural engineering study has already shown is safe and in compliance, because the licensed California contractor who the sellers contracted with, may not have had a La Quinta city business license at the time the work was done, four years ago? We are sure you can understand why at this point we are extremely frustrated and unhappy with the treatment we've received, and feel we have been unfairly targeted and discriminated against. It is clearly unreasonable to expect us to change who the sellers of our home contracted with four years ago, and we have no control over whether or not a contractor we have not contracted, had a LQ business license four years ago. We have never felt so mistreated by any place we have lived. Our emails have gone unanswered for weeks, our calls have not been returned, and we have thus been unable to partner effectively with the City to resolve this issue. In conclusion we ask that there be a more consistent and fair enforcement of municipal building codes throughout the City, that Code Compliance is given a Service Level Agreement (SLA) that requires them to respond to Residents within 3-5 business days and certainly faster than 2-3 weeks per email or call, and most importantly, we ask that you grant us this permit and let us move on with our lives after 8 months and thousands of dollars spent correcting the non -disclosures of our home's previous owners. Sincerely, Peter Wilkins & Demetria Pizano 54680 Avenida Juarez La Quinta, CA 92253