HomeMy WebLinkAboutAgenda Package - Palm Desert City Council - Regular Meeting_Jul10_2025
PALM DESERT CITY COUNCIL
MEETING AGENDA
Thursday, July 10, 2025
Closed Session 3:30 p.m.; Regular Session 4:00 p.m.
Council Chamber, City Hall
73-510 Fred Waring Drive
Palm Desert, California
This is a joint meeting of the Palm Desert City Council, Successor Agency to the Palm Desert
Redevelopment Agency, Palm Desert Housing Authority and the Palm Desert Board of Library
Trustees. Pursuant to Assembly Bill 2449, this meeting may be conducted as a hybrid meeting
allowing public access via teleconference or in person, and up to two Councilmembers may attend
remotely.
WATCH THE MEETING LIVE: Watch the City Council meeting live at the City’s website:
www.palmdesert.gov under the “Meeting Agendas” link at the top of the homepage, or on
the City's YouTube Channel.
OPTIONS FOR PARTICIPATING IN THIS MEETING:
If unable to attend the meeting in person, you may choose from the following options:
OPTION 1: VIA EMAIL
Send your comments by email to: CityClerk@palmdesert.gov.
Emails received prior to 10:00 a.m. on the day of the City Council meeting will be made part of the
record and distributed to the City Council. Emails will not be read aloud at the meeting.
OPTION 2: LIVE VIA ZOOM
Access via palmdesert.gov/zoom or zoom.us, click “Join Meeting” and enter Webinar ID 833
6744 9572.
1.
OPTION 3: LIVE VIA TELEPHONE
(213) 338-8477 and enter Meeting ID 833 6744 9572 followed by #.1.
Indicate that you are a participant by pressing # to continue.2.
During the meeting, press *9 to add yourself to the queue and wait for the City Clerk to
announce your name/phone number. Press *6 to unmute your line and limit your comments
to three minutes.
3.
Pages
1.CALL TO ORDER - CLOSED SESSION - 3:30 P.M.
2.PUBLIC COMMENT FOR CLOSED SESSION ITEMS ONLY
This time has been set aside for members of the public to address the City
Council on items contained only on the Closed Session Agenda within the three-
minute time limit. Speakers may utilize one of the three options listed on the first
page of this agenda.
3.RECESS TO CLOSED SESSION
4.CLOSED SESSION AGENDA
The following items will be considered in closed session:
4.a Closed Session Meeting Minutes: June 26, 2025
4.b Public Employee Performance Evaluation pursuant to Government Code
Section 54954.5(e)
Interim City Manager
5.ROLL CALL - REGULAR MEETING - 4:00 P.M.
6.PLEDGE OF ALLEGIANCE
Councilmember Pradetto
7.INSPIRATION
Councilmember Quintanilla
8.REPORT OF CLOSED SESSION
City Attorney Shah
9.AWARDS, PRESENTATIONS, AND APPOINTMENTS
9.a OUTDOOR WORKER APPRECIATION PROCLAMATION 13
10.CITY MANAGER COMMENTS
10.a LIBRARY - YEAR ONE UPDATE
11.MAYOR/COUNCILMEMBER REPORTS AND REQUESTS FOR ACTION
12.NONAGENDA PUBLIC COMMENTS
This time has been set aside for the public to address the City Council on issues
that are not on the agenda for up to three minutes. Speakers may utilize one of
the three options listed on the first page of the agenda. Because the Brown Act
does not allow the City Council to act on items not listed on the agenda,
members may briefly respond or refer the matter to staff for a report and
recommendation at a future meeting.
13.CONSENT CALENDAR
All matters listed on the Consent Calendar are considered routine and may be
approved by one motion. The public may comment on any items on the Consent
Agenda within the three-minute time limit. Individual items may be removed by
the City Council for a separate discussion.
Palm Desert City Council Meeting Agenda
July 10, 2025
2
RECOMMENDATION:
To approve the consent calendar as presented.
13.a APPROVAL OF CITY COUNCIL, SUCCESSOR AGENCY, AND
HOUSING AUTHORITY MINUTES
15
RECOMMENDATION:
Approve the Minutes of June 26, 2025.
13.b APPROVAL OF WARRANT REGISTERS 33
RECOMMENDATION:
Approve the warrant registers issued for the period 6/19/2025 to 6/26/2025.
13.c ADOPTION OF ORDINANCE NO. 1431, APPROVING A GENERAL PLAN
AMENDMENT FROM SMALL TOWN NEIGHBORHOOD TO
NEIGHBORHOOD CENTER FOR A 2.21 ACRE PROPERTY ON THE
NORTHWEST CORNER OF FRED WARING DRIVE AND FAIRHAVEN
AVENUE AND MAKING A FINDING OF EXEMPTION UNDER CEQA
65
RECOMMENDATION:
Adoption of Ordinance No. 1431 entitled, “AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
A GENERAL PLAN AMENDMENT FROM SMALL TOWN
NEIGHBORHOOD TO NEIGHBORHOOD CENTER FOR A 2.21 ACRE
PROPERTY ON THE NORTHWEST CORNER OF FRED WARING DRIVE
AND FAIRHAVEN AVENUE AND MAKING A FINDING OF EXEMPTION
UNDER CEQA. (ASSESSOR’S PARCEL NUMBER 640-040-016).”
13.d ADOPTION OF ORDINANCE NO. 1432, AMENDING PALM DESERT
MUNICIPAL CODE CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH
UNIFORM PROPERTY MAINTENANCE OPERATING HOURS AND
MAKING A FINDING OF EXEMPTION UNDER CEQA
73
RECOMMENDATION:
Adoption of Ordinance No. 1432 entitled, “AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, AMENDING
PALM DESERT MUNICIPAL CODE CHAPTER 9.24, NOISE CONTROL,
TO ESTABLISH UNIFORM PROPERTY MAINTENANCE OPERATING
HOURS AND MAKING A FINDING OF EXEMPTION UNDER CEQA.”
13.e LETTER OF SUPPORT FOR THE JOSLYN CENTER’S GRANT
APPLICATION TO BIGHORN GOLF CLUB CHARITIES FOR HVAC
SYSTEM REPLACEMENT
81
RECOMMENDATION:
Ratify issuance of a letter of support for The Joslyn Center’s application to
BIGHORN Golf Club Charities requesting grant funding to replace HVAC
units at its facility.
Palm Desert City Council Meeting Agenda
July 10, 2025
3
13.f LETTER OF SUPPORT FOR DESERT RECREATION DISTRICT’S
GRANT APPLICATION TO BIGHORN GOLF CLUB CHARITIES
85
RECOMMENDATION:
Ratify issuance of a letter of support for the Desert Recreation District’s
grant application to BIGHORN Golf Club Charities requesting funding to
provide scholarships for residents to participate in core programs and
activities.
13.g LETTER OF SUPPORT FOR THE RANDALL W. LEWIS CENTER FOR
ENTREPRENEURSHIP AND SCHOOL OF ENTREPRENEURSHIP
APPLICATION TO THE THRIVE INLAND SOCAL CATALYST GRANT
PROGRAM
89
RECOMMENDATION:
Ratify issuance of a letter of support for the Randall W. Lewis Center for
Entrepreneurship and the School of Entrepreneurship’s application to the
THRIVE Inland SoCal Catalyst Grant Program to sustain and expand
programming delivered through the Palm Desert Entrepreneurial Resource
Center.
13.h RESOLUTION SETTING THE CITY COUNCIL REGULAR MEETING
SCHEDULE FOR THE CALENDAR YEAR 2026
93
RECOMMENDATION:
Adopt a resolution entitled, “A RESOLUTION OF THE CITY COUNCIL OF
THE CITY OF PALM DESERT, CALIFORNIA, SETTING THE CITY
COUNCIL REGULAR MEETING SCHEDULE FOR THE CALENDAR
YEAR 2026.”
13.i CORRECTION TO APPOINTMENT TERM FOR THE JOSLYN COVE
SENIOR CENTER BOARD
99
RECOMMENDATION:
Approve a correction to the term of appointment for Janet Davidson to the
Joslyn Cove Senior Center Board, establishing the term as July 1, 2025,
through June 30, 2027, in accordance with the Joslyn Center’s bylaws.
13.j REJECT ALL BIDS FOR CAHUILLA HILLS PARK AND TRAILHEAD ADA
IMPROVEMENTS AND AUTHORIZE STAFF TO READVERTISE FOR
BID, PROJECT NO. MPK00005
101
RECOMMENDATION:
Reject all bids submitted for the Cahuilla Hills Park and Trailhead
ADA Improvements.
1.
Authorize staff to re-bid the project with revisions to contractor
license requirements.
2.
Palm Desert City Council Meeting Agenda
July 10, 2025
4
13.k RESOLUTION REAFFIRMING PARTICPATION IN THE PERMANENT
LOCAL HOUSING ALLOCATION PROGRAM
103
RECOMMENDATION:
Adopt a resolution entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA,
REAUTHORIZING PARTICIPATION IN THE PERMANENT
LOCAL HOUSING ALLOCATION (PLHA) PROGRAM AND
SUPERSEDING RESOLUTION NO. 2020-49.”
1.
Authorize the City Manager, or their designee, to execute all
documents required or deemed necessary or appropriate by the
California Department of Housing and Community Development
(HCD) for the continued administration of PLHA funds, including
but not limited to funding agreements, amendments, and reporting
documents;
2.
13.l MEMORANDUM OF UNDERSTANDING WITH THE COACHELLA
VALLEY ASSOCIATION OF GOVERNMENTS FOR THE CV HOUSING
FIRST PROGRAM, AND AUTHORIZE PAYMENT FOR FISCAL YEAR
2025-2026
111
RECOMMENDATION:
Approve a Memorandum of Understanding (MOU) with Coachella
Valley Association of Governments (CVAG) for the CV Housing
First Program not to exceed $125,000 in FY 2025-2026.
1.
Authorize the City Attorney to make any necessary nonmonetary
changes to the MOU.
2.
Authorize the Director of Finance to appropriate and disburse
funds as necessary to implement the MOU.
3.
Authorize the City Manager to execute the MOU.4.
13.m AUTHORIZE REGISTRATION WITH RENTAL ASSISTANCE
PROVIDERS AS A PAYEE FOR PALM DESERT HOUSING AUTHORITY
RESIDENT SUPPORT
121
RECOMMENDATION:
Authorize staff to register the Palm Desert Housing Authority as a
payee/vendor with local and regional rental assistance providers to
facilitate receipt of rental assistance funds on behalf of eligible
residents.
1.
Authorize the Executive Director to approve registration with any
additional nonprofit and government-based service providers.
2.
13.n AUTHORIZATION TO INCREASE FY 2024/25 POOL AND SPA
ADDITIONAL SERVICES WITH SERVICE FIRST, LLC
123
RECOMMENDATION:
Authorize an increase of $6,581.00 to the not-to-exceed amount for
additional services for pool and spa repairs with Service First, LLC, for
Fiscal Year 2024/25.
Palm Desert City Council Meeting Agenda
July 10, 2025
5
13.o RESOLUTION DECLARING CITY OWNED PROPERTY LOCATED ON
PORTOLA AVENUE NORTH OF HAYSTACK, APN 630-250-052, AS
SURPLUS LAND UNDER THE GOVERNMENT CODE SECTION 54221
AND CATAGORICALLY EXEMPT FROM CEQA
125
RECOMMENDATION:
Adopt a Resolution entitled “A RESOLUTION OF THE CITY COUNCIL OF
THE CITY OF PALM DESERT, CALIFORNIA, DECLARING PURSUANT
TO GOVERNMENT CODE SECTION 54221 THAT REAL PROPERTY
OWNED BY THE CITY OF PALM DESERT LOCATED AT 47501
PORTOLA AVENUE (PORTION OF APN 630-250-052) IS SURPLUS
LAND AND NOT NECESSARY FOR THE CITY’S USE, FINDING THAT
SUCH DECLARATION IS EXEMPT FROM ENVIRONMENTAL REVIEW
UNDER THE CALIFORNIA ENVIRONMENTAL QUALITY ACT, AND
TAKING RELATED ACTIONS.” This action declares approximately 0.95
acres of city-owned property located on Portola Avenue, north of Haystack
Road (APN 630-250-052), as surplus land in accordance with the California
Surplus Land Act (SLA) while retaining approximately 0.33 acres for City
use.
13.p APPROVE PROFESSIONAL SERVICES AGREEMENT WITH HOLISTIC
SYSTEM INTEGRATION SOLUTIONS FOR SUPPLEMENTAL STAFFING
AND PROCESS IMPROVEMENT FOR LAND MANAGEMENT AND
PERMIT CENTER OPERATIONS.
139
RECOMMENDATION:
Approve a Professional Services Agreement with Holistic System
Integration Solutions for on-call supplemental staffing services, for
an amount not to exceed $192,000 for Fiscal Year 2025-26.
1.
Authorize the City Attorney to make any non-monetary changes to
the agreement.
2.
Authorize the City Manager or designee to execute any change
orders or amendments, including extensions of the agreement,
provided such actions remain within the approved amount.
3.
13.q AWARD A TWO-YEAR SERVICE AGREEMENT TO FG CREATIVE FOR
MERCHANT RELATION SERVICES RELATED TO EL PASEO, IN AN
AMOUNT NOT TO EXCEED $40,000.
161
RECOMMENDATION:
Approve a Service Agreement with FG Creative, Inc., for El Paseo
merchant relation services in an amount not to exceed $40,000 for
a two-year term, through Fiscal Year 2026/27.
1.
Authorize the City Attorney to make non-monetary changes and
the City Manager to execute all necessary documents.
2.
Palm Desert City Council Meeting Agenda
July 10, 2025
6
13.r AUTHORIZE AMENDMENT NO. 4 TO AGREEMENT NO. A43790 WITH
FG CREATIVE TO EXTEND THE CONTRACT TERM FOR THREE
MONTHS AND INCREASE COMPENSATION BY $36,600.
171
RECOMMENDATION:
Approve Amendment No. 4 to Agreement No. A43790 with FG
Creative to extend the term of the contract through September 30,
2025, and increase total compensation by $36,600.
1.
Authorize the City Attorney to make necessary non-monetary
changes to the agreement.
2.
Authorize the City Manager to execute the amendment and any
related documents necessary to effectuate this action, in
accordance with Section 3.30.170 of the Palm Desert Municipal
Code.
3.
13.s APPROVE AMENDMENT NO. 4 TO CONTRACT NO. C43390 WITH IDEA
PEDDLER, LLC TO ALIGN FY 2024/25 COMPENSATION WITH
PREVIOUSLY APPROVED SCOPE OF SERVICES
213
RECOMMENDATION:
Approve Amendment No. 4 to Contract No. C43390 with Idea
Peddler, LLC to align the compensation terms with the approved
services for FY 2024/25.
1.
Authorize the City Attorney to make necessary, nonmonetary
changes to the Agreement.
2.
Authorize the City Manager to execute the amendment and any
related documents necessary to effectuate this action, in
accordance with Section 3.30.170 of the Palm Desert Municipal
Code.
3.
13.t AMENDMENT NO. 1 FOR THE DISBURSEMENT AND USE OF FUNDS
AGREEMENT BETWEEN THE CITY OF PALM DESERT AND FINE
QUALITY FOODS, INC., DBA PAPA DAN’S PIZZA AND PASTA TO
EXTEND THE BUSINESS OPENING DEADLINE
267
RECOMMENDATION:
Ratify Amendment No. 1 for the Disbursement and Use of Funds
Agreement extending the deadline to commence operations from
July 1, 2025, to September 1, 2025, or reasonably thereafter.
1.
Authorize the City Manager or designee to execute all documents,
agreements, amendments, and related instruments necessary to
implement and carry out the intent of this item.
2.
13.u DECLARATION OF SURPLUS PROPERTY AND AUTHORIZATION OF
DISPOSAL
287
RECOMMENDATION:
Declare the items listed on Attachment 1 of this staff report as surplus
property and authorize disposal as appropriate.
Palm Desert City Council Meeting Agenda
July 10, 2025
7
13.v AUTHORIZE FUNDS FOR THE PURCHASE OF GURNEYS AND STAIR
CHAIRS FROM STRYKER SALES CORPORATION
291
RECOMMENDATION:
Authorize an additional $1,376 for the purchase of gurneys and
stair chairs from Stryker Sales Corporation for a total purchase
price of $236,647.87 in Fiscal Year 2024/25.
1.
Authorize the purchase of gurneys and stair chairs from Stryker
Sales Corporation for an amount not to exceed $118,244.70 in
Fiscal Year 2025/26, plus a $5,000 contingency for unforeseen
expenses.
2.
Authorize the City Manager to execute any documents necessary
to effectuate the actions taken herewith.
3.
13.w APPROVE CHANGE ORDER NO. 2 TO CONTRACT C45130 WITH M &
M SWEEPING, INC., FOR STREET AND PARKING LOT SWEEPING
SERVICES (PROJECT NO. MST00010)
301
RECOMMENDATION:
Approve Change Order No. 2 to Contract C45130 with M&M
Sweeping, Inc., for Citywide Street Sweeping Services, in the
amount of $10,800, increasing the total annual amount to
$252,000 per fiscal year, subject to a Services Price Increase.
1.
Authorize the City attorney to make non-monetary changes to the
agreement and change order.
2.
Authorize City Manager to execute change orders, the two
extension amendments, and any documents necessary to
effectuate the actions taken herewith.
3.
13.x APPROVE CONSTRUCTION TASK ORDER AND FURNITURE CHANGE
ORDER FOR CITY HALL OFFICE SPACE IMPROVEMENTS – PHASE
THREE (PROJECT NO. SFA00006)
307
RECOMMENDATION:
Authorize the City Manager to approve Task Orders under
Contract No. C44620 for Office Space Improvements - Phase
Three, in an aggregate amount not-to-exceed $800,000 in Fiscal
Year 2025/26.
1.
Authorize the City Manager to approve a Change Order to Quality
Office Furnishings Contract No. A48790, for the purchase of
additional cubicles in an amount not-to-exceed $50,000 for various
departments.
2.
Authorize the City Attorney to make necessary non-monetary
changes to the agreement.
3.
Authorize the City Manager to execute the task orders and
documents necessary to effectuate these actions.
4.
Palm Desert City Council Meeting Agenda
July 10, 2025
8
13.y AUTHORIZE CITY MANAGER TO AWARD CONTRACT TO JEREMY
HARRIS CONSTRUCTION, INC., FOR NUISANCE SOIL REMOVAL
(PROJECT NO. SCC00001)
395
RECOMMENDATION:
Authorize the City Manager to award a construction agreement to
Jeremy Harris Construction, Inc., of Riverside, California, for the
Nuisance Soil Removal Project for total compensation of
$529,998, plus $105,000 contingency for unforeseen conditions.
1.
Authorize the City Attorney to make necessary non-monetary
changes to the agreement.
2.
Authorize the City Manager to execute the agreement and any
written requests for change orders up to the contingency amount,
amendments, and any other documents necessary to effectuate
this action, in accordance with Palm Desert Municipal Code
Section 3.30.170.
3.
Authorize the City Manager to execute the Notice of Completion
(NOC) and the City Clerk to file the NOC upon satisfactory
completion of the Project.
4.
Reject all bids opened on October 29, 2024.5.
13.z AWARD CONTRACT TO ST. FRANCIS ELECTRIC, LLC, FOR ON-CALL
TRAFFIC SIGNAL MAINTENANCE AND EMERGENCY RESPONSE
SERVICES
429
RECOMMENDATION:
Award a Maintenance Services Agreement to St. Francis Electric,
LLC. for On-call Traffic Signal Maintenance and Emergency
Response Services at an annual not-to-exceed amount of
$200,000, for a three-year term with two one-year extensions.
1.
Authorize the City Attorney to make necessary non-monetary
changes to the agreement.
2.
Authorize the City Manager to execute the agreement,
amendments, change orders, and any other documents necessary
to effectuate this action.
3.
Palm Desert City Council Meeting Agenda
July 10, 2025
9
13.aa AUTHORIZE THE PURCHASE OF SHADE STRUCTURES AND
PLAYGROUND EQUIPMENT FOR THE CIVIC CENTER PARK
IMPROVEMENTS (PROJECT NO. CFA00011)
477
RECOMMENDATION:
Authorize the purchase of seven playground shade structures from
Shade Structures, Inc., dba USA SHADE & Fabric Structures, in
the amount of $492,158.92, plus $50,000 in contingency for
unforeseen expenses.
1.
Authorize the purchase of playground equipment from Landscape
Structures, Inc. in the amount of $445,406.10, plus a $45,000
contingency for unforeseen expenses.
2.
Authorize the City Attorney to make necessary non-monetary
changes to the agreements.
3.
Authorize the City Manager to execute the agreement and any
other documents, changes, or amendments necessary to
effectuate this action.
4.
14.ACTION CALENDAR
The public may comment on individual Action Items within the three-minute time
limit. Speakers may utilize one of the three options listed on the first page of the
agenda.
14.a RESOLUTION APPROVING FINAL PARCEL MAP NO. 38366 AND
AGREEMENTS
519
RECOMMENDATION:
Adopt a Resolution entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA,
APPROVING THE FINAL SUBDIVISION OF FINAL PARCEL MAP
NO. 38366.”
1.
Authorize the Mayor to execute Easement Agreements.2.
Authorize the City Attorney to make non-substantive changes to
the Agreements and City Manager to execute said Agreements.
3.
14.b INTRODUCTION OF AN AMENDING PALM DESERT MUNICIPAL CODE
SECTION 2.34.050 RELATED TO ADVISORY BODY OFFICERS
615
RECOMMENDATION:
Introduce an ordinance entitled, “AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA,
AMENDING PALM DESERT MUNICIPAL CODE SECTION
2.34.050 RELATED TO ADVISORY BODY OFFICERS.”
1.
Direct the City Clerk to immediately implement the policy
establishing an annual rotation of advisory body chairperson and
vice chairperson positions using a numeric seat-based system.
2.
Palm Desert City Council Meeting Agenda
July 10, 2025
10
15.PUBLIC HEARINGS
The public may comment on individual Public Hearing Items within the three-
minute time limit. The applicant or appellant will be provided up to five minutes
to make their presentation. Speakers may utilize one of the three options listed
on the first page of this agenda.
16.INFORMATION ITEMS
17.ADJOURNMENT
Palm Desert City Council Meeting Agenda
July 10, 2025
11
18.PUBLIC NOTICES
Agenda Related Materials: Pursuant to Government Code §54957.5(b)(2) the
designated office for inspection of records in connection with this meeting is the
Office of the City Clerk, Palm Desert Civic Center, 73-510 Fred Waring Drive,
Palm Desert. Staff reports for all agenda items considered in open session, and
documents provided to a majority of the legislative bodies are available for
public inspection at City Hall and on the City’s website at www.palmdesert.gov
by clicking “Meeting Agendas” at the top of the page.
Americans with Disabilities Act: It is the intention of the City of Palm Desert 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
Office of the City Clerk, (760) 346-0611, at least 48 hours prior to the meeting to
inform us of your needs and to determine if accommodation is feasible.
AFFIDAVIT OF POSTING
I, Michelle Nance, Acting Assistant City Clerk of the City of Palm Desert, do
hereby certify, under penalty of perjury under the laws of the State of California,
that the foregoing agenda for the Palm Desert City Council, Successor Agency
for the Palm Desert Redevelopment Agency, and Housing Authority, was posted
on the City Hall bulletin board and City website www.palmdesert.gov no less
than 72 hours prior to the meeting.
/S/ Michelle Nance
Acting Assistant City Clerk
Palm Desert City Council Meeting Agenda
July 10, 2025
12
WHEREAS, outdoor workers provide many essential services throughout California; and
WHEREAS, industries like emergency services, landscaping, renewable energy, public utilities,
agriculture, professional sports, tourism, and construction depend heavily upon the labor of outdoor
workers; and
WHEREAS, in addition to the physical hardships, outdoor work is particularly difficult in the
summer months when temperatures regularly exceed 90 degrees Fahrenheit and reach up to 120
degrees in desert regions; and
WHEREAS, outdoor workers who provide vital services to Californians during these months face
heightened risk for heat illness, smoke exposure, and heat-related death; and
WHEREAS, in the last decade, the United States Bureau of Labor Statistics reported 479 worker
deaths due to environmental heat exposure, and workplace safety experts believe that the actual
number of heat-related fatalities may be underreported or misreported as another cause, such as heart
attacks; and
WHEREAS, employers are now required to protect outdoor workers by providing adequate rest
time, water, and shade during the summer; and
, outdoor workers tirelessly dedicate their efforts to maintaining and improving our
communities, while facing numerous challenges, including exposure to extreme weather conditions,
physical exertion, and occupational hazards; and
WHEREAS, the contributions of outdoor workers often go unnoticed and underappreciated,
despite their indispensable role in the daily lives of all Californians; and
, recognition and appreciation of outdoor workers promotes better working
conditions, safety, and productivity.
NOW, THEREFORE, I, Jan C. Harnik, Mayor of the City of Palm Desert, and the
entire City Council, do hereby proclaim July 13-19, 2025, as
Outdoor Worker Appreciation Week
in the City of Palm Desert and encourage all residents to join us in celebrating their
contributions to our city.
In Witness Whereof, I have hereunto set my hand and
have caused the Official Seal of the City of Palm
Desert, California, to be affixed this 10th day of July
2025.
13
14
1
Study Session of the Palm Desert City Council, Successor Agency to the Palm Desert
Redevelopment Agency, Housing Authority, and Board of Library Trustees
Minutes
June 26, 2025, 3:00 p.m.
Present: Mayor Jan Harnik, Councilmember Gina Nestande*, Mayor Pro
Tem Evan Trubee, Councilmember Karina Quintanilla,
Councilmember Joe Pradetto
*Councilmember Nestande participated remotely in accordance to AB 2449.
1. CALL TO ORDER - STUDY SESSION
A Study Session of the Palm Desert City Council was called to order by Mayor Harnik
on Thursday, June 26, 2025, at 3:00 p.m., in the Council Chamber, City Hall, located at
73-510 Fred Waring Drive, Palm Desert, California.
2. STUDY SESSION TOPICS
2.a RECEIVE DIRECTION ON FURTHER STUDY OF THE PORTOLA AVENUE
INTERCHANGE PROJECT
Interim Deputy Director of Development Services Flores introduced Jason Pack
of Fehr & Peers who narrated a PowerPoint presentation and responded to City
Council inquiries.
Direction was given to proceed with including the Portola Interchange in the
Circulation Element of the Palm Desert General Plan.
3. ADJOURNMENT
The City Council adjourned the Study Session at 3:33 p.m.
Respectfully submitted,
_________________________
Michelle Nance
Acting Assistant City Clerk/Assistant Secretary
_________________________
Anthony J. Mejia, MMC
City Clerk/Secretary
15
16
Palm Desert City Council, Successor Agency to the Palm Desert Redevelopment
Agency, Housing Authority, and Board of Library Trustees
Regular Meeting Minutes
June 26, 2025, 3:30 p.m.
Present: Mayor Jan Harnik, Councilmember Gina Nestande*, Mayor Pro Tem
Evan Trubee, Councilmember Karina Quintanilla, Councilmember Joe
Pradetto
*Councilmember Nestande participated remotely in accordance to AB 2449
1. CALL TO ORDER - CLOSED SESSION - 3:30 P.M.
A Regular Meeting of the Palm Desert City Council was called to order by Mayor Harnik
on Thursday, June 26, 2025, at 3:34 p.m., in the Council Chamber, City Hall, located at
73-510 Fred Waring Drive, Palm Desert, California.
2. PUBLIC COMMENT FOR CLOSED SESSION ITEMS ONLY
None.
3. RECESS TO CLOSED SESSION
Mayor Harnik adjourned to Closed Session at 3:34 p.m.
4. CLOSED SESSION AGENDA
4.a Closed Session Meeting Minutes: June 12, 2025
4.b Conference with Real Property Negotiations pursuant to Government Code
Section 54956.8
Property Description: 37023 Cook Street Suite 102
Agency: City of Palm Desert
City Negotiator: Chris Escobedo/Richard Cannone/Martin Alvarez
Negotiating Parties: California State University San Bernardino
Under Negotiation: Price and Terms
5. ROLL CALL - REGULAR MEETING - 4:00 P.M.
6. PLEDGE OF ALLEGIANCE
Mayor Harnik led the Pledge of Allegiance.
7. INSPIRATION
Mayor Pro Tem Trubee provided words of inspiration.
8. REPORT OF CLOSED SESSION
City Attorney Shah stated that direction was given by the City Council; no reportable
actions were taken.
17
City Council Meeting Minutes
June 26, 2025
2
9. AWARDS, PRESENTATIONS, AND APPOINTMENTS
None.
10. CITY MANAGER COMMENTS
10.a SHERIFF DEPARTMENT UPDATE
Sergeant Cryder of the Riverside County Sheriff's Office provided an update on
public education regarding heat safety during summer activities and shared
information about California’s new touch-free cell phone law to prevent distracted
driving.
10.b POINT-IN-TIME COUNT UPDATE
Homeless and Supportive Service Manager Tenorio narrated a PowerPoint
presentation and responded to City Council inquiries.
11. MAYOR/COUNCILMEMBER REPORTS AND REQUESTS FOR ACTION
Councilmembers provided updates on their attendance at various events.
12. NONAGENDA PUBLIC COMMENTS
Benjamin Jones, La Quinta resident, spoke on the need to address non-operational
Electric Vehicle (EV) charging stations within the community.
13. CONSENT CALENDAR
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
To approve the consent calendar as presented.
Motion Carried (5 to 0)
13.a APPROVAL OF CITY COUNCIL, SUCCESSOR AGENCY, AND HOUSING
AUTHORITY MINUTES
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Approve the Minutes of June 12, 2025.
Motion Carried (5 to 0)
13.b APPROVAL OF WARRANT REGISTERS
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Approve the warrant registers issued for the period 4/12/2025 to 6/12/2025.
Motion Carried (5 to 0)
18
City Council Meeting Minutes
June 26, 2025
3
13.c MAY 2025 PROCUREMENT REPORT
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Receive and file the monthly Procurement Report for May 2025.
Motion Carried (5 to 0)
13.d ADOPTION OF ORDINANCE 1429 ADOPTING FIRE HAZARD SEVERITY
ZONES AS RECOMMENDED BY THE CALIFORNIA DEPARTMENT OF
FORESTRY AND FIRE PROTECTION PURSUANT TO GOVERNMENT CODE
SECTION 51178
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Adoption of Ordinance No. 1429 entitled, “AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ADOPTING FIRE
HAZARD SEVERITY ZONES AS RECOMMENDED BY THE CALIFORNIA
DEPARTMENT OF FORESTRY AND FIRE PROTECTION PURSUANT TO
GOVERNMENT CODE SECTION 51178.”
Motion Carried (5 to 0)
13.e APPROVAL OF A FIVE-YEAR FIRE SERVICES COOPERATIVE AGREEMENT
WITH THE RIVERSIDE COUNTY FIRE DEPARTMENT TO PROVIDE FIRE
PROTECTION, FIRE PREVENTION, RESCUE, AND EMERGENCY MEDICAL
SERVICES
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Approve the proposed Five-Year Cooperative Agreement No. C49450 with
the Riverside County Fire Department, effective July 1, 2025, through
June 30, 2030, for the continued provision of fire protection, rescue, In -
house fire marshal, hazardous materials mitigation, and emergency
medical services within the City of Palm Desert.
2. Authorize the City Manager to execute the Cooperative Agreement and
any future amendments that do not result in material changes to service
levels or exceed adopted budget appropriations.
Motion Carried (5 to 0)
19
City Council Meeting Minutes
June 26, 2025
4
13.f APPROVE CITY SPONSORSHIP AND OUTSIDE AGENCY FUNDING FOR
FISCAL YEAR 2025-26
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Approve Community Sponsorship Awards in the amount of $540,000 to
the agencies listed herein with associated restrictions and conditions,
including confirmation of events prior to distribution, if applicable.
2. Approve Outside Agency Funding Awards in the amount of $1,790,135 to
the agencies listed herein with associated restrictions and conditions, and
all applicable program requirements.
3. Approve Five-Year Funding Agreement with the McCallum Theatre for
$300,000 per year, Not to Exceed $1,500,000 for Palm Desert Program
Funding Partnership.
4. Authorize the City Manager or his designee, to consider alternative
requests during the year provided the request is consistent with the
original request and unassigned budget.
5. Pending approval of the FY 2025-26 City of Palm Desert Annual Budget,
authorize the City Manager to execute any documents necessary to
effectuate the actions taken herewith.
Motion Carried (5 to 0)
13.g APPROVE ANNUAL COMPUTER SOFTWARE AND HARDWARE
MAINTENANCE FOR THE LISTED VENDORS IN THE ESTIMATED AMOUNT
OF $1,852,183 AND AUTHORIZE CITY MANAGER TO EXECUTE RENEWAL
AGREEMENTS
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Approve Fiscal Year 2025-26 recurring annual computer software and
hardware maintenance costs for the listed vendors in the estimated
amount of $1,852,183.
2. Authorize the City Manager to execute renewal agreements, change
orders, amendments, and any document necessary to effectuate this
action.
Motion Carried (5 to 0)
20
City Council Meeting Minutes
June 26, 2025
5
13.h RESOLUTION AUTHORIZING THE GRANT APPLICATION FOR THE LAND
AND WATER CONSERVATION FUND (LWCF) FOR THE NORTH PALM
DESERT COMMUNITY PARK PROJECT
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Adopt Resolution No. 2025-040 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
THE APPLICATION FOR THE LAND AND WATER CONSERVATION
FUND FOR THE NORTH PALM DESERT COMMUNITY PARK
PROJECT.”
2. Authorize the City Manager to execute documents related to the grant
application, reporting, and payments.
Motion Carried (5 to 0)
13.i PURCHASE OF GRASS SEED FROM THE LOWEST RESPONSIBLE BIDDER
FOR FISCAL YEAR 2025/26 (PROJECT NO. MLS00021)
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Authorize the City Manager to approve the purchase of 174,500 pounds of
grass seed from the lowest responsible bidder, in an amount not to
exceed $300,000 for Fiscal Year 2025/26.
2. Pursuant to PDMC Section 3.30.160(I), make a finding that such purchase
is in the best interest of the City.
3. Authorize the City Attorney to make necessary non-monetary changes to
the agreement.
4. Authorize the City Manager to execute the agreement and any other
documents, changes, or amendments necessary to effectuate this action.
Motion Carried (5 to 0)
21
City Council Meeting Minutes
June 26, 2025
6
13.j AWARD ON-CALL CONTRACTS TO EIGHT VENDORS FOR FACILITIES
REPAIRS AND IMPROVEMENTS (PROJECT NO. MFA00009)
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Award maintenance service agreements C49470A through C49470H to
eight vendors (C49470A to AMTEK Construction, C49470B to Brian
Stemmer Construction, C49470C to Cove Electric, Inc., C49470D to MBE
Construction, C49470E to PUB Construction, C49470F to Servpro of Palm
Springs Indio Coachella La Quinta Indian Wells, C49470G to Southern
Pacific Construction, and C49470H to Urban Worx Construction) for
Facilities Repairs and Improvements, in an aggregate amount not to
exceed $4,500,000 per Fiscal Year, for a three-year term with two one-
year extensions.
2. Authorize the City Attorney to make necessary non-monetary changes to
the agreements.
3. Authorize the City Manager/Executive Director to execute the agreements
and any other documents necessary to effectuate this action.
4. Authorize National Community Renaissance of California, to enter into on-
call contracts with the eight vendors for Facilities Repairs and
Improvements, on behalf of the Palm Desert Housing Authority.
5. Authorize the City Manager/Executive Director to execute a Notice of
Completion (NOC) and the City Clerk to file an NOC upon satisfactory
completion of construction related tasks.
Motion Carried (5 to 0)
13.k RESOLUTION AUTHORIZING THE LEVY OF A SPECIAL TAX IN COMMUNITY
FACILITIES DISTRICT NO. 2021-1 (UNIVERSITY PARK) FOR FISCAL YEAR
2025/2026
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Adopt Resolution 2025-041 entitled “RESOLUTION OF THE CITY OF PALM
DESERT, CALIFORNIA AUTHORIZING THE LEVY OF A SPECIAL TAX IN
COMMUNITY FACILITIES DISTRICT NO. 2021-1 (UNIVERSITY PARK) FOR
FISCAL YEAR 2025/2026.”
Motion Carried (5 to 0)
22
City Council Meeting Minutes
June 26, 2025
7
13.l RESOLUTION AUTHORIZING THE LEVY OF A SPECIAL TAX IN COMMUNITY
FACILITIES DISTRICT NO. 2005-1 (UNIVERSITY PARK) FOR FISCAL YEAR
2025/2026
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Adopt Resolution 2025-042 entitled “RESOLUTION OF THE CITY COUNCIL OF
THE CITY OF PALM DESERT, CALIFORNIA, AUTHORIZING THE LEVY OF A
SPECIAL TAX IN COMMUNITY FACILITIES DISTRICT NO. 2005-1
(UNIVERSITY PARK) FOR FISCAL YEAR 2025/2026.”
Motion Carried (5 to 0)
13.m RESOLUTION APPROVING THE SUMMARY VACATION OF A PORTION OF
THE PUBLIC SERVICE EASEMENT ON LOT 6 AND 7 OF TRACT MAP 30438
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Adopt Resolution 2025-043 entitled, “A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING THE SUMMARY
VACATION OF A PORTION OF THE PUBLIC SERVICE EASEMENT ON LOT 6
AND LOT 7 OF TRACT MAP 30438."
Motion Carried (5 to 0)
13.n RELEASE THE MAINTENANCE BOND FOR TRACT MAP 37506-1 PARKS A
AND B, UNIVERSITY PARK
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Release the Maintenance Bond for Tract Map 37506 -1 in the full amount of
$58,393.28.
Motion Carried (5 to 0)
23
City Council Meeting Minutes
June 26, 2025
8
13.o RELEASE THE FAITHFUL PERFORMANCE BOND, LABOR AND MATERIALS
BOND FOR OFFSITE IMPROVEMENTS, PARTICULATE MATTER BOND,
ACCEPT THE MAINTENANCE BOND, AUTHORIZE APPROPRIATION OF
FUNDS FOR REIMBURSEMENT IN AN AMOUNT NOT TO EXCEED $593,000
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Accept Public Improvements for the extension of Technology Drive and
Zenith Drive.
2. Release the following bonds for the extension of Technology Drive and
Zenith Drive (PG22-0007):
1. Faithful Performance Bond in the amount of $1,137,582.
2. Labor and Materials Bond in the amount of $1,137,582.
3. Release Particulate Matter (PM10) Bond for Rough Grading Permit
(RG22-0008) in the amount of $29,940 to Apogee Professional Services.
4. Accept Maintenance Bond in the amount of $113,758.20.
5. Authorize an appropriation of $293,000 from unobligated Capital Project
Funds to Street Capital Improvement Account No. 4004311-432000.
6. Authorize reimbursement to Palm Desert University Gateway, LLC in the
amount not to exceed $593,000 for street improvements adjacent to the
city-owned parcel.
Motion Carried (5 to 0)
13.p RELEASE PARTICULATE MATTER (PM10) BONDS FOR COMPLETED
PROJECTS
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
Release the following PM 10 Bonds:
1. Starwood Vacational Ownership Inc in the amount of $22,270
2. Villa Portofino phase 29 (PG21-0013) in the amount of $1,420
3. Villa Portofino phase 32 (PG21-0015) in the amount of $1,420
4. Chick-Fil-A (PG19-0029) in the amount of $740
5. Hovley Gardens (PG21-0018) in the amount of $3,980
6. Villa Portofino phase 25 (PG21-0011) in the amount of $1,420
7. Villa Portofino phase 1 (PG21-0026) in the amount of $2,560
8. Single Family Grading 143 Tepin Way (SFGR22-0005) in the amount of
$1,360
24
City Council Meeting Minutes
June 26, 2025
9
9. Mechanics Bank (PG22-0040) in the amount of $820
10. Heartbeat at 22 (PG22-0037) in the amount of $1,440
11. Carmax Auto Superstore (PG23-0010) in the amount of $3,220
12. Palms to Pines Plaza West (PG23-0001) in the amount of $460
13. Single Family Grading 49981 Canyon View Dr (SFGR23-0002) in the
amount of $980
Motion Carried (5 to 0)
14. ACTION CALENDAR
14.a ADOPT POLICIES FOR THE FLEET MANAGEMENT AND REPLACEMENT
SCHEDULE AND AUTHORIZE APPROPRIATION AND THE PURCHASE OF
SIX HYBRID VEHICLES
Director of Public Works Chavez and Ruth Alfson of Matrix Consulting Group
provided a staff report and responded to City Council inquiries.
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Adopt Resolution 2025-044 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ADOPTING
ADMINISTRATIVE POLICY REGARDING FLEET MANAGEMENT.”
2. Adopt Resolution 2025-045 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ADOPTING
FLEET REPLACEMENT SCHEDULE.”
3. Reject all bids received under OpenGov for Fleet Vehicles: Six 2025 Plug -
In Hybrid 4-Door Vehicles.
4. Authorize the purchase of six 2025 Plug-In Hybrid 4-Door Vehicles
through a Cooperative Purchasing Agreement from National Auto Fleet
Group, from Watsonville, California, in the amount of $236,350.44, plus
$10,000 in contingency for unforeseen items.
5. Appropriate $500,000 from unobligated Equipment Replacement Fund
Balance to Account No. 5304310-440300.
6. Appropriate $2,681,980 from General Fund Balance Committed
Equipment Replacement Reserve ($2,967,611) allocation and transfer
out/into Equipment Replacement Fund Capital Auto/Fleet Vehicles
Account No. 5304310-4403000.
7. Authorize the City Manager to reallocate equipment, timing, and annual
estimated costs to achieve economies of scale and/or proactively
purchase available inventory.
25
City Council Meeting Minutes
June 26, 2025
10
8. Authorize the City Attorney to make necessary non-monetary changes to
the agreement(s)
9. Authorize the City Manager to execute the agreement(s) and any other
documents necessary to effectuate this action.
Motion Carried (5 to 0)
14.b APPROVE THE MANAGEMENT DISTRICT PLAN AND ORDER THE LEVY
AND COLLECTION OF ASSESSMENTS WITHIN THE PRESIDENT’S PLAZA I
PROPERTY AND BUSINESS IMPROVEMENT DISTRICT FOR FISCAL YEAR
2025/26
Management Analyst Gonzalez and Kian Hoodeh of Willdan Financial Services
provided a staff report and responded to City Council inquiries.
Motion by: Mayor Pro Tem Trubee
Seconded by: Councilmember Pradetto
1. Adopt Resolution 2025-046 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
AND ADOPTING THE MANAGEMENT DISTRICT PLAN FOR THE
PRESIDENT’S PLAZA I PROPERTY AND BUSINESS IMPROVEMENT
DISTRICT FOR FISCAL YEAR 2025/2026.”
2. Adopt Resolution 2025-047 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ORDERING
THE LEVY AND COLLECTION OF ASSESSMENTS FOR THE
PRESIDENT'S I PLAZA PROPERTY AND BUSINESS IMPROVEMENT
DISTRICT FOR FISCAL YEAR 2025/2026.”
Motion Carried (5 to 0)
14.c RESOLUTIONS TO APPROVE THE MANAGEMENT DISTRICT PLAN AND
ORDER THE LEVY AND COLLECTION OF ASSESSMENTS WITHIN THE
PRESIDENT’S PLAZA III PROPERTY AND BUSINESS IMPROVEMENT
DISTRICT FOR FISCAL YEAR 2025/26
Management Analyst Gonzalez and Kian Hoodeh of Willdan Financial Services
provided a staff report and responded to City Council inquiries.
Motion by: Councilmember Quintanilla
Seconded by: Councilmember Pradetto
1. Adopt Resolution 2025-048 entitled “RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
THE MANAGEMENT DISTRICT PLAN FOR THE PRESIDENT’S PLAZA
III PROPERTY AND BUSINESS IMPROVEMENT DISTRICT, FISCAL
YEAR 2025/2026.”
26
City Council Meeting Minutes
June 26, 2025
11
2. Adopt Resolution 2025-049 entitled “RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ORDERING
THE LEVY AND COLLECTION OF ASSESSMENTS FOR THE
PRESIDENT’S PLAZA III PROPERTY AND BUSINESS IMPROVEMENT
DISTRICT, FISCAL YEAR 2025/2026.”
Motion Carried (5 to 0)
14.d INTRODUCTION OF AN ORDINANCE AMENDING PALM DESERT
MUNICIPAL CODE SECTION 2.34.050 RELATED TO ADVISORY BODY
OFFICERS
City Clerk Mejia provided a staff report and responded to City Council inquiries.
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
1. Introduce Ordinance 1430 entitled “AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, AMENDING
PALM DESERT MUNICIPAL CODE SECTION 2.34.050 RELATED TO
ADVISORY BODY OFFICERS.”
2. Direct the City Clerk to immediately implement the policy that advisory
body chairperson and vice chairperson positions shall rotate annually. No
member may serve consecutive terms in the same officer position, in
order to provide broader opportunities for members to serve in leadership
roles.
Motion Carried (5 to 0)
14.e CLARIFICATION ON THE 2025 STRATEGIC PLAN PROJECT TIMELINE
City Clerk Mejia narrated a PowerPoint presentation and responded to City
Council inquiries.
Motion by: Councilmember Pradetto
Seconded by: Councilmember Quintanilla
City Council directed staff not to proceed with execution of the consultant
agreement; established a City Council subcommittee consisting of
Councilmember Pradetto and Councilmember Quintanilla; and directed staff to
schedule a future study session on the current Strategic Plan.
NOES (1): Mayor Harnik
Motion Carried (4 to 1)
27
City Council Meeting Minutes
June 26, 2025
12
15. PUBLIC HEARINGS
15.a APPROVAL OF RESOLUTIONS RELATED TO THE ADOPTION OF THE
FISCAL YEAR 2025-26 FINANCIAL PLAN AND CAPITAL IMPROVEMENT
PROGRAM
Director of Finance Chavez narrated a PowerPoint presentation and responded
to City Council inquiries.
Mayor Harnik opened and closed the public hearing, there being no member of
the public wishing to speak.
Motion by: Councilmember Pradetto
Seconded by: Mayor Pro Tem Trubee
1. Conduct a Joint Public Hearing and accept public comment on the
proposed Fiscal Year 2025-26 City and Housing Authority Financial Plan,
including the Capital Improvement Program.
2. Adopt Resolution 2025-050 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ADOPTING
THE FINANCIAL PLAN FOR THE FISCAL YEAR JULY 1, 2025
THROUGH JUNE 30, 2026, AND CAPITAL IMPROVEMENT PROGRAM
FOR FISCAL YEARS 2025-26 THROUGH 2029-30.”
3. Adopt Resolution 2025-051 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA,
ESTABLISHING THE APPROPRIATIONS LIMIT FOR THE FISCAL YEAR
2025-26.”
4. Adopt Resolution HA-131 entitled “A RESOLUTION OF THE PALM
DESERT HOUSING AUTHORITY OF PALM DESERT, CALIFORNIA,
ADOPTING THE HOUSING AUTHORITY’S FINANCIAL PLAN FOR THE
FISCAL YEAR JULY 1, 2025, THROUGH JUNE 30, 2026.”
5. Adopt Resolution 2025-052 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, RESCINDING AND
REPLACING RESOLUTION NO. 2025-006, ADOPTING AUTHORIZED
CLASSIFICATIONS, ALLOCATED POSITIONS, SALARY SCHEDULE,
AND SALARY RANGES INCLUDED HEREIN AND ATTACHED AS
“EXHIBIT A” EFFECTIVE JULY 1, 2025”, setting the Fiscal Year 2025-26
Salary Schedules, Salary Ranges, and Allocated Classifications.
6. Approve Fiscal Year 2025-26 Out-of-State Travel List as listed in the
attached memorandum.
Motion Carried (5 to 0)
28
City Council Meeting Minutes
June 26, 2025
13
15.b APPROVE THE ENGINEER’S REPORT, ORDER THE LEVY AND
COLLECTION OF ASSESSMENTS IN THE CITY OF PALM DESERT BENEFIT
ASSESSMENT DISTRICT NO. 1 FOR FISCAL YEAR 2025-26
Management Analyst Gonzalez provided a staff report.
Mayor Harnik opened and closed the public hearing, there being no member of
the public wishing to speak.
Motion by: Councilmember Pradetto
Seconded by: Mayor Pro Tem Trubee
Adopt Resolution 2025-053 entitled “A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING THE
ENGINEER’S REPORT AND ORDERING THE LEVY AND COLLECTION OF
ASSESSMENTS WITHIN CITY OF PALM DESERT BENEFIT ASSESSMENT
DISTRICT NO. 1 FOR FISCAL YEAR 2025-26, PURSUANT TO THE
PROVISIONS OF THE BENEFIT ASSESSMENT ACT OF 1982.”
Motion Carried (5 to 0)
15.c APPROVE THE ENGINEER’S REPORT, AND THE LEVY AND COLLECTION
OF ANNUAL ASSESSMENTS WITHIN CONSOLIDATED PALM DESERT
LANDSCAPING AND LIGHTING DISTRICT NO. 1 FOR FISCAL YEAR 2025/26
Management Analyst Gonzalez provided a staff report.
Mayor Harnik opened and closed the public hearing, there being no member of
the public wishing to speak.
Motion by: Councilmember Pradetto
Seconded by: Mayor Pro Tem Trubee
1. Adopt Resolution 2025-054 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
THE ENGINEER’S REPORT FOR CONSOLIDATED PALM DESERT
LANDSCAPING AND LIGHTING DISTRICT NO. 1 FOR FISCAL YEAR
2025/2026.”
2. Adopt Resolution 2025-055 entitled “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, ORDERING
THE LEVY AND COLLECTION OF ASSESSMENTS WITHIN
CONSOLIDATED PALM DESERT LANDSCAPING AND LIGHTING
DISTRICT NO. 1 FOR FISCAL YEAR 2025/2026.”
Motion Carried (5 to 0)
29
City Council Meeting Minutes
June 26, 2025
14
15.d APPROVE A GENERAL PLAN AMENDMENT FROM SMALL TOWN
NEIGHBORHOOD TO NEIGHBORHOOD CENTER AND CHANGE OF ZONE
FROM PLANNED RESIDENTIAL TO OFFICE PROFESSIONAL FOR A
PROPERTY ON THE NORTHWEST CORNER OF FRED WARING AND
FAIRHAVEN
Interim Deputy Director of Development Services Flores narrated a PowerPoint
presentation and responded to City Council inquiries.
Mayor Harnik opened the public hearing.
Oscar Lua, applicant, spoke in support of the proposed general plan amendment
and responded to City Council inquiries
Mayor Harnik closed the public hearing, there being no other member of the
public wishing to speak.
Motion by: Councilmember Quintanilla
Seconded by: Councilmember Pradetto
1. Hold a public hearing and introduce Ordinance 1431 entitled, “AN
ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM DESERT,
CALIFORNIA, APPROVING A GENERAL PLAN AMENDMENT FROM
SMALL TOWN NEIGHBORHOOD TO NEIGHBORHOOD CENTER FOR
A 2.21 ACRE PROPERTY ON THE NORTHWEST CORNER OF FRED
WARING DRIVE AND FAIRHAVEN AVENUE AND MAKING A FINDING
OF EXEMPTION UNDER CEQA. (ASSESSOR’S PARCEL NUMBER 640-
040-016).”
2. Adopt Resolution 2025-056 entitled, “A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM DESERT, CALIFORNIA, APPROVING
A CHANGE OF ZONE FROM PLANNED RESIDENTIAL TO OFFICE
PROFESSIONAL FOR A 2.21 ACRE PROPERTY ON THE NORTHWEST
CORNER OF FRED WARING DRIVE AND FAIRHAVEN AVENUE AND
MAKING A FINDING OF EXEMPTION UNDER CEQA. (ASSESSOR’S
PARCEL NUMBER 640-040-016).”
Motion Carried (5 to 0)
30
City Council Meeting Minutes
June 26, 2025
15
15.e INTRODUCTION OF AN ORDINANCE AMENDING PALM DESERT
MUNICIPAL CODE CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH
UNIFORM PROPERTY MAINTENANCE OPERATING HOURS – CEQA
DETERMINATION
Code Compliance Supervisor Rodriguez provided a staff report and responded to
City Council inquiries.
Mayor Harnik opened and closed the public hearing, there being no member of
the public wishing to speak.
Motion by: Councilmember Quintanilla
Seconded by: Councilmember Pradetto
Introduce Ordinance 1432 entitled “AN ORDINANCE OF THE CITY COUNCIL
OF THE CITY OF PALM DESERT, CALIFORNIA, AMENDING PALM DESERT
MUNICIPAL CODE CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH
UNIFORM PROPERTY MAINTENANCE OPERATING HOURS AND MAKE A
FINDING OF EXEMPTION UNDER CEQA.”
Motion Carried (5 to 0)
16. INFORMATION ITEMS
None.
17. ADJOURNMENT
The City Council adjourned at 6:15 p.m.
Respectfully submitted,
_________________________
Michelle Nance
Acting Assistant City Clerk/Assistant Secretary
_________________________
Anthony J. Mejia, MMC
City Clerk/Secretary
31
32
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004571 A+ WINDOW & GUTTER CLEANINGW1 R/M WINDOW CLEAN - HENDERSON43698005104195 9694 1,690.00
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 MEMORY CARDS42110001104422 13CM-XY1V-7XG9 59.80
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 DIGITAL LEVEL/DOOR PRESS GAUGE42180001104420 141P-7XJK-7731 462.58
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 OUTLET TESTER/LASER/TAPE MEAS42180001104420 1G4Q-FKXQ-HMTY 258.78
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 SAFETY VESTS & HELMETS43915001104420 1G4Q-FKXQ-HMTY 194.68
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 Certificate Holders CITY HALL42190001104110 1R4L-XW9J-Q6L9 91.32
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 Staff Supplies- Portable Fans42190001104154 1TF3-KYFW-LHYJ 130.48
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 AAA Batteries42110001104159 1KTP-WJV4-VVT1 23.97
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 Prime Annual Fee FY24/2543630001104159 1JXJ-L4L4-9WTW 211.79
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 Prime Annual Fee FY25/2614300001100000 1JXJ-L4L4-9WTW 635.37
06/19/202500004572 AMAZON CAPITAL SERVICES INC.W1 Office supplies42110001104130 1KDH-KKGW-KQMG 286.35
06/19/202500004573 BRINKS CAPITAL LLCW1 Transport Services - June 202543090001104159 12936864 1,357.14
06/19/202500004574 BRODART COW1 Book purchase42112002524662 B6994320 2,231.54
06/19/202500004574 BRODART COW1 Book purchase42112002524662 B6994404 332.64
06/19/202500004574 BRODART COW1 Book purchase42112002524662 B6994715 235.77
06/19/202500004574 BRODART COW1 Book purchase42112002524662 B6994269 25.54
06/19/202500004574 BRODART COW1 Book purchase42112002524662 B6994349 1,984.85
06/19/202500004575 BUSHIDO TACTICAL LLCW1 5 Ballistic Carriers- SalesTAX20702001100000 20250520-01 -265.45
06/19/202500004575 BUSHIDO TACTICAL LLCW1 5 Ballistic Carriers for Sheri43042001104210 20250520-01 3,033.75
06/19/202500004575 BUSHIDO TACTICAL LLCW1 5 Ballistic Carriers- SalesTAX43042001104210 20250520-01 265.45
06/19/202500004576 CDW LLCW1 HP 730 INK42120001104190 AE5E89C 618.31
06/19/202500004576 CDW LLCW1 Pluggable USB-C Dock44040001104190 AE5VU5H 2,313.11
06/19/202500004577 CHARLES TAYLOR ENVIRONMENTALW1 R/M HAZMAT TEST - FS #6743310001104340 WO-2125934-1 687.00
06/19/202500004578 CIRCUIT TRANSIT INCW1 MY25 COURTESY CARTS EL PASEO43681001104416 3778 16,675.02
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Licensing Revenue Mr2534117001100000 AN0000003126 -2,255.00
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Licensing Revenue AP2534117001100000 AN0000003143 -2,496.00
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Shelter Care Mr2543090001104230 AN0000003126 5,891.20
06/19/2025Report Date 1Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
33
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Field Services ACO Mr2543090001104230 AN0000003126 23,899.20
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Field Services ACO/OT Mr2543090001104230 AN0000003126 4,770.22
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Licensing Admin Fee Mr2543090001104230 AN0000003126 1,644.96
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Operations & Maintenance Mr2543090001104230 AN0000003126 250.80
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Shelter Care AP2543090001104230 AN0000003143 5,077.19
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Field Services ACO AP2543090001104230 AN0000003143 23,899.20
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Field Services ACO/OT AP2543090001104230 AN0000003143 2,751.36
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Licensing Admin Fee AP2543090001104230 AN0000003143 1,704.56
06/19/202500004579 COUNTY OF RIVERSIDE ANIMAL SERVICESW1 Operations & Maintenance AP2543090001104230 AN0000003143 387.60
06/19/202500004580 DECKARD TECHNOLOGIES INCW1 STR Monitoring MY2543090001104422 2042 5,783.33
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - ARTISTS CTR43885001104800 261284 1,240.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - STATE BLDG43696025104195 260308 2,274.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - CITY HALL43310001104340 260308 3,893.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - HS43310001104340 261284 213.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - PORTOLA CC43310001104344 260308 388.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - CC PARK43310001104610 260308 264.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - HOVLEY PAR43310001104611 260308 241.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - FREEDOM PARK43310001104611 261284 133.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - FS #3343310002304220 261284 1,814.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - AQUATIC CTR43311012424549 260308 391.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - SHERIFF CTR43695005104195 260308 7,184.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 AP25 QTR HVAC PM - PARKVIEW43696015104195 260308 3,071.00
06/19/202500004581 DESERT AIR CONDITIONING INC.W1 4TH QTR HVAC PM - HENDERSON43698005104195 261284 813.00
06/19/202500004582 ECONOLITE CONTROL PRODUCTS INCW1 COBALT CONTROLLER - TRAFFIC43325001104250 INV231729 2,072.00
06/19/202500004583 FAMILY YMCA OF THE DESERTW1 AP25 AQUATIC CTR - SUPPLIES42190002424549 042025 2,590.67
06/19/202500004583 FAMILY YMCA OF THE DESERTW1 AP25 AQUATIC CTR-OTHER EXPENSE43090002424549 042025 12,935.33
06/19/202500004583 FAMILY YMCA OF THE DESERTW1 AP25 AQUATIC CTR-MANAGMENT FEE43093002424549 042025 17,536.81
06/19/2025Report Date 2Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
34
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004583 FAMILY YMCA OF THE DESERTW1 AP25 AQUATIC CTR - FOOD/MERCH48011002424549 042025 5,939.88
06/19/202500004583 FAMILY YMCA OF THE DESERTW1 AP25 AQUATIC CTR-CONTRACTLABOR48021012424549 042025 108,889.66
06/19/202500004584 FEDERAL EXPRESS CORP.W1 5/19 State Controller's Audit43660001104150 8-871-49759 14.00
06/19/202500004585 FEHR & PEERSW1 Circulation Element Update MY243005001104470 185177 5,170.00
06/19/202500004586 FG CREATIVE INCW1 JU25 BUSINESS OUTREACH SVC43090001104430 10341 1,500.00
06/19/202500004586 FG CREATIVE INCW1 Printing: Posters #25-7090643090002424549 10345 338.19
06/19/202500004586 FG CREATIVE INCW1 Radio & TV: PDAC May25 U9243090002424549 10345 1,260.00
06/19/202500004586 FG CREATIVE INCW1 Radio & TV: PDAC May25 100.543090002424549 10345 1,260.00
06/19/202500004586 FG CREATIVE INCW1 Lamar: Jun25 for PDAC 1171217143090002424549 10345 2,000.00
06/19/202500004586 FG CREATIVE INCW1 Retainer: All fees Jun2543090002424549 10345 1,800.00
06/19/202500004586 FG CREATIVE INCW1 Public Relations Svs Jun2543090002424549 10345 300.00
06/19/202500004586 FG CREATIVE INCW1 E-Newsletter:copywriting Jun2543090002424549 10345 250.00
06/19/202500004586 FG CREATIVE INCW1 Social Media Jun2543090002424549 10345 1,000.00
06/19/202500004586 FG CREATIVE INCW1 Facebook Campaign Jun2543090002424549 10345 109.81
06/19/202500004586 FG CREATIVE INCW1 Bandwango T-TR-1241 Jun2543215002714491 10344 1,299.00
06/19/202500004586 FG CREATIVE INCW1 Print/Magazine: PSL Jun2543215002714491 10344 2,200.00
06/19/202500004586 FG CREATIVE INCW1 OL Digital Campaigns Jun2543215002714491 10344 3,125.00
06/19/202500004586 FG CREATIVE INCW1 Website hosting/maint Jun2543215002714491 10344 250.00
06/19/202500004586 FG CREATIVE INCW1 Print/Magazine: PSL Jun2543215002714491 10344 250.00
06/19/202500004586 FG CREATIVE INCW1 Print Ads: PSL Summer Jun2543215002714491 10344 5,415.00
06/19/202500004586 FG CREATIVE INCW1 Activations: Reimb FGC CC Jn2543215002714491 10344 1,492.66
06/19/202500004586 FG CREATIVE INCW1 Monthly Agency Fee - MY2543215002714491 10343 3,350.00
06/19/202500004586 FG CREATIVE INCW1 Print Ads/Graphic Design May2543215002714491 10343 1,100.00
06/19/202500004586 FG CREATIVE INCW1 Social Media Monthly Svd May2543215002714491 10343 2,500.00
06/19/202500004586 FG CREATIVE INCW1 Facebook Campaign May2543215002714491 10343 500.00
06/19/202500004586 FG CREATIVE INCW1 PR/Influencers May2543215002714491 10343 500.00
06/19/202500004586 FG CREATIVE INCW1 Merchant Relations May2543215002714491 10343 1,250.00
06/19/2025Report Date 3Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
35
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004586 FG CREATIVE INCW1 Street Activations May2543215002714491 10343 1,200.00
06/19/202500004587 FULTON DISTRIBUTINGW1 JANITORIAL SUPPLIES - CORPYARD42190001104330 671468 650.34
06/19/202500004588 HIGH TECH IRRIGATION INC.W1 R/M IRRIG SUPPLIES - DW43320004414195 822843 69.16
06/19/202500004589 HORIZON PROFESSIONAL LANDSCAPEW1 LMA7 EXTRA WORK - PETUNIA PL43321002874682 6825 2,500.00
06/19/202500004590 HR GREEN PACIFIC INCW1 Eng Svcs & Land Dev-MY2543011501104423 188732 40,630.75
06/19/202500004590 HR GREEN PACIFIC INCW1 Eng Svcs & Land Dev-MA2543011501104423 186610 46,403.00
06/19/202500004590 HR GREEN PACIFIC INCW1 Eng Svcs & Land Dev-AP2543011501104423 187902 61,262.31
06/19/202500004591 IDEA PEDDLER LLCW1 Social Media - JU2543090001104417 2865 2,416.66
06/19/202500004591 IDEA PEDDLER LLCW1 Strategy & Account Mana - JU2543090001104417 2866 4,416.66
06/19/202500004591 IDEA PEDDLER LLCW1 Media Management - JU2543090001104417 2867 4,325.67
06/19/202500004592 IMPRESSION DESIGNW1 EMPLOYEE HATS - PW42190001104300 16936 1,704.41
06/19/202500004593 MARIPOSA LANDSCAPES INCW1 MY25 LMA 1 MONTHLY LANDS MAINT43370011104614 113922 42,617.38
06/19/202500004593 MARIPOSA LANDSCAPES INCW1 LMA 1 XWORK - MONTEREY MAY2543370011104614 114234 432.00
06/19/202500004594 MERCHANTS BUILDINGW1 EXTRA JANITORIAL SVC-PDAC 4/1443311012424549 877966 450.00
06/19/202500004595 OVERDRIVE INCW1 OVERDRIVE LIC FEE 7/24-6/2543620012524662 H-0113904 25,000.00
06/19/202500004596 PALM DESERT ACE HARDWAREW1 R/M BLDG SUPPLIES - FS #3342190002304220 250809 17.39
06/19/202500004597 PALM DESERT CHAMBER OF COMMERCEW1 PDCC VM Business Awards 6/2443125001104430 76434 99.00
06/19/202500004598 PARK CONSULTING GROUP INC.W1 MAR25 LMS Advisory & Impl Svcs43900001104190 945 33,320.00
06/19/202500004598 PARK CONSULTING GROUP INC.W1 APR25 LMS Advisory & Impl Svcs43900001104190 958 33,320.00
06/19/202500004598 PARK CONSULTING GROUP INC.W1 MAY25 LMS Advisory & Impl Svcs43900001104190 1006 33,320.00
06/19/202500004599 PATTON DOOR & GATEW1 R/M OVERHEAD DOORS SHERIFF CTR43695005104195 100169 257.75
06/19/202500004600 PETE'S ROAD SERVICE INCW1 R/M FLEET #141 OWNED -DOT/TIRE43340001104331 25-0839818-00 869.26
06/19/202500004600 PETE'S ROAD SERVICE INCW1 R/M FLEET #011 OWNED - TIRES43340001104331 25-0840109-00 1,484.44
06/19/202500004600 PETE'S ROAD SERVICE INCW1 R/M FLEET #011 OWNED -DOT INSP43340001104331 25-0841040-00 95.00
06/19/202500004601 PPG ARCHITECTURAL FINISHESW1 R/M BLDG PAINT - CITY HALL42190001104340 972220006931 35.51
06/19/202500004601 PPG ARCHITECTURAL FINISHESW1 R/M BLDG - CABINET PAINT43310001104330 972220007114 60.51
06/19/202500004601 PPG ARCHITECTURAL FINISHESW1 GRAFFITI REMOVAL TOOLS43915021104310 972220006953 15.43
06/19/2025Report Date 4Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
36
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004601 PPG ARCHITECTURAL FINISHESW1 GRAFFITI RMVL SUPPLIES - TAPE43915021104310 972220006547 54.79
06/19/202500004601 PPG ARCHITECTURAL FINISHESW1 PAINT SUPPLIES - PAINT43310001104330 972220006940 31.87
06/19/202500004602 PRO-CRAFT CONSTRUCTION INCW1 R/M PLUMBING SRV - JOE MANN43310001104611 24124-26 512.34
06/19/202500004603 Q3 CONSULTINGW1 N. PD CITY LIMIT IMPRVMT APR2542191001104159 36491 1,010.00
06/19/202500004604 SAME DAY EXPRESSW1 PUBLIC ART MAINTENANCE MAY2543372004364650 060125 4,600.00
06/19/202500004605 STAPLES BUSINESS ADVANTAGEW1 VERTMOUSE42110001104421 6032750152 158.44
06/19/202500004605 STAPLES BUSINESS ADVANTAGEW1 BATTERIES42110001104422 6032750153 31.64
06/19/202500004605 STAPLES BUSINESS ADVANTAGEW1 MARKERS/ORGANIZER/COUNTER PEN42110001104470 6032750153 23.65
06/19/202500004605 STAPLES BUSINESS ADVANTAGEW1 VARIOUS SUPPLIES42110001104470 6032750154 469.58
06/19/202500004606 THE ALTUM GROUPW1 Cook&Gerald Ford Flood Control42191001104159 10218 2,464.00
06/19/202500004607 TOWNSEND PUBLIC AFFAIRS INCW1 APR25 Grant Writing & Advocacy43090001104159 23250 9,000.00
06/19/202500004607 TOWNSEND PUBLIC AFFAIRS INCW1 JUN25 Grant Writing & Advocacy43090001104159 23558 9,000.00
06/19/202500004608 UNITY COURIER SERVICEW1 MAY Courier Service Svcs43090002524662 26682 410.30
06/19/202500004608 UNITY COURIER SERVICEW1 JN Courier Service Svcs43090002524662 27325 377.76
06/19/202500004609 VECTORUSAW1 Camera Installation at Library43090002524662 104173 9,221.80
06/19/202500004609 VECTORUSAW1 Camera Installation at Library43090002524662 104173 59.85
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 City Council Cells/ IPADS43650001104110 6114253107 165.44
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 City Council Mifi 4/29-5/2843650001104111 6114651984 38.01
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 City Clerk Cells/IPADS43650001104111 6114253107 224.39
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 City Manager Cells/ IPADS43650001104130 6114253107 266.86
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 CIP Cells/IPADS43650001104134 6114253107 403.29
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Finance Cells/ IPADS43650001104150 6114253107 212.27
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Human Resources Cells/ IPADS43650001104154 6114253107 217.35
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 IT Mifi 4/29-5/2843650001104190 6114651984 194.05
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 IT Phones43650001104190 6114253107 82.72
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 COPS Cells/ IPADS43060011104211 6114253107 459.74
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Traffic Cells/ IPADS43650001104250 6114253107 305.48
06/19/2025Report Date 5Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
37
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Public Works Mifi 4/29-5/2843650001104300 6114651984 38.01
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Public Works Cells/ IPADS43650001104300 6114253107 489.86
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 CorpYard Mifi 4/29-5/2843650001104310 6114651984 38.01
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 CorpYard/Streets Cells/ IPADS43650001104310 6114253107 941.84
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Facilities Cells/ IPADS43650001104340 6114253107 165.44
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Building & Safety Mifi 4/2943650001104420 6114651984 41.36
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Building & Saftey Cells/ IPA43650001104420 6114253107 553.29
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Permit Center Cells/ IPADS43650001104421 6114253107 41.36
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Code Cells/ IPADS43650001104422 6114253107 289.52
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Engineering Cells43650001104423 6114253107 82.72
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Economic Dev Cells/ IPADS43650001104430 6114253107 206.80
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Planning Cells/IPADS43650001104470 6114253107 76.02
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Landscaping services Mifi 4/2943650001104614 6114651984 76.02
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Landscaping Services Cells/ IP43650001104614 6114253107 514.67
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Library 4/29-5/2843650002524662 6114651984 38.01
06/19/202500004610 VERIZON WIRELESS SERVICES LLCW1 Library43650002524662 6114253107 226.80
06/19/202500004611 VINTAGE ASSOCIATESW1 PARKS / LNDSCP REHAB SAN PABLO43370011104614 236667 24,608.00
06/19/202500004612 VISUAL EDGE IT INCW1 INK&TONER EHQ402232 3/07-6/0643420001104190 24AR2719401 940.34
06/19/202500004612 VISUAL EDGE IT INCW1 LIBR Xerox Usge&Supl 6/14-7/1343420002524662 24AR2729140 784.55
06/19/202500004613 WATERLINE TECHNOLOGIES INCW1 CHEMICALS - AQUATIC CENTER42111002424549 5742321 1,210.39
06/19/202500004613 WATERLINE TECHNOLOGIES INCW1 CHEMICALS - AQUATIC CENTER42111002424549 5742866 864.56
06/19/202500004614 WEX HEALTH INCW1 MAY25 COBRA - Monthly43090001104154 0002168614-IN 111.00
06/19/202500004615 WITTMAN ENTERPRISES LLCW1 MAY 2025 EMS BILLING SERVICES43090002304220 25050547 20,856.00
06/19/202500004616 ZARTICO INCW1 ZARTICO SOFTWARE #2 JA25-JU2514301001100000 0001795 8,750.00
06/19/202500004616 ZARTICO INCW1 ZARTICO SOFTWARE #2 JL25-DC2543620011104190 0001795 8,750.00
06/19/202502006945 4IMPRINT INCW1 Outreach merch for COPS43060011104211 13840022 703.96
06/19/202502006946 ALPHA MEDIA LLCW1 Concert in Park Digital Ads43061011104416 1410786-1 5,000.00
06/19/2025Report Date 6Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
38
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006946 ALPHA MEDIA LLCW1 Apr25 Concert Ads - 98.543222001104417 1438887-1 256.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concert Ads - 98.543222001104417 1438887-2 80.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concert Ads - 98.543222001104417 1438893-1 512.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concert Ads - 98.543222001104417 1438934-1 592.00
06/19/202502006946 ALPHA MEDIA LLCW1 Apr25 Concerts Ads - 106.943222001104417 1438938-1 176.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concerts Ads - 106.943222001104417 1438938-2 1,904.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concerts Ads-Mix 100.543222001104417 1438940-1 760.00
06/19/202502006946 ALPHA MEDIA LLCW1 May25 Concerts Ads - 107.343222001104417 1438942-1 760.00
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CLR ADV PRDM 5/17-20 MA11501001100000 CLR ADV ICSC25 -301.00
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CONF MILE 5/17-20 MA43115001104430 REMMAICSC25ML 18.20
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CONF Flight Change MA43120001104430 MAICSC25FL 126.00
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CONF LDG 5/17-20 MA43120001104430 REMMAICSC25LD 422.51
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CONF TRANSPRT 5/17-20 MA43120001104430 REMMAICSC25TR 196.44
06/19/202502006947 ALVAREZ, MARTINW1 ICSC CONF PRDM MA43120001104430 ICSC PRDM 301.00
06/19/202502006948 AMERICAN RIGHT-OF-WAY INCW1 DIFFERENCE OF SALES TAX 1%43325001104250 495 74.67
06/19/202502006948 AMERICAN RIGHT-OF-WAY INCW1 R/M TRAFFIC GALV STEEL POLES43325001104250 495 8,045.91
06/19/202502006949 ANDERSON COMMUNICATION INCW1 MR25 RADIO REPEATER SERVICE43650001104310 21047B 262.50
06/19/202502006949 ANDERSON COMMUNICATION INCW1 MY25 RADIO REPEATER SERVICE43650001104310 21176B 262.50
06/19/202502006950 AT&TW1 GPS- T24358006243042001104210 563281 900.00
06/19/202502006951 BAKER, WALLACE VW1 MAY25 ADMIN HEARING REV43090001104422 #61 348.00
06/19/202502006952 BECK OIL INCW1 GAS AND DIESEL FUEL42170001104331 168529 2,794.77
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR - 4/07 E VEGA43915001104300 INV00483300 222.93
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR - 04/21 AHICK43915001104300 INV00483311 200.63
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR-04/27 JBERMUDE43915001104300 INV00483318 181.06
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR - 05/02 RR43915001104300 INV00490500 156.59
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR - 05/25 AC43915001104300 INV00490520 146.81
06/19/202502006953 BOOT BARN HOLDINGSW1 SAFETY FOOTWEAR - 05/02 JR43915001104300 INV00490501 250.00
06/19/2025Report Date 7Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
39
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006954 CALIFORNIA BUILDINGW1 WEBINAR 061225 (2) DO-JF43120001104420 18777 170.00
06/19/202502006954 CALIFORNIA BUILDINGW1 CALBO 2025-26 MEMBERSHIP43630001104420 18777 340.00
06/19/202502006954 CALIFORNIA BUILDINGW1 WEBINAR 061225 R. MCKEOWN43120001104421 18777 85.00
06/19/202502006954 CALIFORNIA BUILDINGW1 WEBINAR 062625 (3) MB-RM-MV43120001104421 18777 255.00
06/19/202502006954 CALIFORNIA BUILDINGW1 WEBINAR 061225 (2) MV-MB43120001104421 18788 170.00
06/19/202502006954 CALIFORNIA BUILDINGW1 WEBINAR 061225 A. MARRON43120001104421 18771 105.00
06/19/202502006955 CALIFORNIA RESOURCE RECOVERYW1 CRRA Membership Dues AL43630002364195 16755 200.00
06/19/202502006956 CASH, PETTYW1 PDRFC Fingerprint fees43090001104130 RCANNONE 5.9.25 87.00
06/19/202502006956 CASH, PETTYW1 CSMFO Conf JB 03/26/2543120001104150 JBOUNDS 4.03.25 25.00
06/19/202502006956 CASH, PETTYW1 F&B Budget review Meeting 5.843125001104150 VCHAVEZ 5.08.25 67.90
06/19/202502006956 CASH, PETTYW1 F&B Ice bags Putt Putt EP 5.2943061011104416 TODD B 5.29.25 10.85
06/19/202502006956 CASH, PETTYW1 Medals winners Art Essasy42190004364650 DT 3/26/25 18.15
06/19/202502006956 CASH, PETTYW1 F&B City Seal Meeting 6.04.2543125004364650 E.P 6.04.25 17.35
06/19/202502006956 CASH, PETTYW1 Postage CAC Agenda43660004364650 EP 6.04.25 9.45
06/19/202502006957 CASH, PETTY-W1 LIB PETTY CASH REIMB-CC REFUND37991002520000 LIB REIMB 5/20 20.50
06/19/202502006957 CASH, PETTY-W1 LIB PETTY CASH REIMB. SHIPPING42112002524662 REIMB 4/5 19.00
06/19/202502006957 CASH, PETTY-W1 LIB PETTY CASH REIMB. SHIPPING43660002524662 SV REIMB 4.9 7.63
06/19/202502006957 CASH, PETTY-W1 LIB PETTY CASH REIMB. SHIPPING43660002524662 LIB REIMB 4.14 6.13
06/19/202502006957 CASH, PETTY-W1 LIB PETTY CASH REIMB. SHIPPING43660002524662 REIMB 5/20 5.82
06/19/202502006958 CM WASH EQUIPMENTW1 R/M WATER CLARIFIER TUNE UP43310001104330 33011 781.29
06/19/202502006958 CM WASH EQUIPMENTW1 R/M WATER CLARIFIER HOSE43310001104330 33029 651.51
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 248 RAC WELL RMT BY LAKE43510001104610 332429853174MY25 3,489.31
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 1093 CIVIC CENTER PARK43510001104610 315245847772MY25 5,003.24
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 1054 CITY PARKS43510001104611 315181847708MY25 2,881.68
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 1055 ST MEDIANS "5"43510001104614 315183847710MY25 5,969.01
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 10528 ENTRADA /ERIC JOHNSON43510001104614 317287849814MY25 407.41
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 1141 AQUATIC CENTER43510002424549 512541849896MY25 782.57
06/19/2025Report Date 8Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
40
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 10560 HAYSTACK43510002764374 330551849952MY25 6,590.21
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 10561 HAYSTACK43510002764374 330559849954MY25 1,732.31
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (3) 1056 PRESIDENTS PLAZA43510002774373 315185847712MY25 1,313.61
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (5) 1056 PRESIDENTS PLAZA43510002774373 315185847712MY25 800.83
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (1) 1056 VINEYARDS43510002784374 315185847712MY25 40.44
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (7) 1056 VINEYARDS43510002784374 315185847712MY25 117.14
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (4) 1056 THE GROVE43510002814374 315185847712MY25 599.15
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (2) 1056 PRESIDENTS PLAZA 343510002824373 315185847712MY25 120.89
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (8) 1056 PRESIDENTS PLAZA 343510002824373 315185847712MY25 70.34
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (6) 1056 PORTOLA PLACE43510002834374 315185847712MY25 40.44
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (1) 1161 - 73710 FW43696015104195 652499886934MY25 90.04
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (3) 1161 - 73710 FW FP43696015104195 652499886934MY25 86.99
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (2) 1161 - 73720 FW43696025104195 652499886934MY25 75.66
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (4) 1161 - 72559 HWY 11143698005104195 652499886934MY25 79.07
06/19/202502006959 COACHELLA VALLEY WATER DIST.W1 (5) 1161 - 72559 HWY 111 FP43698005104195 652499886934MY25 40.65
06/19/202502006960 COPPINGER, ROSE A.W1 ANIMAL VAX-SAVANNAH43884001104230 COPPINGER 06/25 25.00
06/19/202502006961 CPS HR CONSULTINGW1 LEADERSHIP TRAINING K. PEREZ43120001104470 OE-0019740 385.00
06/19/202502006962 DATA TICKET INCW1 Citation Processing MY2543090001104422 180367 394.83
06/19/202502006963 DEPARTMENT OF INDUSTRIALW1 ELEVATOR INSPECTION - CORPYARD43640001104330 S2174553SB 675.00
06/19/202502006964 DEPARTMENT OF JUSTICEW1 APR25 BLOOD ALCOHOL ANALYSIS D43904001104210 819082 140.00
06/19/202502006965 DESERT COMMUNITY FOUNDATIONW1 Library Fund Foundtn Deposit43090002524662 06092025 50,000.00
06/19/202502006966 DESERT DRAFTING AND DESIGNW1 OVERPAYMENT REFUND R5921722899551100000 TIMP25-0005 25.00
06/19/202502006967 DESERT KID COFFEEW1 OVERPAYMENT REFUND R5902822899551100000 TIMP25-0031 5,929.46
06/19/202502006968 DESERT NAPA AUTO PARTSW1 R/M FLEET #098 OWNED - BATTERY43340001104331 142397 321.71
06/19/202502006968 DESERT NAPA AUTO PARTSW1 CORE BATTERY - CREDIT43340001104331 142449 -22.50
06/19/202502006969 FIESTA FORDW1 R/M FLEET #090 LEASED -BATTERY43340001104331 688151 262.88
06/19/202502006969 FIESTA FORDW1 R/M FLEET #007 OWNED -TIRES43340001104331 688174 1,228.49
06/19/2025Report Date 9Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
41
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006969 FIESTA FORDW1 R/M FLEET #046 OWNED - OIL43340001104331 688159 89.20
06/19/202502006969 FIESTA FORDW1 R/M FLEET #094 LEASE43340001104331 687138 286.41
06/19/202502006969 FIESTA FORDW1 R/M FLEET #084 LEASE43340001104331 685829 959.17
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAIN MILE 05/18-20/25 MG43115001104250 0525MG-MILEAGE 15.96
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAING LDG 05/18-20/25 MG43120001104250 51825MG-LODGING 336.90
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAIN PRDM 05/18-20/25 MG43120001104250 51825MG-PRDM 215.00
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAING AIR 05/18-20/25 MG43120001104250 51825MG-AIRFARE 328.96
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAIN TRNSP05/18-20/25 MG43120001104250 51825MG-TRANSP 147.67
06/19/202502006970 GARCIA, MARIOW1 IMSA TRAIN FUEL 05/18-20/25 MG43120001104250 51825MG-FUEL 26.58
06/19/202502006971 GLS USW1 Postage- AmLand/AmAsph/Matich43660001104111 5509315 16.05
06/19/202502006972 HOLISTIC SYSTEM INTEGRATIONW1 Principal Consultant MY2543090001104421 INV-000136 16,000.00
06/19/202502006973 HORIZON LIGHTING INC.W1 R/M ELECT/LIGHT - CC PARK43310001104610 INV17714 1,416.35
06/19/202502006974 IFORM MEDIAW1 Vinyl Replace Butterfly Bench43092004364650 18163 462.99
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 40996 WASH ST TRF SIGNAL43514001104250 50524526-MY25 120.35
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 DINAH SHORE DR/SHOPPER43514001104250 50087402-MY25 45.52
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 DINAH SHORE DR/MIRIAM43514001104250 50087411-MY25 45.16
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 72800 DINAH SHORE DRIVE43514001104250 50087423-MY25 75.87
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 DINAH SHORE DR/MONTERREY43514001104250 50087432-MY25 95.21
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 DINAH SHORE DR/MONTEREY43514001104250 50087443-MY25 46.40
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 DINAH SHORE DR/MIRIAM43514001104250 50087452-MY25 81.91
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 37998 GERALD FORD DR43514001104250 50514026-MY25 45.52
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 37996 GERALD FORD DR SIGNAL LT43514001104250 50514028-MY25 74.63
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 75396 FRANK SINATRA DR43514001104250 50540835-MY25 48.17
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 75394 FRANK SINATRA DR ST LIGH43514001104250 50540839-MY25 35.21
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 75398 FRANK SINATRA DR43514001104250 50540840-MY25 57.58
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 33108 MONT SAFETY LT43514001104250 50887764-MY25 94.51
06/19/202502006975 IMPERIAL IRRIGATION DISTRICTW1 34249 MONTEREY AVE43514001104614 50488446-MY25 24.92
06/19/2025Report Date 10Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
42
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006976 INTERNATIONAL CODE COUNCILW1 PLANS EXAM TRAINING R. MCKEOWN43120001104421 1002089584 69.00
06/19/202502006976 INTERNATIONAL CODE COUNCILW1 PERMIT CENTER TRAINING BOOKS43120001104421 1002089584 852.46
06/19/202502006976 INTERNATIONAL CODE COUNCILW1 PERMIT TECH INSTITUTE43120001104421 1002088282 608.00
06/19/202502006977 JASON PHELPSW1 TYPE 1 HOOD CLASS 6 STAFF 6/2543120001104420 343 1,170.00
06/19/202502006978 JAYNE STRELECKIW1 ANIMAL VAX-ROSIE43884001104230 STRELECKI 0525 25.00
06/19/202502006978 JAYNE STRELECKIW1 ANIMAL VAX-TIMOTHY43884001104230 STRELECKI 0525 25.00
06/19/202502006979 JOHN KALISKI ARCHITECTS INCW1 Downtown & Hillside ODS MY2543005001104470 7043 6,513.07
06/19/202502006980 KATHLEEN KELLYW1 OVERPAYMENT OF PERMIT R5906337991001100000 2018-006625 5.00
06/19/202502006981 KEYSER MARSTON ASSOCIATES INCW1 MAY25 PALM COMMUNITIES SVC23991008730000 0039788 2,430.00
06/19/202502006982 KNORR SYSTEMS INCW1 EXTRA WORK PUMPS- PDAC43311012424549 271468 1,307.72
06/19/202502006982 KNORR SYSTEMS INCW1 MY25 MONTHLY PREV MAINT PDAC43311012424549 271490 2,970.00
06/19/202502006983 LENNAR HOMES OF CALIFORNIA LLCW1 RELEASE PM 10 BOND R4825922839006100000 PG21-0022 35,700.00
06/19/202502006984 LOPEZ , CESARW1 PE EXAM REIMB C. LOPEZ43120001104423 REIM CL0625 400.00
06/19/202502006985 LOWE'S HOME CENTERS INC.W1 R/M CONCRETE SUPPLIES42190001104310 970406-053025 20.60
06/19/202502006985 LOWE'S HOME CENTERS INC.W1 SMALL TOOLS - NAIL GUN42190001104310 970393-053025 242.76
06/19/202502006985 LOWE'S HOME CENTERS INC.W1 R/M BLDG SUPPLIES - COUNTERTOP43310001104330 977962-060225 372.43
06/19/202502006985 LOWE'S HOME CENTERS INC.W1 R/M BLDG - SINK AND CABINET43310001104330 970400-053025 483.50
06/19/202502006985 LOWE'S HOME CENTERS INC.W1 SHOP SUPPLIES - SAW BLADES42190001104310 977966-060225 223.09
06/19/202502006986 LSL CPAsW1 2025 Govt. Audit Interim43020001104151 68884 29,089.00
06/19/202502006986 LSL CPAsW1 2025 Appropriations Limit AUP43020001104151 68884 547.00
06/19/202502006987 MAXWELL SECURITY SERVICESW1 JU25 AFTER HOURS ALARM RESP43090001104340 2506181 400.00
06/19/202502006988 MELANIE SLATERW1 NATIONAL PW WEEK F&B - MS43125001104300 0525MS-PW WEEK 25.68
06/19/202502006988 MELANIE SLATERW1 NATIONAL PW WEEK F&B - MS43125001104300 0525MS-PW WEEK 42.60
06/19/202502006989 MMASCW1 MMASC Renewal VM43630001104430 12915 125.00
06/19/202502006990 MOWERS PLUS INCW1 R/M SMALL EQUIPMENT -GENERATOR43340001104331 327948 293.25
06/19/202502006990 MOWERS PLUS INCW1 R/M SMALL EQUIPMENT -GENERATOR43340001104331 327947 283.87
06/19/202502006991 MUNICIPAL MEDIA CORPORATIONW1 Recycle Coach Renewal FY252614301001100000 7836 4,870.00
06/19/2025Report Date 11Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
43
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502006991 MUNICIPAL MEDIA CORPORATIONW1 Recycle Coach Renewal FY242543620011104190 7836 3,480.00
06/19/202502006992 MUSCO SPORTS LIGHTING LLCW1 R/M LIGHTING - HOVLEY43325011104611 440027 8,914.32
06/19/202502006993 NOSHIR DAVID PESTONJEEW1 MR25 TOT OP STR2023-037931883301100000 DPESTONJEE REF 16.15
06/19/202502006993 NOSHIR DAVID PESTONJEEW1 MAR25 TBID OP D.PESTONJEE22865006100000 DPESTONJEE REF 1.47
06/19/202502006994 OZZIE'S INTERNATIONALW1 R/M FLEET #079 OWNED -RTR/BELT43340001104331 38494 1,378.80
06/19/202502006995 PARKHOUSE TIRE INC.W1 R/M FLEET #141 OWNED - TIRES43340001104331 2030248628 371.29
06/19/202502006996 PASCO DOORSW1 R/M DOORS - STATE BLDG43696025104195 102692 1,059.00
06/19/202502006997 PATCHPANELW1 Uniform PatchesRSO- SALES TAX20702001100000 QUOTE 14794 -34.56
06/19/202502006997 PATCHPANELW1 Uniform Patches RSO43042001104210 QUOTE 14794 395.00
06/19/202502006997 PATCHPANELW1 Uniform Patches RSO- SALES TAX43042001104210 QUOTE 14794 34.56
06/19/202502006998 PBK ARCHITECTS INCW1 FS33 Architectual Svcs May2544002002304220 9 62,000.00
06/19/202502006998 PBK ARCHITECTS INCW1 FS71 Architectual Svcs May2544002002304220 9 62,000.00
06/19/202502006998 PBK ARCHITECTS INCW1 FS 102 PROF SVCS MAY2544001002354270 20 4,400.00
06/19/202502006999 PDLQ YOUTH FOOTBALL INCW1 OA PDLQ FOOTBALL FY24/2543880001104800 FY24/25 OA PYMT 2,500.00
06/19/202502007000 PEAC SOLUTIONSW1 5/29-6/28 XEROX LEASE MULTIPLE43420001104190 40585541 2,877.88
06/19/202502007001 PIONEER RESEARCHW1 R/M ASPHALT MATERIALS43320001104310 266571 1,202.31
06/19/202502007002 BARCODES ACQUISITIONS INCW1 Zebra Printer - Spare Parts42120001104190 INV7489576 606.99
06/19/202502007003 PLATEFORME WORKLEAP INCW1 ShareGate Migrate Pro FY25/2614301001100000 159528 9,162.08
06/19/202502007003 PLATEFORME WORKLEAP INCW1 ShareGate Migrate Pro FY24/2543620011104190 159528 832.92
06/19/202502007004 PLAZA TOWINGW1 Sheriff Towing-T25069004643042001104210 25-0310-36517 240.00
06/19/202502007004 PLAZA TOWINGW1 SHERIFF TOWING- T25060000443042001104210 25-0301-36402 240.00
06/19/202502007004 PLAZA TOWINGW1 SHERIFF TOWING- T25097009243042001104210 25-0409-37069 240.00
06/19/202502007005 PORTOLA PALMS HOMEOWNERSW1 JUNE25 HOA FEES PPMHP 7343370008734195 JU25 1992815 300.00
06/19/202502007006 PORTOLA PALMS HOMEOWNERSW1 JUNE25 HOA FEES PPMHP 12943370008734195 JU25 1922585 300.00
06/19/202502007007 PORTOLA PALMS HOMEOWNERSW1 JUL25 HOA FEES PPMHP 7314301008730000 JUL25 1922815 300.00
06/19/202502007008 PORTOLA PALMS HOMEOWNERSW1 JUL25HOA FEES PPMHP 12914301008730000 JUL25 1922585 300.00
06/19/202502007009 PVP COMMUNICATIONS INC.W1 24/25 COMMUNICATION GEAR RSO M43340001104210 136271 2,355.42
06/19/2025Report Date 12Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
44
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502007009 PVP COMMUNICATIONS INC.W1 INVOICE 136294- FREIGHT CHARGE43340001104210 136294-1 40.00
06/19/202502007009 PVP COMMUNICATIONS INC.W1 INVOICE 136294- SALES TAX BAL43340001104210 136294-1 0.01
06/19/202502007010 QUADIENT LEASING USA INCW1 7/1/25-9/19/25 Quadient Lease14301001100000 Q1864538 1,052.26
06/19/202502007010 QUADIENT LEASING USA INCW1 6/20/25-9/19/25 Quadient Lease43420001104159 Q1864538 128.33
06/19/202502007011 QUINN COMPANYW1 PM GENERATOR SVCS - CY #37443310001104330 WOG00022862 1,626.92
06/19/202502007011 QUINN COMPANYW1 PM GENERATOR SVCS - CY #37543310001104330 WOG00022863 1,504.61
06/19/202502007011 QUINN COMPANYW1 PM 2 GENERATOR SRV - CITY HALL43310001104340 WOG00022909 2,047.45
06/19/202502007011 QUINN COMPANYW1 PM 2 GENERATOR SRV - JOSLYN43310001104340 WOG00022911 1,331.29
06/19/202502007011 QUINN COMPANYW1 PM 2 GENERATOR SRV - FS #7143310002304220 WOG00022910 1,268.27
06/19/202502007011 QUINN COMPANYW1 PM 2 GENERATOR SRV - FS #6743310002304220 WOG00022913 1,183.08
06/19/202502007012 RANDOLPH BEN CLYMER JRW1 RELEASE PM 10 BOND R5170522839006100000 PG21-0010 2,420.00
06/19/202502007013 RESORT RENTALSW1 NV24 RESORT RENTAL TBID 01753937999991100000 RESORTRENTALREF 24.05
06/19/202502007014 SHASTA FIRE PROTECTIONW1 FIRE SPRINKLER INSP -CITY HALL43310001104340 9305 1,600.00
06/19/202502007015 SIMPLOT PARTNERSW1 R/M STREET SUPPLIES - PVC43320001104310 208165729 24.70
06/19/202502007016 SITEONE LANDSCAPE SUPPLY LLCW1 SALES TAX - INV149858366-00143371001104610 149859366-001TAX 27.75
06/19/202502007017 SKYLINE SAFETY AND SUPPLYW1 HYDRATION PACKETS43915001104422 9402 223.00
06/19/202502007018 SOS SURVIVAL PRODUCTS INCW1 EMERGENCY PREPAREDNESS TOOLS42191001104211 QOUTE R9-023179 356.28
06/19/202502007019 SOUTH COAST AQMDW1 FY24/25 AQMD EMISSIONS FEE -CY43640001104330 4527243 167.47
06/19/202502007019 SOUTH COAST AQMDW1 LATE FEE - CORPYARD43640001104330 4527243 8.37
06/19/202502007020 SOUTH COAST AQMDW1 FY24/25 AQMD EMISSIONS FEE43640001104330 4528167 167.47
06/19/202502007020 SOUTH COAST AQMDW1 LATE FEE - CORPYARD43640001104330 4528167 8.37
06/19/202502007021 SOUTH COAST AQMDW1 FY24/25 AQMD EMISSIONS FEE43310002304220 4530061 167.47
06/19/202502007021 SOUTH COAST AQMDW1 LATE FEE - FS #6743310002304220 4530061 8.37
06/19/202502007022 SOUTH COAST AQMDW1 FY24/25 AQMD EMISSIONS FEE -43310001104340 4539307 167.47
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 STREET LITES LS-343514001104250 600001510277MY25 200.73
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 TRAFFIC SIGNALS TC-143514001104250 600001002544MA25 9,400.13
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 74705 42ND PED43514001104330 700117253442MY25 2,730.84
06/19/2025Report Date 13Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
45
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 CC PARK - SAN PABLO43514001104610 700167703344JU25 6,586.25
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 35981 1/2 - 7600 1/2 COLLEGE43514001104611 700871754303MY25 103.16
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 STREET POWER PEDESTALS43514001104614 700019019320JU25 1,403.64
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 73751 MAGNESIA FALLS DR POOL43514002424549 700019219986JU25 4,786.25
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 (1) 73710 / 73720 FW STE43514005104195 700485107855MY25 6,395.80
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 (2) 73710 FW DR DR2 / HM143696015104195 700485107855MY25 295.34
06/19/202502007023 SOUTHERN CALIFORNIA EDISONW1 (3) 73720 FW DR HM43696025104195 700485107855MY25 411.55
06/19/202502007024 SUNLINE TRANSIT AGENCYW1 MY25 BUS SHELTER MAINTENANCE43320001104310 INV08882 7,853.40
06/19/202502007024 SUNLINE TRANSIT AGENCYW1 AP25 BUS SHELTER MAINTENANCE43320001104310 INV08822 7,853.40
06/19/202502007025 TKE ENGINEERING INCW1 Eng Svcs & Land Dev-APRIL2543011501104423 2025-550 4,455.00
06/19/202502007026 UNIFIRST CORPORATIONW1 INDUSTRIAL UNIFORM RENTAL42140001104310 2200265724 188.22
06/19/202502007026 UNIFIRST CORPORATIONW1 UNIFORM EMBLEMS42140001104310 6200004386 179.44
06/19/202502007026 UNIFIRST CORPORATIONW1 UNIFORM EMBLEMS42140001104310 6200004388 101.14
06/19/202502007026 UNIFIRST CORPORATIONW1 UNIFORM EMBLEMS42140001104310 6200004387 97.88
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK-CC PARK 4/16-3043320011104610 228588 2,925.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK -CC PARK 5/1-1543320011104610 229118 975.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK-CC PARK 5/15-2043320011104610 1-11144 680.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK-CC BALLFIELDS43371001104610 229118 975.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK - WASH/MAGFALLS43320011104611 228588 1,515.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK - IRONWOOD43320011104611 229118 4,175.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK -SONATA 4/16-3043095002754684 228592 600.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 MISC TREE WORK - DW PERIMETER43320004414195 229118 2,925.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 PALM PRUNING-TRI-CITIES 5/1-1543371001104610 229122 4,895.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING-MEDIANS 4/16-43370011104614 228589-A 4,200.00
06/19/202502007027 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - DW 4/21-2343320004414195 229150 560.00
06/19/202502007028 WEST COAST SELFW1 RELEASE PM 10 BOND R5535822839006100000 PG23-0025 4,220.00
06/19/202502007029 WNRA PALM DESERT 103 LPW1 RELEASE PM 10 BOND R5278422839006100000 RG22-0009 13,640.00
06/19/2025Report Date 14Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
46
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/19/2025 - 6/19/2025
City of Palm Desert
Account Number
06/19/202502007030 XPRESS GRAPHICSW1 LIB CARD APPLICATIONS43610002524662 25-70759 486.21
Examined and Approved Total For Bank ID - W1
1,267,856.39City Manager
Examined and Approved
Mayor or Mayor Pro-Tem
Audited and Found Correct
Director of Finance
06/19/2025Report Date 15Page City and Housing
Docusign Envelope ID: A833DD5D-0436-4467-8093-65450860EB91
47
48
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004617 AETNA RESOURCES FOR LIVINGW1 5/14 Training Workshop43090001104154 E0346769 800.00
06/26/202500004618 AIR EXCHANGE INCW1 R/M PLYMOVENT EXHAUST SYS FS3343310002304220 91614650 1,237.91
06/26/202500004618 AIR EXCHANGE INCW1 R/M PLYMOVENT EXHAUST SYS FS3343310002304220 91614650 2,680.04
06/26/202500004619 ALLEY, JEFFREY LYNNW1 COPS DONUTS- MEETING 6/1043060011104211 COPS 6.10 JA 31.87
06/26/202500004620 ALLIANT INSURANCE SERVICES INCW1 7/04/2025 Event Ins 2025 25/2614301001100000 3133155 1,540.00
06/26/202500004620 ALLIANT INSURANCE SERVICES INCW1 7/04/2025 Event Ins 2025 25/2614301001100000 3134799 9.50
06/26/202500004620 ALLIANT INSURANCE SERVICES INCW1 7/04/2025 Event Ins 2025 24/2543061011104416 3133155 1,540.00
06/26/202500004620 ALLIANT INSURANCE SERVICES INCW1 7/04/2025 Event Ins 2025 24/2543061011104416 3134799 9.50
06/26/202500004621 ALTA PLANNING + DESIGN INCW1 AP-MY25 PDVISION ZERO STRATEGY50009102134300 3040002023267-17 19,097.46
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 COPS outreach material43060011104211 1PKY-PV3L-CPTQ 99.56
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 COPS Patrol supplies43060011104211 1YLJ-311R-CYXD 147.84
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 MAY PROGRAMMING SUPPLIES43900002524662 1PRT-76Q1-HJW1 878.31
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 MAY 2025 PROGRAMMING SUPPLIES43900002524662 191N-GNYJ-HK4W 114.15
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 MAY 2025 SPECIAL PROGRAMMING43900002524662 1MWH-DKFJ-37D7 42.47
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 Dsktp. Whiteboard, index tabs42110001104110 134P-1NWP-RXYN 28.74
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 Ofc. Supp., tape, tabs, etc.42110001104111 1VQR-LDHV-XGYP 44.28
06/26/202500004622 AMAZON CAPITAL SERVICES INC.W1 reMarkable Tablet42120001104190 1Q6X-TJVT-7J1R 618.78
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 CODE LGL43015001104121 1028300 2,656.05
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 PUBLIC BIDDING LGL43015001104121 1028300 10,323.00
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 MOBILEHOME PARKS LGL43015001104121 1028300 1,073.00
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 PUBLIC RECORDS (PRA) L43015001104121 1028300 9,359.40
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 SHORT TERM RENTALS LGL43015001104121 1028300 1,420.00
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 HOUSING LAW LGL43015001104121 1028300 11,446.80
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 EXT OF UTILITIES LGL43015001104121 1028300 370.00
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 VILLASPD WRIT LGL43015001104121 1028300 11,818.70
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 SPECIALTY LGL43015001104121 1028300 14,579.79
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 WESTFIELD LGL43093001104159 1028300 1,964.70
06/26/2025Report Date 1Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
49
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 FAMILY YMCA LGL43090002424549 1028300 266.40
06/26/202500004623 BEST BEST & KRIEGER LLPW1 APRIL25 PV LGL43696015104195 1028300 1,740.90
06/26/202500004624 BMW MOTORCYCLE OF RIVERSIDEW1 24/25 POLICE MTRCYCLE REP/MAIN43340001104210 6038362 379.20
06/26/202500004624 BMW MOTORCYCLE OF RIVERSIDEW1 24/25 POLICE MTRCYCLE REP/MAIN43340001104210 6038644 2,370.29
06/26/202500004624 BMW MOTORCYCLE OF RIVERSIDEW1 24/25 POLICE MTRCYCLE REP/MAIN43340001104210 6038979 1,599.33
06/26/202500004625 BRIAN K. STEMMER CONSTRUCTIONW1 R/M BLDG BLINDS - CORPYARD43310001104330 9720 1,165.00
06/26/202500004626 CDW LLCW1 Off Supplies - Logitech Mouse42120001104190 AE5TP8Z 320.92
06/26/202500004626 CDW LLCW1 Tripp Surge Outlet 6ft42120001104190 AE5TP4Q 205.97
06/26/202500004626 CDW LLCW1 Logitech Speaker42120001104190 AE6NA7V 136.50
06/26/202500004626 CDW LLCW1 HP 206A Toner42120001104190 AE4GG4X 395.54
06/26/202500004626 CDW LLCW1 LG 24in Monitors44040001104190 AE5TP8Z 1,368.92
06/26/202500004626 CDW LLCW1 Microsoft Surface Pro44040001104190 AE6QE6K 2,632.93
06/26/202500004626 CDW LLCW1 Samsung 4K TV44040001104190 AE3D21V 522.55
06/26/202500004626 CDW LLCW1 Logitech Ergonomic Mouse42120001104190 AE38F9F 80.46
06/26/202500004627 CM WASH EQUIPMENTW1 R/M WATER CLARIFIER TUNE UP43310001104330 32931 2,408.99
06/26/202500004627 CM WASH EQUIPMENTW1 2 PRESSURE WASHERS - CORPYARD44030005304310 32737 13,326.33
06/26/202500004628 CORNERSTONE RESTAURANT SUPPLY &W1 FROZEN DRINK MACHINE - PDAC44001002424549 INV009246 3,443.53
06/26/202500004628 CORNERSTONE RESTAURANT SUPPLY &W1 CONVECTION OVEN - PDAC44001002424549 INV009246 19,258.61
06/26/202500004628 CORNERSTONE RESTAURANT SUPPLY &W1 EST ADDITIONAL 1% SALES TAX44001002424549 INV009246 207.92
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 RSO LAW ENFORCE ADJ 7/24-4/2543040001104210 SH0000048165 723,992.85
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 RSO DEDICATED-TEAM ADJ RATE43092031104210 SH0000048165 253,121.60
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 RSO O/T ADJ RATE 7/24-4/2543092041104210 SH0000048165 13,369.40
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 4/3-4/30 Law Enforcement SVS43040001104210 SH0000048337 1,054,967.73
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 4/3-4/30 RSO Law Enforcement43092031104210 SH0000048337 623,122.77
06/26/202500004629 COUNTY OF RIVERSIDE SHERIFFW1 4/3/-4/30 RSO Law Enforcement43092041104210 SH0000048337 40,314.31
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - YMCA44001005104361 261371 192.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVRC SRVS - CORPYARD43310001104330 259357 372.58
06/26/2025Report Date 2Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
50
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - CORPYARD43310001104330 260368 216.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - CORPYARD43310001104330 260498 2,331.64
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - HOVLEY SOCCER43310001104611 258122 541.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - FS #3343310002304220 260379 243.61
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - PARKVIEW43696015104195 259910 1,043.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - PARKVIEW43696015104195 260520 135.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - PARKVIEW43696015104195 260230 216.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - PARKVIEW43696015104195 261303 216.00
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - STATE BLDG43696025104195 260419 540.33
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - STATE BLDG43696025104195 260105 1,050.39
06/26/202500004630 DESERT AIR CONDITIONING INC.W1 R/M HVAC SRVS - HENDERSON43698005104195 261214 1,527.00
06/26/202500004631 DESERT FIRE EXTINGUISHERW1 R/M FIRE SYSTEM - IHUB43950004254430 12493212 465.41
06/26/202500004632 FULTON DISTRIBUTINGW1 TRASHCAN LINERS - PARKS42190001104611 669992 1,915.71
06/26/202500004632 FULTON DISTRIBUTINGW1 PARK FURN SUPPLIES - LMA 1642190001104611 672138 155.60
06/26/202500004633 HERMANN DESIGN GROUP INCW1 DESIGN SVCS - MTN VIEW AP2548092004414195 22053-003 1,657.50
06/26/202500004633 HERMANN DESIGN GROUP INCW1 DESIGN SVCS - MTN VIEW FB2548092004414195 25031901 11,667.50
06/26/202500004633 HERMANN DESIGN GROUP INCW1 DESIGN SVCS - MTN VIEW AP25 -248092004414195 22053.04-002 402.50
06/26/202500004633 HERMANN DESIGN GROUP INCW1 DESIGN SVCS - MTN VIEW AP25-248092004414195 22053.05-002 97.50
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 FLY TRAPS - CC DOG PARK42190001104610 833458 61.04
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 R/M IRRIG SUPPLIES - HOVLEY42190001104611 833294 400.52
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 FLY TRAPS - VARIOUS DOG PARKS42190001104611 833050 244.17
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 R/M IRRIG SUPPLIES - MEDIANS42190001104614 826177 1,044.54
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 SMALL TOOLS - MEDIANS42190001104614 832650 111.15
06/26/202500004634 HIGH TECH IRRIGATION INC.W1 FERTILIZER - UNIV MEDIANS43370011104614 832444 123.45
06/26/202500004635 HORIZON PROFESSIONAL LANDSCAPEW1 MY25 LMA 6 - DW PARKING LOT43370011104614 6814 1,595.00
06/26/202500004635 HORIZON PROFESSIONAL LANDSCAPEW1 MY25 LMA 6 - DW PERIMETER43320004414195 6814 12,013.00
06/26/202500004636 HR GREEN PACIFIC INCW1 Stormwater Drainage May25 Svcs44001002134370 188586 108,179.53
06/26/2025Report Date 3Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
51
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004637 IDEA PEDDLER LLCW1 Public Relations - JU 2543090001104417 2864 4,716.67
06/26/202500004638 INTERWEST CONSULTING GROUP INCW1 PD UNSP UPDATE-MY2543005001104470 1954972 3,850.00
06/26/202500004639 KOA HILLS CONSULTING LLCW1 Data Conversion Service -MAY2543090001104190 11259 1,500.00
06/26/202500004640 LOZANO SMITH LLPW1 March 2025 Investigative Serv43090001104154 2243816 5,925.00
06/26/202500004640 LOZANO SMITH LLPW1 April 2025 Investigative Serv43090001104154 2246214 9,361.50
06/26/202500004640 LOZANO SMITH LLPW1 May 2025 Investigative Serv43090001104154 2248619 1,115.88
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 NV24 LMA 1 XTRAWORK - MEDIANS43370011104614 113572 1,628.80
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 LMA 1 XTRA LNDS WORK - HWY 11143370011104614 114162 7,277.51
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 MY25 LMA 9 - MEDIANS43370011104614 113901 24,745.40
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 MR25 LMA 9 XTRA WORK-MEDIANS43370011104614 114160 3,908.32
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 MY25 LMA 9 - ENTRADA DEL PASEO43921011104614 113901 5,040.80
06/26/202500004641 MARIPOSA LANDSCAPES INCW1 PALM TREE SKINNING-MEDIAN MY2543370011104614 114235 65,520.00
06/26/202500004642 MATRIX CONSULTING GROUP LTDW1 FLEET IMPLEMENTATION SERVICES44030005304310 1559-24#4 6,128.53
06/26/202500004643 MOTOWORX GARAGEW1 RSO VEHICLE MAINT PD23-0243340001104210 MWG2445 658.86
06/26/202500004643 MOTOWORX GARAGEW1 RSO VEHICLE MAINT PD20-0243340001104210 MWG2428 358.11
06/26/202500004643 MOTOWORX GARAGEW1 RSO VEHICLE MAINT PD23-0243340001104210 MWG2482 609.36
06/26/202500004643 MOTOWORX GARAGEW1 RSO VEHICLE MAINT PD20-0243340001104210 MWG2469 150.00
06/26/202500004644 MUSCO SPORTS LIGHTING LLCW1 R/M LIGHTING TRI-CITIES FIELDS43371001104610 439884 5,898.75
06/26/202500004645 NOSSAMAN LLPW1 MY25 BOND ADVICE LGL43090001104159 578079 119.00
06/26/202500004646 OVERDRIVE INCW1 Library-EBook & Audiobook42112002524662 16190C025186277 1,079.90
06/26/202500004647 PAGEFREEZER SOFTWARE INCW1 PageFreezer Finn Svcs FY252614301001100000 INV-19106 5,974.14
06/26/202500004648 PALM DESERT ACE HARDWAREW1 JANITORIAL SUPPLIES -CITY HALL42190001104340 250874 10.43
06/26/202500004648 PALM DESERT ACE HARDWAREW1 ELECT EXT CORDS - CC PARK42190001104610 250918 110.90
06/26/202500004648 PALM DESERT ACE HARDWAREW1 R/M IRRIG SUPPLIES -BUMP/GRIND42190001104611 250926 16.30
06/26/202500004649 PALM DESERT PACIFIC OWNER LLCW1 JL25 MALL COMMON AREA MAINT SV14300001100000 CAM072025 7,230.18
06/26/202500004650 PPG ARCHITECTURAL FINISHESW1 R/M BLDG PAINT - CITY HALL42190001104340 972220007013 29.36
06/26/202500004651 PRO-CRAFT CONSTRUCTION INCW1 R/M PLUMBING SRV - JOE MANN43310001104611 24124-31 819.98
06/26/2025Report Date 4Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
52
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004652 PYE BAKERW1 R/M ALARM - CITY HALL 4.25.2543090001104340 6375666 725.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - CITY HALL 4.4.2543090001104340 6377998 1,925.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - HISTORICAL SOCIETY43090001104340 6526155 35.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - HISTORICAL SOCIETY43090001104340 6382892 391.68
06/26/202500004652 PYE BAKERW1 R/M ALARM - CITY HALL 5.1.2543090001104340 6382981 200.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - CITY HALL 5.30.2543090001104340 6528609 1,140.32
06/26/202500004652 PYE BAKERW1 R/M ALARM - PDAC 5.6.2543311012424549 6512353 200.00
06/26/202500004652 PYE BAKERW1 ALARM STATE BLDG JUL-AUG2514301005100000 6476634 160.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - STATE BLDG 4.21.2543696025104195 6376087 243.75
06/26/202500004652 PYE BAKERW1 ALARM STATE BLDG JUNE2543696025104195 6476634 80.00
06/26/202500004652 PYE BAKERW1 R/M ALARM - HENDERSON 5/1/2543698005104195 6382893 422.53
06/26/202500004652 PYE BAKERW1 R/M ALARM - HENDERSON 5.13.2543698005104195 6515876 200.00
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 KEMPER LGL SVC43015001104121 253292 285.68
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 CITY LGL SVC43015001104121 253292 1,142.72
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR 25 HA LGL SVC43015008714195 253290 1,162.29
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 Arc Village LGL SVC23991008730000 253290 2,000.00
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 MILLENNIUM LGL SVC23991008730000 253292 3,454.14
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 Arc Village LGL SVC43015008734195 253290 1,377.22
06/26/202500004653 RICHARDS WATSON & GERSHON INCW1 APR25 HAF LGL SVC43015008734195 253290 745.62
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FIRE TAX CREDIT Q331221002300000 FPARC-PD 235632 -3,261,414.25
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FIRE SAFETY STAFF COSTS Q343045002304220 FPARC-PD 235632 2,353,976.14
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FIRE SUPPORT Q343045002304220 FPARC-PD 235632 910,313.25
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FIRE ENG USE AGREE Q343045002304220 FPARC-PD 235632 27,187.50
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FIRE MISC COST Q343045002304220 FPARC-PD 235632 137,095.34
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FS#33 FIRE SAFETY STAFF COSTQ343045002304220 FPARC-PD 235633 684,510.49
06/26/202500004654 RIVERSIDE COUNTY FIRE DEPT.W1 FS#33 FIRE SUPPORT SVS Q343045002304220 FPARC-PD 235633 120,527.00
06/26/202500004655 SERVPROW1 STATE BLDG - WRCB TENANT IMPRO43370205104195 5276746 9,484.66
06/26/2025Report Date 5Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
53
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202500004655 SERVPROW1 R/M SHADE STRUCTURE - CC PARK43321001104610 5276934 2,000.00
06/26/202500004656 SHUSTER ADVISORY GROUP LLCW1 ADVISORY FEES FOR MAY 202543090001104159 8597 2,083.33
06/26/202500004657 STAPLES BUSINESS ADVANTAGEW1 Office Supplies42110001104430 6034644811 45.89
06/26/202500004657 STAPLES BUSINESS ADVANTAGEW1 Office Supplies42110001104430 6034644812 29.28
06/26/202500004657 STAPLES BUSINESS ADVANTAGEW1 8.5X11 Copy Paper42110001104159 6034648562 462.08
06/26/202500004657 STAPLES BUSINESS ADVANTAGEW1 11X17 Copy Paper - Tabloid42110001104159 6034648563 139.66
06/26/202500004658 THE ALTUM GROUPW1 On-Call Planning Svcs - MY2543005001104470 10243 1,001.50
06/26/202500004659 UNITY COURIER SERVICEW1 JU25-Courier Service Svcs43090002524662 27773 376.11
06/26/202500004660 VERIZON WIRELESS SERVICES LLCW1 SMS RSO- T25123007543042001104210 9022402027 75.00
06/26/202500004660 VERIZON WIRELESS SERVICES LLCW1 SMS RSO-T25123007543042001104210 9022401770 75.00
06/26/202500004660 VERIZON WIRELESS SERVICES LLCW1 HP 206A Toner42120001104190 AE4GG4X 395.54
06/26/202500004661 VINTAGE ASSOCIATESW1 PARKS / LNDSCP REHAB - COOK ST43370011104614 237291 127,153.28
06/26/202500004661 VINTAGE ASSOCIATESW1 TO0015832 HOVLEY SOCCER IMPROV44001004004618 237127 11,305.00
06/26/202500004661 VINTAGE ASSOCIATESW1 LMA 17 EXTRA WORK - CC PARK43320011104610 237254 1,812.11
06/26/202500004661 VINTAGE ASSOCIATESW1 LMA 16 XTRA LNDS - PALMA/HOMM43320011104611 237255 1,854.11
06/26/202500004662 WATERLINE TECHNOLOGIES INCW1 CHEMICALS - AQUATIC CENTER42111002424549 5744222 3,518.94
06/26/202500004662 WATERLINE TECHNOLOGIES INCW1 CHEMICALS - AQUATIC CENTER42111002424549 5744224 406.50
06/26/202500004662 WATERLINE TECHNOLOGIES INCW1 CHEMICALS - AQUATIC CENTER42111002424549 5743647 760.82
06/26/202500004663 MODERN MISTING SYSTEMS INCW1 R/M MISTER SYSTEM - CC PARK43321001104610 23944 418.02
06/26/202500004663 MODERN MISTING SYSTEMS INCW1 R/M MISTER SYSTEM - PARKS43325011104611 23944 727.01
06/26/202500004663 MODERN MISTING SYSTEMS INCW1 R/M MISTER SYSTEM - FREEDOM43325011104611 24137 6,772.99
06/26/202502007031 4IMPRINT INC.W1 2025 OUTDOOR WORKER DAY ITEMS42190001104300 29566854 1,449.85
06/26/202502007032 ACT FOR MSW1 OA ACT for MS FY24/25 Pmt43880001104800 FY24/25 OA PYMT 5,000.00
06/26/202502007033 AETNAW1 EMS (7/22/22) RUN (22-447323)34124002300000 2022105738 759.71
06/26/202502007034 ALL AMERICAN ASPHALTW1 RTNT 24251535 / C4786020600002130000 003-MAR2025-RTNT -7,847.51
06/26/202502007034 ALL AMERICAN ASPHALTW1 RTNT 24251535 / C4786020600002130000 001-MAR2025-RTNT -0.01
06/26/202502007034 ALL AMERICAN ASPHALTW1 Haystack Road Traffic Calming50009092134565 003-MAR 2025 78,859.67
06/26/2025Report Date 6Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
54
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007034 ALL AMERICAN ASPHALTW1 Haystack Road Traffic Calming50009092134565 003-MAR 2025 78,090.56
06/26/202502007035 ALVAREZ, MARTINW1 DSRT SURF MEETING REFRESH 6/1843125001104430 20250618DWGRMTNG 100.46
06/26/202502007036 BELFOR PROPERTY RESTORATIONW1 TO0017023 CORPYARD GATE IMPROV44001004004330 2156703 50,000.00
06/26/202502007036 BELFOR PROPERTY RESTORATIONW1 ADA IMPROV HISTORICAL SOCIETY44001004504164 2156217 23,434.27
06/26/202502007037 BIO TOX LABORATORIESW1 24/25 BLOOD & URINE ANALYSIS S43904001104210 47474 1,059.41
06/26/202502007037 BIO TOX LABORATORIESW1 24/25 BLOOD & URINE ANALYSIS S43904001104210 47475 1,667.61
06/26/202502007038 BLUE SHIELD OF CALIFORNIAW1 EMS (1/17/25) RUN (25-58677)34124002300000 2025010262 89.05
06/26/202502007039 BLUE SHIELD OF CALIFORNIAW1 EMS (1/23/25) RUN (25-58546)34124002300000 2025013890 79.68
06/26/202502007040 BLUE SHIELD OF CALIFORNIAW1 EMS (1/25/25) RUN (25-71824)34124002300000 2025015744 88.31
06/26/202502007041 BOOT BARN HOLDINGSW1 Safety Footwear 5/17 RL43915001104134 INV00490513 185.91
06/26/202502007042 BURRTECW1 Tax Roll Payment22826006100000 INV-05-30-2025 1,814,673.40
06/26/202502007042 BURRTECW1 Franchise Fee22826006100000 INV-05-30-2025 -72,586.94
06/26/202502007042 BURRTECW1 Admin Fee22826006100000 INV-05-30-2025 -24,739.82
06/26/202502007042 BURRTECW1 Recycle Fee22826006100000 INV-05-30-2025 -91,020.95
06/26/202502007042 BURRTECW1 Vehicle Impact Fee22826006100000 INV-05-30-2025 -74,401.61
06/26/202502007043 CAL STRIPE INCW1 STREET STRIPING - HWY 11143320002134315 T.O.19-03 14,395.00
06/26/202502007043 CAL STRIPE INCW1 BIKE LANE STRIPING - FW50002042134633 T.O.24-03 3,281.75
06/26/202502007043 CAL STRIPE INCW1 BIKE LANE STRIPING - COOK50002042134633 T.O.22-03 405.00
06/26/202502007044 CASC ENGINEERING ANDW1 AP25 MS4 / NPDES SUPPORT44001001104396 0053396 19,448.75
06/26/202502007045 CASH, PETTYW1 Traffic Cellphone Clip42190001104250 121724-EF 8.11
06/26/202502007045 CASH, PETTYW1 F&B CY Staff Appreciation Lunc43125001104300 110524-BE 64.47
06/26/202502007045 CASH, PETTYW1 F&B Admin Committee Mtg 11.2043125001104300 112024-MA 22.97
06/26/202502007045 CASH, PETTYW1 F&B CC Dog Pk Grand Opening43125001104300 112524-EB 27.97
06/26/202502007045 CASH, PETTYW1 F&B Vision Zero Comm Outreach43125001104300 101724-CG 50.41
06/26/202502007045 CASH, PETTYW1 F&B Ops Division Meeting 12/3/43125001104300 120324-BE 88.00
06/26/202502007045 CASH, PETTYW1 F&B St/Traffic Employee Mtgs43125001104300 030525-BE 107.62
06/26/202502007045 CASH, PETTYW1 Wildflower Fest Comm Outreach43125001104300 030125-SM 17.97
06/26/2025Report Date 7Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
55
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007045 CASH, PETTYW1 F&B NS Comm Park Outreach43125001104300 032225-SM 103.22
06/26/202502007045 CASH, PETTYW1 APWA Luncheon Mtg 4.7.2543125001104300 040725-RC 45.00
06/26/202502007045 CASH, PETTYW1 VisionZero Comm Outreach Print43610001104300 040725-CG 28.78
06/26/202502007045 CASH, PETTYW1 Student Workday Tablecovers42190001104330 020525-FT 21.95
06/26/202502007045 CASH, PETTYW1 F&B Arbor Day 4.09.2543905001104614 041125-MG 90.17
06/26/202502007046 CHARTER COMMUNICATIONSW1 6/16-7/15 LIBRARY INTERNET43650002524662 189330401061425 928.66
06/26/202502007047 CHARTER COMMUNICATIONSW1 6/16-7/15 INTERNET SERVICES43650001104190 189329601061425 562.66
06/26/202502007047 CHARTER COMMUNICATIONSW1 6/16-7/15 INTERNET SVCS LIBR43650002524662 189329601061425 900.00
06/26/202502007048 CHARTER COMMUNICATIONSW1 6/16-7/15 CORP YARD INTERNET43650001104190 189328601061425 91.56
06/26/202502007049 CHARTER COMMUNICATIONSW1 MY25 PHONE SERVICE - PDAC43650002424549 189329001051425 259.75
06/26/202502007050 CHARTER COMMUNICATIONSW1 JU25 PHONE SERVICE - PDAC43650002424549 189329001061425 259.75
06/26/202502007051 CHARTER COMMUNICATIONSW1 JU25 INTERNET SRV - PARKVIEW43696015104195 229561901060125 169.99
06/26/202502007052 CHARTER COMMUNICATIONSW1 6/01-6/30 CITY HALL INTERNET43650001104190 189329401060125 121.03
06/26/202502007053 CHRISTOPHER GERRYW1 Spring25 Tuition Reimbursement41191001104154 CGERRY 6.11.2025 1,926.00
06/26/202502007054 CITY OF INDIAN WELLSW1 Cove Comm Shared Cost FS #5543042012304220 INV#20-28 1,300.35
06/26/202502007055 CITY OF PALM DESERTW1 FS102 PERMIT FEES #OFFB24-000644002002354270 INV-5056 1,344.30
06/26/202502007056 COACHELLA VALLEY DISASTERW1 OA CVDPN FY24/2543880001104800 FY24/25 OA PYMT 875.00
06/26/202502007057 COUNTY OF RIVERSIDE SHERIFFW1 MOTOR FUEL RSO 4/24-5/24 BSU42170001104210 SH0000048299 214.08
06/26/202502007057 COUNTY OF RIVERSIDE SHERIFFW1 MOTOR FUEL RSO 3/24-4/2442170001104210 SH0000048292 2,020.93
06/26/202502007057 COUNTY OF RIVERSIDE SHERIFFW1 MOTOR FUEL RSO 4/24-5/2442170001104210 SH0000048298 1,294.89
06/26/202502007058 COURTMASTER SPORTS INCW1 R/M TENNIS COURT NETS - CC PRK43321001104610 62665 200.00
06/26/202502007059 CSMFOW1 V. Chavez Membership Fees43630001104150 300016979 150.00
06/26/202502007060 CVRMW1 MAY25 (5) SHELTER BEDS43090002254212 7436 3,750.00
06/26/202502007061 DANNY MORENOW1 JUNE25 PRGM PERFORMER DMORENO43900002524662 120254 500.00
06/26/202502007062 DESERT ARCW1 MAY 2025 SHREDDING SCS43090001104111 17474 310.00
06/26/202502007063 DESERT DISCOUNT CLEANERS LLCW1 COPS DRY CLEANING 2/13-5/29/2543060011104211 05.31.2025 194.56
06/26/202502007064 DESERT ELECTRIC SUPPLYW1 R/M TRAFFIC SGNL PULL BOXES43325001104250 S127698595.004 1,759.47
06/26/2025Report Date 8Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
56
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007064 DESERT ELECTRIC SUPPLYW1 R/M TRAFFIC SGNL PULL BOXES43325001104250 S127698595.003 1,688.56
06/26/202502007065 DESERT OASIS HEALTHCAREW1 EMS (4/19/25) & RUN (25-30975334124002300000 2025063751 494.55
06/26/202502007066 DESERT RECYCLING INCW1 MY25 DUMP FEES43320001104310 19412 379.00
06/26/202502007067 DM ARTISTIC ENTERPRISESW1 Band for July 4 2025 event14301001100000 20250704 3,900.00
06/26/202502007068 DMV RENEWALW1 DMV Title Reg Fee P74952944002002354270 P749529 7,380.00
06/26/202502007069 ENGINEERING RESOURCESW1 ENG SRVS - FS102 MAY25 SVCS44001002354270 61497 9,574.25
06/26/202502007070 ENGLAND THIMS AND MILLER INCW1 FB25 CARTEGRAPH ASSET MGMT43090004504164 218764 5,530.75
06/26/202502007070 ENGLAND THIMS AND MILLER INCW1 DC24 CARTEGRAPH ASSET MGMT43090004504164 217820 2,796.00
06/26/202502007071 ESCOBEDO, CHRISTOPHERW1 ICSC UBER 5.19 C.Escobedo43120001104130 UBER 05.2025 48.60
06/26/202502007072 FEDERAL EXPRESS CORP.W1 FedEx Envelope Cal Cities43660001104110 8-417-68420 20.60
06/26/202502007073 FFP FUND VIII P1 PROJECTCO15 LLCW1 MY25 SOLAR ENERGY-PSAM43885001104800 2025-FIP1-000121 6,465.66
06/26/202502007073 FFP FUND VIII P1 PROJECTCO15 LLCW1 MY25 SOLAR ENERGY - PDAC43514002424549 2025-FIP1-000121 9,324.82
06/26/202502007074 FIND FOOD BANKW1 FINDFOOD T1 JU2543090002364195 398714 2,416.66
06/26/202502007074 FIND FOOD BANKW1 FINDFOOD T2 JU2543090002364195 398713 4,375.00
06/26/202502007075 FOSTER GARDNER INC.W1 FERTILIZER - PARKS43320011104611 290750 3,429.29
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 JUNE25-LIBR EMERGENECY LINE43650002524662 7603410732-JUN25 50.57
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 D/U CIRCUIT FRED WARING43650001104159 7601880005-JUN25 76.46
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PHONE SVC43060011104211 7601880005-JUN25 194.03
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 VALLEY CRIMESTOPPERS HOTLINE43650001104211 7601880005-JUN25 200.17
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 TRAFFIC SIGNAL LINE SVC43650001104250 7601880005-JUN25 76.46
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PCC PHONE SVC43650001104344 7601880005-JUN25 183.00
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 EP PHONE SVC43695002714491 7601880005-JUN25 141.62
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PARKVIEW BLDG ALARM SVC43696015104195 7601880005-JUN25 193.48
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PARKVIEW BLDG PHONE SVC43696015104195 7601880005-JUN25 125.55
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PARKVIEW BLDG FIRE ALARM43696015104195 7601880005-JUN25 116.05
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 PARKVIEW BLDG ALARM SVC43696015104195 7601880005-JUN25 122.88
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 STATE BLDG INTERNET SVC43696025104195 7601880005-JUN25 87.98
06/26/2025Report Date 9Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
57
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007076 FRONTIER COMMUNICATIONS INCW1 HENDERSON BLDG PHONE SVC43698005104195 7601880005-JUN25 311.50
06/26/202502007077 FSI TECHW1 Palo Alto Renewal LIB FY252614301002520000 INV-4556 568.33
06/26/202502007077 FSI TECHW1 Palo Alto Renewal LIB FY242543620012524662 INV-4556 51.67
06/26/202502007078 GAME TIMEW1 PLAYGROUND EQUIP - MAG FALLS43325011104611 PJI-0272271 994.75
06/26/202502007078 GAME TIMEW1 SHADE DEPUTY INSPECTION FS#3343310002304220 PJI-0266366 1,425.00
06/26/202502007079 GANNETT CALIFORNIA LOCALIQW1 MY25 LEGAL ADVERTISING DSRT43210001104111 0007152889 2,206.68
06/26/202502007080 GLOBAL INDUSTRIAL EQUIPMENTW1 Emergcy Preparedness Equipment42191001104211 123252072 25,945.39
06/26/202502007080 GLOBAL INDUSTRIAL EQUIPMENTW1 Emergency Prep supply Ext Cord42191001104211 123248358 203.43
06/26/202502007081 GLS USW1 Matich-Am. Landscape Contracts43660001104111 5512831 10.70
06/26/202502007082 GOGOVAPPSW1 GoGov LF Integration FY252614301001100000 25-125 2,800.00
06/26/202502007082 GOGOVAPPSW1 GoGov LF Integration FY242543620011104190 25-125 1,400.00
06/26/202502007083 GOODWIN, SHELBYW1 F&B: Coffee w Mayor 6.11.2543125001104417 SHELBY REIM 6.11 22.00
06/26/202502007083 GOODWIN, SHELBYW1 F&B Coffee w Mayor 6.11.2543125001104417 SHELBY REIM 6.11 12.97
06/26/202502007084 GOVERNMENT SOCIAL MEDIA LLCW1 GSMCON Conf 2025 Todd Butts43120001104417 2025-210019443 599.00
06/26/202502007084 GOVERNMENT SOCIAL MEDIA LLCW1 GSMCON Conf 2025 Christiani Aq43120001104417 2025-210019443 599.00
06/26/202502007085 HF&H CONSULTANTS LLCW1 SOLID WASTE/RECYCE SVCS MY2543090002364195 9722230 9,718.00
06/26/202502007086 HISTORICAL SOCIETY OF PALM DESERTW1 OA Historical Society FY24/2543880001104800 FY24/25 OA PYMT 16,000.00
06/26/202502007087 IMPERIAL SPRINKLER SUPPLYW1 R/M IRRIG SUPPLIES - COOK43370011104614 0021027761-001 385.91
06/26/202502007087 IMPERIAL SPRINKLER SUPPLYW1 R/M IRRIG SUPPLIES - MEDIANS43370011104614 0021435976-002 3.30
06/26/202502007088 INTERNATIONAL CODE COUNCILW1 PERMIT TECH TRAINING & BOOKS43120001104421 1002090194 2,761.07
06/26/202502007089 Jesus GardunoW1 05/01/25 MSA TRAINING - JG43120001104310 50125JG-MEALS 20.13
06/26/202502007090 KINCAID INDUSTRIES INCW1 R/M PLUMBING - HOVLEY SOCCER43310001104611 5632 1,168.26
06/26/202502007091 LAWRENCE, AMYW1 CLR ADV ICSC CONF 5/16-20 AL11501001100000 CLR ADV 5.17.25 -1,305.44
06/26/202502007091 LAWRENCE, AMYW1 ICSC CONF MILE 5/16-20/25 AL43115001104430 MILE AL ICSC25 18.20
06/26/202502007091 LAWRENCE, AMYW1 ICSC CONF TRNSP 5/16-20/25 AL43120001104430 REIMALICSC25TR 85.03
06/26/202502007091 LAWRENCE, AMYW1 ICSC CONF PRDM 5/16-20/25 AL43120001104430 REIMALICSC25PD 387.00
06/26/202502007091 LAWRENCE, AMYW1 ICSC CONF LDG 5/16-20/25 AL43120001104430 LDG AL ICSC25 986.24
06/26/2025Report Date 10Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
58
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007092 LEAGUE OF CALIFORNIA CITIESW1 LOCC ConfReg10/7-10/25 QUINTAN11501001100000 KQ LOCC 10.2025 675.00
06/26/202502007092 LEAGUE OF CALIFORNIA CITIESW1 LOCC ConfReg10/7-10/25 PRADETT11501001100000 JP LOCC 10.2025 675.00
06/26/202502007092 LEAGUE OF CALIFORNIA CITIESW1 LOCC ConfReg10/7-10/25 Trubee11501001100000 ET LOCC 10.2025 675.00
06/26/202502007092 LEAGUE OF CALIFORNIA CITIESW1 LOCC ConfReg 10/7-10/25 Harnik11501001100000 JH LOCC 10.2025 675.00
06/26/202502007093 LEAGUE OF CALIFORNIA CITIESW1 C.Escobedo 2025 LOCC Conf.11501001100000 ESCOBEDO 10.2025 675.00
06/26/202502007094 LOCK SHOP INC.W1 R/M LOCKS - PDAC43311012424549 J101348 1,064.15
06/26/202502007095 LOWE'S HOME CENTERS INC.W1 R/M TRAFFIC SIGNAL SUPPLIES43325001104250 998465-061125 145.61
06/26/202502007096 LSL CPAsW1 24 Housing Records Testing AUP43020001104151 69219 10,150.00
06/26/202502007097 MENDOZA , ELIASW1 05/01/25 MSA TRAINING - EM43120001104310 50125EM-MEALS 21.84
06/26/202502007098 MORALES, TRISTANW1 CPA FAR Exam43630001104150 TMORALES6.17.25 262.64
06/26/202502007099 MOWERS PLUS INCW1 R/M SMALL EQUIP - GENERATOR43340001104331 327944 249.78
06/26/202502007100 MUNIZ, RAFAELW1 05/20/25 MSA TRAINING - RM43115001104310 0525RM-MILEAGE 121.80
06/26/202502007100 MUNIZ, RAFAELW1 05/01/25 MSA TRAINING - RM43120001104310 0525RM-MEALS 24.31
06/26/202502007101 ON THE FLY TERMITE & PESTW1 RETURNED CHECK FEE CK#200673643090001104340 400991 10.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 EXTRA PEST CONTROL-LIB43090002524662 398962 150.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 EXTRA PEST CONTROL - LIB43090002524662 399470 125.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL CORPYARD43090001104330 401365 99.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL CH / HIST43090001104340 401365 114.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL PORTOLA CC43090001104344 401365 43.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL CC PARK43092001104610 401365 70.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL PARKS43320011104611 401365 224.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL COMM GARDENS43910001104611 401365 11.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL ARTISTS CTR43885001104800 401365 44.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL FS 33,67,7143310002304220 401365 129.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL PDAC43090002424549 401365 44.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL LIBRARY43090002524662 401365 43.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL SHERIFF SUBS43695005104195 401365 46.00
06/26/2025Report Date 11Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
59
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL PARKVIEW43696015104195 401365 44.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL STATE BLDG43696025104195 401365 44.00
06/26/202502007101 ON THE FLY TERMITE & PESTW1 MY25 PEST CONTROL HENDERSON43698005104195 401365 43.00
06/26/202502007102 OUTDOOR CREATIONS INCW1 BENCHES / WASTE BINS EL PASE050001024514679 11978 2,463.36
06/26/202502007102 OUTDOOR CREATIONS INCW1 ADD 1% SALES TAX BENCHES/WASTE50001024514679 11978 871.92
06/26/202502007103 PEAC SOLUTIONSW1 5/20-6/19 XEROX LEASE43420001104190 40563756 208.77
06/26/202502007104 PEAC SOLUTIONSW1 5/14-6/13 XEROX LEASE LIBR43420002524662 40547644 435.89
06/26/202502007105 PROFORMA SOCALW1 Business Cards - COPS42190001104154 BH49005322A 87.60
06/26/202502007106 PROPER SOLUTIONS INC.W1 TEMP EMP G AHUMADA 6.13.2543003001104111 17276 1,374.46
06/26/202502007106 PROPER SOLUTIONS INC.W1 PW TEMP EMP AOLIVAREZ 06/13/2543003001104300 17277 1,673.52
06/26/202502007107 PVP COMMUNICATIONS INC.W1 24/25 COMMUNICATION GEAR RSO M43340001104210 136425 1,260.03
06/26/202502007108 QUINN COMPANYW1 PM 5 GENERATOR SRV - CY #37343310001104330 WOG00022957 1,400.00
06/26/202502007108 QUINN COMPANYW1 PM 5 GENERATOR SRV - CY #37443310001104330 WOG00022958 1,700.00
06/26/202502007109 RASIX COMPUTER CENTER INCW1 Epson Ink42120001104190 ID132099 113.72
06/26/202502007110 SIMPLOT PARTNERSW1 R/M STREET MAINT SUPPLIES42190001104310 208166103 17.41
06/26/202502007111 SITEONE LANDSCAPE SUPPLY LLCW1 SMALL TOOLS - FREEDOM42190001104611 154805841-001 93.84
06/26/202502007112 SOULE, THOMASW1 CALTRAVEL MILE 5/20-21 TS43115001104417 TS - MIL 5/21/25 3.64
06/26/202502007112 SOULE, THOMASW1 CALTRAVEL LDG 5/20-21 TS43120001104417 TS LDG 5.21.25 313.77
06/26/202502007112 SOULE, THOMASW1 CALTRAVEL AIR 5/20-21 TS43120001104417 TS AIR 5.21.25 508.95
06/26/202502007112 SOULE, THOMASW1 CALTRAVEL PRDM 5/20-21 TS43120001104417 TS - PRD 5/21/25 129.00
06/26/202502007113 SOUTHERN CALIFORNIA EDISONW1 73510 FW PARKS AL-243514001104611 700383536327JU25 3,681.04
06/26/202502007113 SOUTHERN CALIFORNIA EDISONW1 73296 ALESSANDRO WW43514001104614 700646851517MAY 73.40
06/26/202502007114 ST. FRANCIS ELECTRIC LLCW1 MY25 R/M TRAFFIC SIGNAL43325001104250 200168118 2,325.00
06/26/202502007114 ST. FRANCIS ELECTRIC LLCW1 R/M TRAFFIC SIGNAL - VARIOUS43325001104250 200168119 3,405.74
06/26/202502007114 ST. FRANCIS ELECTRIC LLCW1 R/M TRAFFIC SIGNAL - HWY 74/EP43325001104250 200168120 24,488.46
06/26/202502007114 ST. FRANCIS ELECTRIC LLCW1 R/M TRAFFIC SGNL - 45900 PORT43325001104250 200168121 6,082.35
06/26/202502007115 STERLING ADMINISTRATIONW1 May 25 Admin Fees DCA & FSA43090001104154 865457 171.50
06/26/2025Report Date 12Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
60
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007116 SUPERIOR PAVEMENT MARKINGS INCW1 RET REL 24251732 / C4871020600002130000 20703 7,919.75
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 43775 DEEP CNYN43320001104310 950000322979 1,637.94
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 43775 DEEP CNYN43320001104310 950000325768 957.35
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - HOVLEY/PORTOLA43320001104310 950000359079 616.52
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 43880 ACACIA43320001104310 950000384379 1,225.67
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 40100 MONTEREY43320001104310 950000387292 490.81
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 43880 ACACIA43320001104310 950000395926 2,250.83
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - 43880 ACACIA43320001104310 950000395929 1,597.94
06/26/202502007117 SUPERIOR READY MIX CONCRETEW1 R/M CONCRETE - NS GERALD FORD43320001104310 950000395933 564.62
06/26/202502007118 T-MOBILE USA INCW1 GPS- T25121008543042001104210 9604865151 115.00
06/26/202502007118 T-MOBILE USA INCW1 GPS- T25121008543042001104210 9606730460 165.00
06/26/202502007118 T-MOBILE USA INCW1 TOWER DUMP- T25107001043042001104210 9606844639 150.00
06/26/202502007118 T-MOBILE USA INCW1 TOWER DUMP- T25125008543042001104210 9606095152 200.00
06/26/202502007118 T-MOBILE USA INCW1 GPS- T25083003043042001104210 9605488725 115.00
06/26/202502007119 T-MOBILE USA INCW1 MY25 VEHICLE GPS MONITORING43340001104331 978220384-42 977.40
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs & Land Dev-FE2543011501104423 2025-353 1,505.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs PW/CIP_FE2543011501104423 2025-353 5,595.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs & Land Dev-MA2543011501104423 2025-380 1,050.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs PW/CIP_MA2543011501104423 2025-380 3,680.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs PW/CIP_AP2543011501104423 2025-542 11,597.50
06/26/202502007120 TKE ENGINEERING INCW1 PLAN CHECKING SERVICES MY2543011501104423 2025-777 5,595.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs & Land Dev-MY2543011501104423 2025-770 1,125.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs PW/CIP_MY2543011501104423 2025-770 5,020.00
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs & Land Dev-JA2543011501104423 2025-158 1,812.50
06/26/202502007120 TKE ENGINEERING INCW1 Eng Svcs PW/CIP_JA2543011501104423 2025-158 8,177.50
06/26/202502007120 TKE ENGINEERING INCW1 PLAN CHECKING SERVICES JA2543011501104423 2025-165 3,822.50
06/26/202502007120 TKE ENGINEERING INCW1 Apr25 CM Svcs for PDHA Propert43311008714195 2025-548 7,460.00
06/26/2025Report Date 13Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
61
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007120 TKE ENGINEERING INCW1 Apr25 CM Svcs for St Resurf Pj44002002134134 2025-549 24,647.50
06/26/202502007120 TKE ENGINEERING INCW1 May25 CM Svcs for St Resurf Pj44002002134134 2025-776 8,740.00
06/26/202502007120 TKE ENGINEERING INCW1 Apr25 CM Svcs for El Paseo St44002002134134 2025-545 17,669.50
06/26/202502007120 TKE ENGINEERING INCW1 May25 CM Svcs for El Paseo St44002002134134 2025-772 85.00
06/26/202502007120 TKE ENGINEERING INCW1 Apr-May25 Walk & Roll-Phase 350001032134633 2025-775 7,402.50
06/26/202502007120 TKE ENGINEERING INCW1 Mtn View Rtn Nov24 Svcs42191001104159 2024-1591 580.00
06/26/202502007120 TKE ENGINEERING INCW1 Mtn View Rtn Oct24 Svcs42191001104159 2024-1386 6,591.20
06/26/202502007120 TKE ENGINEERING INCW1 Haystack Channel Rehab Oct2450004544204370 2024-1388 3,625.00
06/26/202502007121 TNV TOWINGW1 TOWING- T25121010843042001104210 2797 240.00
06/26/202502007121 TNV TOWINGW1 RSO TOWING- T24354014943042001104210 2800 240.00
06/26/202502007121 TNV TOWINGW1 RSO TOWING-T24336006843042001104210 2802 240.00
06/26/202502007121 TNV TOWINGW1 RSO TOWING- T25083003043042001104210 2803 1,920.00
06/26/202502007121 TNV TOWINGW1 RSO TOWING- 725093009543042001104210 2804 240.00
06/26/202502007122 TNV TOWINGW1 TOWING- T25102000243042001104210 2799 240.00
06/26/202502007122 TNV TOWINGW1 TOWING- T24204001443042001104210 2796 240.00
06/26/202502007123 TRI STAR CONTRACTING II INCW1 R/M SINKHOLE - FRED WARING43320004004311 210425-2G-1 56,983.67
06/26/202502007123 TRI STAR CONTRACTING II INCW1 R/M CLEANUP MID VALLEY CHANNEL50004564004370 2324G-REV 24,113.51
06/26/202502007124 U S POSTMASTERW1 BRIGHTSIDE Postage JL/AG2543026001104417 BRIGHTSIDE JL25 7,663.86
06/26/202502007125 ULINE INCW1 Disaster Preparedness Supplies42191001104211 192933291 10,073.24
06/26/202502007126 VILLANUEVA, PAULW1 2025 CACEO CLR ADV PV 5/2511501001100000 CLR ADV CACEO -542.20
06/26/202502007126 VILLANUEVA, PAULW1 CACEO SUMMIT MILE 5/12-15 PV43115001104422 MILEAGE CACEOPV 134.96
06/26/202502007126 VILLANUEVA, PAULW1 CACEO SUMMIT LDG 5/12-15 PV43120001104422 LODGING CACEOPV 278.24
06/26/202502007126 VILLANUEVA, PAULW1 CACEO SUMMIT PRDM 5/12-15 PV43120001104422 PER DIEM CACEOPV 215.00
06/26/202502007127 WASHINGTON CHARTER SCHOOLW1 OA Washington Charter FY24/2543881001104800 FY24/25 OA PYMT 7,500.00
06/26/202502007128 WEBSTAURANT STORE INCW1 Recycling bins & trash cans42190002364195 112542582 6,636.24
06/26/202502007129 WEST COAST ARBORISTS INCW1 MISC TREE WORK - SONATA II43095002754684 227329 750.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 3/16-31 1HARDWOOD PRUNING GLEN43095002754681 227329 1,547.00
06/26/2025Report Date 14Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
62
Check DateCheck Number Vendor NameBank ID
Check Register
Amount PaidInvoiceTransaction Desc
6/26/2025 - 6/26/2025
City of Palm Desert
Account Number
06/26/202502007129 WEST COAST ARBORISTS INCW1 3/1-15 HARDWOOD PRUNING-HOVLY43095002754682 226718 595.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 MISC TREE WORK -HOVLEY ESTATES43095002754682 226718 975.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - LA PALOMA I43095002754686 226718 595.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING -LA PALOMA 243095002754687 226718 238.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING -LA PALOMA 343095002754693 226718 952.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - SANDPIPER C43095002754694 226718 1,428.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - SANDPIPER W43095002754695 226718 357.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - SANDPIPER W43095002754695 227329 595.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - PORTOLA PL43095002834374 227329 1,071.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 HARDWOOD PRUNING - K/B43095002854374 227329 1,904.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 4/1-15 HARDWOOD PRUNING - DW43320004414195 227730 2,520.00
06/26/202502007129 WEST COAST ARBORISTS INCW1 MISC TREE WORK - DW PERIMETER43320004414195 227730 2,450.00
06/26/202502007130 WILLDAN ENGINEERINGW1 Plan Review & Insp - AP2543010001104420 002-34778 25,291.78
06/26/202502007130 WILLDAN ENGINEERINGW1 Plan Review & Insp - MY2543010001104420 002-34977 16,118.24
06/26/202502007131 XPRESS GRAPHICSW1 SRP Program Booklets43900002524662 25-71597 702.36
06/26/202502007131 XPRESS GRAPHICSW1 El Paseo St Rehab Mailers44002002134134 25-71596 328.28
06/26/202502007131 XPRESS GRAPHICSW1 FS102 Groundbreaking Event44002002354270 25-69908 310.79
06/26/202502007131 XPRESS GRAPHICSW1 PARK SIGNS - JOE MANN42190001104611 25-68564 560.81
06/26/202502007131 XPRESS GRAPHICSW1 Haystack TC Proposal Boards50009092134565 24-63071 70.38
Examined and Approved Total For Bank ID - W1
6,685,349.87City Manager
Examined and Approved
Mayor or Mayor Pro-Tem
Audited and Found Correct
Director of Finance
06/26/2025Report Date 15Page City and Housing
Docusign Envelope ID: 6EBF56B1-D914-48F3-A8D9-FA432239C283
63
64
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Michelle Nance, Senior Deputy Clerk
SUBJECT: ADOPTION OF ORDINANCE NO. 1431, APPROVING A GENERAL PLAN
AMENDMENT FROM SMALL TOWN NEIGHBORHOOD TO
NEIGHBORHOOD CENTER FOR A 2.21 ACRE PROPERTY ON THE
NORTHWEST CORNER OF FRED WARING DRIVE AND FAIRHAVEN
AVENUE AND MAKING A FINDING OF EXEMPTION UNDER CEQA.
RECOMMENDATION:
Adoption of Ordinance No. 1431 entitled, “AN ORDINANCE OF THE CITY COUNCIL OF THE
CITY OF PALM DESERT, CALIFORNIA, APPROVING A GENERAL PLAN AMENDMENT
FROM SMALL TOWN NEIGHBORHOOD TO NEIGHBORHOOD CENTER FOR A 2.21 ACRE
PROPERTY ON THE NORTHWEST CORNER OF FRED WARING DRIVE AND FAIRHAVEN
AVENUE AND MAKING A FINDING OF EXEMPTION UNDER CEQA. (ASSESSOR’S PARCEL
NUMBER 640-040-016).”
BACKGROUND/ANALYSIS:
On June 26, 2025, the City Council unanimously introduced Ordinance No. 1431 for first reading.
This report is provided for the City Council to waive further reading and adopt the ordinance. The
ordinance shall be effective 30 days from adoption.
FINANCIAL IMPACT:
There is no direct financial impact with this action.
ATTACHMENTS:
1. Ordinance No. 1431
65
66
ORDINANCE NO. 1431
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM
DESEERT, CALIFORNIA APPROVING A GENERAL PLAN AMENDMENT
FROM SMALL TOWN NEIGHBORHOOD TO NEIGHBORHOOD CENTER
FOR A 2.21 ACRE PROPERTY ON THE NORTHWEST CORNER OF
FRED WARING DRIVE AND FAIRHAVEN AVENUE AND MAKING A
FINDING OF EXEMPTION UNDER CEQA. (ASSESSOR’S PARCEL
NUMBER 640-040-016)
CASE NOS. GPA24-0001
WHEREAS, Dignity Investment Group (“Applicant”), submitted a request to
change the general plan land use designation and zoning designation of a 2.21-acre
parcel located at the northwest corner of Fred Waring Drive and Fairhaven Avenue from
Small Town Neighborhood to Neighborhood Center and Planned Residential – 7 units
per acre to Office Professional, respectively; and
WHEREAS, the Project site has a land use designation of Small Town
Neighborhood in the Palm Desert General Plan adopted on November 10, 2016, and a
zoning designation of Planned Residential – 7 units per acre (PR-7); and
WHEREAS, the Project Site has been developed with existing improvements
which generally consist of a single unoccupied building previously occupied by a church,
related parking lot and landscaping, and is adequately served by existing public utilities
and services; and
WHEREAS, the proposed General Plan Amendment would not create any
nonconforming uses or structures on site; and
WHEREAS, the proposed General Plan Amendment and Change of Zone would
allow the site to remain suitable for residential uses at a maximum density of 15 units per
acre; and
WHEREAS, the proposed General Plan Amendment and Change of Zone would
make the land use consistent with the adjacent property to the west and allow the site to
continue existing vehicular connectivity to said project site; and
WHEREAS, under Section 21067 of the Public Resources Code, Section 15367
of the State California Environmental Quality Act (CEQA) Guidelines (Cal. Code Regs.,
tit. 14, § 15000 et seq.) and the City of Palm Desert’s (“City’s”) Local CEQA Guidelines,
the City is the lead agency for the Project; and
WHEREAS, pursuant to the requirements of the CEQA, the State Guidelines for
Implementation of CEQA (State CEQA Guidelines), and the City of Palm Desert CEQA
Implementation Requirements, the City of Palm Desert Development Services
Department has determined that the Project will not have a significant impact on the
67
Ordinance No. 1431
environment and that the Project is categorically exempt under Article 19, Section 15301
Existing Facilities (Class 1) of the CEQA Guidelines; therefore, no further environmental
review is necessary; and
WHEREAS, the Planning Commission of the City of Palm Desert, California, did
on the 20th day of May 2025, hold a duly noticed public hearing to consider the request
by the Applicant for approval of the above-noted Project request and adopted Planning
Commission Resolution 2891 recommending the City Council approve said Project; and
WHEREAS, the City Council of the City of Palm Desert, California, did on the 26th
day of June 2025, hold a duly noticed public hearing to consider the request by the
Applicant for approval of the above-noted Project request; and
WHEREAS, at the said public hearing, upon hearing and considering all testimony
and arguments, if any, of all interested persons desiring to be heard, the Planning
Commission did find the following facts and reasons, which are outlined in the staff report,
exist to justify approval of said request:
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Palm
Desert, California, as follows:
SECTION 1. Recitals. The City Council hereby finds that the foregoing recitals are
true and correct and are incorporated herein as substantive findings of this Resolution.
SECTION 2. General Plan Amendment. As required by Palm Desert Municipal Code
“PDMC” Section 25.78.070, the following findings to approve a General Plan Amendment:
There is a substantial public benefit to be derived from such amendment and the proposed
amendment furthers the goals of the General Plan.
The General Plan Amendment (GPA) is in the public’s interest as it will maintain the
character of Fred Waring Drive by creating consistency in General Plan land use
designation on the north side of Fred Waring, west of Fairhaven Drive. The project site
has existed for decades as the site of a church with a parking lot that connects to an
existing medical office park directly to the west. The existing General Plan land use allows
for residential uses. The proposed General Plan Land use designation allows the site to
establish non-residential uses that serve the needs of the neighborhood, meanwhile
retaining its ability to have residential uses. The intent of Neighborhood Center is to
provide a concentration of commercial businesses and civic amenities within walking and
biking distances of neighborhoods, and the location off Fred Waring where this project
site is located is ideal for this designation and uses based off its proximity to surrounding
residential and a major thoroughfare (Fred Waring).
SECTION 3. CEQA Determination. The City Council finds that the Project is
exempt from CEQA per Section 15301 of the CEQA Guidelines as the Project is a Class
1 Exemption for “Existing Facilities” development. Class 1 applies to projects involving
68
Ordinance No. 1431
the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of
existing public or private structures, facilities, mechanical equipment, or topographical
features involving negligible or no expansion of existing or former use. The proposed
project change of land use would impact existing facilities and allow for their operation
with additional uses. Additionally, the Project does not qualify for any of the exceptions
pursuant to Article 19 of the CEQA Guidelines Section 15300.2 for “Exceptions.”
SECTION 4. General Plan Amendment. The City Council approves the General
Plan Amendment presented, as depicted in Exhibit “A.”
SECTION 5. Severability. If any section, subsection, sentence, clause, or phrase of
this ordinance is for any reason held to be invalid or unconstitutional, such decision shall
not affect the validity of the remaining portions of this ordinance. The City Council hereby
declares that it would have passed this ordinance, and each section, subsection, sentence,
clause and phrase thereof, irrespective of the fact that any one or more sections,
subsections, sentences, clauses or phrases be declared invalid.
SECTION 6. Posting and Publication. The City Clerk of the City of Palm Desert,
California, is hereby directed to publish a summary of this Ordinance in the Desert Sun, a
newspaper of general circulation, published and circulated in the City of Palm Desert,
California, and shall be in full force and effective thirty (30) days after its adoption.
ADOPTED ON__________, 2025.
___________________________
JAN C. HARNIK
MAYOR
ATTEST:
__________________________
ANTHONY J. MEJIA
CITY CLERK
69
Ordinance No. 1431
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, California, do hereby
certify that Ordinance No. 1431 is a full, true, and correct copy, and was introduced at a
regular meeting of the Palm Desert City Council on June 26, 2025, and adopted at a
regular meeting of the City Council held on __________ , 2025, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on __________________ .
___________________________
ANTHONY J. MEJIA
CITY CLERK
70
Arboleda Avenue
F
a
i
r
h
a
v
e
n
D
r
i
v
e
Vista
B
o
n
i
t
a
Fred Waring Dr i ve
Ad
oni
s
D
r
i
v
e
Arboleda Avenue
F
a
i
r
h
a
v
e
n
D
r
i
v
e
Vi
s
ta
B
o
n
i
t
a
Fr ed Wa r i ng Driv e
Ad
o
ni
s
D
r
i
v
e
Existing
Neighborhood Center Small Town Neighborhood
Proposed
Proposed General Plan Land Use Change for
APN: 640-040-016
From Small Town Neighborhood to Neighborhood Center
±
±
71
72
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Michelle Nance, Senior Deputy Clerk
SUBJECT: ADOPTION OF ORDINANCE NO. 1432 AMENDING PALM DESERT
MUNICIPAL CODE CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH
UNIFORM PROPERTY MAINTENANCE OPERATING HOURS AND
MAKING A FINDING OF EXEMPTION UNDER CEQA
RECOMMENDATION:
Adoption of Ordinance No. 1432 entitled, “AN ORDINANCE OF THE CITY COUNCIL OF THE
CITY OF PALM DESERT, CALIFORNIA, AMENDING PALM DESERT MUNICIPAL CODE
CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH UNIFORM PROPERTY MAINTENANCE
OPERATING HOURS AND MAKING A FINDING OF EXEMPTION UNDER CEQA.”
BACKGROUND/AN ALYSIS:
On June 26, 2025, the City Council unanimously introduced Ordinance No. 1432 for first reading.
This report is provided for the City Council to waive further reading and adopt the ordinance. The
ordinance shall be effective 30 days from adoption.
FINANCIAL IMPACT:
There is no direct financial impact with this action.
ATTACHMENTS:
1. Ordinance No. 1432
73
74
Ordinance No. 1432 Page 1
ORDINANCE NO. 1432
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, AMENDING PALM DESERT MUNICIPAL CODE
CHAPTER 9.24, NOISE CONTROL, TO ESTABLISH UNIFORM
PROPERTY MAINTENANCE OPERATING HOURS AND MAKING A
FINDING OF EXEMPTION UNDER CEQA.
The purpose of this ordinance is to amend Palm Desert Municipal
Code Chapter 9.24 Noise Control to align and update the operating
hours for property maintenance activities, remove outdated language
pertaining to noise related to agricultural operations, and exempt
homeowners from the operating hours restrictions.
THE CITY COUNCIL OF THE CITY OF PALM DESERT DOES HEREBY
ORDAIN AS FOLLOWS:
SECTION 1. Amendment to Municipal Code. Section 9.24.060 Special
Provisions- Exemptions of Chapter 9.24 Noise Control of the Palm Desert Municipal
Code is amended to read as follows:
“9.24.060 Special Provisions-Exemptions.
The following activities shall be exempted from the provisions of this chapter:
A. School bands, school athletic and school entertainment events.
B. Outdoor gatherings, public dances, shows and sporting and entertainment
events; provided, the events are authorized by the city.
C. Activities conducted in public parks and public playgrounds.
D. Any mechanical device, apparatus or equipment used, related to or
connected with emergency machinery, vehicle or work.
E. Mobile noise sources associated with pest control through pesticide
application.
F. The provisions of this regulation shall not preclude the construction,
operation, maintenance and repairs of equipment, apparatus or facilities of
park and recreation departments, public work projects or essential public
services and facilities, including those of public utilities subject to the
regulatory jurisdiction of the California Public Utilities Commission.
G. Noise sources associated with construction activities. Refer to
9.24.070, Construction activities.
H. Property owners/tenants of residential dwellings conducting non-
commercial property maintenance Monday through Sunday
75
Ordinance No. 1432 Page 2
between the hours of 7 am to 5:30 pm, including government
code holidays.”
SECTION 2. Amendment to Municipal Code. Section 9.24.075 Property
Maintenance Activities of Chapter 9.24 Noise Control of the Palm Desert Municipal
Code is amended to read as follows:
“9.24.075 Property Maintenance Activities.
A. Noise sources associated with property maintenance activity and all
portable blowers, lawnmowers, edgers or similar devices shall be prohibited
except during the following hours:
Monday through Sunday: 7 a.m. to 5:30 p.m.
Government code holidays: Not allowed
Notwithstanding the hours of permitted operations, such equipment that
constitutes a public nuisance may be abated as otherwise provided in this
code.
With the exception of blowers, all maintenance activities associated with golf
courses and/or tennis courts can operate from five-thirty a.m. to seven p.m.,
seven days a week.
B. All municipal maintenance activities are not subject to subsection A.
C. No person shall willfully make or continue, or willfully cause to be made or
continued, any noise from any portable powered blower at a level which
exceeds seventy decibels (dBA) measured at the midpoint of a wall area twenty
feet long and ten feet high and at the horizontal distance fifty feet away from
the midpoint of the wall, or not more than seventy-six decibels (dBA) at a
horizontal distance of twenty-four feet using a sound level meter.
D. No portable powered blower shall be operated in a manner which will
permit dirt, dust, debris, leaves, grass clippings, cuttings, or trimmings from
trees or shrubs to be blown or deposited onto neighboring property or public
right-of-way. All waste shall be removed and disposed of in a sanitary
manner by the use or property occupant.”
SECTION 3. CEQA Exemption. The City Council finds that this ordinance is exempt
from the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines
Section 15061(b)(3), known as the “common sense” exemption. This determination is
based on the clear assessment that there is no possibility the ordinance may have a
significant effect on the environment. The ordinance provides administrative clarifications
76
Ordinance No. 1432 Page 3
regarding operating hours for the use of power equipment associated with property
maintenance activities without expanding land use or initiating new developments, thereby
maintaining existing environmental baselines. It ensures operational continuity for operating
hours related to property maintenance. The amendments are administrative in nature and
do not involve construction, physical alterations, or increases in development intensity, thus
qualifying for the CEQA “common sense” exemption.
SECTION 4. Severability. If any section, subsection, sentence, clause, or phrase of
this ordinance is for any reason held to be invalid or unconstitutional, such decision shall
not affect the validity of the remaining portions of this ordinance. The City Council hereby
declares that it would have passed this ordinance, and each section, subsection, sentence,
clause and phrase thereof, irrespective of the fact that any one or more sections,
subsections, sentences, clauses or phrases be declared invalid.
SECTION 5. Posting and Publication. The City Clerk of the City of Palm Desert,
California, is hereby directed to publish a summary of this Ordinance in the Desert Sun, a
newspaper of general circulation, published and circulated in the City of Palm Desert,
California, and shall be in full force and effective thirty (30) days after its adoption.
ADOPTED ON _______________.
____________________________
JAN C. HARNIK
MAYOR
ATTEST:
____________________________
ANTHONY J. MEJIA
CITY CLERK
77
Ordinance No. 1432 Page 4
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, California, do hereby
certify that Ordinance No. 1432 is a full, true, and correct copy, and was introduced at a
regular meeting of the Palm Desert City Council on June 26, 2025, and adopted at a
regular meeting of the City Council held on __________ , 2025, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on __________________ .
___________________________
ANTHONY J. MEJIA
CITY CLERK
78
Ordinance No. 1432 Page 5
79
80
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: LETTER OF SUPPORT FOR THE JOSLYN CENTER’S GRANT
APPLICATION TO BIGHORN GOLF CLUB CHARITIES FOR HVAC
SYSTEM REPLACEMENT
RECOMMENDATION:
Ratify issuance of a letter of support for The Joslyn Center’s application to BIGHORN Golf Club
Charities requesting grant funding to replace HVAC units at its facility.
BACKGROUND/ANALYSIS:
The Joslyn Center is a vital community partner providing year -round wellness and social
programs for older adults. It also serves as a designated Cooling Center in partnership with
Riverside County during the region’s extreme summer he at.
The Center is seeking funding assistance from BIGHORN Golf Club Charities to replace aging
HVAC units that are inefficient, costly to maintain, and reliant on outdated Freon refrigerant. The
upgrades will reduce operating costs, support sustainability goals, and allow The Joslyn Center
to preserve its reserve funds for unforeseen needs.
The request for support was submitted by The Joslyn Center and reviewed by the City Council
Subcommittee on Governmental and Legislative Affairs, comprised of Mayor Harnik and Mayor
Pro Tem Trubee, who approved issuing a letter of support.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
ATTACHMENT:
1. Letter of Support
81
82
C I T Y O F P A L M D E S E R T
73-510 FRED WARING DRIVE
PALM DESERT, CALIFORNIA 92260-2578
TEL: 760-346-0611
INFO@PALMDESERT.GOV
June 17, 2025
Ms. Kelly Levy
BIGHORN Golf Club Charities
255 Palowet Dr.
Palm Desert, CA 92260
Dear Ms. Levy:
On behalf of the City of Palm Desert, I am writing to express support for The Joslyn
Center’s application to BIGHORN Golf Club Charities seeking grant assistance for the
replacement of aging HVAC units at its facility.
The Joslyn Center is a vital community asset and trusted partner that provides essential
services to older adults and seniors throughout Palm Desert and the surrounding region.
In addition to year-round programs that promote wellness, social engagement, an d
independence, The Joslyn Center serves as a designated Cooling Center in partnership
with Riverside County Community Action Partnership. This role is especially critical during
the Coachella Valley’s extreme summer heat, when access to a safe, air -conditioned
environment can be life-saving for vulnerable populations.
We understand that the HVAC replacement project will improve energy efficiency, reduce
operating costs, and support the Center’s ability to continue providing this essential
service to the community. The City appreciates the consideration that BIGHORN Golf
Club Charities gives to capital improvements that help strengthen the resilience and
sustainability of local nonprofit facilities.
Thank you for your ongoing support of local organizations through your charitable giving.
Sincerely,
Jan C. Harnik, Mayor
City of Palm Desert
83
84
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 11, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: LETTER OF SUPPORT FOR DESERT RECREATION DISTRICT’S
GRANT APPLICATION TO BIGHORN GOLF CLUB CHARITIES
RECOMMENDATION:
Ratify issuance of a letter of support for the Desert Recreation District’s grant application to
BIGHORN Golf Club Charities requesting funding to provide scholarships for residents and to
participate in core programs and activities.
BACKGROUND/ANALYSIS:
The Desert Recreation District plays a vital role in enriching the quality of life for Palm Desert
residents of all ages and abilities. The District offers diverse programs, including Sen ior
Programming, Youth Camps, Adaptive Programs, Sports Programs, Health & Wellness, Music
& Creative Arts, and Annual Facility Memberships.
These programs provide opportunities for personal growth, social connection, and improved
well-being. Scholarships funded by this grant will ensure that low- and moderate-income
residents who face financial barriers can participate.
The request for support was submitted by Desert Recreation District and reviewed by the City
Council Subcommittee on Governmental and Legislative Affairs, comprised of Mayor Harnik and
Mayor Pro Tem Trubee, who approved issuing a letter of support.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
ATTACHMENT:
1. Letter of Support
85
86
C I T Y O F P A L M D E S E R T
73-510 FRED WARING DRIVE
PALM DESERT, CALIFORNIA 92260-2578
TEL: 760-346-0611
INFO@PALMDESERT.GOV
June 23, 2025
Ms. Kelly Levy
BIGHORN Golf Club Charities
255 Palowet Dr.
Palm Desert, CA 92260
Dear Ms. Levy:
On behalf of the City of Palm Desert, I am pleased to provide this letter of support for
Desert Recreation District’s grant application to BIGHORN Golf Club Charities. The
requested funding will directly support scholarships for residents to participate in Desert
Recreation District’s core programs and activities.
Desert Recreation District plays a vital role in enriching the quality of life for residents of
all ages and abilities throughout our community. The programs supported by this grant —
including Senior Programming, Youth Camps, Adaptive Programs, Sports Programs,
Health & Wellness, Music & Creative Arts, and Annual Facility Memberships —offer
opportunities for personal growth, social connection, and improved well-being. Access to
these programs is particularly important for low- and moderate-income residents who may
not otherwise be able to participate due to financial barriers.
The City recognizes and greatly values Desert Recreation District’s commitment to
promoting health, wellness, and community engagement. Scholarships funded through
this grant will ensure that more residents can benefit from these programs, fostering a
stronger, healthier, and more connected community.
Thank you for your consideration and for your ongoing support of local organizations
making a positive difference in the lives of Palm Desert residents.
Sincerely,
Jan C. Harnik, Mayor
City of Palm Desert
87
88
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 11, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: LETTER OF SUPPORT FOR THE RANDALL W. LEWIS CENTER FOR
ENTREPRENEURSHIP AND SCHOOL OF ENTREPRENEURSHIP
APPLICATION TO THE THRIVE INLAND SOCAL CATALYST GRANT
PROGRAM
RECOMMENDATION:
Ratify issuance of a letter of support for the Randall W. Lewis Center for Entrepreneurship and
the School of Entrepreneurship’s application to the THRIVE Inland SoCal Catalyst Grant
Program to sustain and expand programming delivered through the Palm Desert Entrepreneurial
Resource Center.
BACKGROUND/ANALYSIS:
The Randall W. Lewis Center for Entrepreneurship a nd the School of Entrepreneurship operate
the Palm Desert Entrepreneurial Resource Center (ERC) in partnership with the Inland Empire
Center for Entrepreneurship and with funding support from the City of Palm Desert and the
County of Riverside.
The applicants requested a letter of support to accompany their grant application to the THRIVE
Inland SoCal Catalyst Grant Program. If awarded, grant funding would be used to sustain and
expand programming offered through the ERC.
The request for support was revie wed by the City Council Subcommittee on Governmental and
Legislative Affairs, comprised of Mayor Harnik and Mayor Pro Tem Trubee, who approved
issuing a letter of support.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
ATTACHMENT:
1. Letter of Support
89
90
C I T Y O F P A L M D E S E R T
73-510 FRED WARING DRIVE
PALM DESERT, CALIFORNIA 92260-2578
TEL: 760-346-0611
INFO@PALMDESERT.GOV
June 30, 2025
THRIVE Inland SoCal
Catalyst Grant Program
Subject: Support for the Randall W. Lewis Center for Entrepreneurship and School
of Entrepreneurship Application – THRIVE Inland SoCal Catalyst Grant
Program
Dear Thrive Inland SoCal Review Committee:
On behalf of the City of Palm Desert, this letter serves as a statement of strong support
for the Randall W. Lewis Center for Entrepreneurship (RLCE) and the School of
Entrepreneurship in their application for funding through the THRIVE Inland SoCal
Catalyst Grant Program.
The City of Palm Desert currently funds and supports the Inland Empire Center for
Entrepreneurship (IECE) and the School to operate the Palm Desert Entrepreneurial
Resource Center (ERC), in partnership with the County of Riverside. The Catalyst Grant
will help sustain and expand these impactful programs, addressing critical needs in the
City and the greater Coachella Valley.
Small businesses in our community consistently cite challenges accessing mentorship,
counseling, education, and capital. The programs delivered in 2024 by the RLCE and the
School in Palm Desert have made measurable strides in overcoming these barriers. To
date, they have assisted more than 1,700 small business owners, resulting in over $11
million in increased access to capital and sales, the launch of 22 new startups, and
support for more than 300 jobs created or retained.
We are particularly enthusiastic about new initiatives planned through the ERC, such as
the Cybersecurity Entrepreneurship Academy, which will provide valuable training and
resources to further strengthen our local economy.
91
The services provided through this partnership have been critical to the economic
development of Palm Desert. We strongly support additional investment in this program,
as it will expand service offerings and deliver even greater impact to our residents an d
businesses.
Thank you for your consideration of this important proposal. Should you have any
questions, please do not hesitate to contact me.
Sincerely,
Jan C. Harnik, Mayor
City of Palm Desert
92
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: RESOLUTION SETTING THE CITY COUNCIL REGULAR MEETING
SCHEDULE FOR THE CALENDAR YEAR 2026
RECOMMENDATION:
Adopt a resolution entitled, “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, SETTING THE CITY COUNCIL REGULAR MEETING SCHEDULE
FOR THE CALENDAR YEAR 2026.”
BACKGROUND/ANALYSIS:
Palm Desert Municipal Code Section 2.36.020 authorizes the City Council to adopt a resolution
to establish the dates and times for its regular meetings. Staff is seeking City Council
confirmation of the 2026 meeting schedule so that staff may proceed with developing the
schedule of public hearings and provide ample notice to the public. Additionally, adopting the
schedule at this time allows the meeting dates to be incorporated into the City’s annual calendar
and other publications prepared well in advance of the new year.
Proposed Cancelled Meetings
Consistent with past practice, staff recommends canceling or rescheduling meetings that conflict
with holidays or annual conferences attended by Councilmembers.
Specifically, staff proposes canceling:
The second meeting in July and the first meeting in August for the traditional summer recess.
The meeting that coincides with the Thanksgiving holiday.
The second December meeting due to winter holidays.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
ATTACHMENT:
1. Draft Resolution
93
94
RESOLUTION NO. 2025-____
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, SETTING THE CITY COUNCIL REGULAR
MEETING SCHEDULE FOR THE CALENDAR YEAR 2026
WHEREAS, pursuant to Palm Desert Municipal Code Section 2.36.020, the City
Council regular meetings are generally held on the second and fourth Thursday of each
month, except as otherwise set by City Council resolution; and
WHEREAS, the City Council desires to confirm its meeting schedule for 2026 as
the second and fourth Thursday of each month unless otherwise rescheduled or
canceled.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Palm
Desert, California, as follows:
SECTION 1. That the foregoing Recitals are true and correct and are incorporated
herein by this reference.
SECTION 2. Regular meetings of the City Council shall be held in the Council
Chamber, located at 73-510 Fred Waring Drive, Palm Desert, California, on the second
and fourth Thursday of each month at the hour of 4:00 p.m. When a regular meet ing falls
on a legal holiday, the meeting shall be held on the following day unless otherwise
determined by the City Council at a regular meeting.
SECTION 3. Regular meetings of the City Council acting as the governing boards
of the Successor Agency to the Palm Desert Redevelopment Agency, the Palm Desert
Housing Authority, the Palm Desert Financing Authority, and/or the Palm Desert Library
Board of Trustees shall be held in the Council Chamber, located at 73 -510 Fred Waring
Drive, Palm Desert, California, concurrently with the regular City Council meeting.
SECTION 4. Closed sessions of the City Council and/or the governing boards as
provided in this Resolution may be conducted prior to the 4:00 p.m. business portion of
regular meetings and as noticed from time to time on the agenda for such meetings. The
time scheduled will depend upon the number of items to be considered and the complexity
of the issues to be discussed. If necessary, closed sessions not completed prior to the
business portion of the meeting may be considered at the conclusion of the business
portion of the meeting or as otherwise determined by the City Council.
SECTION 5. The City Council has canceled and/or rescheduled certain meetings
as outlined in Exhibit A attached hereto and incorporated herein by this reference.
95
Resolution No. 2025-____ Page 2
ADOPTED ON ________________, 2025.
JAN C. HARNIK
MAYOR
ATTEST:
ANTHONY J. MEJIA
CITY CLERK
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, hereby certify that
Resolution No. 2025-__ is a full, true, and correct copy, and was duly adopted at a regular
meeting of the City Council of the City of Palm Desert on _______________________,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on ___________________.
ANTHONY J. MEJIA
CITY CLERK
96
Resolution No. 2025-____ Page 3
EXHIBIT A
City of Palm Desert
2026 City Council Meeting Dates
The City Council meetings are typically held on the second a nd fourth Thursday of each
month at 4:00 p.m. in the Council Chamber, located at 73-510 Fred Waring Drive, Palm
Desert, California. This schedule is subject to change.
MEETING DATES NOTES
Approved by the City Council on __/__/2025
97
98
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: June 12, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: CORRECTION TO APPOINTMENT TERM FOR THE JOSLYN COVE
SENIOR CENTER BOARD
RECOMMENDATION:
Approve a correction to the term of appointment for Janet Davidson to the Joslyn Cove Senior
Center Board, establishing the term as July 1, 2025, through June 30, 2027, in accordance with
the Joslyn Center’s bylaws.
BACKGROUND/ANALYSIS:
On June 12, 2025, the City Council approved the appointment of Janet Davidson to the Joslyn
Cove Senior Center Board for a term ending June 30, 2029. However, subsequent review of the
Joslyn Center’s bylaws confirmed that board members are appointed to two-year terms and may
serve no more than three consecutive terms (not to exceed six years in total).
Accordingly, to ensure compliance with the bylaws, Ms. Davidson’s appointment term should be
corrected to reflect a two-year term from July 1, 2025, through June 30, 2027.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
99
100
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Neal Ennis, Project Manager
Shawn Muir, Community Services Manager
SUBJECT: REJECT ALL BIDS FOR CAHUILLA HILLS PARK AND TRAILHEAD ADA
IMPROVEMENTS AND AUTHORIZE STAFF TO READVERTISE FOR
BID, PROJECT NO. MPK00005
RECOMMENDATION:
1. Reject all bids submitted for the Cahuilla Hills Park and Trailhead ADA Improvements.
2. Authorize staff to re-bid the project with revisions to contractor license requirements.
BACKGROUND/ANALYSIS:
On May 1, 2025, the City issued an invitation for bids through OpenGov for construction
improvements at the Cahuilla Hills Park. The project involves renovations of the existing park by
constructing an ADA-compliant parking area, sidewalk, and trailhead path to improve
accessibility and enhance visitor experience.
Request for Bids:
The project was advertised via the City’s bid portal, OpenGov, (Project ID# 2024-IFB-150), and
nine bids were received on June 18, 2025:
Contractor Location Base Bid
License
Classification
101
City of Palm Desert
Reject All Bids for Cahuilla Hills Park and Trailhead ADA Improvements (MPK00005)________
Page 2 of 2
The bid package specified a required license classification of ‘B’ (General Building Contractor)
as issued by the Contractors State License Board. The apparent low bidder did not possess this
license classification and was therefore deemed non-responsive. Based on the recent bid results
and feedback from contractors who declined to bid due to the license requirement, staff
recommends rejecting all bids and modifying the license requirement to include the ‘A’ (General
Engineering Contractor) classification. This classification is sufficient for the scope of work and
is expected to broaden the pool of eligible bidders and potentially reduce construction costs.
If approved, staff will re-bid with this modification.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
Rejecting all bids and rebidding is expected to result in reduced costs for the City of more than
$250,000. Funds for this project are budgeted in the Capital Improvement Fund (Fund 400) and
Community Development Block Grant (Fund 220). There is no impact on the General Fund.
102
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Ivan Tenorio, Homeless and Supportive Services Manager
SUBJECT: RESOLUTION REAFFIMRING PARTICPATION IN THE PERMENENT
LOCAL HOUSING ALLOCATION PROGRAM
RECOMMENDATION:
1. Adopt a resolution entitled “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
PALM DESERT, CALIFORNIA, REAUTHORIZING PARTICIPATION IN THE PERMANENT
LOCAL HOUSING ALLOCATION (PLHA) PROGRAM AND SUPERSEDING RESOLUTION
NO. 2020-49.”
2. Authorize the City Manager, or their designee, to execute all documents required or deemed
necessary or appropriate by the California Department of Housing and Community
Development (HCD) for the continued administration of PLHA funds, including but not limited
to funding agreements, amendments, and reporting documents;
BACKGROUND/ANALYSIS:
In 2020, the City Council adopted Resolution No. 2020-49 to authorize participation in the State
of California’s Permanent Local Housing Allocation (PLHA) Program. The program was
established under Senate Bill 2 (2017) and is administered by the California Department of
Housing and Community Development (HCD). That resolution designated the then -City
Manager to execute PLHA applications, funding agreements, amendments, and other related
documents on behalf of the City.
Since adoption, the City has successfully applied for, received, and expended several years of
PLHA funding under the original resolution. Due to a change in City Manager, HCD has
requested an updated resolution that reflects the City’s current admi nistrative structure and
confirms the authority of the City Manager, or their designee, to continue overseeing the
administration of PLHA funds.
The draft resolution includes language authorizing the City Manager, or their designee, to
execute PLHA-related documents. This approach avoids the need to name a specific individual,
providing flexibility in case of future staffing changes and ensuring continuity in program
administration without requiring additional Council action.
The resolution reaffirms the City’s participation in the PLHA Program and supersedes Resolution
No. 2020-49 to ensure clarity going forward. Adoption of this resolution will maintain compliance
with HCD requirements and ensure the timely receipt of the City’s final-year allocation under the
current five-year PLHA funding cycle.
103
City of Palm Desert
Adopt Resolution for PLHA Designee
Page 2 of 2
FINANCIAL IMPACT:
There is no fiscal impact associated with this action. This resolution does not amend existing
funding awards or authorize any new spending. It is an administrative update only.
ATTACHMENTS:
1. Draft Resolution
2. Resolution No. 2020-49
104
RESOLUTION NO. 2025-
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM DESERT,
CALIFORNIA, REAUTHORIZING PARTICIPATION IN THE PERMANENT LOCAL
HOUSING ALLOCATION (PLHA) PROGRAM AND SUPERSEDING RESOLUTION NO.
2020-49
WHEREAS, the Permanent Local Housing Allocation (PLHA) Program was
established by the State of California through the 2017 Building Homes and Jobs Act (SB
2) and is administered by the Department of Housing and Community Development
(Department) to provide funding to local governments for housing-related activities; and
WHEREAS, the City of Palm Desert is an eligible local government under the
PLHA Program and has previously applied for, received, and expended funds in
accordance with applicable laws and program guidelines; and
WHEREAS, the City Council previously adopted Resolution No. 2020-49,
authorizing the then-City Manager to execute all documents related to the PLHA
Program on behalf of the City; and
WHEREAS, the Department has advised that an updated resolution is needed to
reflect the City’s current administrative structure due to a change in City Manager; and
WHEREAS, the City Council wishes to reaffirm its participation in the PLHA
Program and ensure that authorized signatory authority is current and flexible going
forward.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Palm
Desert, California, as follows:
SECTION 1. That the foregoing Recitals are true and correct and are incorporated
herein by this reference.
SECTION 2. The City Council reaffirms its participation in the PLHA Program and
authorizes continued administration of awarded PLHA funds in accordance with all
applicable state and federal statutes, rules, regulations, program guidelines, and funding
agreements.
SECTION 3. The City of Palm Desert certifies that it will use PLHA funds solely for
eligible activities as approved by the Department and consistent with all program
requirements.
SECTION 4. The City of Palm Desert further certifies that it may subgrant
some or all of the PLHA funds to eligible subrecipients through a publicly
accessible and conflict-free selection process, if applicable.
105
SECTION 5. The City Manager, or their designee, is hereby authorized to
execute, on behalf of the City, all documents required or deemed necessary or
appropriate by the Department for continued administration of PLHA funds,
including but not limited to funding agreements, amendments, and reporting
documents.
SECTION 6. This Resolution supersedes Resolution No. 2020-49 and any
other prior resolutions to the extent they conflict with the authorization contained
herein.
ADOPTED ON , 2025.
ATTEST:
Jan Harnik
MAYOR
ANTHONY J. MEJIA
CITY CLERK
106
Resolution No. 2025 _______________________________________________ Page 2
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, hereby certify that
Resolution No. 2024- is a full, true, and correct copy, and was duly adopted at a regular
meeting of the City Council of the City of Palm Desert on ,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on .
ANTHONY J. MEJIA
CITY CLERK
107
108
RESOLUTION NO. 2020-49
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM DESERT
WHEREIN THE CITY COUNCIL HEREBY AUTHORIZES THE SUBMITTAL OF
AN APPLICATION TO THE CALIFORNIA DEPARTMENT OF HOUSING AND
COMMUNITY DEVELOPMENT FOR THE PERMANENT LOCAL HOUSING
ALLOCATION PROGRAM; THE EXECUTION FOR SUCH FUNDING AND ANY
AMENDMENTS THERETO; AND ANY RELATED DOCUMENTS NECESSARY
TO PARTICIPATE.
A. WHEREAS, the State of California (State), Department of Housing and Community
Development (Department), is authorized to provide up to $195 million under Senate BiII 2 (SB 2)
Permanent Local Housing Allocation (PLHA) Program Formula Component from the Building
Homes and Jobs Trust Fund for assistance to Cities and Counties (as described in Health and
Safety Code section 50470 et seq. (Chapter 364, Statutes of 2017 (SB 2)); and
B. WHEREAS, on February 26, 2020, the Department issued a Notice of Funding Availability
NOFA) under the PLHA Program; and
C. WHEREAS, the City of Palm Desert (Applicant) is an eligible Local government applying
for the program to administer one or more eligible activities, or a Local or Regional Housing Trust
Fund to whom an eligible Local government delegated its PLHA formula allocation; and
D. WHEREAS, the Department may approve funding allocations for the PLHA Program,
subject to the terms and conditions of the Guidelines, NOFA, Program requirements, the Standard
Agreement and other contracts between the Department and PLHA recipients; and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF PALM DESERT DOES HEREBY
RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:
1. If Applicant receives a grant of PLHA funds from the Department pursuant to the above
referenced PLHA NOFA, it represents and certifies that it will use all such funds in a manner
consistent and in compliance with all applicable state and federal statutes, rules, regulations, and
laws, including without limitation all rules and laws regarding the PLHA Program, as well as any
and all contracts Applicant may have with the Department.
2. Applicant is hereby authorized and directed to receive a PLHA grant, in an amount not to
exceed the five-year estimate of the PLHA formula allocations, as stated in Appendix C of the
current NOFA ($1,027,836) in accordance with all applicable rules and laws.
3. Applicant hereby agrees to use the PLHA funds for eligible activities as approved by the
Department and in accordance with all Program requirements, Guidelines, other rules and laws,
as well as in a manner consistent and in compliance with the Standard Agreement and other
contracts between the Applicant and the Department.
4. If applicable: Applicant certifies that it has or will subgrant some or all of its PLHA funds
to another entity or entities. Pursuant to Guidelines Section 302(c)(3), "entity" means a housing
developer or program operator, but does not mean an administering Local government to whom
a Local government may delegate its PLHA allocation.
109
RESOLUTION NO. 2020-49
Page 2 of 2
5. If applicable: Applicant certifies that its selection process of these subgrantees was or will
be accessible to the public and avoided or shall avoid any conflicts of interest.
6. If applicable: Pursuant to Applicant's certification in this resolution, the PLHA funds will be
expended only for eligible activities and consistent with all program requirements.
7. Applicant shall be subject to the terms and conditions as specified in the Standard
Agreement, the PLHA Program Guidelines and any other applicable SB 2 Guidelines published
by the Department.
8. Lauri Aylaian, City Manager, is authorized to execute the PLHA Program application, the
PLHA Standard Agreement and any subsequent amendments or modifications thereto, aswell as
any other documents, which are related to the program or the PLHA grant awarded to Applicant,
as the Department may deem appropriate.
PASSED, APPROVED, AND ADOPTED this 28th day of May 2020 by the following vote:
AYES: HARNIK, JONATHAN, KELLY, WEBER, and NESTANDE
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
r i(
GINA NESTANDE, MAYOR
SIGNATURE OF APPROVING OFFICER:
EAURI AYLAIAN, CITY MANAGER
CERTIFICATE OF THE ATTESTING OFFICER
The undersigned, Grace L. Rocha, does hereby attest and certify that the [foregoing / attached]
Resolution is a true, full and correct copy of a resolution duly adopted at a meeting of the City of
Palm Desert, which was duly convened and held on the date stated thereon, and that said
document has not been amended, modified, repealed or rescinded since its date of adoption and
is in full force and effect as of the date hereof.
ATTEST:
GRACE L. ROCHA, ACTING CITY CLERK
CITY OF PALM DESERT, CALIFORNIA
Ng
Nod
Mil
mi
Ida
110
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Ivan Tenorio, Homeless and Supportive Services Manager
SUBJECT: MEMORANDUM OF UNDERSTANDING WITH THE COACHELLA
VALLEY ASSOCIATION OF GOVERNMENTS FOR THE CV HOUSING
FIRST PROGRAM, AND AUTHORIZE PAYMENT FOR FISCAL YEAR
2025-2026
RECOMMENDATION:
1. Approve a Memorandum of Understanding (MOU) with Coachella Valley Association of
Governments (CVAG) for the CV Housing First Program not to exceed $125,000 in FY 2025-
2026.
2. Authorize the City Attorney to make any necessary nonmonetary changes to the MOU.
3. Authorize the Director of Finance to appropriate and disburse funds as necessary to
implement the MOU.
4. Authorize the City Manager to execute the MOU.
BACKGROUND/ANALYSIS:
The City of Palm Desert has participated in CVAG’s CV Housing First program for the last four
years as part of its ongoing commitment to regional strategies that address chronic
homelessness. The program focuses on housing the “CV 200,” a by-name list of the 200 most
vulnerable, chronically unsheltered individuals across the Coachella Valley many of whom have
high service needs, frequent law enforcement contact, and long-term barriers to housing.
Each year, CVAG works with member jurisdictions, law enforcement, and code enforcement
teams to update the CV 200 list. Participating cities are assigned a subset of individuals for
whom outreach and housing efforts are prioritized.
When the by-name list was first developed, CVAG worked with cities to allocate the 200 slots
based on local need and outreach capacity, rather than dividing them evenly. Some cities were
assigned fewer slots, while others such as Palm Desert were assigned more due to higher
concentrations of unsheltered individuals. Palm Desert’s allotment of 30 slots has remained
consistent each year and serves as a baseline for local outreach. As reflected in the table below,
“permanently housed” refers to individuals from Palm Desert’s CV 200 allotment who have
successfully exited homelessness into stable, long-term housing. This may occur through
various pathways, including placement with a county-issued housing voucher, reunification with
family through rapid resolution efforts, or securing a non -subsidized apartment independently.
Below is a summary of the CV Housing First program accomplishments over the four years.
111
City of Palm Desert
Approve MOU with Coachella Valley Association of Governments
Page 2 of 2
Calendar
Year
CV 200
PD Allotment
Permanently
Housed
Percentage
Achieved
2021
2022
2023
2024
2025
*2025 YTD Total
The proposed MOU is a one-year agreement that expires June 30, 2026, unless extended, and
includes a 60-day termination clause for either party. The City’s $125,000 contribution is
proposed to be funded through the Permanent Local Housing Allocation (PLHA) program. A new
five-year PLHA cycle (Round 6) is expected to begin later this year or in early 2026; however,
the California Department of Housing and Community Development (HCD) has indicated that
local allocations may decrease due to lower revenue proje ctions. Although funding is secured
for fiscal year 2025/2026, future contributions to CVAG will depend on annual allocations. Should
delays or shortfalls arise, staff may recommend temporarily reallocating resources from other
eligible programs to ensure continuity of service.
Participation in the CV Housing First program supports a unified, data -informed model that
targets individuals with the most complex housing needs. The program reflects Palm Desert’s
continued role in regional housing solutions that are coordinated, outcome-driven, and focused
on long-term stability.
The $125,000 contribution represents the City’s first increase in over 15 years, rising from its
prior $100,000 commitment. The increase also acknowledges the intensive staff time required
to work with chronically homeless individuals, whose complex needs often demand persistent
outreach and long-term engagement. Future contributions may be indexed to modest inflationary
increases based on the Riverside-San Bernardino-Ontario Consumer Price Index (CPI), subject
to review by the CVAG Homelessness Committee .
Homelessness Taskforce Recommendation
This item was presented to the Homelessness Taskforce on July 1, 2025. The Taskforce voted
to recommend approval of this item.
FINANCIAL IMPACT:
Approval of the MOU commits the City to paying $125,000 for FY 2025 -2026. Funds for this
purpose have been included in the FY 2025-2026 Annual Budget Request in PLHA Account
Number: 2254212-4309000. There is no impact to the General Fund.
ATTACHMENTS:
1. Memorandum of Understanding - CVAG
2. CV Housing First FY 24-25 Q3 Report
112
MEMORANDUM OF UNDERSTANDING BETWEEN
THE CITY OF PALM DESERT
AND
COACHELLA VALLEY ASSOCIATION OF GOVERNMENTS
FOR FUNDING CV HOUSING FIRST AND ADDRESSING HOMELESSNESS
This Memorandum of Understanding (the "Memorandum") is made by and between the
CITY OF PALM DESERT and the COACHELLA VALLEY ASSOCIATION OF
GOVERNMENTS ("CVAG"), with respect to the following:
WHEREAS, the City of Palm Desert is interested in funding the provision of food,
emergency shelter, and outreach to those in need and, in that rega rd would like to support
the CVAG homelessness program; and
WHEREAS, the City of Palm Desert is supporting CVAG's CV Housing First program as
a regional solution for homeless individuals; and
WHEREAS, CVAG agrees to use the City of Palm Desert funding for the CV Housing
First program to provide case management and outreach services to chronically
homeless individuals in the Coachella Valley for the coming years;
NOW, THEREFORE, the City of Palm Desert and CVAG agree to the following:
1.0 TERM OF MEMORANDUM.
The term of this Memorandum shall expire on June 30, 2026, unless earlier terminated
by either party by giving written notice of termination at least sixty (60) days prior to July
1st of any fiscal year.
2.0 OBLIGATIONS OF THE PARTIES.
2.1 CVAG shall provide the services set forth in Exhibit A attached hereto and
incorporated herein by this reference ("Scope of Services"). CVAG shall deliver quarterly
reports to the City of Palm Desert detailing the CV Housing First program metrics as set
forth in Exhibit B attached hereto and incorporated by this reference ("Quarterly Reports").
CVAG shall comply with any and all federal, state, and local laws and regulations
applicable to CVAG, the Scope of Services, and the use of the City of Palm Desert (as
defined in Section 2.2 below) and the use of any other public moneys (collectively, the
"Compliance Requirements").
2.2 The City of Palm Desert will provide financial support each fiscal year for the
duration of the agreement. In Fiscal Year 2025-26, the payment shall be One Hundred
Twenty-Five Thousand Dollars ($125,000) to CVAG. Subsequent annual payments shall
113
incorporate an annual inflation adjustment that mirrors the one used by CVAG for its
Transportation Uniform Mitigation Fee and be based on the Riverside -San Bernardino-
Ontario Consumer Price Index (CPI). Such CPI will be reviewed annually by the
Homelessness Committee, which will determine whether or not to apply the inflation
factor.
2.3 The City of Palm Desert Funds shall be paid provided CVAG complies with its
obligations under this Memorandum and provided that the Memorandum is not earlier
terminated as provided for herein. The City of Palm Desert shall disburse the funds no
later than 90 days after the beginning of each fiscal year. All funds shall b e used by CVAG
for the Scope of Services and for no other purpose. If CVAG fails to provide CV Housing
First services for a fiscal year, the City of Palm Desert may withhold an installment
disbursement of the Funds that have not yet been disbursed. If CVAG fails to comply with
any Compliance Requirements, the City of Palm Desert may (i) withhold an installment
disbursement that has not yet been disbursed, (ii) order a return to the City of Palm Desert
of any portion or all City of Palm Desert Funds that were not used in compliance with this
Memorandum or any other Compliance Requirements, and/or (iii) seek any other rights
or remedies available at law or in equity.
3.0 INDEMNITY AND RELEASE.
CVAG hereby agrees to indemnify, defend, and hold harmless the C ity of Palm Desert
and its officers, employees, agents and independent contractors (collectively,
"Indemnitees") from and against any and all of 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 CVAG's
activities in the performance of this Memorandum, or to CVAG's acts and/or omissions in
providing or administering the same, excepting only those claims, actions, obligations,
losses, liabilities, judgments, or damages arising out of the sole negligence, active
negligence or willful misconduct of the City of Palm Desert.
4.0 CVAG INSURANCE OBLIGATIONS.
Without limiting the indemnification provisions provided herein, CVAG, at its sole
expense, shall obtain and keep in force during the term of this Memorandum and any
extensions thereof, a policy or policies of general liability insurance covering all injuries
to persons and damage to property occurring in, upon or about the CVAG facility(ies)
resulting from any actions or omissions of CVAG or any use of the CVAG facility(ies), or
the CVAG's invitees in accordance with the terms of this Memorandum. At the City of
Palm Desert request, these CVAG shall submit certificates of insurance and any
applicable endorsements evidencing that the foregoing policy or policies are in effect.
5.0 ADDITIONAL PROVISIONS.
114
5.1 In all cases, the language in all parts of this Memorandum 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
Memorandum.
5.2 This Memorandum contains the entire agreement of the Parties and superse des
any prior oral or written statements or agreements between the Parties regarding the
operation of CVAG's CV Housing First Program.
5.3 No termination of this Memorandum shall release either party from any liability or
obligation hereunder resulting from any acts, omissions or events happening prior to the
termination of this Memorandum.
5.4 In the event either party brings any suit or other proceeding with respect to the
subject matter or enforcement of this Memorandum, the prevailing party (as dete rmined
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' f ees, expenses, and costs
incurred in establishing the right to indemnification).
[signatures on next page]
115
IN WITNESS WHEREOF, Coachella Valley Association of Governments and the CIT Y
OF PALM DESERT have executed this Memorandum as evidenced by the signatures
contained below:
CITY OF PALM DESERT COACHELLA VALLEY
ASSOCIATION OF GOVERNMENTS
By: ______________________________ By:
______________________________
Name: Chris Esobedo Name: Tom Kirk
Title: Interim City Manager Title: Executive Director
Date: ___________________________ Date: ___________________________
ATTEST ATTEST
By: ______________________________ By:
______________________________
Name: __________________________ Name: Allen McMillen
Title: ____________________________ Title: CVAG Contracts Analyst
Date: ___________________________ Date: ___________________________
116
EXHIBIT A
Scope of Services
Provide services to unhoused individuals and families in the Coachella Valley, and more
specifically in the CITY OF PALM DESERT who are literally homeless by providing
outreach, connections to housing solutions (including crisis stabilization housing and/or
permanent solutions), rapid resolution assistance for one-time emergency needs such
as move-in costs, or other supportive services and resources such as food distribution,
legal services or clinics, and linkages to housing services.
117
EXHIBIT B
CV Housing First Metrics and Reporting Requirements
CVAG will also provide a quarterly report, modeled after the one attached, that provides
an overview of services provided across the Coachella Valley. In addition, if requested
by the City of Palm Desert, CVAG shall provide information on the following program
components on a six-month basis:
• Number of unduplicated CV 200 clients from the City of Palm Desert who moved into
crisis stabilization housing
• Number of permanent housing resolutions for CV 200 clients from the City of Palm
Desert
• Number of contacts made with CV 200 clients in the City of Palm Desert
• Number of total outreach scheduled outings in the City of Palm Desert
118
119
120
Page 1 of 2
PALM DESERT HOUSING AUTHORITY
STAFF REPORT
MEETING DATE: July 9, 2025
PREPARED BY: Jessica Gonzales, Housing Manager
SUBJECT: AUTHORIZE REGISTRATION WITH RENTAL ASSISTANCE
PROVIDERS AS A PAYEE FOR PALM DESERT HOUSING AUTHORITY
RESIDENT SUPPORT
RECOMMENDATION:
1. Authorize staff to register the Palm Desert Housing Authority as a payee/vendor with local
and regional rental assistance providers to facilitate receipt of rental assistance funds on
behalf of eligible residents.
2. Authorize the Executive Director to approve registration with any additional nonprofit and
government-based service providers.
BACKGROUND/ANALYSIS:
In recent years, the Palm Desert Housing Authority (Housing Authority) has worked with several
local and regional organizations that provide financial assistance to low-income households for
rent payments and move-in costs. These programs help support housing stability, prevent
displacement, and reduce vacancy loss at Housing Authority-owned affordable housing
communities.
Up until now, rental assistance providers have only required confirmation from the property
management. The criteria for residents to receive support from these organizations have
recently changed. To streamline the assistance process and allow these organizations to remit
funds directly to the Housing Authority on behalf of approved, qualifying residents, the Housing
Authority must now register as a payee/vendor with the respective organizati ons. Typical
registration requirements include submission of:
A completed W -9 Form
A vendor setup form
Remittance/payment instructions
Organizations providing this support include those set forth in the table below, and any additional
nonprofit and government-based service providers that may be approved by the Executive
Director.
121
Palm Desert Housing Authority
Authorize Vendor Registration for Rental Assistance Programs to Accept Resident Payments
Page 2 of 2
Organization Eligibility Highlights Types of Assistance Offered
First month’s rent,
first month’s rent), Limit
Staff is requesting authorization to register the Housing Authority as a payee and to complete
documentation for payment acceptance with each of the organizations. This will allow staff to
move forward with the necessary registrations and efficiently support qualifying resid ents.
In addition, Staff is requesting authorization for the Executive Director to evaluate and approve
registration of the Housing Authority with similar additional nonprofit and government -based
service providers.
Legal Review:
This report has been reviewed by the Housing Authority's Special Legal Counsel.
Appointed Body Recommendation:
The Housing Commission will review this recommendation at its regular meeting on July 9, 2025.
Upon request, a verbal report will be provided.
FINANCIAL IMPACT:
There is no impact on the General Fund with this action.
122
Page 1 of 2
PALM DESERT HOUSING AUTHORITY
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Celina Cabrera, Senior Management Analyst
SUBJECT: AUTHORIZATION TO INCREASE FY 2024/25 POOL AND SPA
ADDITIONAL SERVICES WITH SERVICE FIRST, LLC
RECOMMENDATION:
Authorize an increase of $6,581.00 to the not-to-exceed amount for additional services for pool
and spa repairs with Service First, LLC, for fiscal year 2024/25.
BACKGROUND/ANALYSIS:
On December 30, 2024, Service First completed a five -year contract to provide pool and spa
maintenance and repair services for Palm Desert Housing Authority (Housing Authority)
properties. The contract authorized an annual maintenance amount of $138,573.11 and included
an allowance of up to $50,000 per year for additional services, which covered non -routine
repairs, parts, and emergency responses beyond standard maintenance.
The Service First contract operated on a calendar year basis, beginning January 1st, which does
not align with the Housing Authority’s fiscal year. During a recent internal review, it was identified
that in Fiscal Year 2024/25, expenditures for additional services exceeded the authorized
amount by $6,581.00. However, in Fiscal Year 2023/24, nearly $9,896.00 in the additional
services budget remained unspent.
This discrepancy is due to several invoices related to additional services performed near the end
of Fiscal Year 2023/24 being incorrectly posted to Fiscal Year 2024/25 rather than FY 2023/24.
As a result, the current fiscal year reflects an overage that would not have occurred had the
invoices been posted in the correct fiscal year.
To resolve this issue and ensure all valid expenses are covered, staff is reque sting authorization
to increase the FY 2024/25 allowance for additional services by $6,581.00 for an aggregate
amount of $56,581.00.
Legal Review:
This report has been reviewed by the City Attorney’s Office
Appointed Body Recommendation:
The Housing Commission has reviewed this recommendation at its regular meeting on July 9,
2025. Upon request, a verbal report will be provided.
123
Palm Desert Housing Authority
Authorization to Increase FY 2024/25 Pool & Spa Additional Services
Page 2 of 2
FINANCIAL IMPACT:
The financial impact is to increase the additional services amount by $6,581.00 for the curr ent
fiscal year. Authorization does not require appropriation and there is no financial impact on the
City’s General Fund.
124
Page 1 of 3
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Mariela Salazar, Management Analyst
Martin Alvarez, Director of Economic Development
SUBJECT: RESOLUTION DECLARING CITY OWNED PROPERTY LOCATED ON
PORTOLA AVENUE NORTH OF HAYSTACK, APN 630-250-052, AS
SURPLUS LAND UNDER THE GOVERNMENT CODE SECTION 54221
AND CATAGORICALLY EXEMPT FROM CEQA
RECOMMENDATION:
Adopt a Resolution entitled “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, DECLARING PURSUANT TO GOVERNMENT CODE SECTION
54221 THAT REAL PROPERTY OWNED BY THE CITY OF PALM DESERT LOCATED AT
47501 PORTOLA AVENUE (PORTION OF APN 630 -250-052) IS SURPLUS LAND AND NOT
NECESSARY FOR THE CITY’S USE, FINDING THAT SUCH DECLARATION IS EXEMPT
FROM ENVIRONMENTAL REVIEW UNDER THE CALIFORNIA ENVIRONMENTAL QUALITY
ACT, AND TAKING RELATED ACTIONS.” This action declares approximately 0.95 acres of city-
owned property located on Portola Avenue, north of Haystack Road (APN 630-250-052), as
surplus land in accordance with the California Surplus Land Act (SLA) while retaining
approximately 0.33 acres for City use.
BACKGROUND/ANALYSIS:
The parcel (APN 620-250-052) is City-owned and totals approximately 1.28 acres. Currently, the
City intends to retain approximately 0.33 acres for potential future use. The remaining 0.95 acres
are not needed for current or foreseeable municipal purposes, and it is proposed to be declared
surplus.
The property is currently designated “Golf Course & Resort Neighborhood’ in the General Plan
and zoned as Open Space (OS). Any future development would need at least a Precise Plan
approval, must follow the OS standards in Palm Desert Municipa l Code Chapter 25.22, and go
through environmental review. If a proposed use doesn’t match the current General Plan or
zoning, changes to those designations may be required.
In compliance with the Surplus Land Act (SLA), the 0.95 -acre portion of the property has
completed the required Notice of Availability and 60-day proposal period. As no qualifying
proposals were received within the statutory timeframes, the City has fulfilled all SLA obligations
and may now proceed with the sale of the property on the open market in accordance with
applicable law.
125
City of Palm Desert
Marrakesh Resolution
Page 2 of 3
Overview of SLA Process
Declare a property “surplus land” or “exempt surplus land”
Issue Notice of Availability (NOA) of surplus land to designated entities for authorized
purposes
Receive notices of interest (60 days)
If notices of interest received, negotiate in good faith with entities (90 days)
Notify HCD prior to finalizing an agreement - HCD has 30 days to review
Successful Negotiations = Unsuccessful Negotiations/
Enter into deposition agreement No notices of interest =
Sell property outside of SLA process
Once the SLA process is concluded, the City is authorized to make the 0.95 -acre surplus portion
available for sale on the open market and to be sold at the fair market value (FMV).
Environment Review:
Pursuant to the California Environmental Quality Act (CEQA), the sale of surplus property is
categorically exempt under section 15312 (Surplus Government Property Sales), Class 12, as
the property does not have significant vale as a habitat for endangered, rare, or threatened
species, the property is of such size, shape or inaccessibility that it is incapable of independent
development or use, and the sale will not result in any physical changes to the environment at
this stage. Any future development of the property by a purchaser will be subject to separate
CEQA review by the appropriate lead agency at that time.
FINANCIAL IMPACT:
Proceeds generated from the sale of the 0.95-acre portion of the property will be deposited into
the City’s General Fund, with a designated percentage allocated to the Economic Development
Fund. These funds may be utilized to support priority capital improvement projects or other
initiatives identified by the City.
ATTACHMENTS:
1. Resolution declaring portion of APN 630-250-052 as Surplus Land
2. Property map highlighting retained and surplus portions
126
City of Palm Desert
Marrakesh Resolution
Page 3 of 3
3. Property Notice of Availability
127
128
PO
R
T
O
L
A
A
V
E
N
U
E
MARR
A
K
E
S
H
D
R
I
V
E
RAB
A
T
D
R
I
V
E
MAR
O
C
D
R
I
V
E
HAYSTACK
R
O
A
D
APN: 630-250-052
City Owned
±
Vicinity Map
SLA
0.33 Acres
0.95 Acres
129
130
C I T Y O F P A L M D E S E R T
73-510 FRED WARING DRIVE
PALM DESERT, CALIFORNIA 92260-2578
TEL: 760 346-0611
FAX: 760-341-7098
INFO@CITYOFPALMDESERT.ORG
March 12, 2025
To All Interested Parties:
RE: Notice of Availability/Offer to Sell Surplus Property Pursuant to the Surplus Land
Act (California Government Code Sections 54220-54234)
As required by Government Code Section 54220, the City of Palm Desert is providing
notification that the City intends to sell the surplus properties with APN 630-250-052 in the
City of Palm Desert and described in the accompanying table.
In accordance with Government Code Section 54222, you have sixty (60) days from the date
this offer was sent via certified mail or electronic mail to notify the City, in writing, of your
interest in acquiring the property. However, this offer shall not obligate the City to sell the
property to you. Instead, the City will enter into at least ninety (90) days of good faith
negotiations with you and other interested entities pursuant to Government Code Section
54223. If no agreement is reached on sales price and terms the City may market the property to
the general public.
As required by Government Code Section 54227, if the City receives more than one letter of
interest during this 60-day period, it will give first priority to entities proposing to develop
housing where at least 25 percent of the units will be affordable to lower income households. If
more than one such proposal is received, priority will be given to the proposal with the
greatest number of affordable units. If more than one proposal specifies the same number of
affordable units, priority will be given to the proposal that has the lowest average affordability
level.
In the event your agency or company is interested in purchasing the property, you must notify
the City in writing within sixty (60) days of the date this notice was sent via certified mail or
electronic mail. If you are no longer interested in the properties, we kindly request that you
inform us within the sixty (60) day period. Notice of your interest in acquiring the property
shall be delivered to Mariela Salazar, Management Analyst, at 73-510 Fred Waring Drive,
Palm Desert, CA 92260. You may also direct your questions to
surpluslandact@palmdesert.gov.
The NOA and answers to questions from potential respondents will be posted in the “Surplus
Land” section at EngagePalmDesert.com. It is recommended that you check the website for
periodic updates.
Entities proposing to submit a letter of interest are advised to review the requirements set
forth in the Surplus Land Act (Government Code Section 54220-54234).
ATTACHMENTS: 1. Notice of Availability Table (Exhibit A)
2. Aerial map of above-listed property (Exhibit B)
131
EXHIBIT A
CITY OF PALM DESERT NOTICE OF AVAILABILITY TABLE
APNs – 630-250-052
Jurisdiction Name Jurisdiction Type Street Address City Zip Code County
Acessosors
Parcel
City of Palm Desert City Marrakesh Drive Palm Desert 92260 Riverside 630-250-052
Zoning Designation (Current)
Parcel Size Existing Minimum Sales
Last
Appraised
Last
Appraised
Vacant Residential Lot (BM3) 0.95
Vacant Land/Empty
Lot Fair Market Value $210,000 2/6/2025
132
Exhibit B
Aerial Map
APN 630-250-052
133
134
RESOLUTION NO. 2025-___
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
PALM DESERT DECLARING PURSUANT TO GOVERNMENT
CODE SECTION 54221 THAT REAL PROPERTY OWNED BY
THE CITY OF PALM DESERT LOCATED AT 47501 PORTOLA
AVENUE (PORTION OF APN 630-250-052) IS SURPLUS LAND
AND NOT NECESSARY FOR THE CITY’S USE, FINDING
THAT SUCH DECLARATION IS EXEMPT FROM
ENVIRONMENTAL REVIEW UNDER THE CALIFORNIA
ENVIRONMENTAL QUALITY ACT, AND TAKING RELATED
ACTIONS
WHEREAS, the City of Palm Desert (“City”) is the owner in fee simple of that certain
real property located at 47501 Portola Avenue in the City of Palm Desert, County of Riverside,
State of California comprising a 0.95 acre portion of Assessor’s Parcel Number 630-250-052 as
further depicted in Exhibit A-1, attached hereto and incorporated herein by this reference (the
“Property”); and
WHEREAS, under the Surplus Land Act, Government Code Section 54220 et seq.
(“Act”), surplus land is land owned in fee simple by the City for which the City Council takes
formal action in a regular public meeting declaring the land is surplus and not necessary for the
City’s use. The land must be declared either surplus land or exempt surplus land; and
WHEREAS, under the Act, land is necessary for the City’s use if the land is being used,
or is planned to be used pursuant to a written plan adopted by the City Council, for City work or
operations; and
WHEREAS, the City has determined that the land is not being used, nor is it planned to
be used pursuant to a written plan adopted by the City Council, for City work or operations; and
WHEREAS, the Property is approximately 0.95 acres in size, is vacant, undeveloped
land, and is not currently being used by the City; and
WHEREAS, the City Council desires to declare that the Property is surplus land and not
necessary for the City’s use; and
WHEREAS, the Act requires that before the City Council disposes of the Property or
engages in negotiations to dispose of the Property, the City shall send a written notice of
availability (“Notice of Availability”) of the Property to certain entities designated as recipients
of the Notice of Availability (“Designated Entities”); and
WHEREAS, the staff report presented to the City Council together with this Resolution
contains the factual background and supporting information upon which the declaration and
findings set forth herein are based;
135
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Palm Desert
as follows:
SECTION 1. The above recitals are true and correct and are incorporated as a
substantive part of this Resolution.
SECTION 2. The City Council finds that the Property is not necessary for the City’s use.
SECTION 3. The City Council hereby declares that the Property is surplus land pursuant
to Government Code Section 54221(b)(1), and will be disposed of in accordance with the Act.
SECTION 4. The City Council directs the City Manager, or his designee, to issue a
Notice of Availability to the Designated Entities in accordance with the Act.
SECTION 5. Pursuant to the California Environmental Quality Act (CEQA), the sale of
surplus property is categorically exempt under section 15312 (Surplus Government Property
Sales), Class 12, as the property does not have significant vale as a habitat for endangered, rare,
or threatened species, the property is of such size, shape or inaccessibility that it is incapable of
independent development or use, and the sale will not result in any physical changes to the
environment at this stage. Any future development of the property by a purchaser will be subject
to separate CEQA review by the appropriate lead agency at that time.
SECTION 6. The City Clerk of the City of Palm Desert is directed to file a Notice of
Exemption pursuant to CEQA Guidelines Section 15062.
SECTION 7. The officers and staff of the City are hereby authorized, jointly and
severally, to do all things which they may deem necessary or proper to effectuate the purposes of
this Resolution, and any such actions previously taken are hereby ratified and confirmed. Such
actions include issuing a Notice of Availability and negotiating in good faith in accordance with
the requirements of the Act with any of the Designated Entities that submit a written notice of
interest to purchase the Property in compliance with the Act.
SECTION 8. The City Clerk of the City of Palm Desert shall certify to the
passage, approval and adoption of this resolution, and the City Clerk of the City of Palm Desert
shall cause this Resolution and the City Clerk’s certification to be entered in the File of
Resolutions of the Council of this City.
136
ADOPTED ON ________________, 2025.
JAN HARNICK
MAYOR
ATTEST:
ANTHONY J. MEJIA
CITY CLERK
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, hereby certify that Resolution
No. 2025-__ is a full, true, and correct copy, and was duly adopted at a regular meeting of the
City Council of the City of Palm Desert on _______________________, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City
of Palm Desert, California, on ______________, 20__.
ANTHONY J. MEJIA
CITY CLERK
137
EXHIBIT A-1
THE PROPERTY
The Property comprises the 0.95 acre portion of APN 630-250-052 highlighted in red below.
138
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Kalaina Perez, Management Analyst
SUBJECT: APPROVE PROFESSIONAL SERVICES AGREEMENT WITH HOLISTIC
SYSTEM INTEGRATION SOLUTIONS FOR SUPPLEMENTAL STAFFING
AND PROCESS IMPROVEMENT FOR LAND MANAGEMENT AND
PERMIT CENTER OPERATIONS.
RECOMMENDATION:
1. Approve a Professional Services Agreement with Holistic System Integration Solutions for
on-call supplemental staffing services, for an amount not to exceed $192,000 for Fiscal Year
2025-26.
2. Authorize the City Attorney to make any non-monetary changes to the agreement.
3. Authorize the City Manager or designee to execute any change orders or amendments,
including extensions of the agreement, provided such actions remain within the approved
amount.
BACKGROUND/ANALYSIS:
The City is currently in the process of developing a new land management system, with
implementation scheduled for FY 2025-26. As the Development Services Department prepares
for this transition, continued specialized support is necessary to manage daily operations,
improve internal processes, and ensure smooth implementation.
Holistic was first engaged by the City in June of 2023 and has provided continuous support since
then. Approximately, $16,000 was expended in FY 2022 -23, followed by $104,000 in FY 2023-
24, and an estimated $190,750 in FY 2024 -25 through June. Over this period, the consultant
has played a key role in refining permitting procedures, supporting day-to-day operations at the
Development Services Center, and advancing customer initiatives that have improved overall
efficiency and responsiveness to the public. These efforts have reduced administrative
processing and helped enable next-day building inspections.
In addition, the consultant has contributed significantly to enhancing the City’s land development
processes, focusing on improving internal workflows, interdepartmental coordination, and
expanding the City’s online service capabilities.
Summary of Consultant Contributions:
Implemented online inspection scheduling and improved the online permit application
submittal process.
Improved tracking systems for land development applications.
Streamlined application review workflows to support better performance metrics.
139
City of Palm Desert
Approve a Professional Services Agreement with Holistic System Integration Solutions
Page 2 of 2
Enabled online resubmittals and electronic return of red lines and comments via the City’s
portal, eTRAKiT.
Strengthened cross-departmental review coordination and reduced processing timelines.
Supported a more transparent and efficient development review process.
Ongoing support from the consultant will be essential during the rollout of the new land
management system and the upcoming launch of the business license component. Holistic was
previously engaged under an on-call, not-to-exceed contract. While this contract amount was
included in the approved Development Services budget for this fiscal year, it is being brought to
City Council for formal approval due to the overall contract value. Continued partnership will help
ensure consistency during this transitional period and minimize disruption to public -facing
services.
FINANCIAL IMPACT:
Funding for this contract has been included in the Fiscal Year 2025 -26 budget under Account
No. 1104421-4309000. Therefore, there is no additional impact to the City’s General Fund.
ATTACHMENTS:
1. Draft Professional Services Agreement
2. Holistic Fee Proposal
140
Contract No. ___________
1
Revised 01-2024
BBK 72500.00001\32374915.1
CITY OF PALM DESERT
PROFESSIONAL SERVICES AGREEMENT
1.Parties and Date. This Agreement is made and entered into this 10th day of July, 2025,
by and between the City of Palm Desert, a municipal corporation organized under the laws of the
State of California with its principal place of business at 73-510 Fred Waring Drive, Palm Desert,
California 92260-2578 (“City”) and ANGELICA M ZARCO, a Sole Proprietorship dba as
Holistic System Integration Solutions, with its principal place of business at P.O. BOX 6313,
La Quinta, CA 92248, ("Vendor"). The City and Vendor are sometimes individually referred to
herein as "Party" and collectively as "Parties."
2.Recitals.
2.1 Project.
The City is a public agency of the State of California and is in need of professional services
for the following project:
Supplemental Staffing for Development Services
(hereinafter referred to as “the Project”).
2.2 Consultant.
Consultant desires to perform and assume responsibility for the provision of certain
professional services required by the City on the terms and conditions set forth in this Agreement.
Consultant is duly licensed and has the necessary qualifications to provide such services.
3.Terms.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Consultant promises and agrees to furnish to
the City all labor, materials, tools, equipment, services, and incidental and customary work
necessary to fully and adequately supply the services necessary for the Project ("Services"). The
Services are more particularly described in Exhibit "A" attached hereto and incorporated herein
by reference. All Services shall be subject to, and performed in accordance with, this Agreement,
the exhibits attached hereto and incorporated herein by reference, and all applicable local, state
and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from July 1, 2025, to
June 30, 2026, unless earlier terminated as provided herein. Contractor shall complete the
Services within the term of this Agreement and shall meet any other established schedules and
deadlines.
3.2 Responsibilities of Consultant.
3.2.1 Independent Contractor; Control and Payment of Subordinates. The
Services shall be performed by Consultant or under its supervision. Consultant will determine the
means, methods, and details of performing the Services subject to the requirements of this
Agreement. City retains Consultant on an independent contractor basis and not as an employee.
Any personnel performing the Services shall not be employees of City and shall at all times be
under Consultant's exclusive direction and control. Neither City, or any of its officials, officers,
directors, employees, or agents shall have control over the conduct of Consultant or any of
Consultants officers, employees or agents, except as set forth in this Agreement. Consultant shall
pay all wages, salaries, and other amounts due such personnel in connection with their
performance of Services under this Agreement and as required by law. Consultant shall be
141
Contract No. ___________
2
Revised 01-2024
BBK 72500.00001\32374915.1
responsible for all reports and obligations respecting such additional personnel, including, but not
limited to: social security taxes, income tax withholding, unemployment insurance, disability
insurance, and workers' compensation insurance.
3.2.2 Schedule of Services. Consultant shall perform the Services in a prompt
and timely manner in accordance with the Schedule of Services set forth in Exhibit "B" attached
hereto and incorporated herein by reference. Consultant represents that it has the professional
and technical personnel required to perform the Services expeditiously. Upon request of City,
Consultant shall provide a more detailed schedule of anticipated performance to meet the
Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by Consultant
shall be subject to the approval of City.
3.2.4 Substitution of Key Personnel. Consultant has represented to City that
certain key personnel will perform and coordinate the Services. Should one or more of such
personnel become unavailable, Consultant may substitute other personnel of at least equal
competence upon written approval of City. In the event that City and Consultant cannot agree as
to the substitution of key personnel, City shall be entitled to terminate this Agreement for cause.
The key personnel for performance of this Agreement are as follows: Angelica Zarco, President
.
3.2.5 City's Representative. The City hereby designates Rosie Lua, Interim
Director of Development Services, or his/her designee, to act as its representative in all matters
pertaining to the administration and performance of this Agreement ("City's Representative").
City's Representative shall have the power to act on behalf of the City for review and approval of
all products submitted by Consultant but not the authority to enlarge the scope of Services or
change the total compensation due to Consultant under this Agreement. The City Manager shall
be authorized to act on City's behalf and to execute all necessary documents which enlarge the
scope of services or change the Consultant's total compensation subject to the provisions
contained in Section 3.3 of this Agreement. Consultant shall not accept direction or orders from
any person other than the City Manager, City's Representative or his/her designee.
3.2.6 Consultant's Representative. Consultant hereby designates Angelica
Zarco, President, or his/her designee, to act as its representative for the performance of this
Agreement ("Consultant's Representative"). Consultant's Representative shall have full authority
to represent and act on behalf of the Consultant for all purposes under this Agreement. The
Consultant's Representative shall supervise and direct the Services, using his/her best skill and
attention, and shall be responsible for all means, methods, techniques, sequences, and
procedures and for the satisfactory coordination of all portions of the Services under this
Agreement.
3.2.7 Coordination of Services. Consultant agrees to work closely with City staff
in the performance of Services and shall be available to City's staff, consultants, and other staff
at all reasonable times.
3.2.8 Standard of Care; Performance of Employees. Consultant shall perform all
Services under this Agreement in a skillful and competent manner, consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California. Consultant represents and maintains that it is skilled in the professional calling
necessary to perform the Services. Consultant warrants that all employees and subconsultants
shall have sufficient skill and experience to perform the Services assigned to them. Consultant
142
Contract No. ___________
3
Revised 01-2024
BBK 72500.00001\32374915.1
represents that it, its employees and subconsultants have all licenses, permits, qualifications and
approvals of whatever nature that are legally required to perform the Services, and that such
licenses and approvals shall be maintained throughout the term of this Agreement. Consultant
shall perform, at its own cost and expense and without reimbursement from the City, any services
necessary to correct errors or omissions which are caused by the Consultant's failure to comply
with the standard of care provided herein. Any employee of the Consultant or its sub-consultants
who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely
completion of the Project, a threat to the safety of persons or property, or any employee who fails
or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed
from the Project by the Consultant and shall not be re-employed to perform any of the Services
or to work on the Project.
3.2.9 Period of Performance. Consultant shall perform and complete all Services
under this Agreement within the term set forth in Section 3.1.2 above (“Performance Time”).
Consultant shall also perform the Services in strict accordance with any completion schedule or
Project milestones described in Exhibits “A” or “B” attached hereto, or which may be separately
agreed upon in writing by the City and Consultant (“Performance Milestones”). Consultant agrees
that if the Services are not completed within the aforementioned Performance Time and/or
pursuant to any such Performance Milestones developed pursuant to provisions of this
Agreement, it is understood, acknowledged and agreed that the City will suffer damage.
Neither City nor Consultant shall be considered in default of this Agreement for delays in
performance caused by circumstances beyond the reasonable control of the non-performing
Party. For purposes of this Agreement, such circumstances include a Force Majeure Event. A
Force Majeure Event shall mean an event that materially affects a Party’s performance and is one
or more of the following: (1) Acts of God or other natural disasters; (2) terrorism or other acts of a
public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable
and unforeseeable delay in the issuance of permits or approvals by governmental authorities that
are required for the services); (4) strikes and other organized labor action occurring at the site
and the effects thereof on the services, only to the extent such strikes and other organized labor
action are beyond the control of Consultant and its subcontractors, and to the extent the effects
thereof cannot be avoided by use of replacement workers; and (5) pandemics, epidemics or
quarantine restrictions. For purposes of this section, “orders of governmental authorities,” includes
ordinances, emergency proclamations and orders, rules to protect the public health, welfare and
safety, and other actions of a public agency applicable to the services and Agreement.
Should a Force Majeure Event occur, the non-performing Party shall, within a reasonable time of
being prevented from performing, give written notice to the other Party describing the
circumstances preventing continued performance and the efforts being made to resume
performance of this Agreement. Force Majeure Events and/or delays, regardless of the Party
responsible for the delay, shall not entitle Consultant to any additional compensation.
Notwithstanding the foregoing in this section, the City may still terminate this Agreement in
accordance with the termination provisions of this Agreement.
3.2.10 Laws and Regulations; Employee/Labor Certification. Consultant shall
keep itself fully informed of and in compliance with all local, state and federal laws, rules and
regulations in any manner affecting the performance of the Project or the Services and shall give
all notices required by law. Consultant shall be liable for all violations of such laws and regulations
in connection with the Services and this Agreement. All violations of such laws and regulations
shall be grounds for the City to terminate the Agreement for cause.
143
Contract No. ___________
4
Revised 01-2024
BBK 72500.00001\32374915.1
3.2.10.1 Employment Eligibility; Consultant. Consultant certifies that
it fully complies with all requirements and restrictions of state and federal law respecting the
employment of undocumented aliens, including, but not limited to, the Immigration Reform and
Control Act of 1986, as may be amended from time to time and shall require all subconsultants
and sub-subconsultants to comply with the same. Consultant certifies that it has not committed a
violation of any such law within the five (5) years immediately preceding the date of execution of
this Agreement and shall not violate any such law at any time during the term of the Agreement.
3.2.10.2 Equal Opportunity Employment. Consultant represents that
it is an equal opportunity employer, and it shall not discriminate against any subconsultant,
employee or applicant for employment because of race, religion, color, national origin, physical
disability, ancestry, sex, age, marital status, gender, gender identity, gender expression, sexual
orientation, reproductive health decision making, veteran or military status, or any other
consideration made unlawful by federal, state, or local laws. Such non-discrimination shall
include, but not be limited to, all activities related to initial employment, upgrading, demotion,
transfer, recruitment or recruitment advertising, layoff or termination. Consultant shall also comply
with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan
or other related programs or guidelines currently in effect or hereinafter enacted.
3.2.10.3 Safety. Consultant shall execute and maintain its work so as
to avoid injury or damage to any person or property. In carrying out its Services, the Consultant
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.
3.2.11 Insurance.
3.2.11.1 Minimum Requirements. Without limiting Consultant’s
indemnification of City, and prior to commencement of the Services, Consultant shall obtain,
provide, and maintain at its own expense during the term of this Agreement, policies of insurance
of the type and amounts described below and in a form that is satisfactory to City.
(A) General Liability Insurance. Consultant shall maintain
commercial general liability insurance with coverage at least as broad as Insurance Services
Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general
aggregate, for bodily injury, personal injury, and property damage. The policy must include
contractual liability that has not been amended. Any endorsement restricting standard ISO
“insured contract” language will not be accepted.
(B) Automobile Liability Insurance. Consultant shall maintain
automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering
bodily injury and property damage for all activities of the Consultant arising out of or in connection
with Work to be performed under this Agreement, including coverage for any owned, hired, non-
owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each
accident. The City’s Risk Manger may modify this requirement if it is determined that Consultant
will not be utilizing a vehicle in the performance of his/her duties under this Agreement.
(C) Professional Liability (Errors & Omissions) Insurance.
Consultant shall maintain professional liability insurance that covers the Services to be performed
in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the
aggregate. Any policy inception date, continuity date, or retroactive date must be before the
144
Contract No. ___________
5
Revised 01-2024
BBK 72500.00001\32374915.1
effective date of this Agreement and Consultant agrees to maintain continuous coverage through
a period no less than three years after completion of the Services required by this Agreement.
(D) Workers’ Compensation Insurance. Consultant shall
maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance
(with limits of at least $1,000,000). Consultant shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of the City, its officers, agents,
employees, volunteers, and representatives.
(E) Umbrella or Excess Liability Insurance. Consultant may opt
to utilize umbrella or excess liability insurance in meeting insurance requirements. In such
circumstances, Consultant shall obtain and maintain an umbrella or excess liability insurance
policy with limits that will provide bodily injury, personal injury and property damage liability
coverage at least as broad as the primary coverages set forth above, including commercial
general liability and employer’s liability. Such policy or policies shall include the following terms
and conditions:
(1) A drop-down feature requiring the policy to respond if
any primary insurance that would otherwise have
applied proves to be uncollectible in whole or in part for
any reason;
(2) Pay on behalf of wording as opposed to reimbursement;
(3) Concurrency of effective dates with primary policies; and
(4) Policies shall “follow form” to the underlying primary
policies.
(5) Insureds under primary policies shall also be insureds
under the umbrella or excess policies.
(F) Fidelity Coverage. Reserved
(G) Cyber Liability Insurance. Reserved
(1) 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.
(2) Network security liability arising from the unauthorized
use of, access to, or tampering with computer systems.
(3) Liability arising from the failure of technology products
(software) required under the contract for Consultant to
properly perform the services intended.
(4) 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.
145
Contract No. ___________
6
Revised 01-2024
BBK 72500.00001\32374915.1
(5) Liability arising from the failure to render professional
services
If coverage is maintained on a claims-made basis, Consultant shall maintain such coverage for
an additional period of three (3) years following termination of the Agreement.
3.2.11.2 Other Provisions or Requirements.
(A) Proof of Insurance. Consultant shall provide certificates of
insurance to City as evidence of the insurance coverage required herein, along with a waiver of
subrogation endorsement for workers’ compensation. Insurance certificates and endorsements
must be approved by City’s Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during the term of this
Agreement. City reserves the right to require complete, certified copies of all required insurance
policies, at any time.
(B) Duration of Coverage. Consultant shall procure and
maintain for the duration of the Agreement insurance against claims for injuries to persons or
damages to property, which may arise from or in connection with the performance of the Services
hereunder by Consultant, his/her agents, representatives, employees or subconsultants.
(C) Primary/Non-Contributing. Coverage provided by
Consultant shall be primary and any insurance or self-insurance procured or maintained by City
shall not be required to contribute with it. The limits of insurance required herein may be satisfied
by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance
shall contain or be endorsed to contain a provision that such coverage shall also apply on a
primary and non-contributory basis for the benefit of City before the City’s own insurance or self-
insurance shall be called upon to protect it as a named insured.
(D) City’s Rights of Enforcement. In the event any policy of
insurance required under this Agreement does not comply with these specifications, or is
canceled and not replaced, City has the right, but not the duty, to obtain the insurance it deems
necessary, and any premium paid by City will be promptly reimbursed by Consultant, or City will
withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City
may terminate this Agreement.
(E) Acceptable Insurers. All insurance policies shall be issued
by an insurance company currently authorized by the Insurance Commissioner to transact
business of insurance or is on the List of Approved Surplus Line Insurers in the State of California,
with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VII (or
larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise
approved by the City’s Risk Manager.
(F) Waiver of Subrogation. All insurance coverage maintained
or procured pursuant to this agreement shall be endorsed to waive subrogation against the City,
its elected or appointed officers, agents, officials, employees, volunteers, and representatives or
shall specifically allow Consultant or others providing insurance evidence in compliance with
these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its
own right of recovery against the City, its elected or appointed officers, agents, officials,
employees, volunteers and representatives and shall require similar written express waivers and
insurance clauses from each of its subconsultants.
146
Contract No. ___________
7
Revised 01-2024
BBK 72500.00001\32374915.1
(G) Enforcement of Contract Provisions (non estoppel).
Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to
inform Consultant of non-compliance with any requirement imposes no additional obligations on
the City nor does it waive any rights hereunder.
(H) Requirements Not Limiting. Requirements of specific
coverage features or limits contained in this Section are not intended as a limitation on coverage,
limits or other requirements, or a waiver of any coverage normally provided by any insurance.
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 all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Consultant maintains higher limits than the
minimums shown above, the City requires and shall be entitled to coverage for the higher limits
maintained by the Consultant. Any available insurance proceeds in excess of the specified
minimum limits of insurance and coverage shall be available to the City.
(I) Notice of Cancellation. Consultant agrees to oblige its
insurance agent or broker and insurers to provide City with a thirty (30) day notice of cancellation
(except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for
each required coverage.
(J) Additional Insured Status. General liability, automobile
liability, and if applicable, pollution liability and cyber liability, policies shall provide or be endorsed
to provide that the City and its officers, officials, employees, agents, volunteers and
representatives shall be additional insureds with regard to liability and defense of suits or claims
arising out of the performance of the Agreement, under such policies. This provision shall also
apply to any excess/umbrella liability policies.
(K) Prohibition of Undisclosed Coverage Limitations. 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.
(L) Separation of Insureds. A severability of interests provision
must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately
to each insured against whom claim is made or suit is brought, except with respect to the insurer’s
limits of liability. The policy(ies) shall not contain any cross-liability exclusions.
(M) Pass Through Clause. Consultant agrees to ensure that its
subconsultants, subcontractors, and any other party involved with the Project who is brought onto
or involved in the Project by Consultant, provide the same minimum insurance coverage and
endorsements required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with
subconsultants, subcontractors, and others engaged in the Project will be submitted to City for
review.
(N) City’s Right to Revise Specifications. The City and the City’s
Risk Manager reserve the right at any time during the term of the Agreement to change the
amounts and types of insurance required by giving the Consultant ninety (90) days advance
written notice of such change. If such change results in additional cost to the Consultant, the City
and Consultant may renegotiate Consultant’s compensation. If the City reduces the insurance
requirements, the change shall go into effect immediately and require no advanced written notice.
147
Contract No. ___________
8
Revised 01-2024
BBK 72500.00001\32374915.1
(O) Self-Insured Retentions. Any self-insured retentions must
be declared to and approved by City. City reserves the right to require that self-insured retentions
be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to
comply with these specifications unless approved by City.
(P) Timely Notice of Claims. Consultant shall give City prompt
and timely notice of claims made or suits instituted that arise out of or result from Consultant’s
performance under this Agreement, and that involve or may involve coverage under any of the
required liability policies.
(Q) Additional Insurance. Consultant shall also procure and
maintain, at its own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the Services.
3.2.12 Water Quality Management and Compliance. Consultant shall keep itself
and all subcontractors, staff, and employees fully informed of and in compliance with all local,
state and federal laws, rules and regulations that may impact, or be implicated by the performance
of the Services including, without limitation, all applicable provisions of the City’s ordinances
regulating water quality and storm water; the Federal Water Pollution Control Act (33 U.S.C.
§ 1251, et seq.); the California Porter-Cologne Water Quality Control Act (Water Code § 13000
et seq.); and any and all regulations, policies, or permits issued pursuant to any such authority.
Consultant must comply with the lawful requirements of the City, and any other municipality,
drainage district, or other local agency with jurisdiction over the location where the Services are
to be conducted, regulating water quality and storm water discharges. Failure to comply with laws,
regulations, and ordinances listed in this Section is a violation of federal and state law. Consultant
warrants that all employees and subcontractors shall have sufficient skill and experience to
perform the work assigned to them without impacting water quality in violation of the laws,
regulations, and policies of this Section.
3.3 Fees and Payments.
3.3.1 Compensation. Contractor shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement at the rates set forth
in Exhibit “C” attached hereto and incorporated herein by reference. The total compensation shall
not exceed ONE HUNDRED NINETY-TWO THOUSAND DOLLARS ($192,000) without written
approval of the City Council or City Manager, as applicable.
3.3.2 Payment of Compensation. Consultant shall submit to City monthly
invoices which provide a detailed description of the Services and hours rendered by Consultant.
City shall, within 30 days of receiving such invoice, review the invoice and pay all non-disputed
and approved charges. If the City disputes any of Consultant's fees, the City shall give written
notice to Consultant within thirty (30) days of receipt of an invoice of any disputed fees set forth
therein. Consultant shall submit its final invoice to City within thirty (30) days from the last date of
provided Services or termination of this Agreement and failure by the Consultant to submit a timely
invoice may constitute a waiver of its right to final payment. Payment shall not constitute
acceptance of any Services completed by Consultant. The making of final payment shall not
constitute a waiver of any claims by the City for any reason whatsoever.
3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any
expenses unless authorized in writing by City or included in Exhibit "C" of this Agreement.
3.3.4 Travel Expenses. In accordance with Government Code section 53232.2(c),
148
Contract No. ___________
9
Revised 01-2024
BBK 72500.00001\32374915.1
the Internal Revenue Service rates for reimbursement of travel, meals, lodging, and other actual
and necessary expenses as established in Publication 463, or any successor publication, shall
be used to determine reimbursement rates for Consultant. Travel in business class, first class or
any category on any flight above the coach/economy level will not be reimbursed.
3.3.5 Extra Work. At any time during the term of this Agreement, City may
request that Consultant perform Extra Work. As used herein, "Extra Work" means any work which
is determined by City to be necessary for the proper completion of the Project, but which the
Parties did not reasonably anticipate would be necessary at the execution of this Agreement.
Consultant shall not perform, nor be compensated for, Extra Work without written authorization
from the City.
3.4 Labor Code Requirements.
3.4.1 Prevailing Wages. Consultant is aware of the requirements of California
Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), 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, Consultant agrees to fully comply
with such Prevailing Wage Laws. City shall provide Consultant with a copy of the prevailing rates
of per diem wages in effect at the commencement of this Agreement. Consultant 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 the Consultant's principal place of business and at the project site. It is the intent of the parties
to effectuate the requirements of sections 1771, 1774, 1775, 1776, 1777.5, 1813, and 1815 of the
Labor Code within this Agreement, and Consultant shall therefore comply with such Labor Code
sections to the fullest extent required by law. Consultant shall defend, indemnify, and hold the
City, its officials, officers, employees, agents, volunteers and representatives, free and harmless
from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing
Wage Laws.
3.4.2 Registration/DIR Compliance. If the Services are being performed on a
public works project of over $25,000 when the project is for construction, alteration, demolition,
installation, or repair work, or a public works project of over $15,000 when the project is for
maintenance work, in addition to the foregoing, then pursuant to Labor Code sections 1725.5 and
1771.1, the Consultant and all subconsultants must be registered with the Department of
Industrial Relations (“DIR”). Consultant shall maintain registration for the duration of the Project
and require the same of any subconsultants. This Project may also be subject to compliance
monitoring and enforcement by the DIR. It shall be Consultant’s sole responsibility to comply with
all applicable registration and labor compliance requirements, including the submission of payroll
records directly to the DIR. Any stop orders issued by the DIR against Consultant or any
subconsultant that affect Consultant’s performance of Services, including any delay, shall be
Consultant’s sole responsibility. Any delay arising out of or resulting from such stop orders shall
be considered Consultant caused delay and shall not be compensable by the City. Consultant
shall defend, indemnify, and hold the City, its officials, officers, employees, agents, volunteers
and representatives free and harmless from any claim or liability arising out of stop orders issued
by the DIR against Consultant or any subconsultant.
3.4.3 Labor Certification. By its signature hereunder, Consultant certifies that it
is aware of the provisions of Section 3700 of the California Labor Code which require every
employer to be insured against liability for Worker's Compensation or to undertake self-insurance
149
Contract No. ___________
10
Revised 01-2024
BBK 72500.00001\32374915.1
in accordance with the provisions of that Code and agrees to comply with such provisions before
commencing the performance of the Services.
3.5 Accounting Records.
3.5.1 Maintenance and Inspection. Consultant shall maintain complete and
accurate records with respect to all costs and expenses incurred under this Agreement. All such
records shall be clearly identifiable. Consultant shall allow a representative of City during normal
business hours to examine, audit, and make transcripts or copies of such records and any other
documents created pursuant to this Agreement. Consultant shall allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of three (3) years
from the date of final payment under this Agreement.
3.6 General Provisions.
3.6.1 Termination of Agreement.
3.6.1.1 Grounds for Termination. City may, by written notice to
Consultant, terminate the whole or any part of this Agreement at any time and without cause by
giving written notice to Consultant of such termination, and specifying the effective date thereof,
at least seven (7) days before the effective date of such termination. Upon termination, Consultant
shall be compensated only for those Services which have been adequately rendered to City, and
Consultant shall be entitled to no further compensation. Consultant may not terminate this
Agreement except for cause. The rights and remedies of the City provided in this section shall not
be exclusive and are in addition to any other rights and remedies provided by law, equity or under
this Agreement.
3.6.1.2 Effect of Termination. If this Agreement is terminated as
provided herein, City may require Consultant to provide all finished or unfinished Documents and
Data and other information of any kind prepared by Consultant in connection with the performance
of Services under this Agreement. Consultant shall be required to provide such document and
other information within fifteen (15) days of the request.
3.6.1.3 Early Termination. Notwithstanding any provision herein to
the contrary, if for any fiscal year of this Agreement the City Council fails to appropriate or allocate
funds for future payment under the Agreement after exercising reasonable efforts to do so, the
City may upon seven (7) days’ written notice, order work on the Project to cease. Upon
termination, Consultant shall be compensated only for those Services which have been
adequately rendered to City, and Consultant shall be entitled to no further compensation.
3.6.1.4 Additional Services. In the event this Agreement is
terminated in whole or in part as provided herein, City may procure, upon such terms and in such
manner as it may determine appropriate, services similar to those terminated.
3.6.2 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 address as the
respective parties may provide in writing for this purpose:
Consultant: HOLISTIC SYSTEM INTEGRATION SOLUTIONS
P.O. BOX 6313
LA QUINTA, CA 92248
ATTN: ANGELICA ZARCO
150
Contract No. ___________
11
Revised 01-2024
BBK 72500.00001\32374915.1
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260-2578
ATTN: ROSIE LUA, DEVELOPMENT SERVICES
Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48)
hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its
applicable address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
3.6.3 Ownership of Materials and Confidentiality.
3.6.3.1 Documents & Data; 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, and other intellectual property embodied in plans,
specifications, studies, drawings, estimates, and other documents or works of authorship fixed in
any tangible medium of expression, including but not limited to, physical drawings or data
magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be
prepared by Consultant under this Agreement ("Documents & Data"). All Documents & Data shall
be and remain the property of City and shall not be used in whole or in substantial part by
Consultant on other projects without the City’s express written permission. Within thirty (30) days
following the completion, suspension, abandonment or termination of this Agreement, Consultant
shall provide to City reproducible copies of all Documents & Data, in a form and amount required
by City. City reserves the right to select the method of document reproduction and to establish
where the reproduction will be accomplished. The reproduction expense shall be borne by City at
the actual cost of duplication. In the event of a dispute regarding the amount of compensation to
which the Consultant is entitled under the termination provisions of this Agreement, Consultant
shall provide all Documents & Data to City upon payment of the undisputed amount. Consultant
shall have no right to retain or fail to provide to City any such documents pending resolution of
the dispute. In addition, Consultant shall retain copies of all Documents & Data on file for a
minimum of fifteen (15) years following completion of the Project and shall make copies available
to City upon the payment of actual reasonable duplication costs. Before destroying the
Documents & Data following this retention period, Consultant shall make a reasonable effort to
notify City and provide City with the opportunity to obtain the documents.
3.6.3.2 Subconsultants. Consultant shall require all subconsultants
to agree in writing that City is granted a non-exclusive and perpetual license for any Documents
& Data the subconsultant prepares under this Agreement. Consultant represents and warrants
that Consultant has the legal right to license any and all Documents & Data. Consultant makes
no such representation and warranty in regard to Documents & Data which were prepared by
professionals other than Consultant or its subconsultants, or those provided to Consultant by the
City.
3.6.3.3 Right to Use. City shall not be limited in any way in its use
or reuse of the Documents and Data or any part of them at any time for purposes of this Project
or another project, provided that any such use not within the purposes intended by this Agreement
or on a project other than this Project without employing the services of Consultant shall be at
City’s sole risk. If City uses or reuses the Documents & Data on any project other than this Project,
it shall remove the Consultant’s seal from the Documents & Data and indemnify and hold harmless
Consultant and its officers, directors, agents, and employees from claims arising out of the
151
Contract No. ___________
12
Revised 01-2024
BBK 72500.00001\32374915.1
negligent use or re-use of the Documents & Data on such other project. Consultant shall be
responsible and liable for its Documents & Data, pursuant to the terms of this Agreement, only
with respect to the condition of the Documents & Data at the time they are provided to the City
upon completion, suspension, abandonment, or termination. Consultant shall not be responsible
or liable for any revisions to the Documents & Data made by any party other than Consultant, a
party for whom the Consultant is legally responsible or liable, or anyone approved by the
Consultant.
3.6.3.4 Indemnification – Documents and Data. Consultant shall
defend, indemnify and hold the City, its directors, officials, officers, employees, volunteers, agents
and representatives free and harmless, pursuant to the indemnification provisions of this
Agreement, for any alleged infringement of any patent, copyright, trade secret, trade name,
trademark, or any other proprietary right of any person or entity in consequence of the use on the
Project by City of the Documents & Data, including any method, process, product, or concept
specified or depicted.
3.6.3.5 Confidentiality. All ideas, memoranda, specifications, plans,
procedures, drawings, descriptions, computer program data, input record data, written
information, and other Documents & Data either created by or provided to Consultant in
connection with the performance of this Agreement shall be held confidential by Consultant. Such
materials shall not, without the prior written consent of City, be used by Consultant for any
purposes other than the performance of the Services. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the Services or the Project. Nothing
furnished to Consultant which is otherwise known to Consultant or is generally known, or has
become known, to the related industry shall be deemed confidential. Consultant shall not use
City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or
the Project in any magazine, trade paper, newspaper, television or radio production or other
similar medium without the prior written consent of City.
3.6.3.6 Confidential Information. The City shall refrain from
releasing Consultant’s proprietary information ("Proprietary Information") unless the City's legal
counsel determines that the release of the Proprietary Information is required by the California
Public Records Act or other applicable state or federal law, or order of a court of competent
jurisdiction, in which case the City shall notify Consultant of its intention to release Proprietary
Information. Consultant shall have five (5) working days after receipt of the release notice to give
City written notice of Consultant's objection to the City's release of Proprietary Information.
Consultant shall indemnify, defend, and hold harmless the City, and its officers, directors,
employees, agents, volunteers and representatives from and against all liability, loss, cost or
expense (including attorney’s fees) arising out of a legal action brought to compel the release of
Proprietary Information. City shall not release the Proprietary Information after receipt of an
objection notice unless either: (1) Consultant fails to fully indemnify, defend (with City's choice of
legal counsel), and hold City harmless from any legal action brought to compel such release;
and/or (2) a final and non-appealable order by a court of competent jurisdiction requires that City
release such information.
3.6.4 Cooperation; Further Acts. The Parties shall fully cooperate with one
another and shall take any additional acts or sign any additional documents as may be necessary,
appropriate, or convenient to attain the purposes of this Agreement.
3.6.5 [Reserved]
3.6.6 Indemnification.
152
Contract No. ___________
13
Revised 01-2024
BBK 72500.00001\32374915.1
3.6.6.1 To the fullest extent permitted by law, Consultant shall
defend (with counsel of City’s choosing), indemnify and hold the City, its officials, officers,
employees, volunteers, agents, and representatives free and harmless from any and all claims,
demands, causes of action, costs, expenses, liability, loss, damage or injury of any kind, in law or
equity, to property or persons, including wrongful death, in any manner arising out of, pertaining
to, or incident to any acts, errors or omissions, or willful misconduct of Consultant, its officials,
officers, employees, subconsultants or agents in connection with the performance of the
Consultant’s Services, the Project or this Agreement, including without limitation the payment of
all expert witness fees, attorney’s fees and other related costs and expenses except such loss or
damage caused by the sole negligence or willful misconduct of the City. Consultant's obligation
to indemnify shall survive expiration or termination of this Agreement and shall not be restricted
to insurance proceeds, if any, received by Consultant, the City, its officials, officers, employees,
agents, volunteers, or representatives.
3.6.6.2 If Consultant’s obligation to defend, indemnify, and/or hold
harmless arises out of Consultant’s performance as a “design professional” (as that term is
defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code
section 2782.8, which is fully incorporated herein, Consultant’s indemnification obligation shall be
limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Consultant, and, upon Consultant obtaining a final adjudication by a court of
competent jurisdiction, Consultant’s liability for such claim, including the cost to defend, shall not
exceed the Consultant’s proportionate percentage of fault.
3.6.7 Entire Agreement. This Agreement contains the entire agreement of the
Parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings, or agreements.
3.6.8 Governing Law. This Agreement shall be governed by the laws of the State
of California. Venue shall be in Riverside County.
3.6.9 Time of Essence. Time is of the essence for each and every provision of
this Agreement.
3.6.10 City's Right to Employ Other Consultants. City reserves right to employ
other consultants in connection with this Project.
3.6.11 Successors and Assigns. This Agreement shall be binding on the
successors and assigns of the Parties.
3.6.12 Assignment; Subcontracting. Consultant shall not assign, sublet, or
transfer this Agreement or any rights under or interest in this Agreement without the written
consent of the City, which may be withheld for any reason. Any attempt to so assign or so transfer
without such consent shall be void and without legal effect and shall constitute grounds for
termination. Consultant shall not subcontract any portion of the Services required by this
Agreement, except as expressly stated herein, without prior written approval of City.
Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in
this Agreement.
3.6.13 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any term
referencing time, days or period for performance shall be deemed calendar days and not
153
Contract No. ___________
14
Revised 01-2024
BBK 72500.00001\32374915.1
workdays. All references to Consultant include all personnel, employees, agents, and
subconsultants of Consultant, except as otherwise specified in this Agreement. All references to
City include its elected officials, officers, employees, agents, volunteers, and representatives
except as otherwise specified in this Agreement. The captions of the various articles and
paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or
describe the scope, content, or intent of this Agreement.
3.6.14 Amendment; Modification. No supplement, modification, or amendment of
this Agreement shall be binding unless executed in writing and signed by both Parties.
3.6.15 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel, or otherwise.
3.6.16 No Third-Party Beneficiaries. There are no intended third-party
beneficiaries of any right or obligation assumed by the Parties.
3.6.17 Invalidity; Severability. If any portion of this Agreement is declared invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions
shall continue in full force and effect.
3.6.18 Prohibited Interests. Consultant maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working solely
for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not
paid, nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer, or employee of City, during the term of his or her service
with City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising therefrom.
3.6.19 Authority to Enter Agreement. Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and bind each respective Party.
3.6.20 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.6.21 Survival. All rights and obligations hereunder that by their nature are to
continue after any expiration or termination of this Agreement, including, but not limited to, the
indemnification obligations, shall survive any such expiration or termination.
[SIGNATURES ON NEXT PAGE]
154
Contract No. ___________
15
Revised 01-2024
BBK 72500.00001\32374915.1
SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT
BY AND BETWEEN THE CITY OF PALM DESERT
AND HOLISTIC SYSTEM INTEGRATION SOLUTIONS
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be
executed on the day and year first above written.
CITY OF PALM DESERT
By:
Chris Escobedo
Interim City Manager
Attest:
By:
Anthony J. Mejia
City Clerk
Approved as to form:
By:
Isra Shah
Best Best & Krieger LLP
H ,
A SOLE PROPRIETORSHIP
By:
Angelica M Zarco
President
City Clerk QC:
Contract QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
155
Contract No. ___________
Exhibit “A”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “A”
SCOPE OF SERVICES, SCHEDULE OF SERVICES, AND COMPENSATION
(ATTACHED ON NEXT PAGE)
156
157
158
159
160
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Vanessa Mager, Management Analyst
SUBJECT: AWARD A TWO-YEAR SERVICE AGREEMENT TO FG CREATIVE FOR
MERCHANT RELATION SERVICES RELATED TO EL PASEO, IN AN
AMOUNT NOT TO EXCEED $40,000.
RECOMMENDATION:
1. Approve a Service Agreement with FG Creative, Inc., for El Paseo merchant relation services
in an amount not to exceed $40,000 for a two-year term, through Fiscal Year 2026/27.
2. Authorize the City Attorney to make non -substantive changes and the City Manager to
execute all necessary documents.
BACKGROUND/ANALYSIS:
FG Creative has previously provided merchant relations services for El Paseo merchants under
Agreement No. A43310, which is now expired with no remaining extension options. City staff
finds continued service essential to ensure consistent outreach and promotional activities for
merchants, particularly as street improvements and construction activity continue to impact the
area.
FG Creative also holds a separate agreement with the El Paseo Parking and Business
Improvement District (EPPBID) through Fiscal Year 2026/27 to provide marketing services
supporting broader marketing initiatives such as media placements, brand development for the
street, and strategies aimed at increasing visitor traffic and retail sales. In contrast, the
agreement with the City’s Economic Development Department focuses on consistent and direct
outreach to El Paseo merchants to ensure timely communication of City initiatives, programs,
and capital improvement projects. Aligning both agreements through the same fiscal period
promotes continuity, enhances coordination, and ensures a consistent message across all El
Paseo communications.
Services under this new agreement will complement ongoing district -wide campaigns and
provide targeted support to merchants during and after the construction phase.
FINANCIAL IMPACT:
The total contract amount of $40,000 will be funded over Fiscal Years 2025/26 and 2026/27 from
the Economic Development budget. No additional appropriation is required .
ATTACHMENTS:
1. Proposed Service Agreement with FG Creative
161
162
Contract No. ___________
1
Revised 01-2024
BBK 72500.00001\32374915.1
CITY OF PALM DESERT
SHORT-FORM SERVICES AGREEMENT
1. Parties and Date. This Agreement is made and entered into this 1st day of July, 2025,
by and between the City of Palm Desert, a municipal corporation organized under the laws of the
State of California with its principal place of business at 73-510 Fred Waring Drive, Palm Desert,
California 92260-2578, (“City”) and FG Creative, a Corporation, with its principal place of
business at 19725 Driscoll Rd., Desert Hot Springs, California 92241-6810 ("Vendor"). The
City and Vendor are sometimes individually referred to herein as "Party" and collectively as
"Parties."
The City is a public agency of the State of California and is in need of services for the
following project:
El Paseo Merchant Relation Services Project
(hereinafter referred to as “the Project”).
2. Terms and Conditions. The Parties shall comply with the Terms and Conditions attached
hereto as Exhibit “A” and incorporated herein by this reference.
3. Scope of Services; Schedule. The Vendor shall be solely responsible for providing all
materials, labor, tools, equipment, water, light, power, transportation, and superintendence of
every nature and all other services and all facilities necessary to execute, complete, and deliver
the services as particularly described in the Scope of Services (“Services”) attached hereto as
Exhibit “B” and incorporated herein by this reference. The Services shall be completed in a timely
manner and in accordance with the Schedule of Services set forth in Exhibit “B”.
4. Term. The term of this Agreement shall be from June 1, 2025, to June 30, 2027, unless
earlier terminated as provided herein.
5. Compensation. Vendor shall receive compensation for Services rendered under this
Agreement at the rates set forth in Exhibit "C" attached hereto and incorporated herein by this
reference. The total compensation shall not exceed twenty-thousand dollars ($20,000) per
fiscal year (“Agreement Price”). Vendor’s invoices shall include a detailed description of the
Services performed. Invoices shall be submitted to the City on a monthly basis. The City shall
review and pay all non-disputed and approved charges on such invoices in a timely manner.
Vendor shall submit its final invoice to the City within thirty (30) days from the last date of Services
performed and failure to do so shall result in a waiver of payment from the City.
6. Insurance. In accordance with Exhibit A, Section C of the Terms and Conditions, Vendor
shall, at its expense, procure and maintain for the duration of the Agreement such insurance
policies as checked below and provide proof of such insurance policies in a form satisfactory to
the City.
Commercial General Liability Insurance:
$1,000,000 per occurrence/$2,000,000 aggregate.
$2,000,000 per occurrence/$4,000,000 aggregate.
Automobile Liability:
$1,000,000 combined single limit for bodily injury and property damage.
Workers’ Compensation:
163
Contract No. ___________
2
Revised 01-2024
BBK 72500.00001\32374915.1
Statutory Limits / Employer’s Liability $1,000,000 per accident or disease and a
waiver of subrogation in favor of the City and their respective officers, agents, employees,
volunteers, and representatives.
[SIGNATURES ON THE NEXT PAGE]
164
Contract No. ___________
3
Revised 01-2024
BBK 72500.00001\32374915.1
SIGNATURE PAGE TO SHORT FORM SERVICES AGREEMENT
BY AND BETWEEN THE CITY OF PALM DESERT
AND FG CREATIVE. INC.
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be executed
on the day and year first above written.
CITY OF PALM DESERT
FG CREATIVE, INC
City Clerk QC: _____
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
165
Contract No. ___________
Exhibit “A-1”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “A”
TERMS AND CONDITIONS FOR SERVICES
1. Compliance with Law. Vendor shall comply with all applicable laws and regulations of the federal, state and local government.
Vendor certifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of
undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to
time. By its signature hereunder, Vendor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which
require every employer to be insured against liability for Workers’ Compensation or to undertake self -insurance in accordance with
the provisions of that Code and agrees to comply with such provisions before commencing the performance of the Services. Vendor
represents that it is an equal opportunity employer, and it shall not discriminate against any subcontractor, employee or applicant for
employment in violation of state or federal law. Vendor is aware of the requirements of California Labor Code Sections 1720 et seq.
and 1770 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and the performance of other
requirements on certain "public works" and "maintenance" projects. If the work is being performed as part of an applica ble "public
works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for
maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Vendor agrees to fully comply with such
Prevailing Wage Laws, including, along with subcontractors, being registered with the Department of Industrial Relations (Labor Code
§§ 1725.1; 1771.1). It shall be mandatory upon the Vendor and all subcontractors to comply with all California Labor Code provisions,
which include but are not limited to prevailing wages (Labor Code §§ 1771; 1774; 1775), employment of apprentices (Labor Code §
1777.5), certified payroll records (Labor Code §§ 1771.4; 1776), hours of labor (Labor Code §§ 1813; 1815) and debarment of
contractors and subcontractors (Labor Code § 1777.1). This Agreement may be subject to compliance monitoring and enforcement.
2. Standard of Care. The Vendor shall perform the Services in accordance with generally accepted professional practices and
principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession prac ticing
under similar conditions.
3. Insurance. If required by Section 6 of this Agreement, the Vendor shall take out and maintain during this Agreement: A. Commercial
General Liability Insurance for bodily injury, personal injury and property damage, at least as broad as Insurance Services O ffice
Commercial General Liability coverage (Occurrence Form CG 0001). The policy must include contractual liability that has not been
amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted ; B. Automobile Liability
Insurance for bodily injury and property damage including coverage for owned, non-owned, rented, and hired vehicles, at least as
broad as Insurance Services Office Form Number CA 0001 (ed. 10/13) covering automobile liability, Code 1 (any auto); C. Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance; and if applicable, as determined by the City’s Risk
Manager, D. Professional Liability (Errors and Omissions) that covers the Services to be performed in connection with this Agreement.
Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and Vendor agrees
to maintain continuous coverage through a period no less than three years after completion of the services required by this agreement.
All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against the City of
Palm Desert, and their elected or appointed officers, agents, officials, employees, volunteers, and representatives or shall specifically
allow Vendor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a
loss. Vendor hereby waives its own right of recovery against the City of Palm Desert or their elected or appointed officers, agents,
officials, employees, volunteers, and representatives and shall require similar written express waivers and insurance clauses from
each of its subcontractors. Workers’ compensation coverage shall have an endorsement in favor of the City of Palm Desert, and their
respective officers, agents, employees, volunteers, and representatives. Insurance carriers shall be licensed and authorized to do
business in California. Such insurance carrier shall have not less than an "A-:VII" rating according to the latest Best Key Rating unless
otherwise approved by City’s Risk Manager. Vendor shall add the City, and their respective officers, officials, employees, agents,
volunteers and representatives as additional insureds on Vendor’s Commercial General Liability, Automobile Liability, and if applicable,
Pollution Liability and Cyber Liability policies. Coverage provided by Vendor shall be primary and any insurance or self-insurance
procured or maintained by the City shall not be required to contribute with it. The City or its Risk Manager reserves the right at any
time during the term of the contract to change the amounts and types of insurance (i.e., pollution, cyber, and fidelity coverages)
required by giving the Vendor advance written notice of such change. If such change results in substantial additional cost to the
Vendor, the City and Vendor may renegotiate Vendor’s compensation. If the City reduces the insurance requirements, the change
shall go into effect immediately and require no advanced written notice.
4. Indemnification. To the fullest extent permitted by law, Vendor shall defend (with counsel of City’s choosing), indemnify and hold
the City, and their respective officials, officers, employees, volunteers, agents and representatives free and harmless from any and all
claims, demands, causes of action, costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or persons,
including wrongful death (collectively, “Claims”), in any manner arising out of, pertaining to, or incident to any acts, errors or omissions,
or willful misconduct of Vendor, its officials, officers, employees, subcontractors, consultants or agents in connection with the
performance of the Vendor’s Services, the project, or this Agreement, including without limitation the payment of all expert witness
fees, attorney’s fees and other related costs and expenses except such loss or damage caused by the sole negligence or willfu l
misconduct of the City. Vendor’s obligation to indemnify shall survive expiration or termination of this Agreement and shall not be
restricted to insurance proceeds, if any, received by Consultant or the City, or their respective officials, officers, employees, agents,
volunteers or representatives. If Vendor’s obligation to defend, indemnify, and/or hold harmless arises out of Vendor’s performance
as a “design professional” (as that term is defined under Civil Code § 2782.8), then, and only to the extent requir ed by Civil Code §
2782.8, which is fully incorporated herein, Vendor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or
relate to the negligence, recklessness, or willful misconduct of the Vendor, and, upon Vendor obtaining a final adjudication by a court
of competent jurisdiction, Vendor’s liability for such claim, including the cost to defend, shall not exceed the Vendor’s pro portionate
percentage of fault.
5. Laws; Venue. This Agreement shall be interpreted in accordance with the laws of the State of California. If any action is brought to
interpret or enforce any term of this Agreement, the action shall be brought in a state or federal court situated in the Coun ty of
Riverside, State of California.
6. Termination. The City may terminate the whole or any part of this Agreement for any or no reason by giving three (3) calendar
days written notice to Vendor. In such event, the City shall be immediately given title and possession to all original field notes, drawings
and specifications, written reports and other documents produced or developed for the work. The City shall pay Vendor the reasonable
value as determined by the City of any portion of the Services completed prior to termination. The City shall not be liable for any costs
166
Contract No. ___________
Exhibit “A-2”
Revised 01-2024
BBK 72500.00001\32374915.1
other than the charges or portions thereof which are specified herein. Vendor shall not be entitled to payment for unperformed Services
and shall not be entitled to damages or compensation for termination of the Services. Vendor may terminate its obligation to provide
further work under this Agreement upon thirty (30) calendar day’s written notice to the City only in the event of the City’s failure to
perform in accordance with the terms of this Agreement through no fault of Vendor.
7. Changes. By written notice, the City may from time to time, make changes to the Services furnished to the City by Vendor. If such
change causes an increase or decrease in the Agreement Price or in the time required for performance, Vendor or the City shall
promptly notify the other party thereof and assert its claim for adjustment within fifteen (15) days after the change is orde red, and an
equitable adjustment shall be made. However, nothing in this clause shall excuse the Vendor from procee ding immediately with the
Agreement as changed.
8. Miscellaneous Terms. Vendor shall not assign, sublet, or transfer this Agreement or any rights under or interest in this Agreement
without the written consent of the City. This Agreement may not be modified or altered except in writing signed by the Parties. There
are no intended third-party beneficiaries of any right or obligation of the Parties. This is an integrated Agreement representing the
entire understanding of the Parties as to those matters contained herein and supersedes and cancels any prior oral or written
understanding or representations with respect to matters covered hereunder. Since the Parties or their agents have participat ed fully
in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not
strictly for or against any Party. The captions of the various paragraphs are for convenience and ease of reference only, and do not
define, limit, augment, or describe the scope, content, or intent of this Agreement. The unenforceability, invalidity, or illegality of any
provision(s) of this Agreement shall not render the other provisions unenforceable, invalid, or illegal. Notice may be given or delivered
by depositing the same in any United States Post Office, certified mail, return receipt requested, postage prepaid, addressed to the
Parties to the addresses set forth in this Agreement. Vendor is retained as an independent contractor and is not an employee of the
City. No employee or agent of Vendor shall become an employee of the City. Vendor warrants that the individual who has signed this
Agreement has the legal power, right, and authority to make this Agreement and bind the Vendor hereto.
167
Contract No. ___________
Exhibit “B”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “B”
SCOPE OF SERVICES; SCHEDULE OF SERVICES
Objective: To foster a strong, positive relationship between the City of Palm Desert and
businesses in the El Paseo Shopping District by facilitating clear, consistent, and constructive
communication.
Merchant Outreach
Goal: Maintain a reliable presence among El Paseo businesses to support two-way
communication between merchants and the City.
Core Activities:
Share timely City updates, resources, and opportunities with merchants in collaboration
with the City’s Economic Development Department.
Conduct monthly outreach visits to El Paseo businesses to listen, gather feedback, and
identify opportunities for City support.
Provide merchants with helpful guidance or referrals to City services as appropriate.
Represent the City of Palm Desert in a positive, professional, and solutions-oriented
manner at all times.
Welcome and introduce new businesses to available City resources and contacts.
Maintain an up-to-date, confidential database of business contacts and visit summaries.
Post City announcements and resources in the private El Paseo Merchant Group
Facebook group, ensuring messages are accessible and relevant.
Use the City’s In-Touch app to report significant maintenance or code issues as
appropriate. Escalate life safety hazards directly to the City liaison.
Estimated hours per month: 12–15
Monthly Recap Report
Goal: Deliver a concise, organized summary of outreach efforts and merchant feedback to
inform the City’s economic development strategy.
Core Activities – Submit a monthly report to City staff detailing:
o Businesses visited and contact attempts made
o Notable business openings, closings, or changes
o Common merchant concerns, questions, and trends (with suggested next steps,
where applicable)
o Summary of communication efforts (e.g., e-blasts, group posts, and in-person
updates)
Estimated hours per month: 2
168
Contract No. ___________
Exhibit “C”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “C”
COMPENSATION
Monthly Retainer: $1,500 per month for a 12-month period
Other Considerations
This initial estimate covers the steps as outlined in Exhibit B.
Additional services may be contracted upon mutual written agreement provided the total
does not exceed $2,000.
169
170
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Thomas Soule, Public Affairs Manager
SUBJECT: AUTHORIZE AMENDMENT NO. 4 TO AGREEMENT NO. A43790 WITH
FG CREATIVE TO EXTEND THE CONTRACT TERM FOR THREE
MONTHS AND INCREASE COMPENSATION BY $36,600.
RECOMMENDATION:
1. Approve Amendment No. 4 to Agreement No. A43790 with FG Creative to extend the term
of the contract through September 30, 2025, and increase total compensation by $36,600.
2. Authorize the City Attorney to make necessary non-monetary changes to the agreement.
3. Authorize the City Manager to execute the amendment and any related documents
necessary to effectuate this action, in accordance with Sectio n 3.30.170 of the Palm Desert
Municipal Code.
BACKGROUND/ANALYSIS:
On July 1, 2022, the City entered into Agreement No. A43790 with FG Creative to provide
marketing services for the Palm Desert Aquatic Center. Since that time, the City Council has
approved three amendments to this agreement to extend the term, update the scope of services,
and adjust compensation to support marketing and public relations efforts for the facility. The
current contract expired on June 30, 2025.
City staff recently issued a Request for Proposals (RFP) seeking a new contract for marketing
services related to the Palm Desert Aquatic Center, for which the City received 27 responses.
In order to conduct a thorough and fair review of these proposals and ensure an appropriate
recommendation for future services, additional time is required beyond the termination of the
contract. Unfortunately, this occurs during the Aquatic Center’s high season, when a lapse in
media advertising would negatively affect programming and revenue.
As a temporary solution, staff seeks authorization to extend the existing contract with FG
Creative for three months, maintaining the same media buy levels as approved for the same
months during the previous fiscal year. During this period, the RFP process will be completed,
and a new contract for marketing services will begin on October 1, 2025.
Amendment No. 4 to Agreement No. A43790 will extend the contract term for three months,
through September 30, 2025, and increase the contract amount by $36,600 to provide continuity
of marketing services until a new agreement can be awarded.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
171
City of Palm Desert
Authorize Amendment No. 4 to Agreement No. A43790 with FG Creative
Page 2 of 2
FINANCIAL IMPACT:
Funds for this contract extension are included in the Fiscal Year 2025/26 budget. No additional
appropriation is required.
ATTACHMENTS:
1. Original Agreement No. A43790 with FG Creative
2. Amendment No. 1 to Agreement No. A43790
3. Amendment No. 2 to Agreement No. A43790
4. Amendment No. 3 to Agreement No. A43790
5. Draft Amendment No. 4 to Agreement No. A43790
172
173
174
175
176
177
178
179
180
181
182
183
184
185
186
187
188
189
190
191
192
193
194
195
196
197
198
199
200
Contract No. A43790
Page 1 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
AMENDMENT NO. 3 TO THE TO THE PROFESSIONAL CONSULTANT SERVICES
AGREEMENT, A43790 FOR MARKETING SERVICES BETWEEN THE CITY OF PALM
DESERT AND FG CREATIVE
1. Parties and Date.
This Amendment No. 3 to the made and entered into as of this 28th day of May 2024, by
and between the City of Palm Desert (“City”) and FG CREATIVE, a Corporation, with its principal
place of business at 19725 Driscoll Road, Desert Hot Springs, CA 92241 ("Vendor"). The City
and Vendor are sometimes individually referred to herein as "Party" and collectively as "Parties."
2. Recitals.
2.1 Agreement. The City and FG Creative have entered into an agreement entitled
“Professional Services Agreement for Marketing Services, No. A43790” dated July 1, 2022
(“Agreement” or “Contract”) for the purpose of retaining the services of retaining the services of
Consultant to provide Marketing Services for the Palm Desert Aquatic Center.
2.2 Amendment. The City and FG Creative entered into Amendment No.1 to extend
the term for an additional year performance period of July 1, 2023, to June 30, 2024.The Parties
have heretofore entered into Amendment No. 1 dated July 1, 2023
2.3 Amendment. The City and FG Creative entered into Amendment 2. to establish an
updated scope of service and increased compensation during period July 1, 2023 through June
30, 2024. The Parties have heretofore entered into Amendment No. 2 dated March 28, 2023.
2.4 Amendment. The City and FG Creative desire to amend the Agreement to
extend the term, update scope of service, and increase compensation for third year of
contract, July 1, 2024 through June 30, 2025.
2.5 Amendment Authority. This Amendment No. 3 is authorized pursuant to Section
3.6.14; Modification of the Agreement.
3. Terms.
3.1. Section Compensation. Section 3.3.1 of the Agreement is hereby amended in its
entirety to read as follows:
3.3.1 Compensation. Consultant shall receive compensation, including authorized
reimbursements, for all Services rendered under this Agreement at the rates set forth in
Exhibit "C" attached hereto and incorporated herein by reference. The total compensation
shall not exceed One Hundred Thousand and Zero Cents ($100,000.00) without written
approval of the City Council or City Manager, as applicable.
“Exhibit B and Exhibit C-1 are hereby deleted in its entirety and replaced with Exhibit B-1
and Exhibit C-2 attached hereto and incorporated herein by reference.”
201
Contract No. A43790
Page 2 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
3.1 Section Term. Section 3.1.2 of the Agreement is hereby amended in its entirety to
read as follows:
3.1.2 Term. The term of this Agreement shall be from July 01, 2024, to June 30, 2025,
unless earlier terminated as provided herein. Consultant shall complete the Services within the
term of this Agreement and shall meet any other established schedules and deadlines.
“Exhibit 3.1.2 Term is hereby deleted in its entirety and replaced with Exhibit 3.1.3 Term
attached hereto and incorporated herein by reference.”
3.2 Continuing Effect of Agreement. Except as amended by this Amendment No. 3, all
other provisions of the Agreement remain in full force and effect and shall govern the actions of
the parties under this Amendment No. 3. From and after the date of this Amendment No. 3,
whenever the term “Agreement” or “Contract” appears in the Agreement, it shall mean the
Agreement as amended by this Amendment No. 3.
3.3 Adequate Consideration. The Parties hereto irrevocably stipulate and agree that
they have each received adequate and independent consideration for the performance of the
obligations they have undertaken pursuant to this Amendment No. 3.
3.4 Severability. If any portion of this Amendment No. 3 is declared invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
3.5 Counterparts. This Amendment No. 3 may be executed in duplicate originals, each
of which is deemed to be an original, but when taken together shall constitute but one and the
same instrument.
[SIGNATURES ON FOLLOWING PAGE]
202
Contract No. A43790
Page 3 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
SIGNATURE PAGE FOR AMENDMENT NO. 3 TO THE PROFESSIONAL MARKETING
SERVICES AGREEMENT BETWEEN THE CITY OF PALM DESERT
AND FG CREATIVE
IN WITNESS WHEREOF, the Parties have entered into this Amendment No. 3 to the
Professional Marketing Services Agreement as of the day and year first above written.
CITY OF PALM DESERT
By:
L. Todd Hileman
City Manager
Attest:
By:
Anthony J. Mejia
City Clerk
Approved as to form:
By:
Isra Shah
Best Best & Krieger LLP
FG CREATIVE, A CORPORATION
By:
Stephanie Greene
CEO
By:
Stephanie Greene
CEO
QC:
Insurance:
_____
Initial Review
_____
Final Approval
203
Contract No. A43790
Page 4 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
EXHIBIT “B-1”
SCHEDULE OF SERVICES
1. STRATEGY & ACCOUNT MANAGEMENT ($21,600)
BILLED AS A MONTHLY RETAINER ACROSS 12 MONTHS (JULY TO JUNE).
2. MEDIA BUYING ($59,800)
BILLED AS A PASS-THROUGH EXPENDITURE.
3. PUBLIC RELATIONS/SOCIAL MEDIA ($18,600)
BILLED AS A MONTHLY RETAINER ACROSS 12 MONTHS (JULY TO JUNE).
204
Contract No. A43790
Page 5 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
EXHIBIT “C-2”
COMPENSATION
Consultant shall receive compensation, including authorized reimbursements, for all services
rendered under this Agreement at the rates set forth in Exhibit “B” to this Contract, which is attached
hereto and incorporated herein by reference.
Pass-through Expenditures – Consultant shall be reimbursed for pass-through media buy
expenditures in an amount not to exceed fifty-nine thousand, eight hundred dollars ($59,800).
Renewal - In the event that this Agreement is renewed pursuant to Section 3.1.2, the rates set forth
above may be increased or reduced each year at the time of renewal, but any increase shall not
exceed the Consumer Price Index, All Urban Consumers, Riverside-San Bernardino- Ontario.
205
206
Contract No. ________
AMENDMENT NO. 4 TO THE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE
CITY OF PALM DESERT AND FG CREATIVE
1.Parties and Date.
This Amendment No. 4 (“Amendment”) to the PROFESSIONAL SERVICES AGREEMENT
is made and entered into as of this 1st day of JULY, 2025 by and between the City of Palm Desert,
a municipal corporation organized and operating under the laws of the State of California (“City”),
and FG CREATIVE, a A CORPORATION with its principal place of business at 19725 Driscoll
Road, Desert Hot Springs, CA 92241, Vendor. City and Vendor are sometimes individually
referred to as “Party” and collectively as “Parties.”
2. Recitals.
The Parties entered into an agreement titled PROFESSIONAL SERVICES AGREEMENT
Dated July 1, 2022 (“Agreement”).
Amendment Authority. This Amendment is authorized pursuant to Section 3.6.14 of the
Agreement.
3. Terms.
Amendment. The Agreement is hereby amended as follows:
3.1.2 July 01, 2024, to September
30, 2025, unless earlier terminated as provided herein. Consultant shall
complete the Services within the term of this Agreement and shall meet
any other established schedules and deadlines.
“Exhibit B-2 and Exhibit C-
herein by reference are in addition to Exhibit B-1 and C-
Amendment No. 3.”
3.3.1
Compensation. reimbursements, for all Services rendered under this Agreement at the
rates set forth in Exhibit "B-2" and “C-3”
incorporated herein by reference. The total compensation shall not
exceed One Hundred Thirty-Six Thousand Six Hundred Dollars and
Zero Cents ($136,600.00) without written approval of the City Council or
City Manager, as applicable.
Continuing Effect of Agreement. Except as amended by this Amendment, all other
provisions of the Agreement remain in full force and effect and shall govern the actions of the
Parties under this Amendment. From and after the date of this Amendment, whenever the term
“Agreement” appears in the Agreement, it shall mean the Agreement as amended by this
Amendment.
Adequate Consideration. The Parties hereto irrevocably stipulate and agree that they have
each received adequate and independent consideration for the performance of the obligations they
have undertaken pursuant to this Amendment.
A43790
207
Contract No. ________
Severability. If any portion of this Amendment is declared invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full
force and effect.
Counterparts. This Amendment may be executed in duplicate originals, each of which is
deemed to be an original, but when taken together shall constitute but one and the same
instrument.
[Signatures on Following Page]
A43790
208
Contract No. ________
SIGNATURE PAGE TO PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE
CITY OF PALM DESERT AND FG CREATIVE
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be executed on the
day and year first above written.
Clerk QC: ________
Contracts QC: ________
Insurance:
__________
Initial Review
___________
Final Approval
CITY OF PALM DESERT
By:
Chris Escobedo
Interim City Manager
Attest:
By:
Anthony J. Mejia
City Clerk
Approved as to form:
By:
Isra Shah
City Attorney
FG CREATIVE A CORPORATION
By:
Stephanie Greene
CEO
By:
Stephanie Greene
CFO
A43790
209
EXHIBIT “B-2”
SCHEDULE OF SERVICES
I. ACCOUNT SERVICES – $6,700
•Strategic planning and account management in alignment with the annual marketing plan
•Ongoing project coordination, internal/external meetings, reporting, and performance
analytics
•Monthly creative asset development and graphic design (unlimited revisions)
•Monthly website updates and one e-newsletter (e-blast) per month
•Inclusion of newly supplied photography assets
II. MEDIA – $29,900
A. Public Relations – $2,000
•Development and execution of seasonal public relations strategy (Summer & Fall Focus)
•Creation and distribution of press releases and media pitches
•Oversight of earned media coverage
•Limited engagement with social media outlets for public relations amplification
B. Social Media Management – $3,600
•Content development, scheduling, and publishing on Facebook and Instagram
•Engagement monitoring and response management
•Platform performance analysis
C. Paid Digital Campaigns – $1,500
•Paid social media ad campaigns across major platforms (Facebook, Instagram, etc.)
•Targeted creative development and campaign optimization
D. Outdoor Advertising – $8,800
•One digital billboard slot via Lamar Outdoor
•Monthly creative rotation to maintain fresh messaging
E. Radio Advertising – $6,000
•Local radio advertising across multiple stations
•Includes web banner placement on participating radio station websites
F. Google Adwords & Geo-Fencing Campaigns – $8,000
•Digital advertising using Google Ads with geographic targeting
•Multi-campaign messaging structure to support seasonal focus
210
EXHIBIT “B-2”
SCHEDULE OF SERVICES
III. BRAND, GRAPHICS, WEBSITE & RADIO CAMPAIGN PRODUCTION – INCLUDED
•Monthly brand maintenance, website support, and radio production are included under the
retainer with no additional cost
DELIVERABLES SUMMARY (by Month):
Month Estimated Cost Key Focus
Total: $36,600
211
Contract No. ________
EXHIBIT “C-3”
COMPENSATION
Consultant shall receive compensation, including authorized reimbursements, for all services
rendered under this Agreement at the rates set forth in Exhibit “B-2” to this Contract, which is
attached hereto and incorporated herein by reference.
Pass-through Expenditures – Consultant shall be reimbursed for pass-through media buy
expenditures in an amount not to exceed Twenty Nine Thousand Nine Hundred Dollars
($29,900).
Renewal - In the event that this Agreement is renewed pursuant to Section 3.1.2, the rates set
forth above may be increased or reduced each year at the time of renewal, but any increase shall
not exceed the Consumer Price Index, All Urban Consumers, Riverside-San Bernardino- Ontario.
212
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Thomas Soule, Public Affairs Manager
SUBJECT: APPROVE AMENDMENT NO. 4 TO CONTRACT NO. C43390 WITH IDEA
PEDDLER, LLC TO ALIGN FY 2024/25 COMPENSATION WITH
PREVIOUSLY APPROVED SCOPE OF SERVICES
RECOMMENDATION:
1. Approve Amendment No. 4 to Contract No. C43390 with Idea Peddler, LLC to align the
compensation terms with the approved services for FY 2024/25.
2. Authorize the City Attorney to make necessary, nonmonetary changes to the Agreement.
3. Authorize the City Manager to execute the amendment and any related documents
necessary to effectuate this action, in accordance with Section 3.30.170 of the Palm Desert
Municipal Code.
BACKGROUND/ANALYSIS:
In FY 2023/24, the City Council approved a one-time increase to the City’s marketing services
contract with Idea Peddler. This increase supported a creative asset refresh and launched a n
economic development pilot program focused on expanding the City’s tourism marketing to
Seattle, which was a new market for Palm Desert. The expanded scope of services was detailed
in Amendment No. 2 and its accompanying staff report, which identified FY 2023/24 as the
implementation year.
Due to the pilot program’s success, marketing to Seattle has since become a regular part of the
City’s marketing and economic development strategy. Amendment No. 3, executed in November
2024, updated the Schedule of Services to reflect the expanded wo rk.
At budget time, the Council approved the continuation of this marketing program. Amendment
No. 4 aligns the contract compensation for FY 2024/25 with the approved ongoing work. This
action ensures consistency between the Council-approved budget, the services being delivered,
and the executed agreement.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no fiscal impact to the General Fund with this action. The funding for FY 2024/25 is
included in the adopted budget and supported by approved allocations in the Professional Other
and Advertising Media Buys line items of the Marketing budget (Account No 1104417-4309000
and Account No 1104417-4322100).
213
City of Palm Desert
Approve Amendment No. 4 to Contract No. C43390
Page 2 of 2
ATTACHMENTS:
1. C43390 - Original Contract
2. C43390 - Amendment No. 1
3. C43390 - Amendment No. 2
4. C43390 - Amendment No. 3
5. C43390 - Amendment No. 4
214
215
216
217
218
219
220
221
222
223
224
225
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
246
Contract No. C43390
Page 1 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
AMENDMENT NO. 2 TO CONTRACT NO. C43390 MARKETING SERVICES AGREEMENT
BETWEEN THE CITY OF PALM DESERT AND IDEA PEDDLER
1. Parties and Date.
This Amendment No. 2 to the Marketing Services Agreement is made and entered into as
of this 13TH day of July, 2023, by and between the City of Palm Desert (“City”) and Idea Peddler,
a Texas Limited Liability Corporation, with its principal place of business at 106 E 6th St, Ste. 900-
937, Austin, TX 78701 (“Consultant”). City and Consultant are sometimes individually referred to
as “Party” and collectively as “Parties.”
2. Recitals.
2.1 Agreement. The City and Consultant have entered into an agreement entitled
“Marketing Services Agreement” dated June 23, 2022 (“Agreement” or “Contract”) for the purpose
of retaining the services of Consultant to provide marketing services.
2.2 Amendment. The City and Consultant desire to amend the Agreement to revise
the Scope of Services and Compensation.
3. Terms.
3.1 3.3.D Substitution of Key Personnel is hereby amended in its entirety to read as
follows:
Consultant has represented to City that certain key personnel will perform and
coordinate the Services. Should one or more of such personnel become
unavailable, Consultant may substitute other personnel of at least equal
competence upon written approval of City. In the event that City and Consultant
cannot agree as to the substitution of key personnel, City shall be entitled to
terminate this Agreement for cause. The key personnel for performance of this
Agreement are as follows: Sara Martin, SVP Integrated Marketing, Blake Takushi,
Creative Director or Ed Cohen, Strategy Director.
3.2 3.3.I Period of Performance is hereby amended in its entirety to read as follows:
Consultant shall perform and complete all Services under this Agreement within
the term set forth in Section 3.1.2 above (“Performance Time”). Consultant shall
also perform the Services in strict accordance with any completion schedule or
Project milestones described in Exhibits “A” or “B” attached hereto, or which may
be separately agreed upon in writing by the City and Consultant (“Performance
Milestones”).
3.3 3.5 Other Provision or Requirements The “Water Quality Management and
Compliance” section of the Agreement is hereby deleted in its entirety.
3.4 3.7 Labor Code Requirements The “Prevailing Wages” and “Registration/DIR
Compliance” sections of the Agreement are hereby deleted in their entirety.
3.5 3.6.A Compensation is hereby amended in its entirety to read as follows:
Consultant shall receive compensation, including authorized reimbursements, for
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
247
Contract No. C43390
Page 2 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
all Services rendered under this Agreement at the rates set forth in Exhibit "C"
attached hereto and incorporated herein by reference. The total compensation
shall not exceed Eight Hundred Ninety Thousand Dollars ($890,000) without
written approval of the City Council or City Manager, as applicable.
3.6 3.6.B Payment of Compensation is hereby amended in its entirety to read as
follows:
Consultant shall submit to City monthly invoices which provide a detailed
description of the Services rendered by Consultant. Consultant shall not invoice
City for any milestones or deliverables until such milestones or deliverables have
been completed in accordance with Exhibit “B.” City shall, within 30 days of
receiving such invoice, review the invoice and pay all non-disputed and approved
charges. If the City disputes any of Consultant's fees, the City shall give written
notice to Consultant within thirty (30) days of receipt of an invoice of any disputed
fees set forth therein. Consultant shall submit its final invoice to City within thirty
(30) days from the last date of provided Services or termination of this Agreement
and failure by the Consultant to submit a timely invoice may constitute a waiver of
its right to final payment. Payment shall not constitute acceptance of any Services
completed by Consultant. The making of final payment shall not constitute a
waiver of any claims by the City for any reason whatsoever.
3.7 3.7 Labor Code Requirements The “Prevailing Wages” and “Registration/DIR
Compliance” sections of the Agreement are hereby deleted in their entirety.
3.8 3.9.A.1 Grounds for Termination is hereby amended in its entirety to read as
follows:
City may, by written notice to Consultant, terminate the whole or any part of this
Agreement at any time and with cause by giving written notice to Consultant of
such termination, and specifying the effective date thereof, at least sixty (60) days
before the effective date of such termination. Upon termination, Consultant shall
be compensated only for those Services which have been adequately rendered to
City, and Consultant shall be entitled to no further compensation. Consultant may
not terminate this Agreement except for cause. The rights and remedies of the
City provided in this section shall not be exclusive and are in addition to any other
rights and remedies provided by law, equity or under this Agreement. City
understands that any additional work outside of the 60-day cancellation window to
support a successful transition of work will require incremental compensation at a
rate to be determined.
3.9 3.9.C.1 Documents & Data; Licensing of Intellectual Property is hereby amended
in its entirety to read as follows:
This Agreement creates a non-exclusive and perpetual license for City to copy,
use, modify, reuse, or sublicense any and all copyrights, designs, and other
intellectual property embodied in plans, specifications, studies, drawings,
estimates, and other documents or works of authorship fixed in any tangible
medium of expression, including but not limited to, physical drawings or data
magnetically or otherwise recorded on computer diskettes, which are prepared or
caused to be prepared by Consultant under this Agreement ("Documents & Data").
Provided that the City has paid in full for all milestones and deliverables, all
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
248
Contract No. C43390
Page 3 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
Documents & Data shall be and remain the property of City and shall not be used
in whole or in substantial part by Consultant on other projects without the City’s
express written permission. Within thirty (30) days following the completion,
suspension, abandonment or termination of this Agreement, Consultant shall
provide to City reproducible copies of all Documents & Data, in a form and amount
required by City. City reserves the right to select the method of document
reproduction and to establish where the reproduction will be accomplished. The
reproduction expense shall be borne by City at the actual cost of duplication. In
the event of a dispute regarding the amount of compensation to which the
Consultant is entitled under the termination provisions of this Agreement,
Consultant shall provide all Documents & Data to City upon payment of the
undisputed amount. Consultant shall have no right to retain or fail to provide to
City any such documents pending resolution of the dispute. In addition, Consultant
shall retain copies of all Documents & Data on file for a minimum of fifteen (15)
years following completion of the Project, and shall make copies available to City
upon the payment of actual reasonable duplication costs. Before destroying the
Documents & Data following this retention period, Consultant shall make a
reasonable effort to notify City and provide City with the opportunity to obtain the
documents.
3.10 3.9.C.3 Right to Use is hereby amended in its entirety to read as follows:
Provided that the City has paid in full for all milestones and deliverables, City shall
not be limited in any way in its use or reuse of the Documents and Data or any part
of them at any time for purposes of this Project or another project, provided that
any such use not within the purposes intended by this Agreement or on a project
other than this Project without employing the services of Consultant shall be at
City’s sole risk. If City uses or reuses the Documents & Data on any project other
than this Project, it shall remove the Consultant’s seal from the Documents & Data
and indemnify and hold harmless Consultant and its officers, directors, agents and
employees from claims arising out of the negligent use or re-use of the Documents
& Data on such other project. Consultant shall be responsible and liable for its
Documents & Data, pursuant to the terms of this Agreement, only with respect to
the condition of the Documents & Data at the time they are provided to the City
upon completion, suspension, abandonment or termination. Consultant shall not
be responsible or liable for any revisions to the Documents & Data made by any
party other than Consultant, a party for whom the Consultant is legally responsible
or liable, or anyone approved by the Consultant.
3.11 “Exhibit A” is hereby deleted in its entirety and replaced with “Exhibit A” attached
hereto and incorporated herein by reference.
3.12 “Exhibit B” is hereby deleted in its entirety and replaced with “Exhibit A” attached
hereto and incorporated herein by reference.
3.13 “Exhibit C” is hereby deleted in its entirety and replaced with “Exhibit A” attached
hereto and incorporated herein by reference.
3.14 Continuing Effect of Agreement. Except as amended by this Amendment No. 2,
all other provisions of the Agreement remain in full force and effect and shall govern the actions
of the parties under this Amendment No. 2. From and after the date of this Amendment No. 2,
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
249
Contract No. C43390
Page 4 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
whenever the term “Agreement” or “Contract” appears in the Agreement, it shall mean the
Agreement as amended by this Amendment No. 2.
3.15 Adequate Consideration. The Parties hereto irrevocably stipulate and agree that
they have each received adequate and independent consideration for the performance of the
obligations they have undertaken pursuant to this Amendment No. 2.
3.16 Severability. If any portion of this Amendment No. 2 is declared invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
3.17 Counterparts. This Amendment No. 2 may be executed in duplicate originals, each
of which is deemed to be an original, but when taken together, shall constitute but one and the
same instrument.
[SIGNATURES ON FOLLOWING PAGE]
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
250
Contract No. C43390
Page 5 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
SIGNATURE PAGE FOR AMENDMENT NO. 2 TO MARKETING SERVICES AGREEMENT
BETWEEN THE CITY OF PALM DESERT AND IDEA PEDDLER
IN WITNESS WHEREOF, the Parties have entered into this Amendment No. 2 to the
MARKETING SERVICES AGREEMENT as of the day and year first above written.
CITY OF PALM DESERT
By:
L. Todd Hileman
City Manager
ATTEST:
By:
Anthony J. Mejia
City Clerk
APPROVED AS TO FORM:
By:
Best Best & Krieger LLP
City Attorney
IDEA PEDDLER
LIMITED LIABILITY CORPORATION
By:
Its:
Printed
Name:
By:
Its:
Printed
Name:
QC: MN
Insurance:
_____
Initial Review
_____
Final Approval
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
Founder, Director
Cimin Cohen
Ed Cohen
VP Strategy
251
Contract No. C43390
Page 6 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
EXHIBIT "A"
SCOPE OF SERVICES
The agency will assist the City in the following areas: strategy, creative services/branding,
media planning, public relations, and social media. Each of these areas is outlined below. The
City welcomes the agency as a partner to provide strategic counsel toward furthering the
synergy of the City's ad campaign, the City's overall branding, and among owned media
channels overseen by City staff, including the website, social media, and e-newsletter.
The goal is to achieve across all channels (owned, earned, and paid) a cohesive brand that
represents the City well and inspires people to spend time in Palm Desert, whether that be for
an afternoon, a day, a week, or longer.
1. STRATEGY & ACCOUNT MANAGEMENT
GOAL: Work closely with City Staff and the Marketing Committee to create a marketing and
media strategy for each fiscal year that maximizes the existing budget to efficiently reach our
target audiences and inspire travel to Palm Desert.
SPECIFICS:
Annual Strategy – Engage in a workshop with City Staff to create an overarching
strategic plan for each fiscal year.
Marketing Committee – Assist in planning Marketing Committee meetings, prepare
informational updates for each committee meeting, and attend meetings via Zoom with
in-person agency representation at a minimum of three meetings.
2. CREATIVE SERVICES & BRANDING
GOAL: Keep the City's ad campaign fresh, compelling, and engaging while strengthening the
City's overall brand through various channels and projects.
SPECIFICS
Asset Development/Refresh - expand the City's library of usable marketing material,
including photography and videography. Refresh and update both the “Find Your Happy
Pace” campaign and the “Palm Desert Pocket Guide” content via two Photo Shoots.
Design Services for creative development of the ad campaign and Pocket Guide content
as needed, including the City's annual calendar.
Ad mechanicals to produce the various iterations of ads as required by the media plan.
3. MEDIA PLANNING & BUYING
GOAL: Create a comprehensive, creative, and strategic media plan that economically uses
limited funds to reach a targeted audience with the City's ad campaign.
SPECIFICS
Develop an annual budget that includes a comprehensive, strategic, and diversified
media plan and account management that promotes Palm Desert to its target audiences
in accordance with direction provided by the City. This media plan is to include both the
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
252
Contract No. C43390
Page 7 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
City's tourism (out-of market) ad campaign and its in-market advertising for local
community events. This media plan should demonstrate maximum spend efficiency and
a clear ability to measure return on investment (ROI).
Negotiate, schedule, and maintain media buys in accordance with the approved media
plan. Ensure that all work performed on behalf of the City of Palm Desert is billed to the
City at net amounts.
Provide media administrative services including, but not limited to, record keeping;
flowcharts; budget recaps; billing; processing payment; maintaining media buy
schedules; buy confirmations; tracking make goods and credits; trafficking of creative
materials.
Evaluate all media proposals submitted to the City and issue recommendations based
on cost, validity, and perceived benefits to the marketing/advertising objectives of the
City.
Provide monthly and quarterly reports summarizing project activities and achievements
of all services outlined in this scope of work.
Submit detailed invoices to include the projects and services worked on or completed,
with supporting documentation for the previous month's activities.
4. PUBLIC RELATIONS/SOCIAL MEDIA
GOAL: Create synergy with the paid ad campaign by promoting earned media placements and
managing the City’s tourism Instagram account.
SPECIFICS: Continue development of a strategy for earned media that fits into the media plan
and capitalizes on City events and amenities, as well as on larger events that happen in the
Coachella Valley, such as the BNP Tennis Tournament and the Coachella Music Festival.
Explore hosting a Media Fam Trip related to 50th Anniversary.
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
253
Contract No. C43390
Page 8 of 9
Revised 11-2-20
BBK 72500.00001\32445060.1
EXHIBIT "B"
SCHEDULE OF SERVICES
1. STRATEGY & ACCOUNT MANAGEMENT ($53,000)
Billed as a monthly retainer across 12 months (July to June)
2. CREATIVE SERVICES & BRANDING ($190,000)
A. Ad Campaign Creative Refresh Milestones
a. Storyboard - $25,000
b. Photo Shoot Completion - $40,000
c. Shoot Recap - $35,000
B. Pocket Guide Creative Refresh Milestones
a. Storyboard - $15,000
b. Content Capture Completion - $25,000
c. Capture Recap - $25,000
C. Ad Mechanicals Milestones and Deliverables
a. Calendar
i. Launch & Concept Approval - $2,500
ii. Final Product - $2,500
b. Ad Campaign Assets (two 30-second ads, four 15-second ads, ad sizing) -
$4,000
c. Pocket Guide Videos Batch 1 (20 videos) - $3,000
d. Pocket Guide Videos Batch 2 (20 videos) - $3,000
e. Pocket Guide Videos Batch 3 (20 videos) - $3,000
f. Non-video paid media ads (estimated 6 sizes) - $5,000
g. Early-Season Ad (1 size) - $1,000
h. Late-Season Ad (1 size) - $1,000
3. MEDIA PLANNING & BUYING ($583,000)
Media Management Services - $53,000 – Billed as a monthly retainer across 12 months.
Working Media Investment/Media Buy - $530,000 – Pass-through expenditure
4. PUBLIC RELATIONS/SOCIAL MEDIA ($64,000)
Public Relations billed as a monthly retainer across 12 months - $35,000
Social Media billed as a monthly retainer across 12 months - $29,000
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
254
Contract No. C43390
Exhibit “C”
Revised 11-2-20
BBK 72500.00001\32445060.1
EXHIBIT "C"
COMPENSATION
Consultant shall receive compensation, including authorized reimbursements, for all services
rendered under this Agreement at the rates set forth in Exhibit “B” to this Contract, which is
attached hereto and incorporated herein by reference.
Pass-through Expenditures – Consultant shall be reimbursed for pass-through media buy
expenditures in an amount not to exceed five hundred thirty thousand dollars ($530,000).
Renewal - In the event that this Agreement is renewed pursuant to Section 3.1.2, the rates set
forth above may be increased or reduced each year at the time of renewal, but any increase shall
not exceed the Consumer Price Index, All Urban Consumers, Riverside-San Bernardino- Ontario.
DocuSign Envelope ID: 836ADF11-1D11-427C-BCCC-1460CC5172FF
255
256
Contract No. C43390
Page 1 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
AMENDMENT NO. 3 TO CONTRACT NO. C43390 MARKETING SERVICES AGREEMENT
BETWEEN THE CITY OF PALM DESERT AND IDEA PEDDLER
1. Parties and Date.
This Amendment No. 3 to the Marketing Services Agreement is made and entered into
as of this 7th day of November, 2024, by and between the City of Palm Desert (“City”) and Idea
Peddler, a Limited Liability Company, with its principal place of business at 106 E 6th St, Ste.
900-937, Austin, TX 78701 (“Consultant”). The City and Vendor are sometimes individually
referred to herein as "Party" and collectively as "Parties."
2. Recitals.
2.1 Agreement. The City and Consultant have entered into an agreement entitled
“Marketing Services Agreement” dated June 23, 2022 (“Agreement” or “Contract”) for the purpose
of retaining the services of Consultant to provide marketing services.
2.2 Amendment No. 1. The City and Idea Peddler entered into Amendment No.1 to
increase compensation and allow authorization of extra work under “Compensation”. Parties have
heretofore entered into Amendment No. 1 dated October 27, 2022.
2.3 Amendment No. 2. The City and Idea Peddler entered into Amendment No.2 to revise
the Scope of Services and Compensation. Parties have heretofore entered into Amendment No.
2, dated July 13, 2023.
2.4 Amendment No. 3. The City and Consultant desire to amend the Agreement to revise
the Schedule of Services, Exhibit B.
2.5 Amendment Authority. This Amendment No. 3 is authorized pursuant to Section
N of the Agreement.
3. Terms.
3.1 Section 6. Exhibit B of the Agreement is hereby deleted in its entirety and replaced
with Exhibit B-1 attached hereto and incorporated herein by reference. All references to Exhibit B
in the original contract and any prior amendments shall now refer to Exhibit B-1.
3.2 Continuing Effect of Agreement. Except as amended by this Amendment No. 3, all
other provisions of the Agreement remain in full force and effect and shall govern the actions of
the parties under this Amendment No. 3. From and after the date of this Amendment No. 3,
whenever the term “Agreement” or “Contract” appears in the Agreement, it shall mean the
Agreement as amended by this Amendment No. 3.
3.3 Adequate Consideration. The Parties hereto irrevocably stipulate and agree that
they have each received adequate and independent consideration for the performance of the
obligations they have undertaken pursuant to this Amendment No. 3.
3.4 Severability. If any portion of this Amendment No. 3 is declared invalid, illegal, or
otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
Docusign Envelope ID: 2B37F285-2AD5-4603-9020-AD6DB82D252E
257
Contract No. C43390
Page 2 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
3.5 Counterparts. This Amendment No. 3 may be executed in duplicate originals, each
of which is deemed to be an original, but when taken together shall constitute but one and the
same instrument.
[SIGNATURES ON FOLLOWING PAGE]
Docusign Envelope ID: 2B37F285-2AD5-4603-9020-AD6DB82D252E
258
Contract No. C43390
Page 3 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
SIGNATURE PAGE FOR AMENDMENT NO. 3 TO MARKETING SERVICES AGREEMENT
BETWEEN THE CITY OF PALM DESERT
AND IDEA PEDDLER
IN WITNESS WHEREOF, the Parties have entered into this Amendment No. 3 to the
MARKETING SERVICES AGREEMENT as of the day and year first above written.
CITY OF PALM DESERT
By:
L. Todd Hileman
City Manager
Attest:
By:
Anthony J. Mejia
City Clerk
Approved as to form:
By:
Isra Shah
Best Best & Krieger LLP
City Attorney
IDEA PEDDLER, A LIMITED LIABILITY
COMPANY
By:
Cimin Ahmadi-Cohen
CEO
By:
Ed Cohen
VP of Strategy
City Clerk QC: _____
Contract QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
Docusign Envelope ID: 2B37F285-2AD5-4603-9020-AD6DB82D252E
259
Contract No. C43390
Page 4 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
EXHIBIT "B-1"
SCHEDULE OF SERVICES
6.1 SCHEDULE OF SERVICES
1. STRATEGY & ACCOUNT MANAGEMENT ($53,000)
Billed as a monthly retainer across 12 months
2. CREATIVE SERVICES & BRANDING ($186,000)
A. Ad Campaign Creative Refresh Milestones
a. Pre-Production - $25,000
b. Photo Shoot Completion - $40,000
c. Shoot Recap - $35,000
B. Pocket Guide Creative Refresh Milestones
a. Pre-Production - $15,000
b. Content Capture Completion - $25,000
c. Shoot Recap - $25,000
C. Ad Mechanicals Milestones and Deliverables
a. Calendar
i. Launch & Concept Approval - $2,500
ii. Final Product - $2,500
b. Pocket Guide Videos Batch 1 (minimum of 15 videos) - $3,000
c. Pocket Guide Videos Batch 2 (minimum of 15 videos) - $3,000
d. Pocket Guide Videos Batch 3 (minimum of 15 videos) - $3,000
e. Non-video paid media ads (estimated 6 sizes) - $5,000
f. Early-Season Ad (1 size) - $1,000
g. Late-Season Ad (1 size) - $1,000
3. MEDIA PLANNING & BUYING ($578,000)
Media Management Services - $52,545 – Billed as a monthly retainer across 12 months
Working Media Investment/Media Buy - $525,455 – Pass-through expenditure
4. PUBLIC RELATIONS/SOCIAL MEDIA ($73,000)
Public Relations billed as a monthly retainer across 12 months - $44,000
Social billed as a monthly retainer across 12 months - $29,000
Docusign Envelope ID: 2B37F285-2AD5-4603-9020-AD6DB82D252E
260
Contract No. C43390
Page 5 of 5
Revised 01-2024
BBK 72500.00001\32445060.1
EXHIBIT "B-1"
SCHEDULE OF SERVICES
6.2 Hourly Rates for Incremental/non-scoped work
A Chief Amount Director/ Senor Media -$ 250
B Chief Strategist/ Consultant-$ 250
C Art Director - $250
D. Senior Graphic Designer - $ 185
E. Junior Account Manager -$ 125
F Copywnter-$ 145
G. Freelance still Shorter -$ 165
H. Ydeo Editor-$ 165
I. Still Editor-$ 145
J. Web Design/ Developer-$ 115
K production Coordinator -$ 90
L Facebook/ Instagram Manager -$ 120
M Junior Media Buyer -$ 110
Docusign Envelope ID: 2B37F285-2AD5-4603-9020-AD6DB82D252E
261
262
Contract No. ________
AMENDMENT NO. 4 TO THE MARKETING SERVICES AGREEMENT BETWEEN THE CITY
OF PALM DESERT AND IDEA PEDDLER
1. Parties and Date.
This Amendment No. 4 (“Amendment”) to the Marketing Services Agreement is made and
entered into as of July 10, 2025 by and between the City of Palm Desert, a municipal corporation
organized and operating under the laws of the State of California (“City”), and Idea Peddler, a a
Limited Liability Company with its principal place of business at 106 E 6th St. Ste. 900-937
austin, TX 78701, Vendor. The City and Vendor are sometimes individually referred to as “Party”
and collectively as “Parties.”
2. Recitals.
The Parties entered into an agreement titled Marketing Services Agreement dated June
23, 2023 (“Agreement”).
Amendment Authority. This Amendment is authorized pursuant to Section 3.9. N of the
original Marketing Services Agreement
3. Terms.
Amendment. The Agreement is hereby amended as follows:
Section
Compensation.
Consultant shall receive compensation, including authorized
reimbursements, for all Services rendered under this Agreement
at the rates set forth in attached hereto and
incorporated herein by reference. The total compensation shall not
exceed without written approval of the
City Council or City Manager, as applicable.
Continuing Effect of Agreement. Except as amended by this Amendment, all other
provisions of the Agreement remain in full force and effect and sha ll govern the actions of the
Parties under this Amendment. From and after the date of this Amendment, whenever the term
“Agreement” appears in the Agreement, it shall mean the Agreement as amended by this
Amendment.
Adequate Consideration. The Parties hereto irrevocably stipulate and agree that they have
each received adequate and independent consideration for the performance of the obligations they
have undertaken pursuant to this Amendment.
Severability. If any portion of this Amendment is declared invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full
force and effect.
Counterparts. This Amendment may be executed in duplicate originals, each of which is
deemed to be an original, but when taken together shall constitute but one and the same
instrument.
[Signatures on Following Page]
263
Contract No. ________
SIGNATURE PAGE TO MARKETING SERVICES AGREEMENT BY AND BETWEEN THE
CITY OF PALM DESERT AND IDEA PEDDLER
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be executed on the
day and year first above written.
Clerk QC: ________
Contracts QC: ________
Insurance:
__________
Initial Review
___________
Final Approval
CITY OF PALM DESERT IDEA PEDDLER, A LIMITED LIABILITY
COMPANY
264
Contract No. ________
EXHIBIT "B-1"
6.1 Schedule of Services
1.STRATEGY & ACCOUNT MANAGEMENT ($53,000)
Billed as a monthly retainer across 12 months
2. CREATIVE SERVICES & BRANDING ($186,000)
A. Ad Campaign Creative Refresh Milestones
a. Pre-Production - $25,000
b. Photo Shoot Completion - $40,000
c. Shoot Recap - $35,000
B. Pocket Guide Creative Refresh Milestones
a. Pre-Production - $15,000
b. Content Capture Completion - $25,000
c. Shoot Recap - $25,000
C. Ad Mechanicals Milestones and Deliverables
a. Calendar
i. Launch & Concept Approval - $2,500
ii. Final Product - $2,500
b. Pocket Guide Videos Batch 1 (minimum of 15 videos) - $3,000
c. Pocket Guide Videos Batch 2 (minimum of 15 videos) - $3,000
d. Pocket Guide Videos Batch 3 (minimum of 15 videos) - $3,000
e. Non-video paid media ads (estimated 6 sizes) - $5,000
f. Early-Season Ad (1 size) - $1,000
g. Late-Season Ad (1 size) - $1,000
3. MEDIA PLANNING & BUYING ($578,000)
Media Management Services - $52,545 – Billed as a monthly retainer across 12 months
Working Media Investment/Media Buy - $525,455 – Pass-through expenditure
4. PUBLIC RELATIONS/SOCIAL MEDIA ($73,000)
Public Relations billed as a monthly retainer across 12 months - $44,000
Social billed as a monthly retainer across 12 months - $29,000
6.2 Hourly Rates for Incremental/non-scoped work
A. Chief Amount Director/ Senor Media -$ 250
B. Chief Strategist/ Consultant-$ 250
C. Art Director - $250
D. Senior Graphic Designer - $ 185
E. Junior Account Manager -$ 125
F. Copywnter-$ 145
G. Freelance still Shorter -$ 165
H. Ydeo Editor-$ 165
I. Still Editor-$ 145 J. Web Design/ Developer-$ 115
K. production Coordinator -$ 90
L. Facebook/ Instagram Manager -$ 120
M. Junior Media Buyer -$ 110
265
Contract No. ________
Exhibit “C”
3.6 A Compensation
Consultant shall receive compensation, including authorized reimbursements, for all services
rendered under this Agreement at the rates set forth in Exhibit “B-1” to this Contract, which is
attached hereto and incorporated herein by reference.
Pass-through Expenditures – Consultant shall be reimbursed for pass-through media buy
expenditures in an amount not to exceed five hundred thirty thousand dollars ($525,455).
Renewal - In the event that this Agreement is renewed pursuant to Section 3.2.A, the rates set
forth above may be increased or reduced each year at the time of renewal, but any increase shall
not exceed the Consumer Price Index, All Urban Consumers, Riverside -San Bernardino- Ontario.
266
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Mariela Salazar, Management Analyst
SUBJECT: AMENDMENT NO. 1 FOR THE DISBURSEMENT AND USE OF FUNDS
AGREEMENT BETWEEN THE CITY OF PALM DESERT AND FINE
QUALITY FOODS, INC., DBA PAPA DAN’S PIZZA AND PASTA TO
EXTEND THE BUSINESS OPENING DEADLINE
RECOMMENDATION:
1. Ratify Amendment No. 1 for the Disbursement and Use of Funds Agreement extending the
deadline to commence operations from July 1, 2025, to September 1, 2025, or reasonably
thereafter.
2. Authorize the City Manager or designee to execute all documents, agreements,
amendments, and related instruments necessary to implement and carry out the intent of this
item.
BACKGROUND/ANALYSIS:
On February 27, 2025, the City Council approved an agreement with Fine Quality, Inc., d ba
Papa Dan’s Pizza and Pasta (Recipient) for the disbursement of $200,000 in Invest Palm Desert
Program funds to support the business’s reconstruction following the total loss of its original
location due to arson fire at the Plaza de Monterey Shopping Center on April 17, 2024.
The agreement included a provision requiring the recipient to commence operations and
generate sales tax by July 1, 2025, as a condition for compliance and to avoid potential claw
back provisions.
Discussion:
Since the approval of the original agreement, the recipient has face d significant delays in
obtaining the required approvals from outside regulatory agencies. Although the recipient has
now received clearance from the Fire Department and the Coachella Valley Water District
(CVWD), final authorization from the Riverside Cou nty Health Department remains pending.
These delays have prevented the business from commencing construction and final buildout
activities.
The recipient has confirmed that all preparations are in place to proceed as soon as the
remaining health permit is issued. These delays are attributable solely to external permitting
agencies and are beyond the recipient’s control. Staff acknowledges the recipient’s continued
compliance with all City requirements.
The City remains committed to supporting the recovery of small businesses that contribute to
the local economy, particularly long-standing establishments such as Papa Dan’s Pizza and
Pasta. Given the unique circumstances, staff recommends approval of the First Amendment to
267
City of Palm Desert
Amendment No.1 - Disbursement and Use of Funds Agreement
Page 2 of 2
the Agreement to extend the commencement of operations deadline to September 1, 2025, and
authorizing the City Manager or designee to extend such deadline further in increments of one
month, not-to-exceed January 1, 2026, by issuing Recipient a written letter executed by the City
Manager setting forth the new deadline.
FINANCIAL IMPACT:
There is no additional impact associated with this amendment. The original $200,000 allocation
remains unchanged, and no additional funds are being requested. All other provisions of the
agreement in full effect, including the claw back provision, minimum investment, and five-year
operating requirement.
ATTACHMENTS:
1. Amendment No.1 Disbursement and Use of Funds- Papa Dan’s Pizza and Pasta
2. Papa Dan’s Pizza and Pasta-Original Agreement
268
AGREEMENT FOR DISBURSEMENT AND USE OF FUNDS BETWEEN
THE CITY OF PALM DESERT AND FINE QUALITY FOODS, INC. DBA
PAPA DAN’S PIZZA AND PASTA
This Agreement for Disbursement and Use of Funds (“Agreement”) is entered
into this 27 day of February, 2025, by and between the CITY OF PALM DESERT
(“City”) and Fine Quality Foods Inc. dba Papa Dan’s Pizza and Pasta, a corporation,
(“Recipient”). City and Recipient are sometimes referred to individually as Party and
collectively as Parties.
RECITALS
A.City has created the Invest Palm Desert Program (“Program”) which
establishes a Program fund and allows businesses to apply for money for capital
improvements and emergency assistance from the City’s Program fund. The Program’s
goals are to enhance the City’s ability to promote economic development, facilitate the
growth of businesses that provide high-quality jobs, ensure a strong economic base to
support services to City residents, aid in the diversification of the City’s economy, and
promote an improved quality of life within the City.
C.Recipient has owned and operated an Italian restaurant in the City for forty
years, however, in 2024 a fire destroyed Recipient’s restaurant. Recipient has secured
a new tenant space located at 73011 Country Club Drive F-1, Palm Desert, CA 92270
(“Property”), within the same shopping center as the prior restaurant’s location, and
Recipient seeks to re-establish Recipient’s restaurant within the City.
D.Recipient has submitted a request to City for disbursement of Program
funds, to be used only for such capital improvements as specified in Exhibit “A”,
attached hereto and incorporated herein by reference.
D.City has considered Recipient’s request and desires to approve the
disbursement of Two Hundred Thousand Dollars ($200,000.00) of Program funds (the
“Funds”) to Recipient, to be used only for such capital improvements as specified in
Exhibit “A”, subject to the terms and conditions set forth herein.
E.The City has determined this Agreement serves a public purpose because
the continued operation of the Property will enhance economic development in the City,
facilitate the growth of a business that provides high-quality jobs to residents, ensure a
strong economic base to support services to City residents, aid in the diversification of
the City’s economy, promote an improved quality of life within the City, and provide
additional tax revenue to the City that will assist the City in providing services to its
residents. The City has further determined that the public benefit derived from this
Agreement outweighs any private benefit derived from this Agreement.
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
269
AGREEMENT
1.Disbursement and Use of Funds. Subject to the terms and conditions of
this Agreement, within 30 days of City’s receipt of an invoice from Recipient, City shall
disburse the Funds to Recipient in a manner convenient to City. Recipient shall use the
Funds only for such capital improvements as specified in Exhibit “A”, at Recipient’s new
Italian restaurant located at the Property (the “Business”) and shall not use the Funds
for any other purpose.
2.Conditions Precedent to Disbursement. City’s obligation to perform under
this Agreement and to disburse the Funds is subject to the following conditions being
satisfied and the City’s receipt and approval of the following certifications, documents or
materials, each of which shall be in a form and substance satisfactory to the City in its
sole and absolute discretion:
a.Recipient shall have made a request to City for the Funds via an invoice
detailing how Funds will be used and allocated, which vendors are being
purchased from, hired, or otherwise utilized in compliance with Section 3, and
containing a signed certification from Recipient that invoices have not been
submitted, and will not be submitted, for payment or reimbursement of those
particular uses from any other source;
b.Recipient shall have provided certification to City that Recipient has incurred
expenses to obtain the capital improvements the Funds will be used for, or is
otherwise contractually bound to incur such expenses;
c.Recipient shall have provided evidence to City that Recipient is in compliance
with Section 4 of this Agreement; and
d.No Default or Event of Default has occurred and remains uncured. “Default”
means any event or condition which, with the passage of time or the giving of
notice or both, would constitute and Event of Default (as defined below). The
occurrence of any of the following shall be deemed to be a default hereunder
(each an “Event of Default”):
i.any default or breach of any of the terms, provisions, and obligations of
the Recipient pursuant to this Agreement, and such default or breach is
not cured by Recipient within fifteen (15) days from receipt of written
notice thereof from City;
ii.commencement of any case under the Bankruptcy Code, Title 11 of the
United State Code, or commencement of any other bankruptcy
arrangement, reorganization, receivership, custodianship, or similar
proceeding under any federal, state, or foreign law by or against Recipient
and with respect to any such case or proceeding that is involuntary, and
such case or proceeding is not dismissed within sixty (60) days of the filing
thereof;
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
270
iii.Recipient shall fail to make any payment in respect of any of its
indebtedness when due (whether at maturity or upon acceleration) or
within any applicable grace period, or any other event or condition shall
occur which results in acceleration of the maturity of such indebtedness;
iv.A judgment or order for the payment of money shall be rendered
against Recipient, which would have a material adverse effect on
Recipient, or any of its business or operations and such judgment or order
shall continue unsatisfied and unstayed for a period of thirty (30) days;
v.the occurrence of any event (including, without limitation, a change in
the financial condition, business, or operations of Recipient for any reason
whatsoever) that materially and adversely affects the ability of Recipient to
perform any of its obligations under this Agreement;
vi.commencement of any action or proceeding which seeks as one of its
remedies the dissolution of Recipient which is not being defended
diligently and in good faith by Recipient, but in any event such action or
proceeding must be terminated within ninety (90) days following its
commencement; or
vii.A material portion of the property of Recipient is attached, levied upon,
or otherwise seized by legal process, and such attachment, levy, or
seizure is not quashed, stayed, or released within thirty (30) days of the
date thereof.
3.Local Contracting Requirement. Recipient shall only contract with
businesses located in the City of Palm Desert in the course of Recipient’s utilization of
the Funds for the purposes allowed by this Agreement. Recipient shall not spend the
Funds with any business which is not located in the City of Palm Desert. Failure to
comply with this section will, in addition to other applicable legal and equitable
consequences, result in Recipient’s ineligibility for future City funding.
4.Minimum Investment. Recipient shall invest a minimum of One Million,
Two Hundred Thousand Dollars ($1,200,000.00) into Recipient’s Business. Prior to
submitting an invoice for disbursement of Funds, Recipient shall submit evidence
satisfactory to City in City’s sole and absolute discretion that Recipient has complied, or
will comply, with this Section. Recipient shall not be eligible to receive Funds and City
shall not be obligated to disburse the Funds until City has received such evidence and
determined it is satisfied that Recipient has complied or will comply with this Section.
Failure to comply with this section will, in addition to other applicable legal and equitable
consequences, result in Recipient’s ineligibility for future City funding.
5.Five Year Operating Requirement. Recipient covenants and agrees for
itself, its successors, assigns, and every successor in interest to Recipient’s Business:
a.To commence operations of the Business at the Property in such a
manner as to generate sales tax by July 1, 2025.
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
271
b. To continuously use and operate the Business for a period of at
least five years from the date of the Business’s opening to the public. The
Business shall be open for a full day’s regular business hours twelve months per
year, and at least five days every week. The Business may be closed on federal
holidays.
c. Damages for Failure to Comply. If the Business fails to commence
operations by the time period set forth in Section 5.a., or in any way or for any
period of time ceases continuous operations in City’s sole judgment within five
years from the date of the Business’s opening, then City may demand repayment
of, and Recipient shall immediately refund to City, One Hundred Thousand
Dollars ($100,000.00) of the Funds (the “Clawback Amount”). The Clawback
Amount will be secured by that certain security agreement executed concurrently
herewith and in a form attached hereto as Exhibit “B”.
d. Recipient’s Covenant to Use Property In Accordance With
Agreement. Recipient covenants and agrees for itself, its successors and assigns
and all voluntary and involuntary successors in interest to Recipient’s interest in
the Business or the Property or any part thereof, that the Property shall, for the
Term, be put to no use other than operation of the Business.
6. Maintenance of Records. Recipient shall keep, preserve, and maintain, for
a period of at least six years commencing on the date of City’s initial disbursement of
Funds to Recipient, all documents and records of any kind relating to Recipient’s use of
the Funds.
7. Right to Inspect and Audit. The City may inspect and audit all of
Recipient’s documents and records relating to the Recipient’s use of the Funds to
ensure compliance with this Agreement and to ensure Recipient uses the Funds for
authorized purposes. Recipient shall make such documents and records available to
City, at the place and in the manner and form specified by City, within 15 days following
City’s request for such documents and records. Recipient shall furthermore grant City’s
employees or agents access to any land, facilities, or improvements relating to
Recipient’s use of the Funds, within a reasonable amount of time after City issues
written notice to Recipient requesting such access.
8. Prevailing Wage Laws. Recipient 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, Section 16000, et seq., ("Prevailing Wage Laws"), which
require the payment of prevailing wage rates and the performance of other
requirements on certain "public works" and "maintenance" projects. Recipient
understands and agrees that it is Recipient’s obligation to determine if Prevailing Wage
Laws apply with regard to the Recipient’s use of Funds under this Agreement. Recipient
agrees to fully comply with such Prevailing Wage Laws, if applicable. Recipient shall
defend, indemnify and hold the City, its elected officials, officers, employees and agents
free and harmless from any claims, liabilities, costs, penalties or interest arising out of
any failure or alleged failure to comply with the Prevailing Wage Laws. It is the intent of
the parties to effectuate the requirements of sections 1771, 1774, 1775, 1776, 1777.5,
1813, and 1815 of the Labor Code within this Agreement, and Recipient shall therefore
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
272
comply with such Labor Code sections to fullest extent required by law. It shall be
mandatory upon the Recipient and all of Recipient’s contractors to comply with all
California Labor Code provisions, which include but are not limited to prevailing wages,
employment of apprentices, hours of labor and debarment of contractors and
subcontractors.
9. Indemnification. The Recipient shall Indemnify the City, its elected and
appointed officials, its officers and employees, attorneys, contractors, and volunteers
(together, the “City Indemnitees”) from and against any and all liabilities, including
without limitation all claims, losses, damages, penalties, fines, and judgments,
associated investigation and administrative expenses, and defense costs, including but
not limited to reasonable attorneys’ fees, court costs and costs of alternative dispute
resolution, (“Liabilities”) of any kind or nature relating to the subject matter of this
Agreement or the implementation thereof, including without limitation, the obligations to
proceed in accordance with applicable law as set forth in sections 8 and 10, and for any
damages to property or injuries to persons, including accidental death (and attorney’s
fees and costs), which may be caused by acts or omissions of the Recipient under this
Agreement, whether such activities or performance thereof be by the Recipient or by
anyone directly or indirectly employed or contracted by the Recipient and whether such
damage shall accrue or be discovered before or after termination of this Agreement.
The Recipient shall not be liable for property damage or bodily injury if and to the extent
such property damage or bodily injury is directly and proximately caused by the sole or
gross negligence or willful misconduct of the City Indemnitees.
The Recipient shall have the obligation to defend any such action covered by this
Section; provided, however, if and to the extent that Recipient determines in its
reasonable discretion that such action is meritorious or that the interests of the parties
justify a compromise or a settlement of such action, after consultation with and
reasonable consent from the City, Recipient shall compromise or settle such action in a
way that fully protects City from any Liabilities. In this regard, Recipient’s obligation to
defend shall include the right to hire (subject to the reasonable written approval by the
City) attorneys and experts necessary to defend, the right to process and settle
reasonable claims, the right to enter into reasonable settlement agreements and pay
amounts as required by the terms of such settlement, and the right to pay any
judgments assessed against Recipient and/or City. If Recipient defends any such
action, as set forth above, it shall Indemnify the City Indemnitees from and against any
Liabilities assessed or awarded against any of them by way of judgment, order, decree,
settlement, or stipulation.
All rights, duties and obligations of this indemnification shall survive the
termination or expiration of this Agreement.
10. Compliance with Law. Recipient shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state and local government (including
those of the City). If Recipient’s failure to comply with applicable laws, ordinances,
codes, or regulations results in a claim for damage or liability to City, Recipient shall be
responsible for defending, indemnifying, and holding the City harmless as provided in
this Agreement.
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
273
11.Taxes. Recipient acknowledges and agrees that Recipient shall be
responsible for any and all taxes that are associated in any way to the receipt or use of
the Funds.
12.Authority to Enter Agreement. Recipient and City each respectively
represent, covenant, and warrant that they are authorized to enter into and execute this
Agreement and to bind each respective Party.
13.Entire Agreement. This Agreement contains the entire agreement
between the Parties related to the matters specified herein, and supersedes any prior
oral or written statements or agreements between the Parties related to such matters.
14.Agreement Binding on Successors. This Agreement, together with all
obligations, terms, covenants, and conditions herein, shall be binding upon the heirs,
executors, administrators, personal representatives, successors in interest and assigns
of the Recipient. Whenever the term “Recipient” is used in this Agreement, such term
shall include any other permitted successors and assigns as herein provided.
15.Counterparts. This Agreement may be executed in counterparts, each of
which shall constitute an original and all of which together shall constitute one and the
same agreement.
16.No Third Party Beneficiaries. All of the covenants contained in this
Agreement are for the express benefit of each and all such Parties. This Agreement is
not intended to benefit any third parties, and any such third party beneficiaries are
expressly disclaimed.
17.Laws of California. This Agreement is made in the State of California,
under the Constitution and laws of such State, and shall be construed and enforced in
accordance with the laws of such State.
18.Assignment. The rights, obligations, and interests of Recipient shall not be
assignable or transferable without the prior written consent of the City. Any attempted
assignment without the prior written consent of the City shall be null and void.
19.Severability. If any section, clause or phrase of this Agreement or the
application thereof to any Party or any other person or circumstance is for any reason
held to be invalid by a court of competent jurisdiction, it shall be deemed severable, and
the remainder of the Agreement or the application of such provisions to any other Party
or to other persons or circumstances shall not be affected thereby. Each Party hereby
declares that it would have entered into this Agreement, and each subsection, sentence,
clause and phrase thereof, irrespective that one or more sections, subsections
sentences, clauses or phrases or the application thereof might be held invalid.
20.Recipient’s Covenant Not to Discriminate. Recipient covenants by and for
itself, himself or herself, its, his or her heirs, executors, administrators, and assigns, and
all Persons claiming under or through it, him or her, and this Agreement is made and
accepted upon and subject to the following conditions:
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
274
That there shall be no discrimination against or segregation of any Person or
group of Persons, on account of any basis listed in subdivision (a) or (d) of
Section 12955 of the Government Code, as those bases are defined in
Sections 12926, 12926.1, subdivision
(m) and paragraph (1) of subdivision (p) of Section 12955, and Section 12955.2
of the Government Code, in the leasing, subleasing, transferring, use,
occupancy, tenure, or enjoyment of the Property nor shall Recipient, itself,
himself or herself, or any Person claiming under or through it, him or her,
establish or permit any such practice or practices of discrimination or segregation
with reference to the selection, location, number, use, or occupancy, of tenants,
lessees, sublessees, subtenants, or vendees in the Property.
21.Relationship Between City and Recipient. It is hereby acknowledged that
the relationship between the City and the Recipient is not that of a partnership or joint
venture and that the City and the Recipient shall not be deemed or construed for any
purpose to be the agent of the other. Accordingly, except as expressly provided herein
or in the Attachments hereto, the City shall have no rights, powers, duties or obligations
with respect to the development, operation, maintenance or management of the
Business. The Recipient agrees to indemnify, hold harmless and defend the City, to the
same extent as set forth in Section 9 above, from any claim made against the City
arising from a claimed relationship of partnership or joint venture between the City and
the Recipient with respect to the development, operation, maintenance or management
of the Property or the Business.
[signatures on the following page]
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
275
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the
date set forth above.
CITY OF PALM DESERT FINE QUALITY FOODS INC. DBA
PAPA DAN’S PIZZA AND PASTA
By:
L. Todd Hileman
City Manager By: ___
Ira Mosley
ATTEST By:
Ira Mosley
Treasurer
By:
Anthony J. Mejia
City Clerk
APPROVED AS TO FORM:
By:
Isra Shah
City Attorney
Clerk QC: MN
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
276
EXHIBIT A
Approved Use of Funds
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
277
EXHIBIT B
Form of Security Agreement
(Attachment Behind This Page)
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
278
1
SECURITY AGREEMENT
This Security Agreement (“Agreement”) is made and entered into as of the __ day of
_______, 20__, by and between _________________________ (''Debtor''), and the City of Palm
Desert (''Secured Party''), as follows:
For value received, the Debtor grants to the Secured Party a security interest in (i) the
property and interests in property described on Exhibit A attached hereto and incorporated herein
by reference, and (ii) all proceeds thereof (such personal property and proceeds are referred to
herein collectively as the “Collateral”).
This security interest is granted for the purpose of securing the obligations of the Debtor
pursuant to that certain Agreement for Disbursement and Use of Funds, of even date herewith,
executed by Debtor and Secured Party (the “Funding Agreement”), pursuant to which the Debtor
is required to pay the Secured Party a clawback amount of One Hundred Thousand Dollars
($100,000.00) if Debtor fails to comply with the requirements set forth in the Funding
Agreement (the “Obligations”).
The Debtor warrants, covenants, and agrees as follows:
1.Title. Except for the security interest granted by this Agreement or as otherwise
permitted in writing by Secured Party, the Debtor has, or on acquisition will have, full title to the
Collateral free from any lien, security interest, encumbrance, or claim, and the Debtor will, at the
Debtor's cost and expense, defend any action that may affect the Secured Party's security interest
in, or the Debtor's title to, the Collateral.
2.Financing Statement. No financing statement covering the Collateral or any part of it
or any proceeds of it is on file in any public office (except for those approved by Secured Party
in its sole discretion). The Debtor hereby authorizes the Secured Party to file such financing
statements and continuation statements and other notices, instruments, documents, agreements or
consents in such offices as are or shall be necessary or as the Secured Party may determine to be
appropriate to create, perfect and establish the priority of the security interest granted by this
Agreement in any and all of the Collateral. At the Secured Party's request, the Debtor will pay
the filing fees required for all necessary financing statements in forms satisfactory to the Secured
Party and will further execute all other instruments deemed necessary by the Secured Party.
3.Sale, Lease, or Disposition of Collateral. Except in the ordinary course of business, the
Debtor will not, without the written consent of the Secured Party, sell, contract to sell, lease,
encumber, or dispose of the Collateral or any interest in it until this Agreement and all
Obligations secured by it have been fully satisfied.
4.Protection of Collateral. The Debtor will not use the Collateral in violation of any
statute or ordinance.
5.Taxes and Assessments. The Debtor will pay promptly when due all taxes, assessments
and fees on the Collateral, or any part of the Collateral.
6. Reimbursement of Expenses. At the option of the Secured Party, following not less
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
279
2
than ten (10) days written notice to Debtor (unless a shorter or longer period is otherwise
expressly provided in any other agreement between the Secured Party and Debtor, or except in
the case of an emergency) the Secured Party may discharge taxes, liens, interest, or perform or
cause to be performed for and on behalf of the Debtor any actions and conditions, obligations, or
covenants that the Debtor has failed or refused to perform, and may pay for any actions to
preserve the Collateral, and may enter the premises where the Collateral or any part of it is
located and cause to be performed as agent and on the account of the Debtor any acts that the
Secured Party may deem necessary for the proper preservation of the Collateral or any part of it.
Any and all sums expended by the Secured Party under this paragraph, including but not limited
to, attorneys' fees, court costs, agent's fees, or commissions, or any other costs or expenses, shall
bear interest from the date of payment at the rate of twelve percent (12%) per annum.
7.Payment & Termination. The Debtor will pay the Obligations secured by this
Agreement if and as required in accordance with the terms and provisions of the Funding
Agreement. This Agreement will terminate upon the performance of all obligations of Debtor to
Secured Party and the termination of the Funding Agreement.
8.Change of Place of Business. The Debtor will promptly notify the Secured Party of any
change of the Debtor's principal place of business, or place where records concerning the
Collateral are kept.
9. Attorney-in-Fact. The Debtor appoints the Secured Party as the Debtor's attorney-in-
fact to do each and every act that the Debtor is obligated by this Agreement to do, and to exercise
all rights of the Debtor in the Collateral and to make collections and to execute any and all
papers and instruments and to do all other things necessary to preserve and protect the Collateral
and to make collections and to protect the Secured Party's security interest in the Collateral.
10.Time of Performance and Waiver. In performing any act under this Agreement and
the Funding Agreement secured by it, time shall be of the essence. The Secured Party's
acceptance of partial or delinquent payments, or the failure of the Secured Party to exercise any
right or remedy, shall not constitute a waiver of any obligation of the Debtor or right of the
Secured Party and shall not constitute a waiver of any other similar default that occurs later.
11.Default. The Debtor shall be in default under this Agreement on the occurrence of
any of the following events or conditions:
(a) Any default under the Funding Agreement;
(b) Any warranty, representation, or statement made or furnished to the Secured Party by
or on behalf of the Debtor proves to have been false in any material respect when made
or furnished;
(c) Sale or encumbrance to or of any of the Collateral in violation of this Agreement, or
the making of any levy, seizure, or attachment of or on the Collateral; or
(d) Failure of the security interest granted by this Agreement to create a valid and
perfected security interest or lien.
12.Remedies. On the occurrence of any event of default, and at any later time, the
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
280
3
Secured Party may declare all obligations secured due and payable immediately, and may
proceed to enforce payment and exercise any and all of the rights and remedies provided by the
California Commercial Code as well as other rights and remedies either at law or in equity
possessed by the Secured Party.
The Secured Party may require the Debtor to assemble the Collateral, or the books,
records and contracts relating to the Collateral and make it or them available to the Secured Party
at any place to be designated by the Secured Party that is reasonably convenient to both parties.
Unless the Collateral threatens to decline rapidly in value, the Secured Party will give the
Debtor reasonable notice of the time and place of any public sale or of the time after which any
private sale or any other intended disposition of the Collateral is to be made. The requirements of
reasonable notice shall be met if the notice is mailed, postage prepaid, to the address of the
Debtor shown at the beginning of this Agreement at least ten days before the time of the sale or
disposition. Expenses of retaking, holding, preparing for sale, selling, or the like shall include the
Secured Party's reasonable attorneys' fees and legal expenses.
13.Jury Waiver. TO THE EXTENT PERMITTED BY LAW, DEBTOR HEREBY
VOLUNTARILY, KNOWINGLY, IRREVOCABLY AND UNCONDITIONALLY WAIVES
ANY RIGHT TO HAVE A JURY PARTICIPATE IN RESOLVING ANY DISPUTE
(WHETHER BASED UPON CONTRACT, TORT OR OTHERWISE) BETWEEN OR
AMONG DEBTOR AND SECURED PARTY ARISING OUT OF OR IN ANY WAY
RELATED TO THIS AGREEMENT OR ANY OTHER RELATED DOCUMENT. THIS
PROVISION IS A MATERIAL INDUCEMENT TO SECURED PARTY TO PROVIDE THE
FINANCING DESCRIBED HEREIN OR IN THE OTHER FINANCING DOCUMENTS.
14. Miscellaneous Provisions.
(a)Governing Law; Venue: This Agreement is delivered in the State of California and
governed by California law (without giving effect to its laws of conflicts). Any legal
action or proceeding with respect this Agreement shall only be brought in a state or
federal court located in Riverside County, California. By the execution and delivery of
this Agreement , the Debtor submits to and accepts, for itself and in respect of its
property, generally and unconditionally, the jurisdiction of such courts. The Debtor
waives any claim that the State of California is not a convenient forum or the proper
venue for any such legal action or proceeding.
(b)Parties Bound: This Agreement shall be binding on and inure to the benefit of the
parties and their respective heirs, executors, administrators, legal representatives,
successors, and assigns as permitted by this Agreement.
(c)Attorneys' Fees: Should any litigation or arbitration be commenced between the
parties to this Agreement concerning the Collateral, this Agreement, or the rights and
duties of either party in relation to them, the prevailing party shall be entitled to a
reasonable sum as reimbursement for his or her attorneys' fees and legal expenses.
(d)Severability: In case any one or more of the provisions contained in this Agreement
shall for any reason be held invalid, illegal, or unenforceable in any respect, the
invalidity, illegality, or unenforceability of that provision shall not affect any other
provision of this Agreement, and this Agreement shall be construed as if the invalid,
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
281
4
illegal, or unenforceable provision had never been contained in it.
(e)Entire Agreement: This Agreement constitutes the only agreement of the parties and
supersedes any prior understandings or written or oral agreements between the parties
respecting the subject matter of this Agreement.
(f)Definitions: All terms used in this Agreement that are defined in the California
Commercial Code shall have the same meaning in this Agreement as in the Code.
[SIGNATURES FOLLOW THIS PAGE]
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
282
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
283
6
EXHIBIT A
Description of Personal Property Collateral
(a)All personal property (including, without limitation, all goods, supplies,
equipment, furniture, furnishings, fixtures, machinery, machine tools, motors, equipment
controls, attachments, parts, inventory, and chemicals) in which Debtor now or hereafter acquires
an interest or right, together with any interest of Debtor in and to personal property which is
leased or subject to any superior security interest, and all books, records, leases and other
agreements, documents, and instruments of whatever kind or character;
(b)All fees, income, rents, issues, profits, earnings, receipts, royalties, and revenues
which, after the date hereof and while any portion of the obligations of Debtor to Secured Party
remains unpaid or unperformed, may accrue from such personal property or any part thereof, or
which may be received or receivable by Debtor from any hiring, using, letting, leasing,
subhiring, subletting, subleasing, occupancy, operation, or use thereof;
(c)All of Debtor's present and future rights to receive payments of money, services,
or property, accounts and other accounts receivable, deposit accounts, chattel paper, notes, drafts,
contract rights, instruments, general intangibles, payment intangibles, and principal, interest and
payments due on account of goods sold or leased, services rendered, loans made or credit
extended, together with title to or interest in all agreements, documents, and instruments,
evidencing, securing or guarantying the same;
(d)Debtor's rights under all insurance policies covering any of the aforesaid collateral
and all proceeds, loss payments, and premium refunds payable regarding the same;
(e)All causes of action, claims, compensation, and recoveries for any damage to,
destruction of, or condemnation or taking of any of the aforesaid collateral; and
(f)All proceeds, increases, substitutions, replacements, additions, and accessions of
the aforesaid collateral.
Contract No. C48970
Docusign Envelope ID: 45FD5C52-7662-4854-A00E-0F1B3BC435EC
284
Contract No. C48970
AMENDMENT NO. 1 TO THE AGREEMENT FOR DISBURSEMENT AND USE OF FUNDS
BETWEEN THE CITY OF PALM DESERT AND FINE QUALITY FOODS ON, INC. DBA PAPA
DAN’S PIZZA AND PASTA
1. Parties and Date.
This Amendment No. 1 (“Amendment”) to the Disbursement and Use of Funds is made and
entered into as of June 30, 2025 by and between the City of Palm Desert, a municipal corporation
organized and operating under the laws of the State of California (“City”), and Fine Quality Foods,
Inc. dba Papa Dan’s Pizza and Pasta, a a Corporation with its principal place of business at 73011
Country Club Drive F-1, Palm Desert, CA 92270 (“Recipient”). City and Vendor are sometimes
individually referred to as “Party” and collectively as “Parties .”
2. Recitals.
The Parties entered into an agreement titled “Agreement for Disbursement and Use of
Funds” dated February 27, 2025 (“Agreement”).
3. Terms.
Amendment. The Agreement is hereby amended as follows:
Section 5.a. The deadline for the Business to commence operations at the Property in
such a manner as to generate sales tax is hereby amended to be
September 1, 2025. The City Council or City Manager may in its sole and
absolute discretion extend such deadline further in increments of one
month, not-to-exceed January 1, 2026, by issuing Recipient a written letter
executed by the City Manager setting forth the new deadline.
:
Section Amendment;
Modification
No supplement, modification, or amendment of this Agreement shall be
binding unless executed in writing and signed by both Parties.
Continuing Effect of Agreement. Except as amended by this Amendment, all other
provisions of the Agreement remain in full force and effect and shall govern the actions of the
Parties under this Amendment. From and after the date of this Amendment, whenever the term
“Agreement” appears in the Agreement, it shall mean the Agreement as amended by this
Amendment.
Adequate Consideration. The Parties hereto irrevocably stipulate and agree that they have
each received adequate and independent consideration for the performance of the obligations they
have undertaken pursuant to this Amendment.
Severability. If any portion of this Amendment is declared invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full
force and effect.
Counterparts. This Amendment may be executed in duplicate originals, each of which is
deemed to be an original, but when taken together shall constitute but one and the same
instrument.
285
Contract No. C48970
[Signatures on Following Page]
SIGNATURE PAGE TO THE AGREEMENT FOR DISBURSEMENT AND USE OF FUNDS BY
AND BETWEEN THE CITY OF PALM DESERT AND FINE QUALITY FOODS, INC, DBA PAPA
DAN’S PIZZA AND PASTA
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be executed on the
day and year first above written.
Clerk QC: ________
CITY OF PALM DESERT FINE QUALITY FOODS, INC, DBA PAPA
DAN’S PIZZA AND PASTA,A CORPORATION
Owner, Papa Dan’s Pizza and Pasta
286
Page 1 of 1
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Jenavieve Alvarez, Management Aide, Information Technology
SUBJECT: DECLARATION OF SURPLUS PROPERTY AND AUTHORIZATION OF
DISPOSAL.
RECOMMENDATION:
Declare the items listed on Attachment 1 of this staff report as surplus property and authorize
disposal as appropriate.
BACKGROUND/ANALYSIS:
All items on the attached equipment list are either broken or obsolete over a 5-year period.
Therefore, staff is requesting City Council authorization to dispose of these items in accordance
with Finance Policy FIN-009 and all pertinent federal and state laws and regulations.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
There is no fiscal impact associated with this item.
ATTACHMENTS:
1. FY2024-25 Surplus Property List
287
288
Exhibit A - Surplus of Electronic Equipment & Other Items
As of 6/09/2025
Computers Asset #Condition Destination
Dell Latitude 5420 9698 Broken/obsolete e-wasted
Dell Optiplex 7090 9708 Broken/obsolete e-wasted
Dell Oplitplex 7090 9648 Broken/obsolete e-wasted
Dell Oplitplex 7090 9649 Broken/obsolete e-wasted
Dell Oplitplex 7090 9650 Broken/obsolete e-wasted
Dell Oplitplex 7090 9651 Broken/obsolete e-wasted
Dell Oplitplex 7090 9654 Broken/obsolete e-wasted
Dell Optiplex 7080 Micro 9599 Broken/obsolete e-wasted
Dell Precision 5820 9631 Broken/obsolete e-wasted
Dell Oplitplex 7090 9656 Broken/obsolete e-wasted
Dell Oplitplex 7090 9652 Broken/obsolete e-wasted
Dell Optiplex 7090 Broken/obsolete e-wasted
Dell Lattitude 5420 9768 Broken/obsolete e-wasted
Dell Optiplex 7090 9709 Broken/obsolete e-wasted
Dell Latitude 5420 9703 Broken/obsolete e-wasted
Dell Optiplex 7080 Micro 9600 Broken/obsolete e-wasted
Dell Latitude 5420 9704 Broken/obsolete e-wasted
Dell Optiplex 7090 Micro 9741 Broken/obsolete e-wasted
Dell Latitude 7520 9693 Broken/obsolete e-wasted
Dell Latitude 5540 9699 Broken/obsolete e-wasted
Dell Oplitplex 7090 9655 Broken/obsolete e-wasted
Dell Lattitude 5420 laptop 9767 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9511 Broken/obsolete e-wasted
IBM Thinkpad 9544 Broken/obsolete e-wasted
IBM Thinkpad 9541 Broken/obsolete e-wasted
IBM Thinkpad 9533 Broken/obsolete e-wasted
IBM Thinkpad 9508 Broken/obsolete e-wasted
IBM Thinkpad 9540 Broken/obsolete e-wasted
IBM Thinkpad 9495 Broken/obsolete e-wasted
IBM Thinkpad 9507 Broken/obsolete e-wasted
Dell Optiplex 7060 9421 Broken/obsolete e-wasted
IBM Thinkpad 9384 Broken/obsolete e-wasted
Dell Opiplex 7070 9466 Broken/obsolete e-wasted
IBM Thinkpad 9383 Broken/obsolete e-wasted
IBM Thinkpad 9401 Broken/obsolete e-wasted
IBM Thinkpad 9455 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9463 Broken/obsolete e-wasted
IBM Thinkpad X380 9414 Broken/obsolete e-wasted
IBM Thinkpad L390 9415 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9468 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9464 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9512 Broken/obsolete e-wasted
289
Dell Optiplex 7070 Micro 9558 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9521 Broken/obsolete e-wasted
Dell Optiplex 7060 9416 Broken/obsolete e-wasted
Dell Optiplex 7060 9425 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9509 Broken/obsolete e-wasted
Dell Optiplex 7060 9423 Broken/obsolete e-wasted
Dell Optiplex 7060 9420 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9523 Broken/obsolete e-wasted
Dell Optiplex 3060 9445 Broken/obsolete e-wasted
Dell Optiplex 3060 9448 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9514 Broken/obsolete e-wasted
Dell XPS 8930 9391 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9520 Broken/obsolete e-wasted
Dell Optiplex 7060 9418 Broken/obsolete e-wasted
Dell Optiplex 7060 9320 Broken/obsolete e-wasted
Dell Optiplex 7060 9424 Broken/obsolete e-wasted
Dell Optiplex 7060 9323 Broken/obsolete e-wasted
Dell Optiplex 3060 9293 Broken/obsolete e-wasted
IBM Thinkpad 9299 Broken/obsolete e-wasted
Dell Optiplex 3060 9296 Broken/obsolete e-wasted
Dell Optiplex 3060 9295 Broken/obsolete e-wasted
IBM Thinkpad 9539 Broken/obsolete e-wasted
IBM Thinkpad 9532 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9517 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9513 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9514 Broken/obsolete e-wasted
Dell Opitplex 3060 9431 Broken/obsolete e-wasted
Dell Optiplex 3060 9452 Broken/obsolete e-wasted
Dell Optiplex 3060 9306 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9519 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9562 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9518 Broken/obsolete e-wasted
Dell Optiplex 3060 9305 Broken/obsolete e-wasted
Dell Optiplex 3060 9308 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9465 Broken/obsolete e-wasted
Dell Optiplex 7070 Micro 9515 Broken/obsolete e-wasted
Dell Optiplex 3060 9294 Broken/obsolete e-wasted
Dell Optiplex 3060 9254 Broken/obsolete e-wasted
Dell Precision 5820 9125 Broken/obsolete e-wasted
iPad Air 5th gen 9948 Broken/obsolete e-wasted
Monitors/Other electorinics Asset #Condition Destination
Multiple monitors no tags broken e-waste
old cell phones no tags Broken/obsolete e-waste
HP 400 8769 Broken/obsolete e-waste
HP 600 8713 Broken/obsolete e-waste
290
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Bertha A. Cepeda-Escobedo, Business Operations Manager
SUBJECT: AUTHORIZE FUNDS FOR THE PURCHASE OF GURNEYS AND STAIR
CHAIRS FROM STRYKER SALES CORPORATION
RECOMMENDATION:
1. Authorize an additional $1,376 for the purchase of gurneys and stair chairs from Stryker
Sales Corporation for a total purchase price of $236,647.87 in Fiscal Year 2024/25.
2. Authorize the purchase of gurneys and stair chairs from Stryker Sales Corporation for an
amount not to exceed $118,244.70 in Fiscal Year 2025/26, plus a $5,000 contingency for
unforeseen expenses.
3. Authorize the City Manager to execute any documents necessary to effectuate the actions
taken herewith.
BACKGROUND/ANALYSIS:
The City’s Fire Services Division anticipates the ongoing need for gurney and stair chair
replacements and outfitting as new medic units are added, existing unit s are remounted, and
older equipment reaches end-of-life due to normal wear and heavy usage. In accordance with
our contract, the City is responsible for these purchases."
To ensure uninterrupted emergency medical services and operational efficiency, staf f program
an annual allocation for these critical equipment needs. This strategy will:
Align with scheduled vehicle replacements and remounts
Minimize delays in emergency response readiness due to equipment incompatibility
Allow bulk purchasing to improve pricing and reduce the administrative burden
Ensure compliance with current safety and operational standards
Discussion
On December 11, 2024, the City Manager approved the purchase of Stryker gurneys, stair
chairs, and related medical equipment in the amount of $235,647.87 for outfitting of Medic 102,
as well as remounts of Medics 233 and 271. The purchase was made through Stryker Sales
Corporation, the manufacturer of gurneys and cots currently in use across all City -operated
ambulances.
Stryker equipment is designed to meet Riverside County Fire Department standards and
integrates seamlessly with the City’s existing ambulance mounting systems, electrical
connections, and loading mechanisms. Procuring equipment from another manufacturer would
require significant retrofitting, increasing both cost and downtime.
291
City of Palm Desert
Approve Additional Funds for Stryker Gurneys and Chairs
Page 2 of 2
Staff explored third-party procurement options but found that alternative vendors only serve as
resellers, offering the same equipment at higher prices due to markups. Therefore, direct
procurement from Stryker remains the most cost-effective and operationally sound approach.
All equipment has been delivered and invoiced. However, due to the implementation of Measure
G (effective April 1, 2025), the final invoice included an additional $1,376 in sales tax. In addition,
the City recently entered into a preventive maintenance agreement with Stryker. When combined
with the equipment purchase, this exceeds the City Manager’s aggregate purchasing authority
with a single vendor, necessitating City Council approval.
Staff also request authorization to proceed with the programmed Fiscal Year 2025/26 purchase
of Stryker equipment. A quote was received in the amount of $118,244.70 which includes
applicable trade-in credits, freight, and 8.75% sales tax. Staff request approval to include a
$5,000 contingency for unforeseen costs: a total of $123,244.70.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
The Public Works Department Capital Improvement Project (CIP) List for Fiscal Year 2025/26
includes funds under Account No. 5304220 -4403000 for the purchase of Stryker equipment;
therefore, there is no additional financial impact to the general fund with this action. The table
below illustrates the funding and costs of the Stryker equipment:
Equipment / Account Budget Expenses Balance
FY 23/24 CIP 534220-4403000 $250,000
Stryker Gurney / Stair Chairs $235,647.87
*Additional Funds $1,376.00
Proposed FY 25/26 CIP 5304220-4403000 $175,000
*FY 25/26 Stryker Equipment $118,244.70
*FY 25/26 Equipment – Contingency $5,000.00
Totals $400,000 $365,268.57 $34,731.43
*Current Request
Any remaining funds will be reallocated towards the purchase of other emergency medical
equipment.
ATTACHMENTS:
1. FY 24/25 Stryker Quote 11021567
2. FY 24/25 Stryker Quote 11026195
3. FY 25/26 Stryker Quote 11044805
292
293
294
295
296
297
298
299
300
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: David Reyes Jr, Public Works Superintendent
SUBJECT: APPROVE CHANGE ORDER NO. 2 TO CONTRACT C45130 WITH M &
M SWEEPING, INC., FOR STREET AND PARKING LOT SWEEPING
SERVICES (PROJECT NO. MST00010)
RECOMMENDATION:
1. Approve Change Order No. 2 to Contract C45130 with M&M Sweeping, Inc., for Citywide
Street Sweeping Services, in the amount of $10,800, increasing the total annual amount to
$252,000 per fiscal year, subject to a Services Price Increase.
2. Authorize the City attorney to make non-monetary changes to the agreement and change
order.
3. Authorize City Manager to execute change orders, the two extension amendments, and any
documents necessary to effectuate the actions taken herewith.
BACKGROUND/ANALYSIS:
The City of Palm Desert’s Public Works Citywide Street Sweep ing Services Program includes
scheduled commercial and residential street sweeping, as well as sweeping of City -owned
parking lots. These services are essential for maintaining public cleanliness and for regulatory
compliance.
Under the National Pollutant Discharge Elimination System (NPDES) permit, as mandated by
the Federal Clean Water Act, municipalities are required to implement Best Management
Practices (BMPs) that reduce pollutants and litter accumulation in stormwater runoff. In addition,
the South Coast Air Quality Management District (SCAQMD) requires the removal of sediment
from public roadways to reduce airborne particulate matter. Street sweeping is recognized as
one of the most effective methods to meet both water and air quality regulatory requirements.
Discussion
On April 27, 2023, the City Council approved Contract No. C45130 with M&M Sweeping, Inc.,
for citywide street sweeping services in the annual amount of $230,917, for a three -year term
with the option of two one-year extensions. At the same meeting, an additional $25,000 annually
was authorized for extra sweeping services. In Fiscal Year 2024/25, Change Order No. 1 was
administratively approved by the City Manager to incorporate a 4.5% Services Price Increase,
raising the annual contract amount to $241,200.
For Fiscal Year 2025/26, M&M Sweeping, Inc., has submitted a request for an additional 4.5%
Services Price Increase adjustment, citing ongoing cost increases due to the following factors:
Parts & Supplies: Rising prices driven by tariffs and supply chain disruptions
301
City of Palm Desert
Approve Change Order No. 2 to Contract C45130
Page 2 of 2
Insurance: Notable increases in commercial auto and liability insurance premiums
Labor Market: Higher wages and staffing shortages due to a competitive labor market
Equipment Maintenance: Significant increases in costs for equipment repairs and
maintenance
These escalating operational expenses are affecting the contractor’s ability to maintain service
levels under the current contract terms. Staff reviewed the request and determined it to be
reasonable. As such, staff recommend approving the requested Services Price Increase
adjustment, resulting in a revised annual contract total of $252,000, as outlined in M&M
Sweeping, Inc.’s price increase request, and maintaining the annual amount of $25,000 for
additional street sweeping services.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
The Public Works operating budget for Fiscal Year 2025/26 includes adequate funding for street
and parking lot sweeping services. The revised contract total, including provisions for extra
sweeping as needed, is $277,000. Therefore, there is no additional impact to the general fund
as a result of this action.
The following table illustrates the contract’s budget and expenses:
Street Sweeping Accounts Budget Contract Costs Balance
Streets - 1104310-4332000 $210,000 $208,220
Street (Extras) – 1104310-4332000 $25,000 $25,000
Corp yard - 1104330-4331000 $5,000 $4,450
Civic Center - 1104610-4332100 $10,000 $10,000
Parks - 1104611-4332501 $8,500 $8,050
Entrada del Paseo - 1104614-4392101 $5,000 $3,230
Aquatic Center - 2424549-4331100 $5,000 $2,330
PP E/W - 2774373-4309103 $8,000 $7,770
PP III - 2824373-4309103 $5,000 $5,500
Parkview - 5104195-4369601 $2,500 $2,450
Totals $284,000 $277,000 $7,000
ATTACHMENTS:
1. Change Order No. 2
2. Services Price Increase Letter
302
CITY OF PALM DESERT
CONTRACT CHANGE ORDER
Justification:
YES NO
Description of Changes Decrease
In Contract Price
Increase
In Contract Price
Totals:
Net Change in Contract Price:
Original Contract Amount: +
Contingency: +
Total Budget Amount:
Less: Expend. / Encumb. To Date: -
Less: This Change Order Amount: -
Remaining for Project:
Contingency: +
Less: Prior Change Order(s): -
Less: This Change Order: -
Remaining of Contingency:
__________________________________________________________ dollars and ___/100 (___________)
Revised Contract Total: ___________________________
Contractor s hall c onstruct, furnish all supervision, labor, services, equipment, and materials, and perform all work
necessary or required to fully complete the changes to the Contract described in this Change Order for the amount
agreed upon between the Contractor and the City of Palm Desert (“City”).
Contract Purpose:
Contractor Name:
Contract No / P.O. #:
Change Order No.:
Contingency:
Account No.:
Project No.:
Vendor No.:
YES NO
Project Manager:
This Change Order is hereby executed on:
C45130 New
2
4
Various
MST00010
V0001313
Citywide Street Sweeping Services
M&M Sweeping, Inc.
David Reyes, Jr.
July 10, 2025
CPI Increase 4.5%$ 10,800.00
$ 0.00 $ 10,800.00
$ 10,800.00
$ 10,800.00 $ 10,800.00
Consumer Price Index (CPI) increase of approximately 4.5% due to escalating operational expenses.
$ 230,917.00
$ 230,917.00
$ 241,200.00
-$ 21,083.00
$ 10,283.00
-$ 21,083.00
The amount of the contract will be increased by the sum of:
Twenty One Thousand Eighty Three 00 $ 21,083.00
$ 252,000.00
303
Continued from Front
Contract No. _________ Contract Change Order No. ___
Contract Time Extension: __________________________
Contractor accepts the terms and conditions stated above as full and final settlement of any and all claims
arising out of or related to the subject of this Change Order and acknowledges that the compensation (time
and cost) set forth herein comprises the total compensation due for the work or change defined in the
Change Order, including all impact on any unchanged work. Execution of this Change Order by the
Contractor constitutes a binding accord and satisfaction that fully satisfies, waives, and releases the City from
all claims, demands, costs, and liabilities, in contract, law or equity, arising out of or related to the subject of
the Change Order, whether known or unknown, including but not limited to direct and indirect costs and/or
damages for delay, disruption, acceleration, loss of productivity, and stacking of trades, as well as any and
all consequential damages. The adjustments to the Contract Price and Contract Time in this Change Order
constitute the entire compensation and/or adjustment thereto due to Contractor, including but not limited to all
direct, indirect, consequential, profit, labor, equipment, tools, idle time, incidentals, and overhead (field and
home office) costs, due to Contractor arising out of or related to the change in the work covered by this
Change Order. The Contractor hereby releases and agrees to waive all rights, without exception or reservation
of any kind whatsoever, to file any further claim or request for equitable adjustment of any type, for any
reasonably foreseeable cause that shall arise out of, or as a result of, this Change Order and/or its impact on
the remainder of the work under the Contract. This Change Order will become a supplement to the Contract
and all provisions will apply hereto.
1. REQUESTED BY:______________________
Department Director 2. ACCEPTED BY:______________________
Contractor
3. CERTIFIED FUNDS
AVAILABLE
______________________
Finance Director 4. APPROVED BY:______________________
Interim City Manager
NOTE: No payments will be made prior
to City Manager or Council approval
QC: _____
C45130 2
N/A
304
305
306
Page 1 of 4
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Shawn Muir, Community Services Manager
Kevin Swartz, Project Manager
SUBJECT: APPROVE CONSTRUCTION TASK ORDER AND FURNITURE CHANGE
ORDER FOR CITY HALL OFFICE SPACE IMPROVEMENTS – PHASE
THREE (PROJECT NO. SFA00006)
RECOMMENDATION:
1. Authorize the City Manager to approve Task Orders under Contract No. C44620 for Office
Space Improvements - Phase Three, in an aggregate amount not-to-exceed $800,000 in
Fiscal Year 2025/26.
2. Authorize the City Manager to approve a Change Order to Quality Office Furnishings
Contract No. A48790, for the purchase of additional cubicles in an amount not-to-exceed
$50,000 for various departments.
3. Authorize the City Attorney to make necessary non -monetary changes to the agreement.
4. Authorize the City Manager to execute the task orders and documents necessary to
effectuate these actions.
BACKGROUND/ANALYSIS:
Palm Desert City Hall is a 45,000-square-foot facility constructed in 1983. At the time of
construction, it was equipped with new furniture, fixtures, and equipment to meet applicable
safety standards and support a functional work environment. By Fiscal Year 2007 /08, nearly 25
years later, the City began replacing aging cubicle systems due to general wear and the
unavailability of replacement parts. Since that time, Facilities staff have continued to face
challenges in maintaining these outdated systems, including retrofitting for modern electrical and
data needs and salvaging components from other units to maintain operability.
As a result, a comprehensive phased approach began in 2020, supported by a total budget of
$3.98 million from the Capital Improvement Building Maintenance Fund. This effort focused on
enhancing the customer experience in the Development Services Lobby and replacing aging
cubicles with a standardized workstation system.
In addition, the employee break room was renovated in 2025. While not part of the original
phased project, the renovation was completed at a cost of $308,853.82 through the Civic Center
Complex Improvements Project under Account No. 4504161-4400100, Cap-Building
Maintenance.
A detailed breakdown of the three project phases is provided below.
PHASE ONE: Completed Improvements
307
City of Palm Desert
City Hall Office Space Improvements – Phase Three
Page 2 of 4
In FY 2020/21, the City Council approved improvements to the Development Services lobby and
adjacent administrative areas. The goal was to enhance customer experience, modernize
workspaces, and promote safety and efficiency for both the public and staff.
Phase One, focused on the renovation of the Development Services lobby and adjacent areas,
was completed on September 20, 2023, at a total cost of $2,010,684.
Following Phase One, the city staff conducted a comprehensive space planning review to
evaluate departmental layout, improve service delivery, and ensure long -term alignment with
operational needs. The review concluded that the remaining cubicle systems throughout City
Hall had exceeded their useful life.
Goals for Future Phases:
Realign staff workspaces for operational efficiency
Standardize cubicle systems across departments
Address safety and functionality concerns
PHASE TWO: Recently Completed
On December 14, 2023, the City Council approved Phase Two of the project with a budget of
$560,840. This phase addressed upgrades for the following departments:
Public Works
Capital Projects
Development Services (Planning, Code Compliance, Land Development, Building &
Safety, and Permit Center)
Economic Development
Phase Two Scope of Work:
Installation of new cubicles with updated electrical/data infrastructure
New carpeting
Interior painting of offices, conference rooms, and common areas
Furniture relocation
Minor wall demolition and construction of new offices
Concrete removal and floor leveling
Phase Two was completed in Fiscal Year 2024/25.
PHASE THREE: Proposed Scope and Budget
Staff are requesting approval to proceed with Phase Three, and upgrade the following
remaining areas of the entire project:
City Manager’s Office area
Human Resources
Finance
Information Technology
Former Special Programs Office
Administrative Conference Room
308
City of Palm Desert
City Hall Office Space Improvements – Phase Three
Page 3 of 4
North Wing Conference Room, Hub, and Kitchen
Phase Three Scope of Work:
Installation of new cubicles with updated electrical and data infrastructure
New carpeting and tile
Interior painting (offices, conference rooms, and common areas)
Furniture relocation
Minor wall demolition
New casework (cabinets), including the North Wing kitchen
Construction of new offices
Concrete removal and floor leveling
Cubicles for this Phase Three have been procured separately under Contract No. A48790 in the
amount of $122,032.78.
Additional Cubicles (Not-To-Exceed $50,000)
Code Compliance
Traffic Division
City Manager Admin
Public Works
The construction portion of Phase Three is estimated at $650,000–$800,000. A Request for
Proposals (RFP) was issued on May 8, 2025, to four vendors under Facilities Repairs and
Improvements Contract No. C44620. A job walk was conducted on May 15, 2025, with three
firms in attendance. Two proposals were received —$650,000 and $950,000, respectively.
On June 26, 2025, the City Council awarded eight new contracts under the Facilities Repairs
and Improvements Program under Contract No. C44620. Should Phase Three be approved, a
new RFP will be issued to both existing and newly awarded contractors to ensure competitive
pricing.
Project Timeline and Funding Request
Pending Council approval, construction is anticipated to begin in August or September 2025,
with completion expected by February 2026, subject to material availability. Staff requests City
Council authorization for an amount not-to-exceed $800,000.
Staff also requests approval for the purchase of additional cubicles in an amount not-to-exceed
$50,000 from Quality Office Furnishings that have been requested for various departments.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
Funds for Office Space Improvements - Phase Three were included in the approved Capital
Improvement Project (CIP) List for Fiscal Year 2025/26 under Account No. 4504164-4400100,
309
City of Palm Desert
City Hall Office Space Improvements – Phase Three
Page 4 of 4
Cap-Building Maintenance; therefore, there is no additional financial impact to the General Fund
as a result of this action. The following table illustrates the total budget and costs of the project:
Account / Building CC Mtg Budget Expenditures Balance
FY 2021/22 Acct #4504161-4400100 $50,000
Phase One – Design/Holt Architects $32,350
Appropriation 11/18/2021 $100,000
Phase One - DS Lobby Reno Design/Build 11/18/2021 $950,000
Phase One – DS Lobby Reno Contingency 11/18/2021 $100,000
FY 2022/23 Acct #4504161-4400100 $1,000,000
Appropriation 07/14/2022 $1,168,341
Phase One - DS Lobby Reno CO#1 07/14/2022 $1,168,341
Reallocated Funds 12/14/2023 $560,841
Phase Two - Cubicles 12/14/2023 $311,052
Phase Two – Office Improvements 12/14/2023 $370,278
FY 2024/25 Acct 4504164-4400100 $1,100,000
Employee Break Room Improvements 12/18/2024 $310,000 $308,854
Phase Three - Cubicles 01/08/2025 $122,033
**Phase Three – Cubicles Change Order 07/10/2025 $50,000
**Phase Three – Construction 07/10/2025 $800,000
Totals $4,289,182 $4,212,908 $76,274
**Current Request
ATTACHMENTS:
1. Contract No. A48790
2. City Hall Phase Three Space Plan
310
Contract No. A48790
1
Revised 01-2024
CITY OF PALM DESERT
GOODS AND EQUIPMENT PURCHASE AGREEMENT
OFFICE SPACE IMPROVEMENTS PHASE 3 - FURNITURE
This Goods and Equipment Purchase Agreement (“Agreement”) is made and entered into
this 8th day of January 2025, by and between the City of Palm Desert, a municipal corporation
organized under the laws of the State of California with its principal place of business at 73-510
Fred Waring Drive, Palm Desert, California 92260-2578, (“City”) and Quality Office Furnishings,
Inc. a Corporation, with its principal place of business at 23825 Via Del Rio, Yorba Linda, CA,
92877 ("Supplier"). The City and Vendor are sometimes individually referred to herein as "Party"
and collectively as "Parties."
Section 1. Definitions/Cooperative Procurement.
A. Definitions.
1. “Goods” means all machinery, equipment, supplies, items, parts, materials,
labor, or other services, including design, engineering, and installation services, provided by
Supplier as specified in Exhibit “A”, attached hereto and incorporated herein by reference.
2. “Delivery Date(s)” means that date or dates upon which the Goods is to be
delivered to the City, ready for approval, testing and/or use as specified in Exhibit “B.”
B. Cooperative Procurement. This Agreement is entered into pursuant to City of Palm
Desert Municipal Code section 3.30.160, which authorizes participation with other governmental
agencies who have, through a bidding process, determined to award or purchase goods and/or
services from Supplier.
1. Program. The purchase has been made through a REQUEST FOR
PROPOSAL, a program for the procurement of goods and services for governmental
agencies. Documents related to the procurement of this Agreement shall be made available
to City upon request.
2. Reserved.
Section 2. Materials And Workmanship.
When Exhibit “A” specifies machinery, equipment or material by manufacturer, model or
trade name, no substitution will be made without the City’s written approval. Machinery,
equipment or material installed in the Goods without the approval required by this Section 2 will
be deemed to be defective material for purposes of Section 4. Where machinery, equipment or
materials are referred to in Exhibit “A” as equal to any particular standard, the City will decide the
question of equality. When requested by the City, Supplier will furnish the City with the name of
the manufacturer, the performance capabilities and other pertinent information necessary to
properly determine the quality and suitability of any machines, equipment, and material to be
incorporated in the Goods. Material samples will be submitted at the City’s request.
Section 3. Inspections And Tests.
The City shall have the right to inspect and/or test the Goods prior to acceptance. If upon
inspection or testing the Goods or any portion thereof are found to be nonconforming,
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
311
Contract No. A48790
2
Revised 01-2024
unsatisfactory, defective, of inferior quality or workmanship, or fail to meet any requirements or
specifications contained in Exhibit “A,” then without prejudice to any other rights or remedies, the
City may reject the Goods or exercise any of its rights under Section 4.C. The inspection, failure
to make inspection, acceptance of goods, or payment for goods shall not impair the City’s right to
reject nonconforming goods, irrespective of the City’s failure to notify Supplier of a rejection of
nonconforming goods or revocation of acceptance thereof or to specify with particularity any
defect in nonconforming goods after rejection or acceptance thereof.
Section 4. Warranty.
A. Supplier warrants that the Goods will be of merchantable quality and free from
defects in design, engineering, material, and workmanship for a period of two (2) years, or such
longer period as provided by a manufacturer’s warranty or as agreed to by Supplier and City, from
the date of final written acceptance of the Goods by the City as required for final payment under
Section 7. Supplier further warrants that any services provided in connection with the Goods will
be performed in a professional and workmanlike manner and in accordance with the highest
industry standards.
B. Supplier further warrants that all machinery, equipment, or process included in the
Goods will meet the performance requirements and specifications specified in Exhibit “A” and
shall be fit for the purpose intended. The City’s inspection, testing, approval, or acceptance of any
such machinery, equipment, or process will not relieve Supplier of its obligations under this
Section 4.B.
C. For any breach of the warranties contained in Section 4.A and Section 4.B,
Supplier will, immediately after receiving notice from the City, at the option of the City, and at
Supplier’s own expense and without cost to the City:
1. Repair the defective Goods;
2. Replace the defective Goods with conforming Goods, F.O.B. City’s plant,
office or other location of City where the Goods was originally performed or delivered; or
3. Repay to City the purchase price of the defective Goods.
If City selects repair or replacement, any defects will be remedied without cost to the City,
including but not limited to, the costs of removal, repair, and replacement of the defective Goods,
and reinstallation of new Goods. All such defective Goods that is so remedied will be similarly
warranted as stated above. In addition, Supplier will repair or replace other items of the Goods
which may have been damaged by such defects or the repairing of the same, all at its own
expense and without cost to the City.
D. Supplier also warrants that the Goods is free and clear of all liens and
encumbrances whatsoever, that Supplier has a good and marketable title to same, and that
Supplier owns or has a valid license for all of the proprietary technology and intellectual property
incorporated within the Goods. Supplier agrees to indemnify, defend, and hold the City and their
officials, officers, employees, volunteers, representatives and agents harmless against any and
all third-party claims resulting from the breach or inaccuracy of any of the foregoing warranties.
E. In the event of a breach by Supplier of its obligations under this Section 4, the City
will not be limited to the remedies set forth in this Section 4, but will have all the rights and
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
312
Contract No. A48790
3
Revised 01-2024
remedies permitted by applicable law, including without limitation, all of the rights and remedies
afforded to the City under the California Commercial Code.
Section 5. Prices.
Unless expressly provided otherwise, all prices and fees specified in Exhibit “C,” attached
hereto and incorporated herein by reference, are firm and shall not be subject to change without
the written approval of City. No extra charges of any kind will be allowed unless specifically agreed
to in writing by the City’s authorized representative. The total price shall include (i) all federal,
state, and local sales, use, excise, privilege, payroll, occupational and other taxes applicable to
the Goods furnished to the City hereunder; and (ii) all charges for packing, freight and
transportation to destination.
Section 6. Changes.
City, at any time, by a written order, and without notice to any surety, may make changes
in the Goods, including but not limited to, City’s requirements and specifications. If such changes
affect the cost of the Goods or time required for its performance, an equitable adjustment will be
made in the price or time for performance or both. Any change in the price necessitated by such
change will be agreed upon between the City and Supplier and such change will be authorized
by a change order document signed by the City and accepted by Supplier.
Section 7. Payments.
A. Terms of payment, are net thirty (30) days, less any applicable retention, after
receipt of invoice, or completion of applicable Progress Milestones. Final payment shall be made
by City after Supplier has satisfied all contractual requirements. Payment of invoices shall not
constitute acceptance of Goods.
B. If Progress Milestones have been specified in Exhibit “B,” then payments for the
Goods will be made as the requirements of such Progress Milestones are met. Progress
payments for the Goods will be made by City upon proper application by Supplier during the
progress of the Goods and according to the terms of payment as specified in Exhibit “B.”
Supplier’s progress billing invoice will include progress payments due for the original scope of
work and changes. Each “Item for Payment” shown in Exhibit “B” and each change order will be
itemized on the invoice. Invoices for cost plus work, whether part of Exhibit “B” or a change order,
must have subcontractor and/or supplier invoices attached to Supplier’s invoice. Other format and
support documents for invoices will be determined by the City in advance of the first invoice cycle.
C. Payments otherwise due may be withheld by the City on account of defective
Goods not remedied, liens or other claims filed, reasonable evidence indicating probable filing of
liens or other claims, failure of Supplier to make payments properly to its subcontractors or for
material or labor, the failure of Supplier to perform any of its other obligations under the
Agreement, or to protect the City against any liability arising out of Supplier’s failure to pay or
discharge taxes or other obligations. If the causes for which payment is withheld are removed,
the withheld payments will be made promptly. If the said causes are not removed within a
reasonable period after written notice, the City may remove them at Supplier’s expense.
D. Payment of the final Progress Milestone payment or any retention will be made by
City upon:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
313
Contract No. A48790
4
Revised 01-2024
1. Submission of an invoice for satisfactory completion of the requirements of
a Progress Milestone as defined in Exhibit “B” and in the amount associated with the Progress
Milestone;
2. Written acceptance of the Goods by the City;
3. Delivery of all drawings and specifications, if required by City;
4. Delivery of executed full releases of any and all liens arising out of this
Agreement; and
5. Delivery of an affidavit listing all persons who might otherwise be entitled to
file, claim, or maintain a lien of any kind or character, and containing an averment that all of
the said persons have been paid in full.
If any person refuses to furnish an actual release or receipt in full, Supplier may furnish a
bond satisfactory to the City to indemnify City against any claim or lien at no cost to the City.
E. Acceptance by Supplier of payment of the final Progress Milestone payment
pursuant to Section 7.D will constitute a waiver, release and discharge of any and all claims and
demands of any kind or character which Supplier then has, or can subsequently acquire against
the City, its successors and assigns, for or on account of any matter or thing arising out of, or in
any manner connected with, the performance of this Agreement. However, payment for the final
Progress Milestone by City will not constitute a waiver, release or discharge of any claims or
demands which City then has, or can subsequently acquire, against Supplier, its successors and
assigns, for or on account of any matter or thing arising out of, or in any manner connected with,
the performance of this Agreement.
Section 8. Schedule For Delivery.
A. The time of Supplier’s performance is of the essence for this Agreement. The
Goods will be delivered in accordance with the schedule set forth in Exhibit “B.” Supplier must
immediately notify the City in writing any time delivery is behind schedule or may not be completed
on schedule. In addition to any other rights the City may have under this Agreement or at law,
Supplier shall pay City the sum of $250.00 per item of Goods for each calendar day for which the
item of Goods is unavailable beyond the scheduled delivery date(s) specified in Exhibit “B.”
B. In the event that the Goods is part of a larger project or projects that require the
coordination of multiple contractors or suppliers, then Supplier will fully cooperate in scheduling
the delivery so that the City can maximize the efficient completion of such project(s).
Section 9. Taxes.
A. Supplier agrees to timely pay all sales and use tax (including any value added or
gross receipts tax imposed similar to a sales and use tax) imposed by any federal, state or local
taxing authority on the ultimate purchase price of the Goods provided under this Agreement.
B. Supplier will withhold, and require its subcontractors, where applicable, to withhold
all required taxes and contributions of any federal, state or local taxing authority which is
measured by wages, salaries or other remuneration of its employees or the employees of its
subcontractors. Supplier will deposit, or cause to be deposited, in a timely manner with the
appropriate taxing authorities all amounts required to be withheld.
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
314
Contract No. A48790
5
Revised 01-2024
C. All other taxes, however denominated or measured, imposed upon the price of the
Goods provided hereunder, will be the responsibility of Supplier. In addition, all taxes assessed
by any taxing jurisdiction based on Supplier property used or consumed in the provision of the
Goods such as and including ad valorem, use, personal property and inventory taxes will be the
responsibility of Supplier.
D. Supplier will, upon written request, submit to the City written evidence of any filings
or payments of all taxes required to be paid by Supplier hereunder.
Section 10. Independent Contractor.
Supplier enters into this Agreement as an independent contractor and not as an employee
of the City. Supplier shall have no power or authority by this Agreement to bind the City in any
respect. Nothing in this Agreement shall be construed to be inconsistent with this relationship or
status. All employees, agents, contractors, or subcontractors hired or retained by the Supplier are
employees, agents, contractors, or subcontractors of the Supplier and not of the City. The City
shall not be obligated in any way to pay any wage claims or other claims made against Supplier
by any such employees, agents, contractors or subcontractors or any other person resulting from
performance of this Agreement.
Section 11. Subcontracts.
Unless otherwise specified, Supplier must obtain City’s written permission before
subcontracting any portion of the Goods. Except for the insurance requirements in Section 14.A,
all subcontracts and orders for the purchase or rental of supplies, materials or equipment, or any
other part of the Goods, will require that the subcontractor be bound by and subject to all of the
terms and conditions of the Agreement. No subcontract or order will relieve Supplier from its
obligations to the City, including, but not limited to Supplier’s insurance and indemnification
obligations. No subcontract or order will bind City.
Section 12. Title And Risk Of Loss.
Unless otherwise agreed, the City will have title to, and risk of loss of, all completed and
partially completed portions of the Goods upon delivery, as well as materials delivered to and
stored on City property which are intended to become a part of the Goods. However, Supplier will
be liable for any loss or damage to the Goods and/or the materials caused by Supplier or its
subcontractors, their agents or employees, and Supplier will replace or repair said Goods or
materials at its own cost to the complete satisfaction of the City. Notwithstanding the foregoing,
in the event that the City has paid Supplier for all or a portion of the Goods which remains in the
possession of Supplier, then the City shall have title to, and the right to take possession of, such
Goods at any time following payment therefor. Risk of loss for any Goods which remains in the
possession of Supplier shall remain with Supplier until such Goods has been delivered or City
has taken possession thereof. Supplier will have risk of loss or damage to Supplier’s property
used in the construction of the Goods, but which does not become a part of the Goods.
Section 13. Indemnification.
A. Supplier shall defend, indemnify and hold the City of Palm Desert (“City”), and their
officials, officers, employees, volunteers, representatives and agents free and harmless from any
and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in
law or equity, to property or persons, including wrongful death, in any manner arising out of or
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
315
Contract No. A48790
6
Revised 01-2024
incident to any alleged acts, omissions, negligence or willful misconduct of Supplier, its officials,
officers, employees, agents, subcontractors, and subconsultants arising out of or in connection
with the Goods or the performance of this Agreement, including without limitation the payment of
all damages and attorneys’ fees and other related costs and expenses except such loss or
damage which was caused by the sole negligence or willful misconduct of the City.
B. Supplier’s defense obligation for any and all such aforesaid suits, actions or other
legal proceedings of every kind that may be brought or instituted against the City, and their
officials, officers, employees, agents, representatives or volunteers shall be at Supplier’s own
cost, expense, and risk. Supplier shall pay and satisfy any judgment, award, or decree that may
be rendered against the City or its officials, officers, employees, agents, representatives, or
volunteers, in any such suit, action, or other legal proceeding. Supplier shall reimburse the City
and their officials, officers, employees, agents, representatives and/or volunteers, for any and all
legal expenses and costs incurred by each of them in connection therewith or in enforcing the
indemnity herein provided.
C. Supplier’s obligation to indemnify shall not be restricted to insurance proceeds, if
any, received by the City, and their officials, officers, employees, agents, representatives, or
volunteers.
Section 14. Insurance.
A. General. Supplier shall take out and maintain:
1. Commercial General Liability Insurance, of at least $1,000,000 per
occurrence/ $2,000,000 aggregate for bodily injury, personal injury and property damage, at
least as broad as Insurance Services Office Commercial General Liability most recent
Occurrence Form CG 00 01;
2. Automobile Liability Insurance for bodily injury and property damage
including coverage for owned, non-owned and hired vehicles, of at least $1,000,000 per
accident for bodily injury and property damage, at least as broad as most recent Insurance
Services Office Form Number CA 00 01 covering automobile liability, Code 1 (any auto);
3. Workers’ Compensation in compliance with applicable statutory
requirements and Employer's Liability Coverage of at least $1,000,000 per occurrence; and
4. Pollution Liability Insurance of at least $1,000,000 per occurrence and
$2,000,000 aggregate shall be provided by the Supplier if transporting hazardous materials.
5. If Supplier is also the manufacturer of any equipment included in the Goods,
Supplier shall carry Product Liability and/or Errors and Omissions Insurance which covers
said equipment with limits of not less than $1,000,000.
B. Additional Insured; Primary; Waiver of Subrogation; No Limitation on Coverage.
The policies required under this Section shall give the City, and their officials, officers, employees,
agents, representatives, or volunteers additional insured status. Such policies shall contain a
provision stating that Supplier’s policy is primary insurance and that any insurance, self-insurance
or other coverage maintained by the City, or any additional insureds shall not be called upon to
contribute to any loss and shall contain or be endorsed with a waiver of subrogation in favor of
the City, and their officials, officers, employees, agents, representatives, and volunteers. The
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
316
Contract No. A48790
7
Revised 01-2024
limits set forth herein shall apply separately to each insured against whom claims are made or
suits are brought, except with respect to the limits of liability. Requirements of specific coverage
or limits contained in this section are not intended as a limitation on coverage, limits, or other
requirement, or a waiver of any coverage normally provided by any insurance. Any available
coverage shall be provided to the parties required to be named as additional insured pursuant to
this Agreement.
C. Insurance Carrier. All insurance required under this Section is to be placed with
insurers with a current A.M. Best’s rating no less than A-:VII, licensed to do business in California,
and satisfactory to the City.
D. Evidence of Insurance. Supplier shall furnish the City with original certificates of
insurance and endorsements effecting coverage required by the Agreement. The certificates and
endorsements for each insurance policy shall be signed by a person authorized by that insurer to
bind coverage on its behalf and shall be on forms supplied or approved by the City. All certificates
and endorsements must be received and approved by the City before delivery commences. The
City reserves the right to require complete, certified copies of all required insurance policies, at
any time.
E. Subcontractors. All subcontractors shall meet the requirements of this Section
before commencing work. In addition, Supplier shall include all subcontractors as insureds under
its policies or shall furnish separate certificates and endorsements for each subcontractor. All
coverages for subcontractors shall be subject to all of the requirements stated herein.
F. Freight. Supplier shall ensure that third party shippers contracted by Supplier have
adequate insurance coverage for the shipped Goods.
Section 15. Liens.
A. Supplier, subcontractors and any other suppliers will not make, file or maintain a
mechanic’s or other lien or claim of any kind or character against the Goods, for or on account of
any labor, materials, fixtures, tools, machinery, equipment, or any other things furnished, or any
other work done or performance given under, arising out of, or in any manner connected with the
Agreement (such liens or claims referred to as “Claims”); and Supplier, subcontractor and any
other suppliers expressly waive and relinquish any and all rights which they now have, or may
subsequently acquire, to file or maintain any Claim and Supplier, subcontractor and any other
suppliers agree that this provision waiving the right of Claims will be an independent covenant.
B. Supplier will save and hold City harmless from and against any and all Claims that
may be filed by a subcontractor, supplier or any other person or entity and Supplier will, at its own
expense, defend any and all actions based upon such Claims and will pay all charges of attorneys
and all costs and other expenses arising from such Claims.
Section 16. Termination Of Agreement By City.
A. Should Supplier at any time refuse or fail to deliver the Goods with promptness
and diligence, or to perform any of its other obligations under the Agreement, the City may
terminate Supplier’s right to proceed with the delivery of the Goods by written notice to Supplier.
In such event the City may obtain the Goods by whatever method it may deem expedient,
including the hiring of another contractor or other contractors and, for that purpose, may take
possession of all materials, machinery, equipment, tools, and appliances and exercise all rights,
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
317
Contract No. A48790
8
Revised 01-2024
options and privileges of Supplier. In such case Supplier will not be entitled to receive any further
payments until the Goods is delivered. If City’s cost of obtaining the Goods, including
compensation for additional managerial and administrative services, will exceed the unpaid
balance of the Agreement, Supplier will be liable for and will pay the difference to City.
B. City may, for its own convenience, terminate Supplier’s right to proceed with the
delivery of any portion or all of the Goods by written notice to Supplier. Such termination will be
effective in the manner specified in such notice, will be without prejudice to any claims which the
City may have against Supplier, and will not affect the obligations and duties of Supplier under
the Agreement with respect to portions of the Goods not terminated.
C. On receipt of notice under Section 16.B, Supplier will, with respect to the portion of
the Goods terminated, unless the notice states otherwise,
1. Immediately discontinue such portion of the Goods and the placing of
orders for materials, facilities, and supplies in connection with the Goods,
2. Unless otherwise directed by the City, make every reasonable effort to
procure cancellation of all existing orders or contracts upon terms satisfactory to City; and
3. Deliver only such portions of the Goods which the City deems necessary to
preserve and protect those portions of the Goods already in progress and to protect material,
plant and equipment at the Goods site or in transit to the Goods site.
D. Upon termination pursuant to Section 16.B, Supplier will be paid a pro rata portion
of the compensation in the Agreement for any portion of the terminated Goods already delivered,
including material and services for which it has made firm contracts which are not canceled, it
being understood that the City will be entitled to such material and services. Upon determination
of the amount of said pro rata compensation, City will promptly pay such amount to Supplier upon
delivery by Supplier of the releases of liens and affidavit, pursuant to Section 7.C.
Section 17. Force Majeure
A. Supplier shall not be held responsible for failure or delay in shipping nor City for
failure or delay in accepting goods described herein if such failure or delay is due to a Force
Majeure Event.
B. A Force Majeure Event shall mean an event that materially affects a Party’s
performance and is one or more of the following: (1) Acts of God or other natural disasters
occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of
governmental authorities (including, without limitation, unreasonable and unforeseeable delay in
the issuance of permits or approvals by governmental authorities that are required for the work);
(4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other organized labor
action occurring at the project site and the effects thereof on the work, only to the extent such
strikes and other organized labor action are beyond the control of Supplier and its subcontractors,
of every tier, and to the extent the effects thereof cannot be avoided by use of replacement
workers. For purposes of this section, “orders of governmental authorities,” includes ordinances,
emergency proclamations and orders, rules to protect the public health, welfare and safety, and
other actions of the City in its capacity as a municipal authority.
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
318
Contract No. A48790
9
Revised 01-2024
C. In the event of any such excused interference with shipments, the City shall have
the option either to reduce the quantity provided for in the order accordingly or to exercise its right
of cancellation as set forth in this Agreement.
Section 18. Miscellaneous Provisions.
A. 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 address as the
respective parties may provide in writing for this purpose:
Supplier: Quality Office Furnishings, Inc.
23825 Via Del Rio
Yorba Linda, CA 92887
ATTN: Kandee Mathews
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260-2578
ATTN: Ryan Lamb, Capital Projects
Such notice shall be deemed made when personally delivered or when mailed, forty-eight
(48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at
its applicable address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
B. Assignment or Transfer. Supplier shall not assign or transfer any interest in this
Agreement whether by assignment or novation, without the prior written consent of the City, which
will not be unreasonably withheld. Provided, however, that claims for money due or to become
due Supplier from the City under this Agreement may be assigned to a financial institution or to a
trustee in bankruptcy, without such approval. Notice of any assignment or transfer, whether
voluntary or involuntary, shall be furnished promptly to the City.
C. Successors and Assigns. This Agreement shall be binding on the successors and
assigns of the Parties.
D. Amendment; Modification. No supplement, modification, or amendment of this
Agreement shall be binding unless executed in writing and signed by both Parties.
E. Waiver. No waiver of any default shall constitute a waiver of any other default or
breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or
service voluntarily given or performed by a Party shall give the other Party any contractual rights
by custom, estoppel or otherwise.
F. Governing Law. This Agreement shall be governed by the laws of the State of
California. Venue shall be in Riverside County.
G. Attorneys’ Fees and Costs. If any action in law or equity, including an action for
declaratory relief, is brought to enforce or interpret the provisions of this Agreement, each Party
shall pay its own attorneys’ fees.
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
319
Contract No. A48790
10
Revised 01-2024
H. Interpretation. Since the Parties or their agents have participated fully in the
preparation of this Agreement, the language of this Agreement shall be construed simply,
according to its fair meaning, and not strictly for or against any Party.
I. No Third-Party Beneficiaries. There are no intended third-party beneficiaries of any
right or obligation assumed by the Parties.
J. Authority to Enter Agreement. Each Party warrants that the individuals who have
signed this Agreement have the legal power, right and authority to make this Agreement and bind
each respective Party.
K. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
L. Counterparts. This Agreement may be signed in counterparts, each of which shall
constitute an original.
M. City’s Right to Employ Other Suppliers. City reserves its right to employ other
contractors in connection with the Goods.
N. Entire Agreement. This Agreement constitutes the entire agreement between the
Parties relative to the Goods specified herein. There are no understandings, agreements,
conditions, representations, warranties or promises with respect to this Agreement, except those
contained in or referred to in the writing.
[SIGNATURES ON FOLLOWING PAGE]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
320
Contract No. A48790
11
Revised 01-2024
SIGNATURE PAGE TO GOODS AND EQUIPMENT PURCHASE AGREEMENT
BETWEEN THE CITY OF PALM DESERT
AND QUALITY OFFICE FURNISHINGS, INC.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date
first above written.
CITY OF PALM DESERT
By:
L. Todd Hileman
City Manager
Attest:
By:
Anthony J. Mejia
City Clerk
Approved as to form:
By:
Isra Shah
Best Best & Krieger LLP
QUALITY OFFICE FURNISHINGS, INC., A
CORPORATION
By:
Kandee Mathews
President C.E.O.
By:
Jason Sullivan
Vice President
City Clerk QC:
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
321
Contract No. A48790
Exhibit “A”
Revised 01-2024
Exhibit A
Goods Specifications
Exhibit A-1: City Manager Office & Human Resources
Exhibit A-2: City Manager Wardrobe
Exhibit A-3: Finance
Exhibit A-4: North Wing Hub & IT
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
322
A-
3
.
1
4
1
4
1
4 141
4141
KEY#150
KEY#151
KEY#152
AD
A
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
Description: South Wing | PHASE 1 2679-CPD_WIP3.cmdrw
1/2
PHASE 1
NOTE:
Starting with Key#150
10/29/2024 Abril Reyes
Project #:
Kandee Mathews
Designer:
Plot Date:
Approved By:
Page:Sales:
EXHIBIT A-1
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
323
3'
-
6
"
4 141
24
/
4
8
48
/
6
5
24/42
CS
24/48 48
/
6
5
18x30x28
48
/
4
2
48
48
/
4
2
48/42
36/42
BB
F
KEY#152
48/
2
4
15
/
4
8
15
/
4
8
VH30
IVH30
S4
8
S4
8
2'
-
6
"
6'
-
8
"
4'
-
2
"
5'
-
5
"
1'
-
3
"
6'
-
8
"
4
1
4
1
48/50
24
/
4
8
42
/
8
0
36
/
6
5
BBF
24/48
18
x
3
0
x
2
8
48
24
/
6
5
48/50
48
/
6
5
48
/
6
5
KEY#151
48/
2
4
G48 G48
KEY#150
KEY#151
KEY#152
AD
A
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: South Wing | PHASE 1
Abril Reyes
2679-CPD_WIP3.cmdrw
Panel Height
with Fabric Stacker
2/2
PHASE 1
10/29/2024
Panel Height
with Glass Stacker
Panel Height
Reception
Page:
Kandee Mathews
Project #:
Plot Date:
Sales:
Approved By:
Designer:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
324
24
"
36"
PROJECT: CITY OF PALM DESERT
Option B
(3) adj/removable
shelves, & (2) fixed.
Removable coat rod.
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: Wardrobe Storage 2745-CPD_WIP1.cmdrw
11/15/2024 Keshia Willett1/5Plot Date:
67"H
Kandee Mathews
Sales:
Project #:
Page:
Approved By:
Designer:
EXHIBIT A-2
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
325
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: CITY OF PALM DESERT
Description: Wardrobe Storage
Keshia Willett11/15/2024 2/5
2745-CPD_WIP1.cmdrw
Kandee Mathews
Approved By:Project #:
Plot Date:
Page:Designer:Sales:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
326
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: CITY OF PALM DESERT
Description: Wardrobe Storage
Keshia Willett3/511/15/2024
2745-CPD_WIP1.cmdrwApproved By:
Sales:
Project #:
Plot Date:
Designer:Page:
Kandee Mathews
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
327
PROJECT: CITY OF PALM DESERT
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: Wardrobe Storage
Keshia Willett4/511/15/2024
2745-CPD_WIP1.cmdrw
Kandee Mathews
Page:
Approved By:
Sales:Designer:
Project #:
Plot Date:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
328
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
CINDER PLATINUM METALLICSATIN NICKEL
PROJECT: CITY OF PALM DESERT
SILVER PEARL
Description: Wardrobe Storage
5/5 Keshia Willett11/15/2024
2745-CPD_WIP1.cmdrw
Sales:
Kandee Mathews
Project #:Approved By:
Designer:
Plot Date:
Page:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
329
1
4
1
4
1
4
1
4
1
4
1
4
4
1
4
1
4
1
4
1
44
22
44
22
2 222
44
4 444
22
2222
4444
2222
44
44
2 222
4444
2 222
AD
A
KEY#158
KEY#162
KEY#161
KEY#167
AD
A
ADA
KEY#163
KEY#159
KEY#155
KEY#169
KEY#164
KEY#156
KEY#165
KEY#166
KEY#157
KEY#168
KEY#154
KEY#160
KEY#153
5'-9"
7'-5"
5'-1"
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: North Wing | PHASE 3
Abril Reyes10/29/2024
PHASE 3
1/4
2756-CPD_WIP1.cmdrw
Page:
Project #:
Sales:
Kandee MathewsPlot Date:
Approved By:
Designer:
EXHIBIT A-3
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
330
5'
-
5
"
6'
-
8
"
1'
-
3
"
2 222
44
4 444
22
2222
4444
2222
44
44
2 222
4444
2 222
4
1
4
1
24
/
4
8
48
24/48
48
18
x
3
0
x
2
8
BBF
24
/
4
8
18
x
3
0
x
2
8
18
x
3
0
x
2
8
24/48
18
x
3
0
x
2
8
24/48
BBF
24
/
4
8
18x30x28
24
/
4
8
48
18
x
3
0
x
2
8
BBF
48
48
BBF
48
24
/
4
8
24/48
48
24/48
18
x
3
0
x
2
8
18
x
3
0
x
2
8
48
24/48
BBF
24
/
4
8
18
x
3
0
x
2
8
24/48
48
BBF
48
48
48
24/48
BBF
24
/
4
8
48
BB
F
BBF
BBF
18
x
3
0
x
2
8
24/48
48
48
24
/
4
8
48
48
24
/
4
8
24/48
24/48
24
/
4
8
24
/
4
8
48
BBF
18
x
3
0
x
2
8
KEY#156
KEY#162
KEY#161
KEY#157
KEY#163
KEY#159
KEY#155KEY#160
KEY#158
KEY#154
KEY#153
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48/2
4
48
48
5'-9"
7'-5"
2'
-
6
"
6'
-
8
"
4'
-
2
"
AD
A
KEY#158
KEY#162
KEY#161
KEY#167
AD
A
ADA
KEY#163
KEY#159
KEY#155
KEY#169
KEY#164
KEY#156
KEY#165
KEY#166
KEY#157
KEY#168
KEY#154
KEY#160
KEY#153
5'-9"
7'-5"
5'-1"
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: North Wing | PHASE 3
Abril Reyes
GLASS STACKER
Panel Height
with Glass Stacker
Panel Height
with Fabric Stacker
10/29/2024
2756-CPD_WIP1.cmdrw
**POWER POLES**
2/4
PHASE 3
Inside View
Project #:
Plot Date:Kandee Mathews
Page:Designer:Sales:
Approved By:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
331
44
22
44
22
24/48
48
18x30x28
BB
F
24
/
2
4
24/48
48
18x30x28
BB
F
24
/
2
4
KEY#164
AD
A
KEY#165
48/
2
4
48/
2
4
24
24
5'
-
5
"
6'
-
8
"
1'
-
3
"
AD
A
KEY#158
KEY#162
KEY#161
KEY#167
AD
A
ADA
KEY#163
KEY#159
KEY#155
KEY#169
KEY#164
KEY#156
KEY#165
KEY#166
KEY#157
KEY#168
KEY#154
KEY#160
KEY#153
5'-9"
7'-5"
5'-1"
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: North Wing | PHASE 3
PHASE 3
Inside View
10/29/2024
Panel Height
with Fabric Stacker
2756-CPD_WIP1.cmdrw
Abril Reyes3/4
Page:Designer:
Kandee Mathews
Sales:
Project #:
Plot Date:
Approved By:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
332
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
Description: FINISHES
4/4
Laminate Finish:
Kingswood Walnut
10/29/2024
Panel Fabric:
Centurion Fog
Abril Reyes
Panel, Storage Paint:
Light Gray
2756-CPD_WIP1.cmdrwProject #:
Kandee Mathews
Page:Sales:Designer:
Plot Date:
Approved By:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
333
4
1
4
1
44
22
44
22
1
4
1
4
1
4
1
4
1
4
1
4
4
1
4
1
2222
4444
4444
2222
4444
2 222
2 222
4 444
22
44
2 222
KEY#169
AD
A
KEY#166
KEY#157
KEY#167
KEY#165
KEY#162
AD
A
ADA
KEY#155
KEY#154
KEY#161
KEY#153
KEY#156
KEY#158
KEY#159
KEY#164
KEY#163
KEY#168
KEY#160
5'
-
7
"
5'-1"
5'-9"
7'-5"
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
Description: North Wing | PHASE 4
Abril Reyes10/29/2024 1/3
PHASE 4
2757-CPD_WIP1.cmdrw
Page:Designer:
Plot Date:
Approved By:
Sales:
Project #:
Kandee Mathews
EXHIBIT A-4
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
334
5'
-
5
"
1'
-
3
"
6'
-
8
"
KEY#169
AD
A
KEY#166
KEY#157
KEY#167
KEY#165
KEY#162
AD
A
ADA
KEY#155
KEY#154
KEY#161
KEY#153
KEY#156
KEY#158
KEY#159
KEY#164
KEY#163
KEY#168
KEY#160
5'-
7
"
5'-1"
5'-9"
7'-5"
44
1
4
1
4
1
4
1
4
1
4
1
4
4
1
4
1
48
48
24/48
24/48
24
/
4
8
18
x
3
0
x
2
8
48
18
x
3
0
x
2
8
48
BBF
BBF
24
/
4
8
18
x
3
0
x
2
8
18
x
3
0
x
2
8
24
/
4
8
48
48
BBF
BBF
24/48
48
48
24
/
4
8
24/48
KEY#169
KEY#167
KEY#168
KEY#166
48/2
4
48/
2
4
48/2
4
48/2
4
5'-1"
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
Description: North Wing | PHASE 4 2757-CPD_WIP1.cmdrw
2/310/29/2024 Abril Reyes
Panel Height
with Fabric Stacker
Inside ViewPHASE 4
Designer:
Kandee Mathews
Sales:Page:
Project #:Approved By:
Plot Date:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
335
23825 Via Del Rio
Yorba Linda, Ca 92887
P: 714.278.9801
www.qualityofficefurn.com
PROJECT: City of Palm Desert | 73510 Fred Waring Dr. | Palm Desert | CA, 92260
Description: FINISHES
3/3
Panel, Storage Paint:
Light Gray
10/29/2024
Panel Fabric:
Centurion Fog
Laminate Finish:
Kingswood Walnut
2757-CPD_WIP1.cmdrw
Abril ReyesPlot Date:
Page:Designer:
Project #:Approved By:
Kandee Mathews
Sales:
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
336
Contract No. A48790
Exhibit “B”
Revised 01-2024
Exhibit B
Delivery Schedule
(Dates subject to change upon City approval)
3/31/25 – 3/31/25 Phase 1: 2679-CPD_City Manager Office & Human Resources
3/31/25 – 3/31/25 Phase 1: 2745-CPD_City Manager Wardrobe
N/A Phase 2: Construction work only
6/4/25 – 6/5/25 Phase 3: 2756-CDP_Finance
7/10/25 – 7/11/25 Phase 4: 2757-CPD_North Wing Hub & IT
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
337
Contract No. A48790
Exhibit “C”
Revised 01-2024
Exhibit C
Fee Schedule
Exhibit C-1: 2679-CPD_City Manager Offices & Human Resources $ 17,843.31
Exhibit C-2: 2745-CPD_City Manager Wardrobe $ 1,840.60
Exhibit C-3: 2756-CDP_Finance $ 75,827.15
Exhibit C-4: 2757-CPD_North Wing Hub & IT $ 26,521.72
Total $122,032.78
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
338
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
PRESENTED TO:
Accounts Payable
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
appw@palmdesert.gov
Project Name / Location - TAG
PHASE 1 WORKSTATIONS
RFQ / BID #
PER REQUEST RYAN LAMB
DELIVERY / INSTALLATION LOCATION:
Ryan Lamb
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
PH: 760-776-6416
C: 760-832-3035
rlamb@palmdesert.gov
ESTIMATED LEAD TIME
6 WEEKS ARO
PROJECTED INSTALL
PER SCHEDULE (TBD)
REVISION #
WIP 3
DESIGNER
Abril Reyes
LABOR TYPE
PREVAILING
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HETP4224FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 42.5H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 102.51 $ 102.511
3.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 158.24 $ 474.722
3.00 Hon
HETP4248FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC42.5H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 128.88 $ 386.643
1.00 Hon
HETP4236FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 42.5H X 36W
$(A) = Grd A Fabric
$ 113.70 $ 113.704
17Page 1 of[initial|req|signer1]
EXHIBIT C-1Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
339
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
3.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 150
$ 97.54 $ 292.625
2.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 53.99 $ 107.986
1.00 Hon
HECS1
SINGLE CONNECTOR STRAP
-- TAG/LOCATION: KEY 150
$ 5.48 $ 5.487
1.00 Hon
HECVH30P $(P1) .Q
VARIABLE HEIGHT CONNECTOR KIT 30H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 27.12 $ 27.128
2.00 Hon
HEC42PLN $(P1) .Q
42.5H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 38.32 $ 76.649
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 150
$ 5.48 $ 21.9210
2.00 Hon
HSCKTPS .X
$ 7.46 $ 14.9211
17Page 2 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
340
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 150
1.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 13.44 $ 13.4412
6.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 23.14 $ 138.8413
1.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 20.40 $ 20.4014
2.00 Hon
HEFEC42P $(P1) .Q
PANEL FINISHED END COVERS 42.5H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 18.67 $ 37.3415
1.00 Hon
HEVHF30P $(P1) .Q
IN-LINE VARIABLE HEIGHT FINISHING KIT 30H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 27.12 $ 27.1216
1.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 150
$ 73.40 $ 73.4017
1.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
$ 46.52 $ 46.5218
17Page 3 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
341
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 150
1.00 Hon
HH879072
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 150
$ 77.88 $ 77.8819
1.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 150
$ 14.93 $ 14.9320
1.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 150
$ 14.93 $ 14.9321
1.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 150
$ 14.93 $ 14.9322
1.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 483.75 $ 483.7523
1.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 188.85 $ 188.8524
1.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 28.37 $ 28.3725
17Page 4 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
342
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HCTL241L $(P1) .Q
LEFT-HAND CANTILEVER 24 IN D
$(P1) = Select P1 Paint
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 15.43 $ 15.4326
1.00 Hon
HCTL241R $(P1) .Q
RIGHT-HAND CANTILEVER 24 IN D
$(P1) = Select P1 Paint
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 15.43 $ 15.4327
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 15.93 $ 95.5828
2.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 133.36 $ 266.7229
1.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 196.31 $ 196.3130
4.00 Hon
HECB42 $(P1) .Q
COUNTER TOP BRACKET FOR 42.5H PANELS
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 150
$ 18.42 $ 73.6831
17Page 5 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
343
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HBCSR1548P $(L1STD) .LKI1 .KI
SYSTEMS RAISED STRAIGHT COUNTERTOPS 48WX15D EDGEBAND
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
-- TAG/LOCATION: KEY 150
$ 98.52 $ 197.0432
1.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 150
$ 214.23 $ 214.2333
1.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 150
$ 75.14 $ 75.1434
3.00 Hon
HF23C .X150E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X150E = 150E
-- TAG/LOCATION: KEY 150
$ 16.18 $ 48.5435
1.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 123.40 $ 123.4036
4.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 158.24 $ 632.9637
17Page 6 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
344
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HETP5048FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 50H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 146.55 $ 293.1038
1.00 Hon
HETP6536FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 139.58 $ 139.5839
1.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 151
$ 73.64 $ 73.6440
4.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 151
$ 97.54 $ 390.1641
2.00 Hon
HES3048G $(P1) .Q .Q
GLASS STACKER 30H X 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 292.60 $ 585.2042
1.00 Hon
HES1536F $(A) .CU 03
FABRIC STACKER 15H X 36W
$ 85.35 $ 85.3543
17Page 7 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
345
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 151
4.00 Hon
HEC80PLN $(P1) .LOFT
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.LOFT = Loft
-- TAG/LOCATION: KEY 151
$ 53.99 $ 215.9644
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 151
$ 5.48 $ 21.9245
3.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 151
$ 7.46 $ 22.3846
1.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 13.44 $ 13.4447
6.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 23.14 $ 138.8448
1.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 20.40 $ 20.4049
2.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$ 24.88 $ 49.7650
17Page 8 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
346
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
1.00 Hon
HESDMK36 $(P1) .Q
ACCELERATE SLIDING DOOR FRAME 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 60.21 $ 60.2151
1.00 Hon
HH18042SD $(P1) .Q
ABOUND SLIDING DOOR 80H X 42W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 968.87 $ 968.8752
1.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 151
$ 73.40 $ 73.4053
1.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 151
$ 46.52 $ 46.5254
1.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 151
$ 14.93 $ 14.9355
1.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 151
$ 14.93 $ 14.9356
1.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 151
$ 14.93 $ 14.9357
17Page 9 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
347
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 483.75 $ 483.7558
2.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 28.37 $ 56.7459
1.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 188.85 $ 188.8560
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 15.93 $ 95.5861
2.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 133.36 $ 266.7262
1.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 151
$ 196.31 $ 196.3163
17Page 10 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
348
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 151
$ 214.23 $ 214.2364
1.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 151
$ 75.14 $ 75.1465
3.00 Hon
HF23C .X151E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X151E = 151E
-- TAG/LOCATION: KEY 151
$ 16.18 $ 48.5466
1.00 Hon
HETP4224FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 42.5H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 102.51 $ 102.5167
3.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 158.24 $ 474.7268
3.00 Hon
HETP4248FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC42.5H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
$ 128.88 $ 386.6469
17Page 11 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
349
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 152
1.00 Hon
HETP4236FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 42.5H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 113.70 $ 113.7070
3.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 152
$ 97.54 $ 292.6271
2.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 53.99 $ 107.9872
1.00 Hon
HECS1
SINGLE CONNECTOR STRAP
-- TAG/LOCATION: KEY 152
$ 5.48 $ 5.4873
1.00 Hon
HECVH30P $(P1) .Q
VARIABLE HEIGHT CONNECTOR KIT 30H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 27.12 $ 27.1274
2.00 Hon
HEC42PLN $(P1) .Q
42.5H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 38.32 $ 76.6475
17Page 12 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
350
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 152
$ 5.48 $ 21.9276
2.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 152
$ 7.46 $ 14.9277
1.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 13.44 $ 13.4478
6.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 23.14 $ 138.8479
1.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 20.40 $ 20.4080
2.00 Hon
HEFEC42P $(P1) .Q
PANEL FINISHED END COVERS 42.5H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 18.67 $ 37.3481
1.00 Hon
HEVHF30P $(P1) .Q
IN-LINE VARIABLE HEIGHT FINISHING KIT 30H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 27.12 $ 27.1282
17Page 13 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
351
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 152
$ 73.40 $ 73.4083
1.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 152
$ 46.52 $ 46.5284
1.00 Hon
HH879072
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 152
$ 77.88 $ 77.8885
1.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 152
$ 14.93 $ 14.9386
1.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 152
$ 14.93 $ 14.9387
1.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 152
$ 14.93 $ 14.9388
1.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 483.75 $ 483.7589
1.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
$ 188.85 $ 188.8590
17Page 14 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
352
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 152
1.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 28.37 $ 28.3791
1.00 Hon
HCTL241L $(P1) .Q
LEFT-HAND CANTILEVER 24 IN D
$(P1) = Select P1 Paint
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 15.43 $ 15.4392
1.00 Hon
HCTL241R $(P1) .Q
RIGHT-HAND CANTILEVER 24 IN D
$(P1) = Select P1 Paint
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 15.43 $ 15.4393
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 15.93 $ 95.5894
2.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 133.36 $ 266.7295
1.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 196.31 $ 196.3196
17Page 15 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
353
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HECB42 $(P1) .Q
COUNTER TOP BRACKET FOR 42.5H PANELS
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 152
$ 18.42 $ 73.6897
2.00 Hon
HBCSR1548P $(L1STD) .LKI1 .KI
SYSTEMS RAISED STRAIGHT COUNTERTOPS 48WX15D EDGEBAND
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
-- TAG/LOCATION: KEY 152
$ 98.52 $ 197.0498
1.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 152
$ 214.23 $ 214.2399
1.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 152
$ 75.14 $ 75.14100
3.00 Hon
HF23C .X152E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X152E = 152E
-- TAG/LOCATION: KEY 152
$ 16.18 $ 48.54101
DELIVERY & INSTALLATION
NORMAL BUSINESS HOURS M-F
PRODUCT IN STORAGE FOR MORE THAN 13-DAYS WILL HAVE TO BE
OPEN AND INSPECTED FOR FREIGHT DAMAGE
INSPECTION FEES WILL APPLY
STORAGE INCLUDED FOR UP TO 30-DAYS
AFTER 30-DAYS STORAGE FEES WILL APPLY
INCLUDES TRUCK FEES & FUEL SURCHARGE
TRASH REMOVAL
102
17Page 16 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
354
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2679-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
WE ARE PLEASED TO QUOTE THE FOLLOWING ITEMS FOR YOUR APPROVAL. THESE ITEMS ARE SUBJECT TO THE TERMS AND CONDITIONS OF THE SALE WHICH ARE PART OF THIS
AGREEMENT. THE MERCHANDISE WILL BE ORDERED UPON RECEIPT OF THIS SIGNED CONTRACT AND DEPOSIT. THIS OFFER WILL EXPIRE 30 DAYS FROM THE QUOTATION DATE. THIS
QUOTATION, WHEN ACCEPTED IS A CONTRACT BINDING ON BOTH PARTIES AND IS NOT SUBJECT TO CHANGE OR CANCELLATION EXCEPT BY WRITTEN CONSENT BY BOTH PARTIES.
SUBTOTAL $13,631.84
FREIGHT $0.00
LABOR INSTALLATION $3,155.00
LABOR ASSEMBLY (T)$0.00
SALES TAX (7.75%)$1,056.47
TOTAL $17,843.31
DEPOSIT REQUESTED $0.00
x Date 12/10/24
Kandee Mathews
Quality Office Furnishings
x Date
Title
CITY OF PALM DESERT
Page 17 of 17
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
355
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/12/24 2745-CPD
Kandee Mathews Net 30
PRESENTED TO:
Accounts Payable
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
appw@palmdesert.gov
Project Name / Location - TAG
WARDROBE - CITY MANAGER
RFQ / BID #
REQUESTED BY RYAN LAMB
DELIVERY / INSTALLATION LOCATION:
Ryan Lamb
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
PH: 760-776-6416
C: 760-832-3035
rlamb@palmdesert.gov
ESTIMATED LEAD TIME
8 WEEKS ARO
PROJECTED INSTALL
ON RECEIPT
REVISION #
WIP1
DESIGNER
Keshia Boyes
LABOR TYPE
PREVAILING
ITEM #QTY IMAGE PRODUCT UNIT PRICE EXT. PRICE
1.00 Kimball Office Inc.
53K3667VHHL 89_462 KRB AC2 AC2
PRIORITY, 36WX67H, DOUBLE DOOR, WARDROBE
RIGHT, SHELF LEFT, LAM
89_462 = STUDIO,CINDER
KRB = RDM CORE INCL,NOT INSTL,BLACK
AC2 = AUTUMN
AC2 = AUTUMN
-- TAG/LOCATION: OPT B
$ 1,499.40 $ 1,499.401
DELIVERY & INSTALLATION
NORMAL BUSINESS HOURS M-F
PRODUCT IN STORAGE FOR MORE THAN 13-DAYS
WILL HAVE TO BE OPEN AND INSPECTED FOR
FREIGHT DAMAGE
INSPECTION FEES WILL APPLY
STORAGE INCLUDED FOR UP TO 30-DAYS
AFTER 30-DAYS STORAGE FEES WILL APPLY
INCLUDES TRUCK FEES & FUEL SURCHARGE
TRASH REMOVAL
2
2Page 1 of[initial|req|signer1]
EXHIBIT C-2Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
356
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/12/24 2745-CPD
Kandee Mathews Net 30
ITEM #QTY IMAGE PRODUCT UNIT PRICE EXT. PRICE
WE ARE PLEASED TO QUOTE THE FOLLOWING ITEMS FOR YOUR APPROVAL. THESE ITEMS ARE SUBJECT TO THE TERMS AND CONDITIONS OF THE SALE WHICH ARE PART OF THIS
AGREEMENT. THE MERCHANDISE WILL BE ORDERED UPON RECEIPT OF THIS SIGNED CONTRACT AND DEPOSIT. THIS OFFER WILL EXPIRE 30 DAYS FROM THE QUOTATION DATE. THIS
QUOTATION, WHEN ACCEPTED IS A CONTRACT BINDING ON BOTH PARTIES AND IS NOT SUBJECT TO CHANGE OR CANCELLATION EXCEPT BY WRITTEN CONSENT BY BOTH PARTIES.
SUBTOTAL $1,499.40
FREIGHT $0.00
LABOR INSTALLATION $225.00
LABOR ASSEMBLY (T)$0.00
SALES TAX (7.75%)$116.20
TOTAL $1,840.60
DEPOSIT REQUESTED $0.00
x Date 12/12/24
Kandee Mathews
Quality Office Furnishings
x Date
Title
CITY OF PALM DESERT
Page 2 of 2
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
357
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
PRESENTED TO:
Accounts Payable
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
appw@palmdesert.gov
Project Name / Location - TAG
PHASE 3 WORKSTATIONS
RFQ / BID #
PER REQUEST RYAN LAMB
DELIVERY / INSTALLATION LOCATION:
Ryan Lamb
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
PH: 760-776-6416
C: 760-832-3035
rlamb@palmdesert.gov
ESTIMATED LEAD TIME
6 WEEKS ARO
PROJECTED INSTALL
PER SCHEDULE (TBD)
REVISION #
WIP 1
DESIGNER
Abril Reyes
LABOR TYPE
PREVAILING
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 123.40 $ 123.401
4.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 158.24 $ 632.962
2.00 Hon
HETP5048FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 50H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 146.55 $ 293.103
1.00 Hon
HETP6536FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 36W
$(A) = Grd A Fabric
$ 139.58 $ 139.584
18Page 1 of[initial|req|signer1]
EXHIBIT C-3Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
358
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
1.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 153
$ 73.64 $ 73.645
4.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 153
$ 97.54 $ 390.166
2.00 Hon
HES3048G $(P1) .Q .Q
GLASS STACKER 30H X 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 292.60 $ 585.207
1.00 Hon
HES1536F $(A) .CU 03
FABRIC STACKER 15H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 153
$ 85.35 $ 85.358
4.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 53.99 $ 215.969
4.00 Hon
HECSL
$ 5.48 $ 21.9210
18Page 2 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
359
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 153
3.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 153
$ 7.46 $ 22.3811
1.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 13.44 $ 13.4412
6.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 23.14 $ 138.8413
1.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 20.40 $ 20.4014
2.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 24.88 $ 49.7615
1.00 Hon
HESDMK36 $(P1) .Q
ACCELERATE SLIDING DOOR FRAME 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 60.21 $ 60.2116
1.00 Hon
HH18042SD $(P1) .Q
ABOUND SLIDING DOOR 80H X 42W
$ 968.87 $ 968.8717
18Page 3 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
360
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
1.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 153
$ 73.40 $ 73.4018
1.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 153
$ 46.52 $ 46.5219
1.00 Hon
HH879072
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 153
$ 77.88 $ 77.8820
1.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 153
$ 14.93 $ 14.9321
1.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 153
$ 14.93 $ 14.9322
1.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 153
$ 14.93 $ 14.9323
1.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 483.75 $ 483.7524
18Page 4 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
361
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 28.37 $ 56.7425
1.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 188.85 $ 188.8526
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 15.93 $ 95.5827
2.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 133.36 $ 266.7228
1.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 153
$ 196.31 $ 196.3129
1.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 153
$ 214.23 $ 214.2330
18Page 5 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
362
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
1.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 153
$ 75.14 $ 75.1431
3.00 Hon
HF23C .X153E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X153E = 153E
-- TAG/LOCATION: KEY 153
$ 16.18 $ 48.5432
10.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 123.40 $ 1,234.0033
32.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 158.24 $ 5,063.6834
10.00 Hon
HETP6536FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 139.58 $ 1,395.8035
2.00 Hon
HETP5048FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 50H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$ 146.55 $ 293.1036
18Page 6 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
363
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
10.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 154-163
$ 73.64 $ 736.4037
32.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 154-163
$ 97.54 $ 3,121.2838
10.00 Hon
HES1536F $(A) .CU 03
FABRIC STACKER 15H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 154-163
$ 85.35 $ 853.5039
2.00 Hon
HES3048G $(P1) .Q .Q
GLASS STACKER 30H X 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 292.60 $ 585.2040
4.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 53.99 $ 215.9641
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 154-163
$ 5.48 $ 21.9242
18Page 7 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
364
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
10.00 Hon
HEC80PTN $(P1) .Q
80H T CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 52.25 $ 522.5043
10.00 Hon
HECST
T CONNECTOR STRAP
-- TAG/LOCATION: KEY 154-163
$ 7.96 $ 79.6044
4.00 Hon
HEC80PXN $(P1) .Q
80H X CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 50.26 $ 201.0445
4.00 Hon
HECSX
X CONNECTOR STRAP
-- TAG/LOCATION: KEY 154-163
$ 9.20 $ 36.8046
6.00 Hon
HECS1
SINGLE CONNECTOR STRAP
-- TAG/LOCATION: KEY 154-163
$ 5.48 $ 32.8847
17.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 154-163
$ 7.46 $ 126.8248
10.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 13.44 $ 134.4049
32.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
$ 23.14 $ 740.4850
18Page 8 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
365
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 154-163
10.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 20.40 $ 204.0051
20.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 24.88 $ 497.6052
10.00 Hon
HESDMK36 $(P1) .Q
ACCELERATE SLIDING DOOR FRAME 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 60.21 $ 602.1053
10.00 Hon
HH18042SD $(P1) .Q
ABOUND SLIDING DOOR 80H X 42W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 968.87 $ 9,688.7054
2.00 Hon
HECPP156 $(P1) .Q
INTEGRATED POWER POLE 13H 2IN X 2IN
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 225.18 $ 450.3655
2.00 Hon
HH871918
CEILING IN-FEED CABLE BASE 216IN LONG SEPARATE
-- TAG/LOCATION: KEY 154-163
$ 105.00 $ 210.0056
5.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 154-163
$ 73.40 $ 367.0057
18Page 9 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
366
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
5.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 154-163
$ 46.52 $ 232.6058
10.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 154-163
$ 14.93 $ 149.3059
10.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 154-163
$ 14.93 $ 149.3060
10.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 154-163
$ 14.93 $ 149.3061
10.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 483.75 $ 4,837.5062
20.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 28.37 $ 567.4063
10.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 188.85 $ 1,888.5064
18Page 10 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
367
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
40.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 15.93 $ 637.2065
20.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 133.36 $ 2,667.2066
10.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 154-163
$ 196.31 $ 1,963.1067
19.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 154-163
$ 214.23 $ 4,070.3768
19.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 154-163
$ 75.14 $ 1,427.6669
4.00 Hon
HF23C .X154E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X154E = 154E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7270
4.00 Hon
HF23C .X155E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
$ 16.18 $ 64.7271
18Page 11 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
368
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
.X155E = 155E
-- TAG/LOCATION: KEY 154-163
4.00 Hon
HF23C .X156E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X156E = 156E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7272
4.00 Hon
HF23C .X157E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X157E = 157E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7273
3.00 Hon
HF23C .X158E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X158E = 158E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 48.5474
4.00 Hon
HF23C .X159E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X159E = 159E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7275
4.00 Hon
HF23C .X160E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X160E = 160E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7276
4.00 Hon
HF23C .X161E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X161E = 161E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7277
4.00 Hon
HF23C .X162E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X162E = 162E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7278
18Page 12 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
369
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HF23C .X163E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X163E = 163E
-- TAG/LOCATION: KEY 154-163
$ 16.18 $ 64.7279
6.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 123.40 $ 740.4080
6.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 158.24 $ 949.4481
6.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 164-165
$ 73.64 $ 441.8482
6.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 164-165
$ 97.54 $ 585.2483
6.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
$ 53.99 $ 323.9484
18Page 13 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
370
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 164-165
6.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 164-165
$ 5.48 $ 32.8885
4.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
-- TAG/LOCATION: KEY 164-165
$ 7.46 $ 29.8486
6.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 13.44 $ 80.6487
6.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 23.14 $ 138.8488
4.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 24.88 $ 99.5289
2.00 Hon
HH871124
ELECTRICAL PASS-THRU CABLE 25-1/2W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 164-165
$ 44.29 $ 88.5890
2.00 Hon
HH871024
ELECTRICAL PASS-THRU W/O POWER BLOCK 24IN3-3 & 2-2
-- TAG/LOCATION: KEY 164-165
$ 40.81 $ 81.6291
2.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
$ 73.40 $ 146.8092
18Page 14 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
371
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 164-165
2.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 164-165
$ 46.52 $ 93.0493
2.00 Hon
HH879072
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 164-165
$ 77.88 $ 155.7694
2.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 164-165
$ 14.93 $ 29.8695
2.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 164-165
$ 14.93 $ 29.8696
2.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 164-165
$ 14.93 $ 29.8697
2.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 483.75 $ 967.5098
2.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 188.85 $ 377.7099
18Page 15 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
372
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 28.37 $ 113.48100
12.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 15.93 $ 191.16101
2.00 Hon
HWR2424P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECT WORKSURFACE EDGEBAND 24D X 24W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 101.01 $ 202.02102
2.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 196.31 $ 392.62103
2.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 164-165
$ 133.36 $ 266.72104
2.00 Hon
HRVOH24FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 24IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 164-165
$ 183.37 $ 366.74105
18Page 16 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
373
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 164-165
$ 214.23 $ 428.46106
2.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 164-165
$ 75.14 $ 150.28107
4.00 Hon
HF23C .X164E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X164E = 164E
-- TAG/LOCATION: KEY 164-165
$ 16.18 $ 64.72108
4.00 Hon
HF23C .X165E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X165E = 165E
-- TAG/LOCATION: KEY 164-165
$ 16.18 $ 64.72109
DELIVERY & INSTALLATION
NORMAL BUSINESS HOURS M-F
PRODUCT IN STORAGE FOR MORE THAN 13-DAYS WILL HAVE TO BE
OPEN AND INSPECTED FOR FREIGHT DAMAGE
INSPECTION FEES WILL APPLY
STORAGE INCLUDED FOR UP TO 30-DAYS
AFTER 30-DAYS STORAGE FEES WILL APPLY
INCLUDES TRUCK FEES & FUEL SURCHARGE
TRASH REMOVAL
110
18Page 17 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
374
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2756-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
WE ARE PLEASED TO QUOTE THE FOLLOWING ITEMS FOR YOUR APPROVAL. THESE ITEMS ARE SUBJECT TO THE TERMS AND CONDITIONS OF THE SALE WHICH ARE PART OF THIS
AGREEMENT. THE MERCHANDISE WILL BE ORDERED UPON RECEIPT OF THIS SIGNED CONTRACT AND DEPOSIT. THIS OFFER WILL EXPIRE 30 DAYS FROM THE QUOTATION DATE. THIS
QUOTATION, WHEN ACCEPTED IS A CONTRACT BINDING ON BOTH PARTIES AND IS NOT SUBJECT TO CHANGE OR CANCELLATION EXCEPT BY WRITTEN CONSENT BY BOTH PARTIES.
SUBTOTAL $60,153.27
FREIGHT $0.00
LABOR INSTALLATION $11,012.00
LABOR ASSEMBLY (T)$0.00
SALES TAX (7.75%)$4,661.88
TOTAL $75,827.15
DEPOSIT REQUESTED $0.00
x Date 12/10/24
Kandee Mathews
Quality Office Furnishings
x Date
Title
CITY OF PALM DESERT
Page 18 of 18
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
375
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
PRESENTED TO:
Accounts Payable
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
appw@palmdesert.gov
Project Name / Location - TAG
PHASE 4 WORKSTATIONS
RFQ / BID #
PER REQUEST RYAN LAMB
DELIVERY / INSTALLATION LOCATION:
Ryan Lamb
CITY OF PALM DESERT
73510 Fred Waring Drive
Palm Desert, CA 92260-2524
PH: 760-776-6416
C: 760-832-3035
rlamb@palmdesert.gov
ESTIMATED LEAD TIME
6 WEEKS ARO
PROJECTED INSTALL
PER SCHEDULE (TBD)
REVISION #
WIP 1
DESIGNER
Abril Reyes
LABOR TYPE
PREVAILING
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 123.40 $ 246.801
10.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 158.24 $ 1,582.402
2.00 Hon
HETP6536FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 139.58 $ 279.163
2.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
$ 73.64 $ 147.284
11Page 1 of[initial|req|signer1]
EXHIBIT C-4Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
376
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 166-167
10.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 166-167
$ 97.54 $ 975.405
2.00 Hon
HES1536F $(A) .CU 03
FABRIC STACKER 15H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 166-167
$ 85.35 $ 170.706
4.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 53.99 $ 215.967
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 166-167
$ 5.48 $ 21.928
2.00 Hon
HEC80PTN $(P1) .Q
80H T CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 52.25 $ 104.509
2.00 Hon
HECST
T CONNECTOR STRAP
-- TAG/LOCATION: KEY 166-167
$ 7.96 $ 15.9210
5.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
$ 7.46 $ 37.3011
11Page 2 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
377
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
.X = No Option
-- TAG/LOCATION: KEY 166-167
2.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 13.44 $ 26.8812
10.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 23.14 $ 231.4013
2.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 20.40 $ 40.8014
4.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 24.88 $ 99.5215
2.00 Hon
HESDMK36 $(P1) .Q
ACCELERATE SLIDING DOOR FRAME 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 60.21 $ 120.4216
2.00 Hon
HH18042SD $(P1) .Q
ABOUND SLIDING DOOR 80H X 42W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 968.87 $ 1,937.7417
1.00 Hon
HH879072
$ 77.88 $ 77.8818
11Page 3 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
378
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 166-167
2.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 166-167
$ 46.52 $ 93.0419
2.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 166-167
$ 73.40 $ 146.8020
2.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 166-167
$ 14.93 $ 29.8621
2.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 166-167
$ 14.93 $ 29.8622
2.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 166-167
$ 14.93 $ 29.8623
2.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 483.75 $ 967.5024
4.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 28.37 $ 113.4825
11Page 4 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
379
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 188.85 $ 377.7026
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 15.93 $ 95.5827
4.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 133.36 $ 533.4428
2.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 166-167
$ 196.31 $ 392.6229
4.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 166-167
$ 214.23 $ 856.9230
4.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 166-167
$ 75.14 $ 300.5631
11Page 5 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
380
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HF23C .X166E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X166E = 166E
-- TAG/LOCATION: KEY 166-167
$ 16.18 $ 64.7232
4.00 Hon
HF23C .X167E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X167E = 167E
-- TAG/LOCATION: KEY 166-167
$ 16.18 $ 64.7233
2.00 Hon
HETP6524FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 24W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 123.40 $ 246.8034
10.00 Hon
HETP6548FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 158.24 $ 1,582.4035
2.00 Hon
HETP6536FP $(A) .CU 03 $(P1) .Q
TACKABLE PANEL W/O TC 65H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 139.58 $ 279.1636
2.00 Hon
HES1524F $(A) .CU 03
FABRIC STACKER 15H X 24W
$(A) = Grd A Fabric
.CU = Centurion
$ 73.64 $ 147.2837
11Page 6 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
381
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
03 = Fog
-- TAG/LOCATION: KEY 168-169
10.00 Hon
HES1548F $(A) .CU 03
FABRIC STACKER 15H X 48W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 168-169
$ 97.54 $ 975.4038
2.00 Hon
HES1536F $(A) .CU 03
FABRIC STACKER 15H X 36W
$(A) = Grd A Fabric
.CU = Centurion
03 = Fog
-- TAG/LOCATION: KEY 168-169
$ 85.35 $ 170.7039
4.00 Hon
HEC80PLN $(P1) .Q
80H L CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 53.99 $ 215.9640
4.00 Hon
HECSL
L CONNECTOR STRAP
-- TAG/LOCATION: KEY 168-169
$ 5.48 $ 21.9241
2.00 Hon
HEC80PTN $(P1) .Q
80H T CONNECTOR POST
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 52.25 $ 104.5042
2.00 Hon
HECST
T CONNECTOR STRAP
-- TAG/LOCATION: KEY 168-169
$ 7.96 $ 15.9243
5.00 Hon
HSCKTPS .X
STRAIGHT CONNECTOR KIT
.X = No Option
$ 7.46 $ 37.3044
11Page 7 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
382
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 168-169
2.00 Hon
HETC24 $(P1) .Q
PANEL TOP CAP 24W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 13.44 $ 26.8845
10.00 Hon
HETC48 $(P1) .Q
PANEL TOP CAP 48W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 23.14 $ 231.4046
2.00 Hon
HETC36 $(P1) .Q
PANEL TOP CAP 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 20.40 $ 40.8047
4.00 Hon
HEFEC80P $(P1) .Q
PANEL FINISHED END COVERS 80H
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 24.88 $ 99.5248
2.00 Hon
HESDMK36 $(P1) .Q
ACCELERATE SLIDING DOOR FRAME 36W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 60.21 $ 120.4249
2.00 Hon
HH18042SD $(P1) .Q
ABOUND SLIDING DOOR 80H X 42W
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 968.87 $ 1,937.7450
1.00 Hon
HH879072
BASE IN-FEED CABLE BASE 3-1 & 2-2 SYSTEMS
$ 77.88 $ 77.8851
11Page 8 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
383
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
-- TAG/LOCATION: KEY 168-169
2.00 Hon
HH871148
ELECTRICAL PASS-THRU CABLE 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 168-169
$ 46.52 $ 93.0452
2.00 Hon
HH871248
ELECTRICAL POWER HARNESS 48W 3-1 & 2-2 SYSTEMS
-- TAG/LOCATION: KEY 168-169
$ 73.40 $ 146.8053
2.00 Hon
HH871501 .LOFT
DUPLEX RECEPTACLE CIRCUIT 1 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 168-169
$ 14.93 $ 29.8654
2.00 Hon
HH871504 .LOFT
DUPLEX RECEPTACLE CIRCUIT 4 3-1 & 2-2 SYSTEMS
.LOFT = Loft
-- TAG/LOCATION: KEY 168-169
$ 14.93 $ 29.8655
2.00 Hon
HH871502 .LOFT
DUPLEX RECEPTACLE CIRCUIT 2 3-1 & 2-2 SYSTEMS
.LOFT = PAINT: Loft
-- TAG/LOCATION: KEY 168-169
$ 14.93 $ 29.8656
2.00 Hon
H872 .L $(P1) .Q
BRIGADE 800 SERIES LATERAL FILE 2 DRAWER 30W
.L = Standard Random Key Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 483.75 $ 967.5057
4.00 Hon
HCTL242 $(P1) .Q
24D CANTILEVER ONE PAIR
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 28.37 $ 113.4858
11Page 9 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
384
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
2.00 Hon
HVFB23R .L $(P1) .Q
BOX/BOX/FILE 28H X 22 7/8D X 15W
.L = Lock
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 188.85 $ 377.7059
6.00 Hon
HWSB2 $(P1) .Q
WORKSURFACE BRACKET KIT
$(P1) = P1 Paint Opts
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 15.93 $ 95.5860
4.00 Hon
HWR2448P $(L1STD) .LKI1 .KI .Q
SYSTEMS RECTANGULAR WORKSURFACE EDGEBAND 24D X 48W
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 133.36 $ 533.4461
2.00 Hon
HWC4824P $(L1STD) .LKI1 .KI .Q
SYSTEMS CORNER WORKSURFACE 48WX24D EDGEBAND CURVED
$(L1STD) = Grd L1 Standard Laminates
.LKI1 = Kingswood Walnut
.KI = Kingswood Walnut
.Q = Light Gray
-- TAG/LOCATION: KEY 168-169
$ 196.31 $ 392.6262
4.00 Hon
HRVOH48FM $(P1) .Q .L
ABOUND OVERHEAD-METAL FLIPPER DOOR 48IN
$(P1) = P1 Paint Opts
.Q = Light Gray
.L = Lock
-- TAG/LOCATION: KEY 168-169
$ 214.23 $ 856.9263
4.00 Hon
HH870924
TASKLIGHT 24W
-- TAG/LOCATION: KEY 168-169
$ 75.14 $ 300.5664
11Page 10 of[initial|req|signer1]
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
385
QUALITY OFFICE FURNISHINGS, INC.
23825 Via Del Rio
Yorba Linda, CA, 92887
T: (714) 278-9801 F:
Email cs@qualityofficefurn.com
Quality Office Furnishings is a woman owned, small business
PROPOSAL
DATE PROPOSAL #
ACCOUNT MGR PAYMENT TERMS
12/10/24 2757-CPD
Kandee Mathews Net 30
ITEM #QTY PRODUCT UNIT PRICE EXT. PRICE
4.00 Hon
HF23C .X168E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X168E = 168E
-- TAG/LOCATION: KEY 168-169
$ 16.18 $ 64.7265
4.00 Hon
HF23C .X169E
LOCK CORE REPLACEMENT KIT BRUSHED CHROME
.X169E = 169E
-- TAG/LOCATION: KEY 168-169
$ 16.18 $ 64.7266
DELIVERY & INSTALLATION
NORMAL BUSINESS HOURS M-F
PRODUCT IN STORAGE FOR MORE THAN 13-DAYS WILL HAVE TO BE
OPEN AND INSPECTED FOR FREIGHT DAMAGE
INSPECTION FEES WILL APPLY
STORAGE INCLUDED FOR UP TO 30-DAYS
AFTER 30-DAYS STORAGE FEES WILL APPLY
INCLUDES TRUCK FEES & FUEL SURCHARGE
TRASH REMOVAL
67
WE ARE PLEASED TO QUOTE THE FOLLOWING ITEMS FOR YOUR APPROVAL. THESE ITEMS ARE SUBJECT TO THE TERMS AND CONDITIONS OF THE SALE WHICH ARE PART OF THIS
AGREEMENT. THE MERCHANDISE WILL BE ORDERED UPON RECEIPT OF THIS SIGNED CONTRACT AND DEPOSIT. THIS OFFER WILL EXPIRE 30 DAYS FROM THE QUOTATION DATE. THIS
QUOTATION, WHEN ACCEPTED IS A CONTRACT BINDING ON BOTH PARTIES AND IS NOT SUBJECT TO CHANGE OR CANCELLATION EXCEPT BY WRITTEN CONSENT BY BOTH PARTIES.
SUBTOTAL $20,857.28
FREIGHT $0.00
LABOR INSTALLATION $4,048.00
LABOR ASSEMBLY (T)$0.00
SALES TAX (7.75%)$1,616.44
TOTAL $26,521.72
DEPOSIT REQUESTED $0.00
x Date 12/10/24
Kandee Mathews
Quality Office Furnishings
x Date
Title
CITY OF PALM DESERT
Page 11 of 11
Docusign Envelope ID: E9992F00-7D0A-41D6-B4BB-B966080B9B17
386
05.15.2025
Phase 1
New Carpet
Approx. 3,700 SF
General Notes:
1. Modify t-bar ceiling at all locations of
new and demo'd walls.
2. Safe off and remove all power and data
in walls being demo'd. (Not all power and
data locations are shown on this plan.
Contractor to field verify.)
3. Patch and refinish drywall at all demo
locations. Wall finish at all patches and
new walls to match existing.
4. Connect new cubicles to building
power.
5. Run data through new cubicles and
connect to building.
6. Plans reflect layout for new cubicles.
Contractor to field verify existing office
furniture and cubicles to be relocated and/
or removed.
7. New paint throughout all areas of work
HUMAN
RESOURCES
CITY
CLERK
CITY
MANAGER
Demo existing wall
New walls, door,
power & data in red.
Re-wire existing light
fixtures to new
switch. Modify
mechanical supply/
return as needed.
60"60"
Approx. 14 SF
New Tile
Casework
Existing - Replace w/ New
Add New
Existing door to be
framed in
Elec.
Filing
See Sheet A3.1
387
Phase 2
New Carpet
Approx. 4,600 SF
Existing track
shelving to be
demo'd
Existing casework
to be demo'd
Phase 1
Raise Wall 6" to Ceiling
Casework
Existing - Replace w/ New
Existing shelving to
be demo'd
05.15.2025
388
Phase 3
New Carpet
Approx. 2,500 SF
Elec.Elec.Elec.
Data
Existing door to be
framed in
S
Reverse door
swing to be as
shown
New walls, door,
power & data in
red.
Re-wire existing
light fixtures to new
switch.
05.15.2025
389
Phase 4
Janitor
Mail
Existing casework
to be demo'd
Existing - Replace w/ New
Casework
Approx. 475 SF
New Tile
New Carpet
Approx. 1,600 SF
05.15.2025
390
Phase 5
Demo existing
partition wall
Repair floor trench
Demo existing wall
Existing door to be
framed inExisting door to be
framed in
New walls, door,
power & data in red.
Re-wire existing light
fixtures to new
switch. Modify
mechanical supply/
return as needed.
S S
New Carpet
Approx. 790 SF
Break Room
Bldg. Inspectors
05.15.2025
391
Phase 6
Approx. 875 SF
New Carpet
Storage
Existing ceiling mounted
track lights to be removed
05.15.2025
392
393
394
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Randy Chavez, Director of Public Works
SUBJECT: AUTHORIZE CITY MANAGER TO AWARD CONTRACT TO JEREMY
HARRIS CONSTRUCTION, INC., FOR NUISANCE SOIL REMOVAL
(PROJECT NO. SCC00001)
RECOMMENDATION:
1. Authorize the City Manager to award a construction agreement to Jeremy Harris
Construction, Inc., of Riverside, California, for the Nuisance Soil Removal Project for total
compensation of $529,998, plus $105,000 contingency for unforeseen conditions.
2. Authorize the City Attorney to make necessary non-monetary changes to the agreement.
3. Authorize the City Manager to execute the agreement and any written requests for change
orders up to the contingency amount, amendments, and any other documents necessary to
effectuate this action, in accordance with Palm Desert Municipa l Code Section 3.30.170.
4. Authorize the City Manager to execute the Notice of Completion (NOC) and the City Clerk to
file the NOC upon satisfactory completion of the Project.
5. Reject all bids opened on October 29, 2024.
BACKGROUND/ANALYSIS:
The subject property, a privately owned parcel, formerly part of a golf course, is located within
the boundaries of California Drive to the south, Kentucky Avenue to the west and north, and
Tennessee Avenue to the east. Approximately 12,000 cubic yards of stockpiled so il remains on-
site. The accumulated soil has generated significant concern among neighboring residents due
to its appearance, potential environmental impacts, and perceived nuisance.
To address these concerns, the City of Palm Desert (City ) initiated legal proceedings to obtain
court authorization for site access and recovery of cleanup costs from the property owner. While
the legal case was pending, the City moved forward with a competitive bid process to ensure
readiness upon securing access.
The initial bid solicitation concluded with a public bid opening on October 29, 2024, during which
multiple competitive proposals were received. All bidders were advised that their submissions
must remain valid through April 27, 2025, to accommodate t he ongoing legal process. However,
because the lawsuit remained unresolved and the bid -hold period has since expired, the
previous bids are no longer valid. As a result, staff is requesting that the City Council formally
reject all expired bids.
DISCUSSION
Following the expiration of prior bids, staff issued a new Notice Inviting Bids (NIB) on May 16,
2025, through the City’s procurement platform, OpenGov (Project ID 2025-IFB-188) and closed
on June 17, 2025.
395
City of Palm Desert
Award Contract for Nuisance Soil Removal
Page 2 of 2
Three responsive bids were received with the following results:
Contractor Location Rank Total Bid
Staff found the bid from the lowest bidder, Jeremy Harris Construction, Inc., to be responsive
and recommend awarding the project to them in the amount of $529,998, with an additional
$105,000 contingency. In accordance with bid requirements, the contracto r has agreed to hold
their price for 270 days. Since the soil removal is related to a pending lawsuit, it is uncertain
whether the City will ultimately be required to complete the work. However, to be prepared and
respond as quickly as possible should the need arise, staff recommend that the City Council
authorize the City Manager to award the contract in the amounts stated above, without the need
for further Council action.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
The Public Works Department proposed Capital Improvement Project (CIP) List for Fiscal Year
2025/26 includes $650,000 for the Nuisance Soil Removal under Account No. 4004300-
4309000, Cap-Improvements. The construction cost including contingency totals $634,998;
therefore, there is no further financial impact to the general fund with this action.
ATTACHMENTS:
1. Construction Agreement
2. Payment and Performance Bonds
3. Proposal
396
Contract No. ___________
1
Revised 01-2024
BBK 72500.00001\32374943.1
CITY OF PALM DESERT
CONTRACT FOR CONSTRUCTION
This Agreement is made and entered into this __ day of ____, by and between the City of Palm
Desert, a municipal corporation organized under the laws of the State of California with its
principal place of business at 73-510 Fred Waring Drive, Palm Desert, California 92260-2578,
(“City”) and Jeremy Harris Construction, Inc, an S Corporation, with its principal place of
business at 3921 Alamo Street, Riverside, California 92501 ("Contractor").
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these
presents do covenant and agree with each other as follows:
ARTICLE 1. SCOPE OF WORK.
The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide
all labor, materials, equipment, tools, utility services, and transportation to complete
all of the Work required in strict compliance with the Contract Documents as specified
in Article 5, below, for the following Project:
Nuisance Soil Removal Project
Project No. SCC00001
(hereinafter referred to as “the Project”).
Contractor is an independent contractor and not an agent of the City. The Contractor and its
surety shall be liable to the City for any damages arising as a result of the Contractor’s failure to
comply with this obligation.
ARTICLE 2. TIME FOR COMPLETION.
Time is of the essence in the performance of the Work. The Work shall be commenced on the
date stated in the City’s Notice to Proceed. The Contractor shall complete all Work
required by the Contract Documents within 30 Days from the commencement date
stated in the Notice to Proceed. By its signature hereunder, Contractor agrees the time
for completion set forth above is adequate and reasonable to complete the Work.
ARTICLE 3. CONTRACT PRICE.
The City shall pay to the Contractor as full compensation for the performance of the Contract,
subject to any additions or deductions as provided in the Contract Documents,
including all applicable taxes and costs, the sum of Five Hundred Twenty-Nine
Thousand Nine Hundred Ninety-Eight Dollars ($529,998). Payment shall be made
as set forth in the General Conditions. The City will pay to Contractor compensation
based upon the prices set forth in the Bid Schedule.
ARTICLE 4. LIQUIDATED DAMAGES.
Contractor acknowledges that the City will sustain actual damages for each and every Day
completion of the Project is delayed beyond the Contract Time. Because of the nature
of the Project, it would be impracticable or extremely difficult to determine the City’s
actual damages. Accordingly, in accordance with Government Code section 53069.85,
it is agreed that the Contractor will pay the City the sum of $1,000.00 for each and
every Day of delay beyond the time prescribed in the Contract Documents for finishing
the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this
is not paid, the Contractor agrees the City may deduct that amount from any money
due or that may become due the Contractor under the Contract. This Section does not
397
Contract No. ___________
2
Revised 01-2024
BBK 72500.00001\32374943.1
exclude recovery of other damages specified in the Contract Documents. Liquidated
damages may be deducted from progress payments due Contractor, Project retention
or may be collected directly from Contractor, or from Contractor's surety. These
provisions for liquidated damages shall not prevent the City, in case of Contractor's
default, from terminating the Contractor.
ARTICLE 5. COMPONENT PARTS OF THE CONTRACT.
The “Contract Documents” include the following:
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid Acknowledgement
Bid Schedule
Bid Guarantee
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Declaration Form
Iran Contracting Act Certification
Public Works Contractor DIR Registration Certification
Performance Bond
Payment (Labor and Materials) Bond
Contract for Construction
General Conditions
Special Conditions
Specifications
Addenda
Construction Plans and Drawings
Standard Specifications for Public Works Construction “Greenbook”, latest edition, Except
Sections 1-9
Standard Plans of the City of Palm Desert, latest edition
Standard Plans for Public Works Construction, latest edition
Caltrans Standard Specifications, latest edition, Except Division 1
Caltrans Standard Plans, latest edition
California Manual on Traffic Control Devices for Streets and Highways (CAMUTCD), latest
edition
Work Area Traffic Control Handbook, latest edition
Reference Specifications
Approved and fully executed Change Orders
Permits
Any other documents contained in or incorporated into the Contract
The Contractor shall complete the Work in strict accordance with all of the Contract Documents.
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. In the event of conflict,
the various Contract Documents will be given effect in the order set forth in the General
Conditions. This Contract shall supersede any prior agreement of the parties.
398
Contract No. ___________
3
Revised 01-2024
BBK 72500.00001\32374943.1
ARTICLE 6. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE.
Each and every provision of law required to be included in these Contract Documents shall be
deemed to be included in these Contract Documents. The Contractor shall comply with
all requirements of applicable federal, state, and local laws, rules, and regulations,
including, but not limited to, the provisions of the California Labor Code and California
Public Contract Code which are applicable to this Work.
ARTICLE 7. INDEMNIFICATION AND INSURANCE
A. Indemnification
1. To the fullest extent permitted by law, Contractor shall immediately defend (with
counsel of the City’s choosing), indemnify, and hold harmless the City, its officials,
officers, agents, employees, and representatives, and each of them from and
against:
(a) Any and all claims, demands, causes of action, costs, expenses, injuries,
losses or liabilities, in law or in equity, of every kind or nature whatsoever, but
not limited to, injury to or death, including wrongful death, of any person, and
damages to or destruction of property of any person, arising out of, related to,
or in any manner directly or indirectly connected with the Work or this Contract,
including claims made by subcontractors for nonpayment, including without
limitation the payment of all consequential damages and attorney’s fees and
other related costs and expenses, however caused, regardless of whether the
allegations are false, fraudulent, or groundless, and regardless of any
negligence of the City or its officers, employees, or authorized volunteers
(including passive negligence), except the sole negligence or willful
misconduct or active negligence of the City or its officials, officers, employees,
or authorized volunteers;
(b) Contractor’s defense and indemnity obligation herein includes, but is not
limited to damages, fines, penalties, attorney’s fees and costs arising from
claims under the Americans with Disabilities Act (ADA) or other federal or state
disability access or discrimination laws arising from Contractor’s Work during
the course of construction of the improvements or after the Work is complete,
as the result of defects or negligence in Contractor’s construction of the
improvements;
(c) Any and all actions, proceedings, damages, costs, expenses, fines, penalties
or liabilities, in law or equity, of every kind or nature whatsoever, arising out of,
resulting from, or on account of the violation of any governmental law or
regulation, compliance with which is the responsibility of Contractor;
(d) Any and all losses, expenses, damages (including damages to the Work itself),
attorney’s fees, and other costs, including all costs of defense which any of
them may incur with respect to the failure, neglect, or refusal of Contractor to
faithfully perform the Work and all of Contractor’s obligations under Co ntract.
Such costs, expenses, and damages shall include all costs, including
attorney’s fees, incurred by the indemnified parties in any lawsuit to which they
are a party.
399
Contract No. ___________
4
Revised 01-2024
BBK 72500.00001\32374943.1
2. Contractor shall immediately defend, at Contractor’s own cost, expense and risk,
with the counsel of the City choosing, any and all such aforesaid suits, actions or
other legal proceedings of every kind that may be brought or instituted against the
City, its officials, officers, agents, employees and representatives. Contractor shall
pay and satisfy any judgment, award or decree that may be rendered against the
City, its officials, officers, employees, agents, employees, and representatives, in
any such suit, action or other legal proceeding. Contractor shall reimburse the City,
its officials, officers, agents, employees, and representatives for any and all legal
expenses and costs incurred by each of them in connection therewith or in
enforcing the indemnity herein provided. The only limitations on this provision shall
be those imposed by Civil Code section 2782.
3. The provisions of this Article shall survive the termination of this Contract
howsoever caused, and no payment, partial payment, or acceptance of occupancy
in whole or part of the Work shall waive or release any of the provisions of this
Article.
B. Insurance
Without limiting Contractor’s indemnification of City, and prior to commencement of Work,
Contractor shall obtain, provide, and maintain at its own expense during the term of this Contract,
policies of insurance of the type and amounts described below and in a form that is satisfactory
to City.
1. General Liability Insurance. Contractor shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office
form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000
general aggregate, for bodily injury, personal injury, and property damage, and a
$4,000,000 completed operations aggregate. The policy must include contractual
liability that has not been amended. Any endorsement restricting standard ISO
“insured contract” language will not be accepted.
2. Automobile Liability Insurance. Contractor shall maintain automobile insurance
at least as broad as Insurance Services Office form CA 00 01 covering bodily injury
and property damage for all activities of the Contractor arising out of or in
connection with Work to be performed under this Contract, including coverage for
any owned, hired, non-owned or rented vehicles, in an amount not less than
$1,000,000 combined single limit for each accident.
3. Umbrella or Excess Liability Insurance. Contractor may opt to utilize umbrella
or excess liability insurance in meeting insurance requirements. In such
circumstances, Contractor may obtain and maintain an umbrella or excess liability
insurance policy with limits that will provide bodily injury, personal injury, and
property damage liability coverage at least as broad as the primary coverages set
forth above, including commercial general liability, automotive liability and
employer’s liability. Such policy or policies shall include the following terms and
conditions:
A drop-down feature requiring the policy to respond in the event that any
primary insurance that would otherwise have applied proves to be uncollectible
in whole or in part for any reason;
400
Contract No. ___________
5
Revised 01-2024
BBK 72500.00001\32374943.1
(a) Pay on behalf of wording as opposed to reimbursement; and
(b) Concurrency of effective dates with primary policies; and
(c) Policies shall “follow form” to the underlying primary policies; and
(d) Insureds under primary policies shall also be insureds under the umbrella
or excess policies.
4. Workers’ Compensation Insurance. Contractor shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance
(with limits of at least $1,000,000) for Contractor’s employees in accordance with
the laws of the State of California, Section 3700 of the Labor Code. In addition,
Contractor shall require each subcontractor to similarly maintain Workers’
Compensation Insurance and Employer’s Liability Insurance in accordance with
the laws of the State of California, Section 3700 for all of the subcontractor’s
employees. Contractor shall submit to City, along with the certificate of insurance,
a Waiver of Subrogation endorsement in favor of the City, its officers, agents,
employees, and volunteers.
5. Fidelity Coverage. [Reserved].
6. Pollution Liability Insurance. Environmental Impairment Liability Insurance shall be
written on a Contractor’s Pollution Liability form or other form acceptable to the
City providing coverage for liability arising out of sudden, accidental, and gradual
pollution and remediation. The policy limit shall be no less than $1,000,000 dollars
per claim and in the aggregate. All activities contemplated in this Agreement shall
be specifically scheduled on the policy as “covered operations”. The policy shall
provide coverage for the hauling of waste from the Project site to the final disposal
location, including non-owned disposal sites.
C. Other Provisions or Requirements
1. Proof of Insurance. Contractor shall provide certificates of insurance to City as
evidence of the insurance coverage required herein, along with a waiver of
subrogation endorsement for workers’ compensation. Insurance certificates and
endorsements must be approved by City’s Risk Manager prior to commencement
of performance. Current certification of insurance shall be kept on file with City at
all times during the term of this contract. City reserves the right t o require complete,
certified copies of all required insurance policies, at any time.
2. Duration of Coverage. Contractor shall procure and maintain for the duration of the
contract insurance against claims for injuries to persons or damages to property,
which may arise from or in connection with the performance of the Work hereunder
by Contractor, its agents, representatives, employees, or subcontractors.
Contractor must maintain general liability and umbrella or excess liability insurance
for as long as there is a statutory exposure to completed operations claims. The
City and its officers, officials, employees, and agents shall continue as additional
insureds under such policies.
3. Primary/Non-Contributing. Coverage provided by Contractor shall be primary and
any insurance or self-insurance procured or maintained by City shall not be
required to contribute with it. The limits of insurance required herein may be
401
Contract No. ___________
6
Revised 01-2024
BBK 72500.00001\32374943.1
satisfied by a combination of primary and umbrella or excess insurance. Any
umbrella or excess insurance shall contain or be endorsed to contain a provision
that such coverage shall also apply on a primary and non-contributory basis for the
benefit of City before the City’s own insurance or self -insurance shall be called
upon to protect it as a named insured.
4. Products/Completed Operations Coverage. Products/completed operations
coverage shall extend a minimum of three (3) years after project completion.
Coverage shall be included on behalf of the insured for covered claims arising out
of the actions of independent contractors. If the insured is using subcontractors,
the Policy must include work performed “by or on behalf” of the insured. Policy
shall contain no language that would invalidate or remove the insurer’s duty to
defend or indemnify for claims or suits expressly excluded from coverage. Policy
shall specifically provide for a duty to defend on the part of the insurer. The City,
its officials, officers, agents, and employees, shall be included as additional
insureds under the Products and Completed Operations coverage.
5. City’s Rights of Enforcement. In the event any policy of insurance required under
this Contract does not comply with these requirements, or is canceled and not
replaced, City has the right, but not the duty, to obtain the insurance it deems
necessary, and any premium paid by City will be promptly reimbursed by
Contractor, or City will withhold amounts sufficient to pay premium from Contractor
payments. In the alternative, City may cancel this Contract.
6. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance or is on the List of Approved Surplus Line Insurers in the
State of California, with an assigned policyholders’ Rating of A- (or higher) and
Financial Size Category Class VII (or larger) in accordance with the latest edition
of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk
Manager.
7. Waiver of Subrogation. All insurance coverage maintained or procured pursuant
to this agreement shall be endorsed to waive subrogation against the City, its
elected or appointed officers, agents, officials, employees, and volunteers, or shall
specifically allow Contractor or others providing insurance evidence in compliance
with these specifications to waive their right of recovery prior to a loss. Contractor
hereby waives its own right of recovery against the City, its elected or appointed
officers, agents, officials, employees, and volunteers and shall require similar
written express waivers and insurance clauses from each of its subcontractors.
8. Enforcement of Contract Provisions (non estoppel). Contractor acknowledges and
agrees that any actual or alleged failure on the part of the City to inform Contractor
of non-compliance with any requirement imposes no additional obligations on the
City nor does it waive any rights hereunder.
9. Requirements Not Limiting. Requirements of specific coverage features or limits
contained in this Section are not intended as a limitation on coverage, limits or
other requirements, or a waiver of any coverage normally provided by any
insurance. 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 all inclusive, or to the exclusion of other coverage, or a waiver of any
type. If the Contractor maintains higher limits than the minimums shown above,
the City requires and shall be entitled to coverage for the higher limits maintained
402
Contract No. ___________
7
Revised 01-2024
BBK 72500.00001\32374943.1
by the Contractor. Any available insurance proceeds in excess of the specified
minimum limits of insurance and coverage shall be available to the City.
10. Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker
and insurers to provide to City with a thirty (30) Day notice of cancellation (except
for nonpayment for which a ten (10) Day notice is required) or nonrenewal of
coverage for each required coverage.
11. Additional Insured Status. General liability, automobile liability, and if applicable,
pollution liability policies shall provide or be endorsed to provide that the City and
its officers, officials, employees, agents, and volunteers shall be additional
insureds under such policies. This provision shall also apply to any
excess/umbrella liability policies. Coverage shall be at least as broad as coverage
provided by ISO’s Owners, Lessees, or Contractors Additional Insured
Endorsement for the ongoing (i.e. ISO Form CG 20 10 07 04) and completed
operations (i.e. ISO Form CG 20 37 07 04) of Contractor.
12. Prohibition of Undisclosed Coverage Limitations. 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.
13. Separation of Insureds. A severability of interests provision must apply for all
additional insureds ensuring that Contractor’s insurance shall apply separately to
each insured against whom claim is made or suit is brought, except with respect
to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability
exclusions.
14. Pass Through Clause. Contractor agrees to ensure that its sub-consultants, sub-
contractors, and any other party involved with the Project who is brought onto or
involved in the project by Contractor, provide the same minimum insurance
coverage and endorsements required of Contractor. Contractor 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. Contractor
agrees that upon request, all agreements with consultants, subcontractors, and
others engaged in the Project will be submitted to City for review.
15. City’s Right to Revise Requirements. The City or its Risk Manager reserves the
right at any time during the term of the contract to change the amounts and types
of insurance required by giving the Contractor ninety (90) Days advance written
notice of such change. If such change results in substantial additional cost to the
Contractor, the City and Contractor may renegotiate Contractor’s compensation. If
the City reduces the insurance requirements, the change shall go into effect
immediately and require no advanced written notice.
16. Self-Insured Retentions. Any self-insured retentions must be declared to and
approved by City. City reserves the right to require that self -insured retentions be
eliminated, lowered, or replaced by a deductible. Self-insurance will not be
considered to comply with these specifications unless approved by City.
17. Timely Notice of Claims. Contractor shall give City prompt and timely notice of
claims made or suits instituted that arise out of or result from Contractor’s
performance under this Contract, and that involve or may involve coverage under
any of the required liability policies.
403
Contract No. ___________
8
Revised 01-2024
BBK 72500.00001\32374943.1
18. Additional Insurance. Contractor shall also procure and maintain, at its own cost
and expense, any additional kinds of insurance, which in its own judgment may be
necessary for its proper protection and prosecution of the Work.
19. Safety. Contractor shall execute and maintain its work so as to avoid injury or
damage to any person or property. In carrying out its Services, the Contractor 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, where 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.
ARTICLE 8. PREVAILING WAGES.
Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor
Code which such rates shall be made available at the City’s Office or may be obtained
online at http://www.dir.ca.gov and which must be posted at the job site.
ARTICLE 9. FALSE CLAIMS.
Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud
and Contractor may be subject to criminal prosecution. Contractor acknowledges that
the False Claims Act, California Government Code sections 12650, et seq., provides
for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include within their scope false claims made with deliberate
ignorance of the false information or in reckless disregard of the truth or falsity of the
information. In the event the City seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorneys’ fees.
Contractor hereby acknowledges that the filing of a false claim may the Contractor to
an administrative debarment proceeding wherein Contractor may be prevented from
further bidding on public contracts for a period of up to five (5) years.
[SIGNATURES ON FOLLOWING PAGE]
404
Contract No. ___________
9
Revised 01-2024
BBK 72500.00001\32374943.1
SIGNATURE PAGE TO LONG FORM CONSTRUCTION AGREEMENT
BY AND BETWEEN THE CITY OF PALM DESERT
AND JEREMY HARRIS CONSTRUCTION, INC
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be
executed on the day and year first above written.
CITY OF PALM DESERT
JEREMY HARRIS CONSTRUCTION, INC, A
CORPORATION
Contractor’s License Number and
if applicable
City Clerk QC: _____
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
_____
Bonds
405
406
Contract No. ___________
Exhibit “C”
Revised 11-2-20
BBK 72500.00001\32374915.1
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Palm Desert (hereinafter referred to as “City”) has awarded
to Jeremy Harris Construction, Inc., (hereinafter referred to as the “Contractor”) an agreement for
Nuisance Soil Removal Project (hereinafter referred to as the “Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in
the Contract Documents for the Project dated July 10, 2025, (hereinafter referred to as “Contract
Documents”), the terms and conditions of which are expressly incorporated herein by reference;
and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms
thereof and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, Jeremy Harris Construction, Inc., the undersigned Contractor
and _____________________________________________ as Surety, a corporation organized
and duly authorized to transact business under the laws of the State of California, are held and
firmly bound unto the City in the sum of Five Hundred Twenty-Nine Thousand Nine Hundred
Ninety-Eight Dollars ($529.998), said sum being not less than one hundred percent (100%) of the
total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all
materials and workmanship; and shall indemnify and save harmless the City, its elected or
appointed officers, and their respective agents, officials, employees, volunteers and
representatives, as stipulated in said Contract Documents, then this obligation shall become null
and void; otherwise it shall be and remain in full force and effect.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally protect the
City from loss or damage resulting from or caused by defective materials or faulty workmanship,
Surety shall undertake and faithfully fulfill all such obligations. The obligations of Surety hereunder
shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s
rights or the Contractor or Surety’s obligations under the Contract, law, or equity, including, but
not limited to, California Code of Civil Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the
Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or
shall promptly, at the City’s option:
(1) Take over and complete the Project in accordance with all terms and conditions in the
Contract Documents; or
407
Contract No. ___________
(2) Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any modification
thereto, less any amount previously paid by the City to the Contractor and any
other set offs pursuant to the Contract Documents.
(3) Permit the City to complete the Project in any manner consistent with local, California
and federal law and make available as work progresses sufficient funds to pay the
cost of completion of the Project, less the balance of the contract price, including
other costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which
may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid
from Contractor for completion of the Project if the City, when declaring the Contractor in def ault,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract Documents or to the Project to be
performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the Contract
Documents or to the Project, including but not limited to the provisions of sections 2819 and 2845
of the California Civil Code.
[SIGNATURES ON NEXT PAGE]
408
Contract No. ___________
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20____.
(Corporate Seal)
Contractor/ Principal
By ____________________ ____
Printed name: _______________________
Title: ______________________________
(Corporate Seal) Surety
By: ________________________________
Printed Name: _______________________
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate)
Signatures of those signing for the Contractor and Surety must be notarized and evidence of
corporate authority attached.
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges, $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
NOTE: A copy of the Power-of-Attorney authorizing the person signing on behalf of the Surety to
do so must be attached hereto.
409
Contract No. ___________
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
410
Contract No. ___________
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney
to local representatives of the bonding company must also be attached.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
411
Contract No. ___________
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS That
WHEREAS, the City of Palm Desert (hereinafter designated as the “City”), by action taken
or a resolution passed July 10, 2025, has awarded to Jeremy Harris Construction, Inc., hereinafter
designated as the “Principal,” a contract for the work described as follows:
Nuisance Soil Removal Project (the “Project”).; and
WHEREAS, the work to be performed by the Principal is more particularly set forth in the
Contract Documents for the Project dated July 10, 2025, (“Contract Documents”), the terms and
conditions of which are expressly incorporated by reference; and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any materials,
provisions, provender, equipment, or other supplies used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor done thereon of any kind, or for
amounts due under the Unemployment Insurance Code or for any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages
of employees of said Principal and its Subcontractors with respect to such work or labor the Surety
on this bond will pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety,
are held and firmly bound unto the City in the penal sum of Five Hundred Twenty-Nine Thousand
Nine Hundred Ninety-Eight Dollars ($529.998) lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of
the persons named in Section 9100 of the Civil Code, fail to pay for any materials, provisions or
other supplies, used in, upon, for or about the performance of the work contracted to be done, or
for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance
Code with respect to work or labor performed under the contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development Department or Franchise
Tax Board from the wages of employees of the contractor and his subcontractors pursuant to
Section 18663 of the Revenue and Taxation Code, with respect to such work and labor the Surety
or Sureties will pay for the same, in an amount not exceeding the sum herein above specified,
and also, in case suit is brought upon this bond, all litigation expenses incurred by City in such
suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation
expenses.
This bond shall inure to the benefit of any of the persons named in Section 9100 of the
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for performance,
addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement
pertaining or relating to any scheme or work of improvement herein above described, or pertaining
or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or
modification of any terms of payment or extension of the time for any payment pertaining or
relating to any scheme or work of improvement herein above described, nor by any rescission or
412
Contract No. ___________
attempted rescission of the contract, agreement or bond, nor by any conditions precedent or
subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to
recover under any such contract or agreement or under the bond, nor by any fraud practiced by
any person other than the claimant seeking to recover on the bond and that this bond be construed
most strongly against the Surety and in favor of all persons for whose benefit such bond is given,
and under no circumstances shall Surety be released from liability to those for whose benefit such
bond has been given, by reason of any breach of contract between the owner or City and original
contractor or on the part of any obligee named in such bond, but the sole conditions of recovery
shall be that claimant is a person described in Section 9100 of the Civil Code, and has not been
paid the full amount of his claim and that Surety does hereby waive notice of any such change,
extension of time, addition, alteration or modification herein mentioned and the provisions of
sections 2819 and 2845 of the California Civil Code.
[SIGNATURES ON NEXT PAGE]
413
Contract No. ___________
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By ____________________ ____
Printed name: _______________________
Title: ______________________________
(Corporate Seal) Surety
By: ________________________________
Printed Name: _______________________
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate)
Signatures of those signing for the Contractor and Surety must be notarized and evidence of
corporate authority attached. A Power-of-Attorney authorizing the person signing on behalf of the
Surety to do so much be attached hereto.
NOTE: A copy of the Power-of-Attorney authorizing the person signing on behalf of the Surety to
do so must be attached hereto.
414
Contract No. ___________
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
415
Contract No. ___________
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney
to local representatives of the bonding company must also be attached.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
416
City of Palm Desert
PW - Operations & Maintenance
Randy Chavez, Director of Public Works
73-510 Fred Waring Drive, Palm Desert, CA 92260
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
RESPONSE DEADLINE: June 17, 2025 at 2:00 pm
Report Generated: Tuesday, June 24, 2025
Jeremy Harris Construction, Inc. Response
CONTACT INFORMATION
Company:
Jeremy Harris Construction, Inc.
Email:
abeb@jhcinc.net
Contact:
Jeremy Harris
Address:
3921 Alamo Street
Riverside, CA 92501
Phone:
(951) 215-0771
Website:
Jeremyharrisconstruction.co
Submission Date:
Jun 17, 2025 12:20 PM (Pacific Time)
417
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 2
ADDENDA CONFIRMATION
Addendum #1
Confirmed Jun 11, 2025 12:49 PM by Jeremy Harris
Addendum #2
Confirmed Jun 11, 2025 12:49 PM by Jeremy Harris
QUESTIONNAIRE
1. BID ACKNOWLEDGMENT*
To the City of Palm Desert, a municipal corporation, organized under the laws of the State of California, with its principal place of
business at 73-510 Fred Waring Drive, Palm Desert, California 92260.
1. In response to the Contract Documents for project number SCC00001 and in accordance with the accompanying Instructions
to Bidders, the undersigned hereby proposes to the City to furnish all labor, technical and professional services, supervision,
materials and equipment, other than materials and equipment specified as furnished by the City, and to perform all operations
necessary and required to construct the Project in accordance with the provisions of the Contract Documents and any
addenda thereto, and at the prices stated opposite the respective items set forth in the Bid Schedule.
2. This Bid constitutes a firm offer to the City which cannot be withdrawn for 270 calendar days after the date set for opening of
Bids, or until a Contract is executed by the City and a third party, whichever is earlier.
3. The undersigned certifies that it has examined and is fully familiar with all of the provisions of the Contract Documents and any
addenda thereto; that it has carefully checked all of the words and figures shown in its Bid Schedule; that it has carefully
reviewed the accuracy of all statements in this Bid and attachments hereto; and that it understands and agrees that the City
will not be responsible for any errors or omissions on the part of the undersigned in preparing this Bid.
4. If awarded a Contract, the undersigned agrees to execute and deliver to the City within ten (10) Days after date of receipt o f
Notice of Award, a signed Contract and the necessary Performance Bond, Payment Bond, and Certificates of Insurance and
Endorsements.
418
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 3
5. All Bid Forms, which have been completed and executed by undersigned Bidder, are incorporated by this reference and made
a part of this Bid.
6. The undersigned is hereby representing that it is and will be properly licensed both at the time that it submits a Bid as well as
at the time the Contract is awarded, if the Contract is awarded to the undersigned.
A. If Individual Contractor. Undersigned certifies that it is now licensed in accordance with the provisions of the Contractor's
License Law of the State of California; or
B. If Joint Venture. Undersigned certifies that the individual members of the joint venture are now licensed in accordance
with the provisions of the Contractor's License Law of the State of California.
I hereby certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection
with this Bid and all of the representations made herein are true and correct.
Confirmed
2. BID SCHEDULE*
IMPORTANT:
THE ELECTRONIC #BID SCHEDULE MUST BE COMPLETED BY EACH BIDDER AND PROPERLY SUBMITTED ON OPENGOV PROCUREMENT.
FAILURE TO COMPLETE THE BID SCHEDULE WILL RESULT IN AN INCOMPLETE AND NON-RESPONSIVE BID.
THE ELECTRONIC BID SCHEDULE WILL BE INCORPORATED INTO THE CONTRACT DOCUMENTS.
The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item are t o be included in
the related line items and no additional compensation shall be due to Contractor for the performance of the Work. All blank s paces
appearing in the Electronic Bid Schedule must be filled in. Failure to fill in any blank spaces may render t he bid non-responsive.
The estimated quantities for Unit Price items are for purposes of comparing Bids only and the City makes no representation th at the
actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the Engineer from measured
quantities of work performed based upon the Unit Price.
419
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 4
If the Contract Documents specify Alternate Bid items, the City can choose to include any, all, or none of the Alternate Bid items in the
Work. If the City selects any of the Alternate Bid items, the corresponding Alternate Bid prices shall be added to or deducted from Base
Bid Price for the Work. The City can award/select Alternate Bid items at any time(s).
I certify that I have read, understood the above statement.
Confirmed
3. BID GUARANTEE*
IF SUBMITTING AN ORIGINAL BID BOND: Please download the Bid Bond Form under #ATTACHMENTS, and Mail or hand deliver in a
sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to
the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline.
IF SUBMITTING CASH OR CASHIER'S CHECK: Mail or hand deliver in a sealed and labeled envelope including the Project Number, Project
Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73 -510 Fred Waring Drive, Palm
Desert, CA 92260 before the bid submittal deadline.
IF SUBMITTING AN E-BID BOND: follow E-Bid Bond instructions.
Hard Copy Original Bid Bond (delivered before bid submittal deadline)
4. E-Bid Bond
Please enter your Bid Bond information from Surety2000 below ONLY IF YOU ARE NOT SUBMITTING A HARD COPY BID BOND, CASH, OR
CASHIER'S CHECK.
Bond ID: No response submitted
Vendor ID: No response submitted
5. Enter Surety Company "Name" who Issued Bid Guarantee *
This information will be verified against the California Department of Insurance Website.
420
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 5
Bid Exchange
Click to Verify Value will be copied to clipboard
6. DESIGNATION OF SUBCONTRACTORS*
Please download the below documents, complete, and upload.
• DESIGNATION_OF_SUBCONTRACTO...
No_Subs.pdf
7. NON-COLLUSION DECLARATION*
The undersigned declares:
I am an authorized representative of my company, the party making the foregoing Bid, to certify the following.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, par tnership, company, association, organization, or
corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder
to put in a false or sham bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone
else to put in a sham bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by ag reement,
communication, or conference with anyone to fix the Bid Price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost
element of the Bid Price, or of that of any other Bidder. All statements contained in the Bid are true. The Bidder has not, d irectly or
indirectly, submitted his or her Bid Price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent there of to
effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liabil ity company,
limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this
declaration on behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correc t.
Confirmed
421
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 6
8. PUBLIC WORKS CONTRACTOR DIR REGISTRATION CERTIFICATION*
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal,
or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See
http://www.dir.ca.gov/Public-Works/PublicWorks.html for additional information.
No bid will be accepted, nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with
the Department of Industrial Relations to perform public work.
Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is
currently registered as a contractor with the Department of Industrial Relations.
Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges:
1. Bidder shall maintain a current DIR registration for the duration of the project.
2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its contract with subcontractors and ens ure
that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project.
3. Failure to submit this form or comply with any of the above requirements may result in a finding that the bid is non-
responsive.
Confirmed
9. Enter your California Department of Industrial Relations (DIR) Registration number*
Please enter your Public Works Contractor DIR Number. This will be verified against the state database.
1000001177
Click to Verify Value will be copied to clipboard
10. Enter your valid CA Contractors State License Board (CSLB) number*
Please enter your License Number here. This will be verified against the state database.
924979
Click to Verify Value will be copied to clipboard
422
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 7
11. CONTRACTOR’S CERTIFICATE REGARDING WORKERS’ COMPENSATION*
I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions
before commencing the performance of the work of this Contract.
Confirmed
12. Fleet Compliance Certification*
I hereby acknowledge that I have reviewed the California Air Resources Board’s policies, rules and regulations and are familiar with the
requirements of Title 13, California Code of Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the “Reg ulation”). I
hereby certify, subject to penalty for perjury, that the option checked below relating to the Bidder’s fleet, and/or that of their
subcontractor(s) (“Fleet”) is true and correct:
The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been
attached hereto.
13. Fleet Compliance Documentation*
Please attach supporting documentation for the selection made in the above item.
ARB_Certificate.pdf
14. Type of Business*
S Corporation (if corporation, two signatures are required)
15. Type your Legal Company Name Here*
State your Company's Name Here. This will be verified against the California Secretary of State's Website.
Jeremy Harris Construction, Inc.
Click to Verify Value will be copied to clipboard
423
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 8
16. How many years has Bidder’s organization been in business as a Contractor? *
17 years
17. List the Signatory(s) Authorized to Sign and Bind an Agreement.*
(If two (2) signatures are required, include the following information for both signatories)
1. Full Name
2. Title
3. Physical Business Address
4. Email Address
5. Phone Number
1. Jeremy Harris
2. Owner/ Vice president
3. 3921 Alamo Street. Riverside CA 92501
4. info@jhcinc.net
5. 951-215-0771
18. Nondiscrimination Certification*
The City of Palm Desert is committed to promoting equal opportunity in its contracting activities. We ensure that all individuals
seeking to do business with the city treat contractors, subcontractors, and employees fairly, without discrimination based on race,
color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender
identity, gender expression, sexual orientation, or membership in any other protected class.
For any purchase exceeding $10,000, vendors must certify compliance with the City’s nondiscrimination policy (G.C. 3.30.200) before
contract award. No contract will be awarded until the contractor submits this certification.
424
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
NIB No. 2025-IFB-188
Nuisance Soil Removal Project
[JEREMY HARRIS CONSTRUCTION, INC.] RESPONSE DOCUMENT REPORT
PUBLIC WORKS - Nuisance Soil Removal Project
Page 9
By clicking the confirmation box below, the vendor certifies that they have read the code and agree to comply with its requirements.
Failure to comply may result in termination of any agreement entered into with the vendor.
Confirmed
PRICE TABLES
Line Item Description Quantity Unit of
Measure
Unit Cost Total
1 Nuisance soil removal 1 LS $529,998.00 $529,998.00
TOTAL $529,998.00
425
426
427
428
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Julia Breyer, Project Manager
Chris Gerry, Senior Project Manager
SUBJECT: AWARD CONTRACT TO ST. FRANCIS ELECTRIC, LLC, FOR ON-CALL
TRAFFIC SIGNAL MAINTENANCE AND EMERGENCY RESPONSE
SERVICES
RECOMMENDATION:
1. Award a Maintenance Services Agreement to St. Francis Electric, LLC. for On-call Traffic
Signal Maintenance and Emergency Response Services at an annual not-to-exceed amount
of $200,000, for a three-year term with two one-year extensions.
2. Authorize the City Attorney to make necessary non-monetary changes to the agreement.
3. Authorize the City Manager to execute the agreement, amendments, change orders, and any
other documents necessary to effectuate this action.
BACKGROUND/ANALYSIS:
The City of Palm Desert performs routine traffic signal maintenance through City crews but
supplements this service annually through a contracted vendor to support both routine and
emergency maintenance needs. These services include:
Emergency response to signal malfunctions or knockdowns
Routine inspection and maintenance of signal equipment
Repairs resulting from wear and tear, collisions, or vandalism
These services ensure continued safety and operational reliability of traffic signal infrastructure
citywide.
The City released a Request for Proposals (RFP) on June 2, 2025, through the City’s bid
management portal OpenGov (Project ID: 2025-RFP-192), and received five proposals by the
deadline of June 25, 2025. A selection committee evaluated the submissions based on clarity,
quality of the work plan, experience and qualification of the proposer and assigned staff,
references from similar municipal clients and cost. The proposals were ranked as follows:
Vendor Location Rank
St. Francis Electric, LLC Riverside, CA 1
Crosstown Electrical & Data, Inc. Irwindale, CA 2
Yunex, LLC Riverside, CA 3
Econolite Systems, Inc. Anaheim, CA 4
Bear Electrical Solutions, LLC Alviso, CA 5
429
City of Palm Desert
Award Contract for On-Call Traffic Maintenance
Page 2 of 2
The City has previously engaged St. Francis Electric, LLC for similar services and has
consistently experienced positive outcomes regarding responsiveness, technical expertise, and
quality of work. Additionally, the hourly rates proposed by St. Francis Electric are competitive,
being either lower than or comparable to those submitted by other proposers.
Based on the committee’s evaluation and the City’s prior experience, staff recommends
awarding the contract to St. Francis Electric, LLC for an initial three-year term, with the option to
extend for two additional one-year periods, contingent upon satisfactory performance and the
availability of funding.
Legal Review:
This report has been reviewed by the City Attorney’s office.
FINANCIAL IMPACT:
The Public Works Department’s approved operations budget for Fiscal Year 2025/26 includes a
total of $200,000 under Account No. 1104250 -4332500 (Repairs and Maintenance, Traffic
Signals) to support On-Call Traffic Signal Maintenance and Emergency Response Services. As
such, there is no additional financial impact on the general fund. Funding for this agreement in
future fiscal years will be subject to City Council approval.
ATTACHMENTS:
1. Maintenance Services Agreement
2. Payment and Performance Bonds
3. Contractor’s Proposal
430
Contract No. ___________
1
Revised 01-2024
BBK 72500.00001\32374943.1
CITY OF PALM DESERT
MAINTENANCE SERVICES AGREEMENT
1. Parties and Date. This Agreement is made and entered into this 10th day of July, 2025,
by and between the City of Palm Desert, a municipal corporation organized under the laws of the
State of California with its principal place of business at 73-510 Fred Waring Drive, Palm Desert,
California 92260-2578, (“City”) and St. Francis Electric, LLC, a Limited Liability Company,
with its principal place of business at 2100 Iowa Avenue, Riverside, CA 92507 ("Vendor"). The
City and Vendor are sometimes individually referred to herein as "Party" and collectively as
"Parties."
2. Recitals.
2.1 Contractor.
Contractor desires to perform and assume responsibility for the provision of certain
maintenance services required by the City on the terms and conditions set forth in this Agreement.
Contractor represents that it is experienced in providing maintenance services to public clients,
that it and its subcontractors have all necessary licenses and permits to perform the services in
the State of California, and that it is familiar with the plans of City. Contractor shall not subcontract
any portion of the work required by this Agreement, except as expressly stated herein, without
prior written approval of City. Subcontracts, if any, shall contain a provision making them subject
to all provisions stipulated in this Agreement.
2.2 Project.
The City is a public agency of the State of California and is in need of services for the
following project:
On-Call Traffic Signal Maintenance & Emergency Response Services Project
(hereinafter referred to as “the Project”).
3. Terms.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the
City all labor, materials, tools, equipment, services, and incidental and customary work necessary
to fully and adequately supply the maintenance services necessary for the Project (“Services”).
The Services are more particularly described in Exhibit “A” attached hereto and incorporated
herein by reference. All Services shall be subject to, and performed in accordance with, this
Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable
local, state, and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from July 1, 2025, to June 30,
2028, unless earlier terminated as provided herein. The City shall have the unilateral option, at its
sole discretion, to renew this Agreement automatically for no more than two additional one-year
terms. Contractor shall complete the Services within the term of this Agreement and shall meet
any other established schedules and deadlines. The Parties may, by mutual, written consent,
extend the term of this Agreement if necessary to complete the Services.
3.2 Responsibilities of Contractor.
3.2.1 Control and Payment of Subordinates; Independent Contractor. The
Services shall be performed by Contractor or under its supervision. Contractor will determine the
431
Contract No. ___________
2
Revised 01-2024
BBK 72500.00001\32374943.1
means, methods, and details of performing the Services subject to the requirements of this
Agreement. City retains Contractor on an independent contractor basis and not as an employee.
Any personnel performing the Services under this Agreement on behalf of Contractor shall not be
employees of City and shall at all times be under Contractor’s exclusive direction and control.
Contractor shall pay all wages, salaries, and other amounts due such personnel in connection
with their performance of Services under this Agreement and as required by law. Contractor shall
be responsible for all reports and obligations respecting such additional personnel, including, but
not limited to social security taxes, income tax withholding, unemployment insurance, disability
insurance, and workers’ compensation insurance.
3.2.2 Schedule of Services. Contractor shall perform the Services in a prompt and
timely manner in accordance with the Schedule of Services set forth in Exhibit “B” attached hereto
and incorporated herein by reference. Contractor represents that it has the professional and
technical personnel required to perform the Services in conformance with such conditions. Upon
request of City, Contractor shall provide a more detailed schedule of anticipated performance to
meet the Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor
shall be subject to the approval of City.
3.2.4 City’s Representative. The City hereby designates Chris Gerry, Senior
Project Manager, or his or her designee, to act as its representative for the performance of this
Agreement (“City’s Representative”). City’s Representative shall have the power to act on behalf
of the City for all purposes under this Agreement except for increasing compensation. Contractor
shall not accept direction or orders from any person other than the City’s Representative or his or
her designee.
3.2.5 Contractor’s Representative. Contractor hereby designates Guy Smith,
President, or his or her designee, to act as its representative for the performance of this
Agreement (“Contractor’s Representative”). Contractor’s Representative shall have full authority
to represent and act on behalf of the Contractor for all purposes under this Agreement. The
Contractor’s Representative shall supervise and direct the Services, using his best skill and
attention, and shall be responsible for all means, methods, techniques, sequences, and
procedures and for the satisfactory coordination of all portions of the Services under this
Agreement.
3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in
the performance of Services and shall be available to City’s staff, consultants, and other staff at
all reasonable times.
3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all
Services under this Agreement in a skillful and competent manner, consistent with the standards
generally recognized as being employed by professionals in the same discipline in the State of
California. Contractor represents and maintains that it is skilled in the professional calling
necessary to perform the Services. Contractor warrants that all employees and subcontractors
shall have sufficient skill and experience to perform the Services assigned to them. Finally,
Contractor represents that it, its employees, and subcontractors have all licenses, permits,
qualifications and approvals of whatever nature that are legally required to perform the Services,
including a City Business License, and that such licenses and approvals shall be maintained
throughout the term of this Agreement. Contractor shall perform, at its own cost and expense and
without reimbursement from the City, any services necessary to correct errors or omissions which
are caused by the Contractor’s failure to comply with the standard of care provided for herein.
432
Contract No. ___________
3
Revised 01-2024
BBK 72500.00001\32374943.1
Any employee of the Contractor or its sub-contractors who is determined by the City to be
uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat
to the safety of persons or property, or any employee who fails or refuses to perform the Services
in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor
and shall not be re-employed to perform any of the Services or to work on the Project.
3.2.8 Period of Performance. Contractor shall perform and complete all Services
under this Agreement within the term set forth in Section 3.1.2 above (“Performance Time”).
Contractor shall perform the Services in strict accordance with any completion schedule or Project
milestones described in Exhibits “A” or “B” attached hereto, or which may be provided separately
in writing to the Contractor. Contractor agrees that if the Services are not completed within the
aforementioned Performance Time and/or pursuant to any such completion schedule or Project
milestones developed pursuant to provisions of this Agreement, it is understood, acknowledged
and agreed that the City will suffer damage.
3.2.9 Disputes. Should any dispute arise respecting the true value of any work
done, of any work omitted, or of any extra work which Contractor may be required to do or
respecting the size of any payment to Contractor during the performance of this Contract,
Contractor shall continue to perform the Work while said dispute is decided by the City. If
Contractor disputes the City’s decision, Contractor shall have such remedies as may be provided
by law.
3.2.10 Laws and Regulations; Employee/Labor Certifications. Contractor shall
keep itself fully informed of and in compliance with all local, state, and federal laws, rules and
regulations in any manner affecting the performance of the Project or the Services, including all
Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for
all violations of such laws and regulations in connection with the Services and this Agreement. All
violations of such laws and regulations shall be grounds for the City to terminate the Agreement
for cause. City is a public entity of the State of California subject to certain provisions of the Health
& Safety Code, Government Code, Public Contract Code, and Labor Code of the State. It is
stipulated and agreed that all provisions of the law applicable to the public contracts of a
municipality are a part of this Agreement to the same extent as though set forth herein and will be
complied with.
3.2.10.1 Employment Eligibility; Contractor. Contractor certifies that it fully
complies with all requirements and restrictions of state and federal law respecting the employment
of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of
1986, as may be amended from time to time and shall require all subconsultants and sub-
subconsultants to comply with the same. Contractor certifies that it has not committed a violation
of any such law within the five (5) years immediately preceding the date of execution of this
Agreement and shall not violate any such law at any time during the term of the Agreement.
3.2.10.2 Labor Certification. By its signature hereunder, Contractor certifies
that it is aware of the provisions of Section 3700 of the California Labor Code which require every
employer to be insured against liability for Workers’ Compensation or to undertake self-insurance
in accordance with the provisions of that Code and agrees to comply with such provisions before
commencing the performance of the Services.
3.2.10.3 Equal Opportunity Employment. Contractor represents that it is an
equal opportunity employer, and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex
or age. Such non-discrimination shall include, but not be limited to, all activities related to
433
Contract No. ___________
4
Revised 01-2024
BBK 72500.00001\32374943.1
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or
termination. Contractor shall comply with all relevant provisions of City’s Minority Business
Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in
effect or hereinafter enacted.
3.2.10.4 Air Quality. Contractor must fully comply with all applicable laws,
rules and regulations in furnishing or using equipment and/or providing services, including, but
not limited to, emissions limits and permitting requirements imposed by the California Air
Resources Board (CARB). Contractor shall specifically be aware of the CARB limits and
requirements’ application to “portable equipment”, which definition is considered by CARB to
include any item of equipment with a fuel-powered engine. Contractor shall indemnify City against
any fines or penalties imposed by CARB or any other governmental or regulatory agency for
violations of applicable laws, rules and/or regulations by Contractor, its subcontractors, or others
for whom Contractor is responsible under its indemnity obligations provided for in this Agreement.
3.2.10.5 Water Quality Management and Compliance. To the extent
applicable, Contractor’s Services must account for, and fully comply with, all local, state and
federal laws, rules and regulations that may impact water quality compliance, including, without
limitation, all applicable provisions of the Federal Water Pollution Control Act (33 U.S.C. §§ 1300);
the California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-14950); laws,
rules and regulations of the Environmental Protection Agency and the State Water Resources
Control Board; the City’s ordinances regulating discharges of storm water; and any and all
regulations, policies, or permits issued pursuant to any such authority regulating the discharge of
pollutants, as that term is used in the Porter-Cologne Water Quality Control Act, to any ground or
surface water in the State. Failure to comply with the laws, regulations and policies described in
this Section is a violation of law that may subject Contractor to penalties, fines, or additional
regulatory requirements.
3.2.11 Insurance.
3.2.11.1 Minimum Requirements. Without limiting Contractor’s
indemnification of City, and prior to commencement of the Services, Contractor shall obtain,
provide, and maintain at its own expense during the term of this Agreement, policies of insurance
of the type and amounts described below and in a form that is satisfactory to City.
(A) General Liability Insurance. Contractor shall maintain
commercial general liability insurance with coverage at least as broad as Insurance Services
Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general
aggregate, for bodily injury, personal injury, and property damage. The policy must include
contractual liability that has not been amended. Any endorsement restricting standard ISO
“insured contract” language will not be accepted.
(B) Automobile Liability Insurance. Contractor shall maintain
automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering
bodily injury and property damage for all activities of the Contractor arising out of or in connection
with Work to be performed under this Agreement, including coverage for any owned, hired, non-
owned or rented vehicles, in an amount not less than $1,000,000 combined single lim it for each
accident. The City’s Risk Manager may modify this requirement if it is determined that Consultant
will not be utilizing a vehicle in the performance of his/her duties under this Agreement.
(C) Umbrella or Excess Liability Insurance. Contractor may opt to
utilize umbrella or excess liability insurance in meeting insurance requirements. In such
434
Contract No. ___________
5
Revised 01-2024
BBK 72500.00001\32374943.1
circumstances, Contractor may obtain and maintain an umbrella or excess liability insurance
policy with limits that will provide bodily injury, personal injury, and property damage liability
coverage at least as broad as the primary coverages set forth above, including commercial
general liability and employer’s liability. Such policy or policies shall include the following terms
and conditions:
(a) A drop-down feature requiring the policy to
respond if any primary insurance that would
otherwise have applied proves to be uncollectible in
whole or in part for any reason;
(b) Pay on behalf of wording as opposed to
reimbursement;
(c) Concurrency of effective dates with primary
policies; and
(d) Policies shall “follow form” to the underlying
primary policies.
(e) Insureds under primary policies shall also be
insureds under the umbrella or excess policies.
(D) Workers’ Compensation Insurance. Contractor shall maintain
Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with
limits of at least $1,000,000). Contractor shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of the City, its elected or appointed
officers, and their respective agents, officials, employees, volunteers, and representatives.
(E) Fidelity Coverage. Reserved.
(F) Cyber Liability Insurance. Reserved.
(G) Pollution Liability Insurance. Reserved.
3.2.11.2 Other Provisions and Requirements.
(A) Proof of Insurance. Contractor shall provide certificates of
insurance to City as evidence of the insurance coverage required herein, along with a waiver of
subrogation endorsement for workers’ compensation. Insurance certificates and endorsements
must be approved by City’s Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during the term of this contract.
City reserves the right to require complete, certified copies of all required insurance policies, at
any time.
(B) Duration of Coverage. Contractor shall procure and maintain for
the duration of the contract insurance against claims for injuries to persons or damages to
property, which may arise from or in connection with the performance of the work hereunder by
Contractor, his/her agents, representatives, employees, or subconsultants.
(C) Primary/Non-Contributing. Coverage provided by Contractor
shall be primary and any insurance or self-insurance procured or maintained by City shall not be
required to contribute with it. The limits of insurance required herein may be satisfied by a
435
Contract No. ___________
6
Revised 01-2024
BBK 72500.00001\32374943.1
combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a primary
and non-contributory basis for the benefit of City before the City’s own insurance or self-insurance
shall be called upon to protect it as a named insured.
(D) City’s Rights of Enforcement. In the event any policy of
insurance required under this Agreement does not comply with these specifications, or is
canceled and not replaced, City has the right, but not the duty, to obtain the insurance it deems
necessary, and any premium paid by City will be promptly reimbursed by Contractor, or City will
withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City
may cancel this Agreement.
(E) Acceptable Insurers. All insurance policies shall be issued by
an insurance company currently authorized by the Insurance Commissioner to transact business
of insurance or is on the List of Approved Surplus Line Insurers in the State of California, with an
assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VII (or larger)
in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by
the City’s Risk Manager.
(F) Waiver of Subrogation. All insurance coverage maintained or
procured pursuant to this agreement shall be endorsed to waive subrogation against the City, its
elected or appointed officers, and their respective agents, officials, employees, volunteers, and
representatives, or shall specifically allow Contractor or others providing insurance evidence in
compliance with these specifications to waive their right of recovery prior to a loss. Contractor
hereby waives its own right of recovery against the City, its elected or appointed officers, and their
respective agents, officials, employees, volunteers, and representatives, and shall require similar
written express waivers and insurance clauses from each of its subcontractors.
(G) Enforcement of Contract Provisions (non estoppel). Contractor
acknowledges and agrees that any actual or alleged failure on the part of the City to inform
Contractor of non-compliance with any requirement imposes no additional obligations on the City
nor does it waive any rights hereunder.
(H) Requirements Not Limiting. Requirements of specific coverage
features or limits contained in this Section are not intended as a limitation on coverage, limits or
other requirements, or a waiver of any coverage normally provided by any insurance. 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 all inclusive, or to the exclusion of other
coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums
shown above, the City requires and shall be entitled to coverage for the higher limits maintained
by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
(I) Notice of Cancellation. Contractor agrees to oblige its insurance
agent or broker and insurers to provide City with a thirty (30) day notice of cancellation (except
for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each
required coverage.
(J) Additional Insured Status. General liability, automobile liability,
and if applicable, pollution liability and cyber liability, policies shall provide or be endorsed to
provide that the City, its elected or appointed officers, and their respective agents, officials,
436
Contract No. ___________
7
Revised 01-2024
BBK 72500.00001\32374943.1
employees, volunteers, and representatives, shall be additional insureds under such policies. This
provision shall also apply to any excess/umbrella liability policies.
(K) Prohibition of Undisclosed Coverage Limitations. 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.
(L) Separation of Insureds. A severability of interests provision must
apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to
each insured against whom claim is made or suit is brought, except with respect to the insurer’s
limits of liability. The policy(ies) shall not contain any cross-liability exclusions.
(M) Pass Through Clause. Contractor agrees to ensure that its sub-
consultants, sub-contractors, and any other party involved with the Project who is brought onto or
involved in the project by Contractor, provide the same minimum insurance coverage and
endorsements required of Contractor. Contractor 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. Contractor agrees that upon request, all agreements with
consultants, subcontractors, and others engaged in the Project will be submitted to City for review.
(N) City’s Right to Revise Specifications. The City or its Risk
Manager reserves the right at any time during the term of the contract to change the amounts and
types of insurance required by giving the Contractor ninety (90) days advance written notice of
such change. If such change results in cost to the Contractor, the City and Contractor may
renegotiate Contractor’s compensation. If the City reduces the insurance requirements, the
change shall go into effect immediately and require no advanced written notice.
(O) Self-Insured Retentions. Any self-insured retentions must be
declared to and approved by City. City reserves the right to require that self-insured retentions be
eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply
with these specifications unless approved by City.
(P) Timely Notice of Claims. Contractor shall give City prompt and
timely notice of claims made or suits instituted that arise out of or result from Contractor’s
performance under this Agreement, and that involve or may involve coverage under any of the
required liability policies.
(Q) Additional Insurance. Contractor shall also procure and
maintain, at its own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the work.
3.2.12 Safety. Contractor shall execute and maintain its work so as to avoid injury
or damage to any person or property. In carrying out its Services, the Contractor 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, where
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, g ang 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
437
Contract No. ___________
8
Revised 01-2024
BBK 72500.00001\32374943.1
injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety
measures.
3.2.13 Bonds.
3.2.13.1 Performance Bond. If required by law or otherwise specifically
requested by City in Exhibit “C” attached hereto and incorporated herein by reference, Contractor
shall execute and provide to City concurrently with this Agreement a Performance Bond in the
amount of the total, not-to-exceed compensation indicated in this Agreement, and in a form
provided or approved by the City. If such bond is required, no payment will be made to Contractor
until it has been received and approved by the City.
3.2.13.2 Payment Bond. If required by law or otherwise specifically
requested by City in Exhibit “C” attached hereto and incorporated herein by reference, Contractor
shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount
of the total, not-to-exceed compensation indicated in this Agreement, and in a form provided or
approved by the City. If such bond is required, no payment will be made to Contractor until it has
been received and approved by the City.
3.2.13.3 Bond Provisions. Should, in City’s sole opinion, any bond become
insufficient, or any surety be found to be unsatisfactory, Contractor shall renew or replace the
affected bond within ten (10) days of receiving notice from City. In the event the surety or
Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written
notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least
ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due
or will be made under this Agreement until any replacement bonds required by this Section are
accepted by the City. To the extent, if any, that the total compensation is increased in accordance
with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds
to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to
the City. To the extent available, the bonds shall further provide that no change or alteration of
the Agreement (including, without limitation, an increase in the total compensation, as referred to
above), extensions of time, or modifications of the time, terms, or conditions of payment to the
Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City
may terminate this Agreement for cause.
3.2.13.4 Surety Qualifications. Only bonds executed by an admitted surety
insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety
must be a California-admitted surety with a current A.M. Best’s rating no less than A:VIII and
satisfactory to the City. If a California-admitted surety insurer issuing bonds does not meet these
requirements, the insurer will be considered qualified if it is in conformance with Section 995.660
of the California Code of Civil Procedure, and proof of such is provided to the City.
3.2.14 Accounting Records. Contractor shall maintain complete and accurate
records with respect to all costs and expenses incurred under this Agreement. All such records
shall be clearly identifiable. Contractor shall allow a representative of City during normal business
hours to examine, audit, and make transcripts or copies of such records and any other documents
created pursuant to this Agreement. Contractor shall allow inspection of all work, data,
documents, proceedings, and activities related to the Agreement for a period of three (3) years
from the date of final payment under this Agreement.
3.2.15 Work Sites.
438
Contract No. ___________
9
Revised 01-2024
BBK 72500.00001\32374943.1
3.2.15.1 Inspection of Site. Contractor shall visit sites where Services are
to be performed and shall become acquainted with all conditions affecting the Services prior to
commencing the Services. Contractor shall make such examinations as it deems necessary to
determine the condition of the work sites, its accessibility to materials, workmen and equipment,
and to determine Contractor’s ability to protect existing surface and subsurface improvements.
No claim for allowances–time or money–will be allowed as to such matters after commencement
of the Services.
3.2.15.2 Field Measurements. Contractor shall make field measurements,
verify field conditions, and shall carefully compare such field measurements and conditions and
other information known to Contractor with the Contract, including any plans, specifications, or
scope of work before commencing Services. Errors, inconsistencies, or omissions discovered
shall be reported to the City immediately and prior to performing any Services or altering the
condition.
3.2.15.3 Hazardous Materials and Differing Conditions. Should Contractor
encounter material reasonably believed to be polychlorinated biphenyl (PCB) or other toxic
wastes, hazardous substances and hazardous materials as defined in California state or federal
law at the site which have not been rendered harmless, the Contractor shall immediately stop
work at the affected area and shall report the condition to the City in writing. The City shall contract
for any services required to directly remove and/or abate PCBs, hazardous substances, other
toxic wastes, and hazardous materials, and shall not require the Contractor to subcontract for
such services. The Services in the affected area shall not thereafter be resumed except by written
agreement of the City and Contractor.
3.2.16 Loss and Damage. Contractor shall be responsible for all loss and damage
which may arise out of the nature of the Services agreed to herein, or from the action of the
elements, or from any unforeseen difficulties which may arise or be encountered in the
prosecution of the Services until the same is fully completed and accepted by City.
3.2.17 Warranty. Contractor warrants all Services under the Agreement (which for
purposes of this Section shall be deemed to include unauthorized work which has not been
removed and any non-conforming materials incorporated into the work) to be of good quality and
free from any defective or faulty material and workmanship. Contractor agrees that for a period of
one year (or the period of time specified elsewhere in the Agreement or in any guarantee or
warranty provided by any manufacturer or supplier of equipment or materials incorporated into
the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10)
days after being notified in writing by the City of any defect in the Services or non-conformance
of the Services to the Agreement, commence and prosecute with due diligence all Services
necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act
sooner as requested by the City in response to an emergency. In addition, Contractor shall, at its
sole cost and expense, repair and replace any portions of the work (or work of other contractors)
damaged by its defective Services or which becomes damaged in the course of repairing or
replacing defective work. For any work so corrected, Contractor’s obligation hereunder to correct
defective work shall be reinstated for an additional one (1) year period, commencing with the date
of acceptance of such corrected work. Contractor shall perform such tests as the City may require
to verify that any corrective actions, including, without limitation, redesign, repairs, and
replacements comply with the requirements of the Agreement. All costs associated with such
corrective actions and testing, including the removal, replacement, and reinstitution of equipment
and materials necessary to gain access, shall be the sole responsibility of the Contractor. All
warranties and guarantees of subcontractors, suppliers, and manufacturers with respect to any
portion of the work, whether express or implied, are deemed to be obtained by Contractor for the
439
Contract No. ___________
10
Revised 01-2024
BBK 72500.00001\32374943.1
benefit of the City, regardless of whether or not such warranties and guarantees have been
transferred or assigned to the City by separate agreement and Contractor agrees to enforce such
warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails
to perform its obligations under this Section, or under any other warranty or guaranty under this
Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and
replace any defective or non-conforming work and any work damaged by such work or the
replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to
fully reimburse the City for any expenses incurred hereunder upon demand.
3.3 Fees and Payments.
3.3.1 Compensation. Contractor shall receive compensation, including authorized
reimbursements, for all Services rendered under this Agreement at the rates set forth in
Exhibit “C” attached hereto and incorporated herein by reference. The total compensation shall
not exceed Two Hundred Thousand Dollars ($200,000) per fiscal year without written approval
of the City Council or City Manager, as applicable.
3.3.2 Payment of Compensation. Contractor shall submit to City monthly invoices
which provides a detailed description of the Services and hours rendered by Contractor. City shall,
within thirty (30) days of receiving such statement, review the statement and pay all non-disputed
and approved charges. Contractor shall submit its final invoice to City within thirty (30) days from
the last date of provided Services or termination of this Agreement and failure by the Contractor
to submit a timely invoice shall constitute a waiver of its right to final payment. Payment shall not
constitute acceptance of any Services completed by Contractor. The making of final payment
shall not constitute a waiver of any claims by the City for any reason whatsoever.
3.3.2.1 Retainer. Reserved.
3.3.3 Deductions. City may deduct or withhold, as applicable, from each progress
payment an amount necessary to protect City from loss because of: (1) stop payment notices as
allowed by state law; (2) unsatisfactory prosecution of the Services by Contractor; (3) sums
representing expenses, losses, or damages as determined by the City, incurred by the City for
which Contractor is liable under the Agreement; and (4) any other sums which the City is entitled
to recover from Contractor under the terms of the Agreement or pursuant to state law, including
Section 1727 of the California Labor Code. The failure by the City to deduct any of these sums
from a progress payment shall not constitute a waiver of the City's right to such sums.
3.3.4 Reimbursement for Expenses. Contractor shall not be reimbursed for any
expenses unless authorized in writing by City.
3.3.5 Extra Work. At any time during the term of this Agreement, City may request
that Contractor perform Extra Work. As used herein, “Extra Work” means any work which is
determined by City to be necessary for the proper completion of the Project, but which the parties
did not reasonably anticipate would be necessary at the execution of this Agreement. Contractor
shall not perform, nor be compensated for, Extra Work without written authorization from City’s
Representative.
3.3.6 Prevailing Wages. Contractor is aware of the requirements of California
Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations,
Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), 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
440
Contract No. ___________
11
Revised 01-2024
BBK 72500.00001\32374943.1
“maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is
$15,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall
provide Contractor with a copy of the prevailing rates of per diem wages in effect at the
commencement of this Agreement. Contractor 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 the Contractor’s principal
place of business and at the Project site. Contractor shall defend, indemnify, and hold the City,
its elected or appointed officers, and their respective agents, officials, employees, volunteers and
representatives free and harmless from any claim or liability arising out of any failure or alleged
failure to comply with the Prevailing Wage Laws. It shall be mandatory upon the Contractor and
all subcontractors to comply with all California Labor Code provisions, which include but are not
limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775), employment of
apprentices (Labor Code Section 1777.5), certified payroll records (Labor Code Sections 1771.4
and 1776), hours of labor (Labor Code Sections 1813 and 1815) and debarment of contractors
and subcontractors (Labor Code Section 1777.1). The requirement to submit certified payroll
records directly to the Labor Commissioner under Labor Code section 1771.4 shall not apply to
work performed on a public works project that is exempt pursuant to the small project exemption
specified in Labor Code Section 1771.4.
3.3.7 Registration/DIR Compliance. If the Services are being performed as part of
an applicable “public works” or “maintenance” project, and if the total compensation is $15,000 or
more, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Contractor and all
subcontractors performing such Services must be registered with the Department of Industrial
Relations. Contractor shall maintain registration for the duration of the Project and require the
same of any subcontractors, as applicable. This Project may also be subject to compliance
monitoring and enforcement by the Department of Industrial Relations. It shall be Contractor’s
sole responsibility to comply with all applicable registration and labor compliance requirements.
Any stop orders issued by the Department of Industrial Relations against Contractor or any
subcontractor that affect Contractor’s performance of Services, including any delay, shall be
Contractor’s sole responsibility. Any delay arising out of or resulting from such stop orders shall
be considered Contractor caused delay and shall not be compensable by the City. Contractor
shall defend, indemnify, and hold the City, its elected or appointed officers, and their respective
agents, officials, employees, volunteers, and representatives free and harmless from any claim
or liability arising out of stop orders issued by the Department of Industrial Relations against
Contractor or any subcontractor.
3.4 Termination of Agreement.
3.4.1 Grounds for Termination. City may, by written notice to Contractor, terminate
the whole or any part of this Agreement at any time and without cause by giving written notice to
Contractor of such termination, and specifying the effective date thereof, at least seven (7) days
before the effective date of such termination. Upon termination, Contractor shall be compensated
only for those Services which have been adequately rendered to City, and Contractor shall be
entitled to no further compensation. Contractor may not terminate this Agreement except for
cause.
3.4.2 Effect of Termination. If this Agreement is terminated as provided herein, City
may require Contractor to provide all finished or unfinished information of any kind prepared by
Contractor in connection with the performance of Services under this Agreement. Contractor shall
be required to provide such document and other information within fifteen (15) days of the request.
441
Contract No. ___________
12
Revised 01-2024
BBK 72500.00001\32374943.1
3.4.3 Additional Services. In the event this Agreement is terminated in whole or in
part as provided herein, City may procure, upon such terms and in such manner as it may
determine appropriate, services similar to those terminated.
3.5 General Provisions.
3.5.1 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 address as the
respective parties may provide in writing for this purpose:
Contractor: St. Francis Electric, LLC
975 Carden Street
San Leandro, CA 94577
ATTN: Guy Smith
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260-2578
ATTN: Public Works
Such notice shall be deemed made when personally delivered or when mailed,
forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to
the party at its applicable address. Actual notice shall be deemed adequate notice on the date
actual notice occurred, regardless of the method of service.
3.5.2 Indemnification.
3.5.2.1 Scope of Indemnity. To the fullest extent permitted by law,
Contractor shall defend, indemnify and hold the City, its elected or appointed officers, and their
respective agents, officials, employees, volunteers and representatives free and harmless from
any and all claims, demands, causes of action, suits, actions, proceedings, costs, expenses,
liability, judgments, awards, decrees, settlements, loss, damage or injury of any kind, in law or
equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or
persons, including wrongful death, (collectively, “Claims”) in any manner arising out of, pertaining
to, or incident to any acts, errors or omissions, or willful misconduct of Contractor, its officials,
officers, employees, subcontractors, consultants or agents in connection with the performance of
the Services, the Project or this Agreement, including without limitation the payment of all expert
witness fees, attorneys’ fees and other related costs and expenses except such Claims caused
by the sole or active negligence or willful misconduct of the City.
3.5.2.2 Additional Indemnity Obligations. Contractor shall defend, with
counsel of City’s choosing and at Contractor’s own cost, expense, and risk, any and all Claims
covered by this section that may be brought or instituted against the City, its elected or appointed
officers, and their respective agents, officials, employees, volunteers and representatives . In
addition, Contractor shall pay and satisfy any judgment, award or decree that may be r endered
against the City, its elected or appointed officers, and their respective agents, officials, employees,
volunteers, and representatives as part of any such claim, suit, action, or other proceeding.
Contractor shall also reimburse City for the cost of any settlement paid by the City, its elected or
appointed officers, and their respective agents, officials, employees, volunteers, and
representatives as part of any such claim, suit, action, or other proceeding. Such reimbursement
shall include payment for City’s attorney’s fees and costs, including expert witness fees.
442
Contract No. ___________
13
Revised 01-2024
BBK 72500.00001\32374943.1
Contractor shall reimburse the City, its elected or appointed officers, and their respective agents,
officials, employees, volunteers, and representatives, for any and all legal expenses and costs
incurred by each of them in connection therewith or in enforcing the indemnity herein provided.
Contractor’s obligation to indemnify shall survive expiration or termination of this Agreement, and
shall not be restricted to insurance proceeds, if any, received by the Contractor, the City, its
elected or appointed officers, and their respective agents, officials, employees, volunteers, and
representatives.
3.5.3 Governing Law; Government Code Claim Compliance. This Agreement shall
be governed by the laws of the State of California. Venue shall be in Riverside County. In addition
to any and all Agreement requirements pertaining to notices of and requests for compensation or
payment for extra work, disputed work, claims and/or changed conditions, Contractor must
comply with the claim procedures set forth in Government Code sections 900 et seq. prior to filing
any lawsuit against the City. Such Government Code claims, and any subsequent lawsuit based
upon the Government Code claims shall be limited to those matters that remain unresolved after
all procedures pertaining to extra work, disputed work, claims, and/or changed conditions have
been followed by Contractor. If no such Government Code claim is submitted, or if any
prerequisite contractual requirements are not otherwise satisfied as specified herein, Contractor
shall be barred from bringing and maintaining a valid lawsuit against the City.
3.5.4 Time of Essence. Time is of the essence for each and every provision of this
Agreement.
3.5.5 City’s Right to Employ Other Contractors. City reserves right to employ other
contractors in connection with this Project.
3.5.6 Successors and Assigns. This Agreement shall be binding on the successors
and assigns of the parties.
3.5.7 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer,
either directly or by operation of law, this Agreement or any interest herein without the prior written
consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates
or transferees shall acquire no right or interest by reason of such attempted assignment,
hypothecation or transfer.
3.5.8 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any term
referencing time, days or period for performance shall be deemed calendar days and not
workdays. All references to Contractor include all personnel, employees, agents, and
subcontractors of Contractor, except as otherwise specified in this Agreement. All references to
the City include its elected or appointed officers, and their respective agents, officials, employees,
volunteers, and representatives except as otherwise specified in this Agreement. The captions of
the various articles and paragraphs are for convenience and ease of reference only, and do not
define, limit, augment, or describe the scope, content, or intent of this Agreement.
3.5.9 Amendment; Modification. No supplement, modification or amendment of
this Agreement shall be binding unless executed in writing and signed by both Parties.
3.5.10 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
443
Contract No. ___________
14
Revised 01-2024
BBK 72500.00001\32374943.1
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel or otherwise.
3.5.11 No Third-Party Beneficiaries. Except to the extent expressly provided for in
Section 3.5.7, there are no intended third-party beneficiaries of any right or obligation assumed
by the Parties.
3.5.12 Invalidity; Severability. If any portion of this Agreement is declared invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions
shall continue in full force and effect.
3.5.13 Prohibited Interests. Contractor maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working solely
for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not
paid, nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Contractor, any fee, commission, percentage, brokerage fee, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, City shall have the right to rescind this Agreement without liability. For the term
of this Agreement, no member, officer, or employee of City, during the term of his or her service
with City, shall have any direct interest in this Agreement, or obtain any present or anticipated
material benefit arising therefrom.
3.5.14 Cooperation; Further Acts. The Parties shall fully cooperate with one
another and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
3.5.15 Authority to Enter Agreement. Contractor has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and bind each respective Party.
3.5.16 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.5.17 Entire Agreement. This Agreement contains the entire Agreement of the
parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings, or agreements. This Agreement may only be modified by a writing signed by both
parties.
3.5.18 Federal Provisions. Reserved.
[SIGNATURES ON NEXT PAGE]
444
Contract No. ___________
Revised 01-2024
BBK 72500.00001\32374943.1
SIGNATURE PAGE TO MAINTENANCE SERVICES AGREEMENT
BY AND BETWEEN THE CITY OF PALM DESERT
AND ST. FRANCIS ELECTRIC, LLC
IN WITNESS WHEREOF, each of the Parties has caused this Agreement to be
executed on the day and year first above written.
CITY OF PALM DESERT
ST. FRANCIS ELECTRIC, LLC, A LIMITED
LIABILITY COMPANY
Contractor’s License Number and
if applicable
City Clerk QC: _____
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
_____
Bonds
445
Exhibit “A”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “A”
SCOPE OF SERVICES
Emergency On-Call Support
o Provide after-hours and weekend emergency response for traffic signal
malfunctions, knockdowns, or other urgent traffic control issues.
o Maintain a 24/7 contact line with the ability to respond on-site within a specified
timeframe (e.g., 60 minutes).
o Coordinate closely with City staff and law enforcement during incidents.
Traffic Equipment Knockdown Response
o Respond to and assess damage from knockdowns involving traffic signals, poles,
cabinets, and related equipment.
o Secure damaged areas and provide temporary repairs or traffic control as
needed.
o Document incident details and support coordination with insurance or liability
claims.
Preventive Maintenance Inspections
o Conduct routine inspections of traffic signals, cabinets, pedestrian push buttons,
detection systems, and other field equipment.
o Perform basic servicing such as cleaning, tightening connections, checking
signal timing, and replacing worn components.
o Provide inspection reports and flag any corrective maintenance needs.
Minor Construction and Field Modifications
o Install or modify signal loops, pedestrian detectors, and signal heads.
o Add or reconfigure signal phasing, such as installing right-turn overlap
movements or split phase operations.
o Support implementation of small capital projects or pilot installations as directed
by City staff.
o Perform minor civil work, such as trenching, conduit installation, or mounting
hardware.
446
Contract No. ___________
Exhibit “B”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “B”
SCHEDULE OF SERVICES
Reserved.
447
Contract No. ___________
Exhibit “C”
Revised 01-2024
BBK 72500.00001\32374915.1
EXHIBIT “C”
COMPENSATION
The total annual compensation shall not exceed Two Hundred Thousand Dollars ($200,000)
per fiscal year. Payment and Performance Bonds apply and will follow after compensation.
448
Contract No. ___________
Exhibit “C”
Revised 11-2-20
BBK 72500.00001\32374915.1
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the City of Palm Desert (hereinafter referred to as “City”) has awarded
to Sy. Francis Electric, LLC, (hereinafter referred to as the “Contractor”) an agreement for On-
Call Traffic Signal Maintenance & Emergency Response Services Project (hereinafter referred to
as the “Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in
the Contract Documents for the Project dated July 10, 2025, (hereinafter referred to as “Contract
Documents”), the terms and conditions of which are expressly incorporated herein by reference;
and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms
thereof and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, St. Francis Electric, LLC, the undersigned Contractor and
_____________________________________________ as Surety, a corporation organized and
duly authorized to transact business under the laws of the State of California, are held and firmly
bound unto the City in the annual sum of Two Hundred Thousand Dollars, ($200,000), said sum
being not less than one hundred percent (100%) of the total amount of the Contract, for which
amount well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all
materials and workmanship; and shall indemnify and save harmless the City, its elected or
appointed officers, and their respective agents, officials, employees, volunteers and
representatives, as stipulated in said Contract Documents, then this obligation shall become null
and void; otherwise it shall be and remain in full force and effect.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by City, during which time if Contractor
shall fail to make full, complete, and satisfactory repair and replacements and totally protect the
City from loss or damage resulting from or caused by defective materials or faulty workmanship,
Surety shall undertake and faithfully fulfill all such obligations. The obligations of Surety hereunder
shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City’s
rights or the Contractor or Surety’s obligations under the Contract, law, or equity, including, but
not limited to, California Code of Civil Procedure section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the
Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or
shall promptly, at the City’s option:
(1) Take over and complete the Project in accordance with all terms and conditions in the
Contract Documents; or
449
Contract No. ___________
(2) Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any modification
thereto, less any amount previously paid by the City to the Contractor and any
other set offs pursuant to the Contract Documents.
(3) Permit the City to complete the Project in any manner consistent with local, Califor nia
and federal law and make available as work progresses sufficient funds to pay the
cost of completion of the Project, less the balance of the contract price, including
other costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which
may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid
from Contractor for completion of the Project if the City, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract Documents or to the Project to be
performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the terms of the Contract
Documents or to the Project, including but not limited to the provisions of sections 2819 and 2845
of the California Civil Code.
[SIGNATURES ON NEXT PAGE]
450
Contract No. ___________
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20____.
(Corporate Seal)
Contractor/ Principal
By ____________________ ____
Printed name: _______________________
Title: ______________________________
(Corporate Seal) Surety
By: ________________________________
Printed Name: _______________________
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate)
Signatures of those signing for the Contractor and Surety must be notarized and evidence of
corporate authority attached.
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges, $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
NOTE: A copy of the Power-of-Attorney authorizing the person signing on behalf of the Surety to
do so must be attached hereto.
451
Contract No. ___________
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
452
Contract No. ___________
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney
to local representatives of the bonding company must also be attached.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
453
Contract No. ___________
PAYMENT BOND
KNOW ALL PERSONS BY THESE PRESENTS That
WHEREAS, the City of Palm Desert (hereinafter designated as the “City”), by action taken
or a resolution passed July 10, 2025, has awarded to St. Francis Electric, LLC, hereinafter
designated as the “Principal,” a contract for the work described as follows:
On-Call Traffic Signal Maintenance & Emergency Response Services Project (the
“Project”).; and
WHEREAS, the work to be performed by the Principal is more particular ly set forth in the
Contract Documents for the Project dated July 10, 2025, (“Contract Documents”), the terms and
conditions of which are expressly incorporated by reference; and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any materials,
provisions, provender, equipment, or other supplies used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor done thereon of any kind, or for
amounts due under the Unemployment Insurance Code or for any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages
of employees of said Principal and its Subcontractors with respect to such work or labor the Surety
on this bond will pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety,
are held and firmly bound unto the City in the penal annual sum of Two Hundred Thousand
Dollars, ($200,000) lawful money of the United States of America, for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of
the persons named in Section 9100 of the Civil Code, fail to pay for any materials, provisions or
other supplies, used in, upon, for or about the performance of the work contracted to be done, or
for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance
Code with respect to work or labor performed under the contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development Department or Franchise
Tax Board from the wages of employees of the contractor and his subcontractors pursuant to
Section 18663 of the Revenue and Taxation Code, with respect to such work and labor the Surety
or Sureties will pay for the same, in an amount not exceeding the sum herein above specified,
and also, in case suit is brought upon this bond, all litigation expenses incurred by City in such
suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation
expenses.
This bond shall inure to the benefit of any of the persons named in Section 9100 of the
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for performance,
addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement
pertaining or relating to any scheme or work of improvement herein above described, or pertaining
or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or
modification of any terms of payment or extension of the time for any payment pertaining or
454
Contract No. ___________
relating to any scheme or work of improvement herein above described, nor by any rescission or
attempted rescission of the contract, agreement or bond, nor by any conditions precedent or
subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to
recover under any such contract or agreement or under the bond, nor by any fraud practiced by
any person other than the claimant seeking to recover on the bond and that this bond be construed
most strongly against the Surety and in favor of all persons for whose benefit such bond is given,
and under no circumstances shall Surety be released from liability to those for whose benefit such
bond has been given, by reason of any breach of contract between the owner or City and original
contractor or on the part of any obligee named in such bond, but the sole conditions of recover y
shall be that claimant is a person described in Section 9100 of the Civil Code, and has not been
paid the full amount of his claim and that Surety does hereby waive notice of any such change,
extension of time, addition, alteration or modification herein mentioned and the provisions of
sections 2819 and 2845 of the California Civil Code.
[SIGNATURES ON NEXT PAGE]
455
Contract No. ___________
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By ____________________ ____
Printed name: _______________________
Title: ______________________________
(Corporate Seal) Surety
By: ________________________________
Printed Name: _______________________
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate)
Signatures of those signing for the Contractor and Surety must be notarized and evidence of
corporate authority attached. A Power-of-Attorney authorizing the person signing on behalf of the
Surety to do so much be attached hereto.
NOTE: A copy of the Power-of-Attorney authorizing the person signing on behalf of the Surety to
do so must be attached hereto.
456
Contract No. ___________
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
457
Contract No. ___________
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney
to local representatives of the bonding company must also be attached.
Notary Acknowledgment
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the
document and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
458
Request for Proposals to
CITY OF PALM DESERT
FOR ON-CALL TRAFFIC SIGNAL MAINTENANCE & EMERGENCY RESPONSE SERVICES
RFP# 2025-RFP-192
Request for Proposal to the City of Palm Desert
Presented by: St Francis Electric
2100 Iowa Avenue, Riverside, CA 92507
“Experience, Quality & Reliability…”
Due by: June 25, 2025 @ 2:00 p.m.
459
TABLE OF CONTENTS
1. COVER LETTER .......................................................................................................................................... 1
2. EXPERIENCE AND TECHNICAL COMPETENCE ...................................................................................... 2
A. BACKGROUND ........................................................................................................................... 2
B. REFERENCES ................................................................................................................................ 7
3. FIRM STAFFING AND KEY PERSONNEL .................................................................................................... 8
A. STAFFING..................................................................................................................................... 8
B. KEY PERSONNEL .......................................................................................................................... 9
C. TEAM ORGANIZATION ............................................................................................................... 9
D. SUBCONTRACTORS .................................................................................................................. 10
4. PROPOSED METHOD TO ACCOMPLISH THE WORK ........................................................................... 11
460
461
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 2
2. Experience and Technical Competence
A. Background:
SFE has been in the electrical business for 79 years. We have provided
a track record of success in the contracting and in the maintenance
divisions, over these 79 years. With over 250+ employees, we have the
senior management team to allow for continued growth and have the
path of growth to succeed. We have seen tremendous changes in our industry and have grown our
business along the lines of longevity and stability. We have matured as a company from the early days of
SFE into a leader in our industry. We pride ourselves on a close working relationship with our clients and
we have continued to create new and lasting relationships with all of them. SFE has extensive experience
in the maintenance work that is being requested. SFE owns and operates approximately 100+ service
vehicles of various types and sizes throughout California.
We maintain management of all our costs and expenses. Having been in the Electrical business for
these 79 years length of time, we have crafted special relationships with our suppliers and our financial
backing. We have worked on projects that have been worth over 20 million dollars and have successfully
secured the financing and the manpower to produce the finest work and craftsmanship in this business
proving that SFE is the best qualified to provide the services as described in this RFP. We intend to bring
our years of experience to this maintenance proposal.
SFE has extensive experience in the maintenance work that is being requested. SFE to help ensure
safety, our maintenance crews use hydraulic “bucket” trucks with aerial lifts which are Occupational
Safety and Health Administration (OSHA) approved, inspected, and certified as required by law. Our
bucket trucks are typically equipped with the most common traffic signal gear, poles, and street light
replacement parts to service most emergency responses such as knock downs. In addition, SFE’s vehicles
are equipped with a permanently mounted arrow board/stick, warning beacon/strobe lights, traffic cones
& construction warning signs.
Our “bucket truck” hydraulic lift is capable of reaching a height of at
least forty (40) feet from roadway surfaces. Additionally, SFE houses a
minimum of 2 crane truck at our yard. Our technicians are equipped with
necessary laptops for the programming/testing of traffic signal
controllers, CMU/MMU, Camera monitoring (CCTV, Video, etc.), and
various equipment. In addition, all SFE employees will be equipped with
a smartphone/mobile tablet with 5G access capable of email, text,
photo, and internet. SFE is committed to maintaining an inventory of all
signal equipment used by the City of Palm Desert. This commitment will ensure the City avoiding long
wait time on some equipment such as traffic signal poles.
We maintain these types of services to create the applications needed to keep SFE in the leading edge
of services that are provided as part of our core business. We take great pride in our value-added services
and how we can be relied on for a complete package of services in the Transportation areas.
SFE’s Maintenance Division Management Team has extensive experience of more than 50 years in
serving the governmental needs as well as in charge of municipalities’ maintenance programs as
government employees. Shenoa Townsend will be the Project Manager and Guy Smith will be the
Management contact that is authorized to sign an agreement for St. Francis Electric.
462
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 3
Number of Years Company has Provided Services and Company Ownership
St. Francis Electric, LLC is a Limited Liability Company. Doing business in the
state of California. SFE is not owned by another business organization or
individual. SFE has been conducting business as St. Francis Electric, LLC. for 10
years and providing the services as outlined in the RFP; however, SFE has been
in business for 79 years. Our Headquarters is located at 975 Carden St, San
Leandro, CA 94577 with many satellite offices located throughout California
including Riverside. The Riverside location opened its doors on November 1,
2015, and is the location from which the employees are assigned. SFE has over
25 years of experience providing similar services to cities within San Bernardino
County alone. Our contractor’s license number is 1003811 for A, C-10 classifications and it expires on
5/31/27. Our DIR# is 1000022208.
St. Francis Electric Availability
SFE understands the importance of maintaining a functional traffic signal system for the City’s public
reception and safety concerns. SFE has 15+ employees locally available to service the City of Palm Desert
and 250+ employees throughout California. We also have a technician that resides in the City of Palm
Desert available to respond to after-hours calls. SFE promises to make available for the City of Palm Desert
on a 365/24/7 basis to perform tasks and services under this contract. SFE as a company has an excellent
reputation performing traffic signal maintenance contract work on time and on budget. We are confident
that our existing clients are greatly satisfied with our services and will be providing positive feedback and
recommendations. SFE will make every effort to satisfy the City of Palm Desert in responding to the 24/7
emergency calls. SFE will respond immediately within two (2) hours of notification to emergency and
accident work under normal conditions. All of our technicians drive their bucket trucks home and often
times have technicians working in neighboring cities daily making it possible to respond in a timely manner
for unscheduled, after-hours and emergency work.
SFE’s Experience
It is always the goal of SFE to hone our service around a City’s needs. We understand that throughout the
term of a contract of this type, those needs may change. We approach all our contracts with the same
vision; build a partnership with the City’s staff and work towards achieving common goals set forth
through that partnership. We realize that this is an ever-evolving process and that is why we believe that
the only successful route is through establishing these common goals. SFE’s account management team
as well as our field staff will work closely with the City in order to make sure that all of your requests are
being effectively addressed. We make every effort to ensure that the City’s staff is always aware of issues
that are in need of attention.
Key Contact Information:
Headquarters Southern California Region Southern California Region
St. Francis Electric, LLC Jill Petrie – SoCal Area Manager Shenoa Townsend
975 Carden Street SoCal Area Manager Project Manager
San Leandro, CA 94577 2100 Iowa Ave 2100 Iowa Ave
Office: (510) 639-0639 Riverside, CA 92507 Riverside, CA 92507
Fax: (510) 639-4653 (951) 203-4586 (951) 906-7626
jpetrie@sfe-inc.com Shenoa.townsend@sfe-inc.com
463
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 4
Employee Quality Control
Safety is the top priority within SFE. In order to operate as a larger general
electrical contractor, SFE has developed a culture to always pay extra attention
regarding safety. With our designated safety officer and safety team constantly
going from job to job, SFE promises to plan and conduct the work in a manner that
will safeguard all persons from injury in accordance with CAL OSHA regulations and
will take precautions required by all other applicable government regulations.
SFE Safety Data – Within the Last 5 Years
To ensure good quality from SFE staff, we believe in proper foresight and preparation. We train our
technicians to IMSA, OSHA, State specific requirements, Caltrans specs, and Vendor Specific standards. We
supply the “right tools” for the job, from hand tools to heavy equipment. Once the proper tools and training
are supplied, we can then progressively inspect and ensure proper production and quality levels are met.
We regularly and randomly inspect our technician’s quality and thoroughness. We strive to “see things”
from our customers’ perspective. When performing maintenance on Traffic Signals and Street Lights, we
believe that the efforts we put into the quality of our service prolongs the life and efficiency of the
components, and The City of Palm Desert’s confidence in our work.
SFE’s Senior Management is fully committed to addressing the safety of today and beyond. We have
established aggressive goals and have adopted a ZERO tolerance regarding safety compliance. Our focus
on a Safer tomorrow is paramount to our future. The success in reaching our goals rests on the shoulders
of each and every employee at SFE. With their knowledge, by their preparations, and through their
practices, we can achieve these goals. We have identified a number of actions, and our efforts are doubled
with regard to safety awareness. Since 2012, SFE has not received an OSHA citation. In addition, the
renewed efforts are already being shown in Our Experience Modification Rate.
SFE has also recently won Best Rating per 250,000 – 500,000 man hours and featured in United
Contractors Magazine for three years in a row. Having a great safety rating (A.K.A EMR/ MOD RATING) or
ZERO injuries in the construction world is HUGE! General contractors and Project owners look at this mod
rating as our “credit score” and our ability to perform the job safely! Maintaining a great EMR rating is
critical when competing for work.
464
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 5
Training Programs
SFE has several training programs we use for our employees to ensure the
highest quality, with the most up to date knowledge and training. We also review
the latest maintenance procedures and suggestions from the industry, the industry
periodicals and NECA, IMSA seminars, so that SFE can maintain our service
capability to the latest industry guidelines.
We work with our Local Unions who have Apprenticeship and Training
programs for Technical Application/Training, First Aid/CPR and also OSHA Safety.
Many of our staff are trainers in these programs and have the opportunity to instruct and mentor the
electricians in the industry.
In-House SFE has many employees that have been in this industry for 40+ years, these Journeymen /
Foremen / Mentors /Area Leads help to train, develop and grow our team with real life exposure and
situations both in the field and at our in-shop training lab.
We work with all our field staff and project managers to help them acquire and maintain IMSA certified
training and the State Certified National Electrical Certification. We feel the attainment of these types of
certifications is a means for individuals to indicate to the general public, coworkers, agencies, and others
that an impartial, nationally recognized organization has determined that they are qualified to perform
specific technical tasks by virtue of their technical knowledge and experiences. Certification also bestows a
sense of achievement upon the certified individual since it reflects professional advancement in a chosen
field. We encourage all of our technicians to be certified in Work Zone Safety, TS Level I, II and III and
Roadway Lighting Levels I, & II. We employ several employees who have gone beyond these certifications.
IMSA currently offers certification in the following fields:
• Electronics in Traffic Signals
• Fiber Optics for ITS
• Flagging and Basic Traffic Control
• Microprocessors in Traffic Signals
• Roadway Lighting
• Signs and Markings
• Traffic Signals
• Traffic Signal Inspector
• Work Zone Traffic Control Safety
SFE Technicians and Project managers also receive specialized training from LRN Transportation. LRN
Transportation has developed a comprehensive program in the areas of signal operation and maintenance
to upgrade the skills of traffic signal technicians, electricians, engineers, inspectors, contractors, and
consultants. Their goal is to train in the latest equipment and technology to make experts of the personnel
working in the traffic signal industry while learning the latest MUTCD, Caltrans and ADA regulations; build
pedestrian-friendly streets; design, inspect and finalize safe traffic signal intersections. We have been
trained and certified in several of these classes and also continue to take refresher courses to stay up to
date on all industry changes.
We encourage our staff to attend these classes and make time available to attend these courses as
needed.
465
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 6
SFE’s Primary, Headquarters and Satellite Office Locations
St. Francis Electric’s Southern California office is the designated local office/yard for this project
located at 2100 Iowa Ave, Riverside, CA 92507 in the County of Riverside. We currently provide these
exact services to your neighboring cities, allowing for our technicians to always be in the neighborhood
just minutes away - this allows for eyes on in the field of day-to-day operations of the intersections and
emergency support when needed. SFE’s office has secured outdoor storage space sufficient for all the
contract equipment, parts, components, and inventory. In addition to the outdoor storage, we also have
ample warehouse indoor secured storage space necessary for these types of contracts. SFE’s Southern
California shop is not only set up for our typical maintenance & response work but has the necessary room
for growth to support the addition of many new customers, contracts and projects. SFE has a Southern
California traffic signal lab located in Riverside County used for the testing and repairs of new/used
equipment and the on-going training of field technicians in a controlled environment. SFE also has a
testing lab facility located at our Headquarters office for these same types of services in that area. Since
all of our offices are located in California, as seen below, they all provide services throughout Northern,
Central and Southern California.
St. Francis Electric, LLC. (Primary Office) St. Francis Electric, LLC. (Headquarters)
2100 Iowa Ave 975 Carden St
Riverside, CA 92507 San Leandro, CA 94577
Other SFE Office Locations Include:
1850 West Imola Ave
Napa, CA 94559
230 Mayock Rd
Gilroy, CA 95020
341 Industrial Way
Woodland, CA 95776
Northern California Locations Southern California Locations
SFE’s Southern California office currently has contracts for Traffic Signal Maintenance Services with
such Cities as: City of Colton, Corona, Downey, Grand Terrace, Indian Wells, Lancaster, La Quinta, Loma
Linda, Palm Desert, Palm Springs, Rialto, Rosemead, County of San Bernardino Waste, Wildomar, Yorba
Linda, and Town of Apple Valley as well as several projects with other cities throughout Southern
California.
We graciously hope for the opportunity to work hand and hand with your City.
466
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 7
B. References:
St. Francis Electric has established a reputation of quality service with our Southern California team.
The field and office staff have provided maintenance/response services to public agencies for over two
decades and continue to build strong relationships with new clients. We understand the value of our
clients as well as their demands all while keeping the citizens’ safety in mind.
Client Manager Addresses Email & Phone Info
Town of Apple Valley Brett Morgan 14955 Dale Evans Pkwy
Apple Valley, CA 92307
bmorgan@applevalley.org
(760) 403-8034
City of Colton Victor Ortiz 160 S. 10th St
Colton, CA 92324
vortiz@coltonca.gov
(909) 514-4210
City of Corona Gabriel Hernandez 400 S. Vicentia Ave
Corona, CA 92882
gabriel.hernandez@ci.corona.ca.us
(951) 279-3709
City of Downey Edwin Norris 11111 Brookshire Ave
Downey, CA 90241 enorris@downeyca.org
(562) 904-7110
City of Grand Terrace Ruben Montano 22795 Barton Rd
Grand Terrace, CA 92313
rmontano@grandterrace-ca.gov
(909) 835-0890
City of Indian Wells Mihai Dan 44-950 Eldorado Dr
Indian Wells, CA 92210
mdan@indianwells.com
(760) 346-2489
City of Lancaster Mike Harne 44933 Fern Ave
Lancaster, CA 93534
mharne@cityoflancasterca.org
(661) 723-5801
City of La Quinta Adam Viramonte 78-495 Calle Tampico
La Quinta, CA 92253
aviramontes@laquintaca.gov
(760) 835-5109
City of Loma Linda John Trujillo 25541 Barton Rd
Loma Linda, CA 92354
jtrujillo@lomalinda-ca.gov
(909) 478-4269
City of Palm Desert Robert Becerra 73-510 Fred Waring Dr
Palm Desert, CA 92260
rbecerra@palmdesert.gov
(760) 862-6804
City of Palm Springs Joel Montalvo 3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
joel.montalvo@palmspringsca.gov
(760) 322-8339
City of Rialto Tim Sullivan 150 S. Palm Ave
Rialto, CA 92376
tsullivan@rialtoca.gov
(909) 421-7229
City of Rosemead Jimmy Limon 2174 River Ave
Rosemead, CA 91770
jlimon@cityofrosemead.org
(626) 644-1287
City of Wildomar Jason Farag 23873 Clinton Keith Rd, Suite 201
Wildomar, CA 92595
jfarag@cityofwildomar.org
(951) 677-7751 x219
City of Yorba Linda Armando Jaime 4845 Casa Loma Ave
Yorba Linda, CA 92886
ajaime@yorbalindaca.gov
(714) 961-7170
467
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 8
3. Firm Staffing and Key Personnel
A. Staffing:
SFE understands the importance of maintaining a functional traffic signal system for the City’s public
reception and safety concerns. SFE has 15+ employees locally available to service the City of Palm Desert
and 250+ employees throughout California. SFE promises to make available for the City of Palm Desert on
a 365/24/7 basis to perform tasks and services under this contract. SFE as a company has an excellent
reputation performing traffic signal maintenance contract work on time and on budget. We are confident
that our existing clients are greatly satisfied with our services and will be providing positive feedback and
recommendations. SFE will make every effort to satisfy the City of Palm Desert in responding to the 24/7
emergency calls. SFE will respond immediately within two (2) hours for responding to unscheduled or
emergency work under normal conditions. All our technicians drive their bucket trucks home and often
times have technicians working in neighboring cities daily making it possible to respond in a timely manner
for unscheduled, after-hours and emergency work.
SFE is an active union company and is supported by the local unions in all areas which provides upon
request, certified IBEW journeyman electricians, traffic signal technicians, laborers and apprentices for
these classifications and is available to provide additional personnel as needed. SFE supports these unions
and their apprenticeship programs in order to develop knowledge and growth which in turn provides jobs
for our local communities in the traffic signal maintenance industry.
Discipline: Estimating / Manager
Name: Scott Verplanck
Discipline: Traffic Signal & Streetlight
Name: Shenoa Townsend
Discipline: Estimating / Project Management
Name: Chris Cruz
Discipline: Traffic Signal & Streetlight
Name: Andy Briones
Discipline: Service Coordinator
Name: Emi Cervantes
Discipline: Traffic Signal & Streetlight
Name: Guy Smith
Discipline: Operational Management
Name: Stephen Petrie
Discipline: Traffic Signal & Streetlight
Name: Lance Alm
Discipline: Traffic Signal & Streetlight
Name: Josh Alm
Discipline: Traffic Signal & Streetlight
Name: Brian Meza
Discipline: Traffic Signal & Streetlight
Name: Alex Lara
Discipline: Traffic Signal & Streetlight
Name: Ceasar Gonzales
Discipline: Traffic Signal & Streetlight
Name: Paul Felix
Discipline: Streetlight
Name: Efrain Luna
Discipline: Traffic Signal & Streetlight
Name: Robert Amaro
Discipline: Traffic Signal & Streetlight
Name: Joshua Sandoval
Discipline: Streetlight
468
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 9
B. Key Personnel:
Role: - SoCal Area Manager/Project Manager
Name: Scott Verplanck
Role: Construction Foreman
Name: Shenoa Townsend
Role: Assigned Project Manager / Estimating
Name: Emi Cervantes
Role: Provide Advanced Technical Support
Name: Andy Briones
Role: Project Administrative Support
Name: Stephen Petrie (Assigned Tech)
Role: Provide Routine & Response Services
Name: Guy Smith
Role: Authorized Individual to Contractually Bind SFE
Name: Josh Alm (Assigned Tech)
Role: Provide Routine, Responses & USA Services
Name: Lance Alm
Role: Provide Routine, Response & USA Services
Name: Chris Cruz
Role: Provide Routine & Response Services
Role: Respond to Emergency Service Requests
Name: Alex Lara
Role: Respond to Emergency Service Requests
Name: Efrain Luna
Role: Provide Response Services and Support
Name: Joshua Sandoval
Role: Provide Streetlight Service and Support
C. Team Organization:
469
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 10
D. Subcontractors:
SFE will/may subcontract work within the City using the subcontractors listed below.
If it is found that additional subcontractors are required, their information would be
submitted to City at that time.
Company Address Phone Number License Functions
Electrical, 2542 Avalon St
Riverside, CA 92509 (951) 784-1410 A, B, C-1000004626 Underground
Construction
Smithson
Electric, Inc. (714) 997-9556 1000001610 Detector Loops
470
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 11
4. Proposed Method to Accomplish the Work
A. SFE’s team intends to approach this contract with a desire to provide the best customer service
experience for the City of Palm Desert and its citizens. SFE has consistently performed to the highest levels
of satisfaction on all our service contracts. SFE understands that, as a maintenance contractor, we
represent the City while working on its streets.
Having worked with the City for over 10 years, we clearly understand what the City expects of us and the
work we do. SFE’s field and office staff continues to strive to become a highly valued part of the City of
Palm Desert’s team. SFE proposes to make every effort to satisfy the City of Palm Desert in responding to
the 24/7 unscheduled and emergency work. All Emergency and accident calls will be responded to within
the two (2) hours from receiving the call.
Our SFE team stands out over many due to our experience and providing exceptional
customer service year after year. Working with municipalities is our primary focus. All
SFE Employees have the same goal to “be the best in the industry”, by providing
superior customer service. We understand to last the test of time you not only must be the very best at
what you do but you have to care about what you do and prove it every day. From day one, SFE owners
have always been boots on the ground, in the field working alongside their employees, taking pride in the
service we provide and the team that it has built throughout the years.
SFE’s crew is focused and attentive to the City’s needs and will do what it takes to assist the City
achieve their goals for their streets and infrastructure.
SFE has been in the traffic signal and streetlighting industry for over 79 years and has built an
outstanding reputation all over California for its work and services provided:
• We have over 250+ employees throughout our offices and in the field, IMSA certified, NEC
certified, VMS qualified, USA trained, Traffic Engineers on staff and Construction specialists
dedicated to this industry alone. Our motto “Experience, Quality & Reliability…” is something we
all stand by.
• We strive to understand our customer’s, their needs and goals. We understand there can be many
obstacles our customers may have to navigate, and we are there to help them in any way possible.
Our project managers/field staff make it a point to answer calls and emails responsively; we meet
with our customers on a routine basis whether it be onsite or at their facility to have clear concise
communications at all times. With this type of effort, we can sustain from common issues that
arise when there is a lack of communication.
• We offer our customers an emailing option for non-urgent socalmadmin@sfe-inc.com during our
business hours so that our cities will receive a response from our office staff. We inform our
customers that a tech has been dispatched and when a service request has been completed in
the field by our technicians so that they are not left wondering if a problem has been addressed.
• We have a live person dispatch service when calling our 24/7 Direct Line Teleservice every time
you call in, and the service call is immediately dispatched to our on-call technicians. Our techs will
follow up with a return phone call notifying the reporting party confirmation of receipt and our
estimated time of arrival. All our technicians have smartphones / tablets and / or laptops and can
be reached at any time while performing services within the City.
• We have built outstanding relationships with our suppliers over the past few decades giving us
the advantage of outstanding pricing, expedited shipping and also making it so we have access to
thousands of components that may not be the standard everyday part, and a tremendous amount
of resources that we can rely on.
• SFE continuously works with all of our customers on getting their warranty items repaired or
replaced throughout the city even when they were not the original installer. We make every effort
to handle and relieve our customers of this burden, while keeping the customer informed and up
to date on their status.
471
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 12
• We have an In-house testing/training Lab in both our Southern California and Northern California
facilities.
• Our technicians receive communication directly from our 24/7 Dispatch center and take company
vehicles home for a faster response time. Our shop is centrally located between the 215/60/91
Freeways making it convenient for our technicians to pickup materials if needed. Our technicians
reside in varies areas of SoCal and our company vehicles are equipped with GPS to be able to
dispatch the nearest technician available.
Communications between City of Palm Desert and SFE
SFE Staff we will proactively communicate with City officials to inform of field issues encountered for all
services described in this RFP during the contract period. Correspondence between the City of Palm Desert
and our local Area Manager, Project Managers, and Project Coordinators can be called in direct line or via
individual email or to socalmadmin@sfe-inc.com (this will send an email to all office staff.) Any and all
issues with service, performance or quality shall be directed to the assigned project manager for the City
of Palm Desert. All Call/Service request and Dispatch request will go through our 24/7 dispatch center.
The helps to insure they are responded to in a timely manner. Our Dispatch Center also knows what techs
are in what area in order to have the quickest response possible. SFE DISPATCH 1-(844)-LIGHT88
• Staff will proactively communicate with city personnel to inform of field issues encountered for
all services described in this RFP during the contract period.
• SFE highly encourages all field technicians become acquainted with city personnel so that they
are recognized while working throughout the City. Our technicians will contact designated city
contact(s) when they plan on being in the city, when they are responding to calls and to update
status of the calls in the city or prior to leaving the city to ensure all tasks have been
communicated.
• Correspondence between the City of Palm Desert and our local Area Manager, Project Managers,
and Project Coordinators can be called in direct line or via individual email or to
socalmadmin@sfe-inc.com (this will send an email to all office staff.) Any and all issues with
service, performance or quality shall be directed to the assigned project manager for the City of
Palm Desert.
• Dispatch requests (emergency or non-emergency) are encouraged to be called into our 24/7/365
dispatch call center at 1-844-LIGHT88. This helps ensure complete accurate information is
received and dispatched appropriately.
24/7/365 Traffic Signal Telephone Service 1-(844)-LIGHT88
472
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 13
Scope of Services
• Emergency On-Call Support
o SFE will provide after-hours and weekend emergency response for traffic signal malfunctions,
knockdowns, or other urgent traffic control issues.
o SFE maintains a 24/7 contact line (1-844-LIGHT88) and is able to respond on-site within (2)
hours of notification during normal conditions.
o SFE will coordinate closely with City Staff and law enforcement during incidents.
• Traffic Equipment Knockdown Response
o SFE will respond to and assess damage from knockdowns involving traffic signals, poles,
cabinets, and related equipment.
o SFE will secure damaged areas and provide temporary repairs or traffic control as needed.
o SFE will document incident details and support coordination with insurance or liability claims.
• Preventative Maintenance Inspections
o SFE will conduct routine inspections of traffic signals, cabinets pedestrian push buttons,
detection systems, and other field equipment.
o SFE will perform basic service such as cleaning, tightening connections, checking signal timing,
and replacing worn components.
o SFE will provide inspection reports and flag any corrective maintenance needs.
• Minor Construction and Field Modifications
o SFE will install or modify signal loops, pedestrian detectors, and signal heads.
o SFE will add or reconfigure signal phasing, such as installing right-turn overlap movements or
split phase operations.
o SFE will support implementation of small capital projects or pilot installations as directed by
City staff.
o SFE will perform minor civil work, such as trenching, conduit installation, or mounting
hardware.
• Other On-Call and Mutually Agreed Upon Traffic-Related Requests
473
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 14
Preventative Maintenance Schedule
SFE will continue to utilize the quarterly preventative maintenance schedule as it was first implemented
in July of 2022. We have split the total number of intersections (104) into 3 groups: “Group A”, “Group B”,
“Group C” and will perform each group as scheduled below. Not only will this save the City funds, but this
allows SFE to be in your City every month and can also reduce the number of extraordinary calls and travel
time. Our team will continue to work closely with City Staff and will be notified when we are in the City so
that we can complete any service requests they may have while we are there.
Deliverables
SFE will provide a computerized monthly activity report to the City each month for the previous month’s
activities. The report will provide a brief description of all preventative maintenance and emergency
service activities and will be attached to the monthly invoice.
Addendum #1
In Closing
SFE would like to thank the City of Palm Desert for giving us another opportunity to submit this RFP and
for their consideration to use our local Staff as part of a crew that represents its City. If chosen our staff
will make every effort to ensure your City is our next best reference on future RFP’s to other Cities. We
don’t strive to be the biggest but we do strive to be the BEST!
474
St. Francis Electric | A and C-10 Licensed Contractor | 2100 Iowa Ave. Riverside, CA 92507
stfranciselectric.com – Phone (951) 203-4586 – 24/7/365 Traffic Signal Service 1-(844)-LIGHT88 1
Fee Proposal
Preventative Maintenance Per Intersection Rate
Item No. Description Rate
1 Traffic Signal Preventative Maintenance per Intersection $99.50
Suggested Preventative Maintenance Fee Schedule
Group A 34 $99.50 $3,383.00 $13,532.00
Group B 35 $99.50 $3,482.50 $13,930.00
Group C 35 $99.50 $3,482.50 $13,930.00
Hourly Rates for Labor
Item No. Description Hourly Rate
2 Superintendent / Foreman (Regular Time) $132.00
3 Superintendent / Foreman (Over Time) $179.00
4 Superintendent / Foreman (Double Time) $225.00
5 Traffic Signal Technician – Field (Regular Time) $122.00
6 Traffic Signal Technician – Field (Over Time) $169.00
7 Traffic Signal Technician – Field (Double Time) $215.00
8 Traffic Signal Laborer – Field (Regular Time) $112.00
9 Traffic Signal Laborer – Field (Over Time) $159.00
10 Traffic Signal Laborer – Field (Double Time) $199.00
Hourly Rates for Equipment
Item No. Description Rate
11 Pickup Truck $25.00
12 Service Bucket Truck $38.00
13 Service Truck $35.00
14 Crane $99.00
Material Mark Up is Cost + 15% GM
Rates are hourly Port-to-Port for Labor and Equipment
Note: Regular, Overtime/Saturday, and Double Time/Sunday/Holiday Rates will be billed and applied
per the DIR Requirements.
475
476
Page 1 of 3
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Shawn Muir, Community Services Manager
SUBJECT: AUTHORIZE THE PURCHASE OF SHADE STRUCTURES AND
PLAYGROUND EQUIPMENT FOR THE CIVIC CENTER PARK
IMPROVEMENTS (PROJECT NO. CFA00011)
RECOMMENDATION:
1. Authorize the purchase of seven playground shade structures from Shade Structures, Inc.,
dba USA SHADE & Fabric Structures, in the amount of $492,158.92, plus $50,000 in
contingency for unforeseen expenses.
2. Authorize the purchase of playground equipment from Landscape Structures, Inc. in the
amount of $445,406.10, plus a $45,000 contingency for unforeseen expenses.
3. Authorize the City Attorney to make necessary nonmonetary changes to the agreements.
4. Authorize the City Manager to execute the agreement and any other documents, changes,
or amendments necessary to effectuate this action.
BACKGROUND/ANALYSIS:
The Civic Center Park playground is an integral part of the City’s largest and most frequented
public park. In 2024, staff initiated a playground renovation project to address accessibility,
safety, and general improvement needs. The new design is based on community input co llected
through surveys and outreach events and prioritizes inclusive play features and increased shade
coverage.
On January 14, 2025, the City entered into agreements with Michael Baker International, Inc.,
and their subcontractor, In-Site Landscape Architecture, Inc., for design and engineering
services. Their scope includes public engagement, conceptual planning, construction
documents, and regulatory coordination. Final plans are currently under review by the City’s
Building and Safety Division and the City Engineer.
The approved design includes new accessible playground equipment and shade structures to
enhance usability and aesthetics. The design specifies the use of products from:
Landscape Structures, Inc. – playground equipment
Shade Structures, Inc. dba USA SHADE & Fabric Structures – fabric shade structures
Both companies are authorized vendors under the California Multiple Award Schedules (CMAS)
program, which complies with the City’s purchasing policy requirements by ensuring pricing is
obtained through an open and public competitive procurement.
477
City of Palm Desert
Award Contracts for Civic Center Park Playground
Page 2 of 3
To expedite the construction timeline and avoid delays caused by long lead times (estimated at
4–6 weeks for playground equipment and 8–10 weeks for shade structures), staff recommends
pre-purchasing the equipment now. These materials will be listed as owner-furnished items in
the forthcoming construction bid documents, allowing the contractor to account for and
coordinate installation accordingly.
Both vendors have demonstrated strong performance h istories. USA SHADE has successfully
completed shade installations for the City, including projects at the Palm Desert Aquatic Center,
while Landscape Structures is a trusted provider that In -Site has collaborated with on multiple
park projects with favorable outcomes.
Appointed Body Recommendation:
Draft designs for the renovated playground were presented to the Parks and Recreation
Committee at its meeting on May 6, 2025. Committee members expressed support for the
proposed improvements and emphasized the importance of incorporating public comments
received during earlier outreach. Members also encouraged staff to apply lessons learned from
this process to future park improvement projects.
A study session presentation was also held with the City Council on May 22, 2025. Council
members were supportive of the project and underscored the importance of accessible play
equipment and the broad community benefits of upgrading the Civic Center Park playground.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
FINANCIAL IMPACT:
The Public Works Department Capital Improvement Budget for Fiscal Year 2025/26 includes a
total of $2,286,624 for the Civic Center Park Improvements project under Capital Account No.
4004674-4400100 and 2334618-4400100; therefore, there is no additional financial impact to
the general fund with this action. The table below provides a breakdown of the project budget
and expenses:
Civic Center Park Improvements Estimated
Carryover
Proposed FY 25/26
Budget
Contract Amount Balance
4004674-4400100 $1,636,624
2334618-4400100 $650,000
Park Design/Plans - Michael Baker $141,465
*Shade Structures - USA Shade $492,159
*Shade Structure – Contingency $50,000
*Playground Equipment - Landscape Structures $445,407
*Playground Equipment - Contingency $45,000
**Estimated Construction - Installation $2,100,000
Subtotal $1,636,624 $650,000 $3,274,031 ($987,407)
Estimated appropriation request $1,000,000
Total $1,636,624 $1,650,000 $3,274,031 $12,593
*Current Request
**Estimated construction plus contingency
Construction bidding is anticipated to take place in July–August 2025, with a construction
478
City of Palm Desert
Award Contracts for Civic Center Park Playground
Page 3 of 3
contract award expected in September 2025. At that time, staff will return to the City Council to
request approval of the construction contract award, and any additional budget appropriation
necessary to fully fund the construction phase of the project.
Any unused contingency amounts from this procurement phase will be reallocated to s upport
the construction phase of the project, thereby reducing the total appropriation needed at that
time.
ATTACHMENTS:
1. City Goods and Equipment Purchase Agreement – USA Shade
2. City Goods and Equipment Purchase Agreement – Landscape Structures
3. Shade Structure Designs
4. Playground Designs
479
480
Contract No. ___________
1
Revised 01-2024
CITY OF PALM DESERT
GOODS AND EQUIPMENT PURCHASE AGREEMENT
CIVIC CENTER PARK SHADE STRUCTURES
This Goods and Equipment Purchase Agreement (“Agreement”) is made and entered into
this 10th day of July, 2025, by and between the City of Palm Desert, a municipal corporation
organized under the laws of the State of California with its principal place of business at 73 -510
Fred Waring Drive, Palm Desert, California 92260-2578, (“City”) and Shade Structures, Inc. dba
USA SHADE & Fabric Structures, a Corporation, with its principal place of business at 2580
Esters Blvd., Suite 100, DFW Airport, TX 75261 ("Supplier"). The City and Vendor are
sometimes individually referred to herein as "Party" and collectively as "Parties."
Section 1. Definitions/Cooperative Procurement.
A. Definitions.
1. “Goods” means all machinery, equipment, supplies, items, parts, materials,
labor, or other services, including design, engineering, and installation services, provided by
Supplier as specified in Exhibit “A”, attached hereto and incorporated herein by reference.
2. “Delivery Date(s)” means that date or dates upon which the Goods is to be
delivered to the City, ready for approval, testing and/or use as specified in Exhibit “B.”
B. Cooperative Procurement. This Agreement is entered into pursuant to City of Palm
Desert Municipal Code section 3.30.160, which authorizes participation with other governmental
agencies who have, through a bidding process, determined to award or purchase goods and/or
services from Supplier.
1. Program. The purchase has been made through California Multiple
Award Schedules, a program for the procurement of goods and services for governmental
agencies. Documents related to the procurement of this Agreement shall be made available
to City upon request.
2. Reserved.
Section 2. Materials And Workmanship.
When Exhibit “A” specifies machinery, equipment or material by manufacturer, model or
trade name, no substitution will be made without the City’s written approval. Machinery,
equipment or material installed in the Goods without the approval required by this 0 will be
deemed to be defective material for purposes of 0. Where machinery, equipment or materials are
referred to in Exhibit “A” as equal to any particular standard, the City will decide the question of
equality. When requested by the City, Supplier will furnish the City with the name of the
manufacturer, the performance capabilities and other pertinent information necessary to properly
determine the quality and suitability of any machines, equipment, and material to be incorporated
in the Goods. Material samples will be submitted at the City’s request.
Section 3. Inspections And Tests.
The City shall have the right to inspect and/or test the Goods prior to acceptance. If upon
inspection or testing the Goods or any portion thereof are found to be nonconforming,
481
Contract No. ___________
2
Revised 01-2024
unsatisfactory, defective, of inferior quality or workmanship, or fail to meet any requirements or
specifications contained in Exhibit “A,” then without prejudice to any other rights or remedies, the
City may reject the Goods or exercise any of its rights under C. The inspection, failure to make
inspection, acceptance of goods, or payment for goods shall not impair the City’s right to reject
nonconforming goods, irrespective of the City’s failure to notify Supplier of a rejection of
nonconforming goods or revocation of acceptance thereof or to specify with particularity any
defect in nonconforming goods after rejection or acceptance thereof.
Section 4. Warranty.
A. Supplier warrants that the Goods will be of merchantable quality and free from
defects in design, engineering, material, and workmanship for a period of ten (10) years on shade
fabric cloth and two (2) years on steel, or such longer period as provided by a manufacturer’s
warranty or as agreed to by Supplier and City, from the date of final written acceptance of the
Goods by the City as required for final payment under 0. Supplier further warrants that any
services provided in connection with the Goods will be performed in a professional and
workmanlike manner and in accordance with the highest industry standards.
B. Supplier further warrants that all machinery, equipment, or process included in the
Goods will meet the performance requirements and specifications specified in Exhibit “A” and
shall be fit for the purpose intended. The City’s inspection, testing, approval, or acceptance of any
such machinery, equipment, or process will not relieve Supplier of its obligations under this B.
C. For any breach of the warranties contained in A and B, Supplier will, immediately
after receiving notice from the City, at the option of the City, and at Supplier’s own expense and
without cost to the City:
1. Repair the defective Goods;
2. Replace the defective Goods with conforming Goods, F.O.B. City’s plant,
office or other location of City where the Goods was originally performed or delivered; or
3. Repay to City the purchase price of the defective Goods.
If City selects repair or replacement, any defects will be remedied without cost to the City,
including but not limited to, the costs of removal, repair, and replacement of the defective Goods,
and reinstallation of new Goods. All such defective Goods that is so remedied will be similarly
warranted as stated above. In addition, Supplier will repair or replace other items of the Goods
which may have been damaged by such defects or the repairing of the same, all at its own
expense and without cost to the City.
D. Supplier also warrants that the Goods is free and clear of all liens and
encumbrances whatsoever, that Supplier has a good and marketable title to same, and that
Supplier owns or has a valid license for all of the proprietary technology and intellectual property
incorporated within the Goods. Supplier agrees to indemnify, defend, and hold the City and their
officials, officers, employees, volunteers, representatives and agents harmless against any and
all third-party claims resulting from the breach or inaccuracy of any of the foregoing warranties.
E. In the event of a breach by Supplier of its obligations under this 0, the City will not
be limited to the remedies set forth in this 0, but will have all the rights and remedies permitted by
482
Contract No. ___________
3
Revised 01-2024
applicable law, including without limitation, all of the rights and remedies afforded to the City under
the California Commercial Code.
Section 5. Prices.
Unless expressly provided otherwise, all prices and fees specified in Exhibit “A,” attached
hereto and incorporated herein by reference, are firm and shall not be subject to change without
the written approval of City. No extra charges of any kind will be allowed unless specifically agreed
to in writing by the City’s authorized representative. The total price shall include (i) all federal,
state, and local sales, use, excise, privilege, payroll, occupational and other taxes applicable to
the Goods furnished to the City hereunder; and (ii) all charges for packing, freight and
transportation to destination.
Section 6. Changes.
City, at any time, by a written order, and without notice to any surety, may make changes
in the Goods, including but not limited to, City’s requirements and specifications. If such changes
affect the cost of the Goods or time required for its performance, an equitable adjustment will be
made in the price or time for performance or both. Any change in the price necessitated by such
change will be agreed upon between the City and Supplier and such change will be authorized
by a change order document signed by the City and accepted by Supplier.
Section 7. Payments.
A. Terms of payment, are net thirty (30) days, less any applicable retention, after
receipt of invoice, or completion of applicable Progress Milestones. Final payment shall be made
by City after Supplier has satisfied all contractual requirements. Payment of invoices shall not
constitute acceptance of Goods.
B. If Progress Milestones have been specified in Exhibit “B,” then payments for the
Goods will be made as the requirements of such Progress Milestones are met. Progress
payments for the Goods will be made by City upon proper application by Supplier during the
progress of the Goods and according to the terms of payment as specified in Exhibit “B.”
Supplier’s progress billing invoice will include progress payments due for the original scope of
work and changes. Each “Item for Payment” shown in Exhibit “B” and each change order will be
itemized on the invoice. Invoices for cost plus work, whether part of Exhibit “B” or a change order,
must have subcontractor and/or supplier invoices attached to Supplier’s invoice. Other format and
support documents for invoices will be determined by the City in advance of the first invoice cycle.
C. Payments otherwise due may be withheld by the City on account of defective
Goods not remedied, liens or other claims filed, reasonable evidence indicating probable filing of
liens or other claims, failure of Supplier to make payments properly to its subcontractors or for
material or labor, the failure of Supplier to perform any of its other obligations under the
Agreement, or to protect the City against any liability arising out of Supplier’s failure to pay or
discharge taxes or other obligations. If the causes for which payment is withheld are removed,
the withheld payments will be made promptly. If the said causes are not removed within a
reasonable period after written notice, the City may remove them at Supplier’s expense.
D. Payment of the final Progress Milestone payment or any retention will be made by
City upon:
483
Contract No. ___________
4
Revised 01-2024
1. Submission of an invoice for satisfactory completion of the requirements of
a Progress Milestone as defined in Exhibit “B” and in the amount associated with the Progress
Milestone;
2. Written acceptance of the Goods by the City;
3. Delivery of all drawings and specifications, if required by City;
4. Delivery of executed full releases of any and all liens arising out of this
Agreement; and
5. Delivery of an affidavit listing all persons who might otherwise be entitled to
file, claim, or maintain a lien of any kind or character, and containing an averment that all of
the said persons have been paid in full.
If any person refuses to furnish an actual release or receipt in full, Supplier may furnish a
bond satisfactory to the City to indemnify City against any claim or lien at no cost to the City.
E. Acceptance by Supplier of payment of the final Progress Milestone payment
pursuant to D will constitute a waiver, release and discharge of any and all claims and demands
of any kind or character which Supplier then has, or can subsequently acquire against the City,
its successors and assigns, for or on account of any matter or thing arising out of, or in any manner
connected with, the performance of this Agreement. However, payment for the final Progress
Milestone by City will not constitute a waiver, release or discharge of any claims or demands
which City then has, or can subsequently acquire, against Supplier, its successors and assigns,
for or on account of any matter or thing arising out of, or in any manner connected with, the
performance of this Agreement.
Section 8. Schedule For Delivery.
A. The time of Supplier’s performance is of the essence for this Agreement. The
Goods will be delivered in accordance with the schedule set forth in Exhibit “B.” Supplier must
immediately notify the City in writing any time delivery is behind schedule or may not be completed
on schedule. In addition to any other rights the City may have under this Agreement or at law,
Supplier shall pay City the sum of $250.00 per item of Goods for each calendar day for which the
item of Goods is unavailable beyond the scheduled delivery date(s) specified in Exhibit “B.”
B. In the event that the Goods is part of a larger project or projects that require the
coordination of multiple contractors or suppliers, then Supplier will fully cooperate in scheduling
the delivery so that the City can maximize the efficient completion of such project(s).
Section 9. Taxes.
A. Supplier agrees to timely pay all sales and use tax (including any value added or
gross receipts tax imposed similar to a sales and use tax) imposed by any federal, state or local
taxing authority on the ultimate purchase price of the Goods provided under this Agreement.
B. Supplier will withhold, and require its subcontractors, where applicable, to withhold
all required taxes and contributions of any federal, state or local taxing authority which is
measured by wages, salaries or other remuneration of its employees or the employees of its
subcontractors. Supplier will deposit, or cause to be deposited, in a timely manner with the
appropriate taxing authorities all amounts required to be withheld.
484
Contract No. ___________
5
Revised 01-2024
C. All other taxes, however denominated or measured, imposed upon the price of the
Goods provided hereunder, will be the responsibility of Supplier. In addition, all taxes assessed
by any taxing jurisdiction based on Supplier property used or consumed in the provision of the
Goods such as and including ad valorem, use, personal property and inventory taxes will be the
responsibility of Supplier.
D. Supplier will, upon a written request, submit to the City written evidence of any
filings or payments of all taxes required to be paid by Supplier hereunder.
Section 10. Independent Contractor.
Supplier enters into this Agreement as an independent contractor and not as an employee
of the City. Supplier shall have no power or authority by this Agreement to bind the City in any
respect. Nothing in this Agreement shall be construed to be inconsistent with this relationship or
status. All employees, agents, contractors, or subcontractors hired or retained by the Supplier are
employees, agents, contractors, or subcontractors of the Supplier and not of the City. The City
shall not be obligated in any way to pay any wage claims or other claims made against Supplier
by any such employees, agents, contractors or subcontractors or any other person resulting from
performance of this Agreement.
Section 11. Subcontracts.
Unless otherwise specified, Supplier must obtain City’s written permission before
subcontracting any portion of the Goods. Except for the insurance requirements in A, all
subcontracts and orders for the purchase or rental of supplies, materials or equipment, or any
other part of the Goods, will require that the subcontractor be bound by and subject to all of the
terms and conditions of the Agreement. No subcontract or order will relieve Supplier from its
obligations to the City, including, but not limited to Supplier’s insurance and indemnification
obligations. No subcontract or order will bind City.
Section 12. Title And Risk Of Loss.
Unless otherwise agreed, the City will have title to, and risk of loss of, all completed and
partially completed portions of the Goods upon delivery, as well as materials delivered to and
stored on City property which are intended to become a part of the Goods. However, Supplier will
be liable for any loss or damage to the Goods and/or the materials caused by Supplier or its
subcontractors, their agents or employees, and Supplier will replace or repair said Goods or
materials at its own cost to the complete satisfaction of the City. Notwithstanding the foregoing,
in the event that the City has paid Supplier for all or a portion of the Goods which remains in the
possession of Supplier, then the City shall have title to, and the right to take possession of, such
Goods at any time following payment therefor. Risk of loss for any Goods which remains in the
possession of Supplier shall remain with Supplier until such Goods has been delivered or City
has taken possession thereof. Supplier will have risk of loss or damage to Supplier’s property
used in the construction of the Goods, but which does not become a part of the Goods.
Section 13. Indemnification.
A. Supplier shall defend, indemnify and hold the City of Palm Desert (“City”), and their
officials, officers, employees, volunteers, representatives and agents free and harmless from any
and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in
law or equity, to property or persons, including wrongful death, in any manner arising out of or
485
Contract No. ___________
6
Revised 01-2024
incident to any alleged acts, omissions, negligence or willful misconduct of Supplier, its officials,
officers, employees, agents, subcontractors, and subconsultants arising out of or in connection
with the Goods or the performance of this Agreement, including without limitation the payment of
all damages and attorneys’ fees and other related costs and expenses except such loss or
damage which was caused by the sole negligence or willful misconduct of the City.
B. Supplier’s defense obligation for any and all such aforesaid suits, actions or other
legal proceedings of every kind that may be brought or instituted against the City, and their
officials, officers, employees, agents, representatives or volunteers shall be at Supplier’s own
cost, expense, and risk. Supplier shall pay and satisfy any judgment, award, or decree that may
be rendered against the City or its officials, officers, employees, agents, representatives, or
volunteers, in any such suit, action, or other legal proceeding. Supplier shall reimburse the City
and their officials, officers, employees, agents, representatives and/or volunteers, for any and all
legal expenses and costs incurred by each of them in connection therewith or in enforcing the
indemnity herein provided.
C. Supplier’s obligation to indemnify shall not be restricted to insurance proceeds, if
any, received by the City, and their officials, officers, employees, agents, representatives, or
volunteers.
Section 14. Insurance.
A. General. Supplier shall take out and maintain:
1. Commercial General Liability Insurance, of at least $1,000,000 per
occurrence/ $2,000,000 aggregate for bodily injury, personal injury and property damage, at
least as broad as Insurance Services Office Commercial General Liability most recent
Occurrence Form CG 00 01;
2. Automobile Liability Insurance for bodily injury and property damage
including coverage for owned, non-owned and hired vehicles, of at least $1,000,000 per
accident for bodily injury and property damage, at least as broad as most recent Insurance
Services Office Form Number CA 00 01 covering automobile liability, Code 1 (any auto);
3. Workers’ Compensation in compliance with applicable statutory
requirements and Employer's Liability Coverage of at least $1,000,000 per occurrence; and
4. Pollution Liability Insurance of at least $1,000,000 per occurrence and
$2,000,000 aggregate shall be provided by the Supplier if transporting hazardous materials.
5. If Supplier is also the manufacturer of any equipment included in the Goods,
Supplier shall carry Product Liability and/or Errors and Omissions Insurance which covers
said equipment with limits of not less than $1,000,000.
B. Additional Insured; Primary; Waiver of Subrogation; No Limitation on Coverage.
The policies required under this Section shall give the City, and their officials, officers, employees,
agents, representatives, or volunteers additional insured status. Such policies shall contain a
provision stating that Supplier’s policy is primary insurance and that any insurance, self-insurance
or other coverage maintained by the City, or any additional insureds shall not be called upon to
contribute to any loss and shall contain or be endorsed with a waiver of subrogation in favor of
the City, and their officials, officers, employees, agents, representatives, and volunteers. The
486
Contract No. ___________
7
Revised 01-2024
limits set forth herein shall apply separately to each insured against whom claims are made or
suits are brought, except with respect to the limits of liability. Requirements of specific coverage
or limits contained in this section are not intended as a limitation on coverage, limits, or other
requirement, or a waiver of any coverage normally provided by any insurance. Any available
coverage shall be provided to the parties required to be named as additional insured pursuant to
this Agreement.
C. Insurance Carrier. All insurance required under this Section is to be placed with
insurers with a current A.M. Best’s rating no less than A-:VII, licensed to do business in California,
and satisfactory to the City.
D. Evidence of Insurance. Supplier shall furnish the City with original certificates of
insurance and endorsements effecting coverage required by the Agreement. The certificates and
endorsements for each insurance policy shall be signed by a person authorized by that insurer to
bind coverage on its behalf and shall be on forms supplied or approved by the City. All certificates
and endorsements must be received and approved by the City before delivery commences. The
City reserves the right to require complete, certified copies of all required insurance polic ies, at
any time.
E. Subcontractors. All subcontractors shall meet the requirements of this Section
before commencing work. In addition, Supplier shall include all subcontractors as insureds under
its policies or shall furnish separate certificates and endorsements for each subcontractor. All
coverages for subcontractors shall be subject to all of the requirements stated herein.
F. Freight. Supplier shall ensure that third party shippers contracted by Supplier have
adequate insurance coverage for the shipped Goods.
Section 15. Liens.
A. Supplier, subcontractors and any other suppliers will not make, file or maintain a
mechanic’s or other lien or claim of any kind or character against the Goods, for or on account of
any labor, materials, fixtures, tools, machinery, equipment, or any other things furnished, or any
other work done or performance given under, arising out of, or in any manner connected with the
Agreement (such liens or claims referred to as “Claims”); and Supplier, subcontractor and any
other suppliers expressly waive and relinquish any and all rights which they now have, or may
subsequently acquire, to file or maintain any Claim and Supplier, subcontractor and any other
suppliers agree that this provision waiving the right of Claims will be an independent covenant.
B. Supplier will save and hold City harmless from and against any and all Claims that
may be filed by a subcontractor, supplier or any other person or entity and Supplier will, at its own
expense, defend any and all actions based upon such Claims and will pay all charges of attorneys
and all costs and other expenses arising from such Claims.
Section 16. Termination Of Agreement By City.
A. Should Supplier at any time refuse or fail to deliver the Goods with promptness
and diligence, or to perform any of its other obligations under the Agreement, the City may
terminate Supplier’s right to proceed with the delivery of the Goods by written notice to Supplier.
In such event the City may obtain the Goods by whatever method it may deem expedient,
including the hiring of another contractor or other contractors and, for that purpose, may take
possession of all materials, machinery, equipment, tools, and appliances and exercise all rights,
487
Contract No. ___________
8
Revised 01-2024
options and privileges of Supplier. In such case Supplier will not be entitled to receive any further
payments until the Goods is delivered. If City’s cost of obtaining the Goods, including
compensation for additional managerial and administrative services, will exceed the unpaid
balance of the Agreement, Supplier will be liable for and will pay the difference to City.
B. City may, for its own convenience, terminate Supplier’s right to proceed with the
delivery of any portion or all of the Goods by written notice to Supplier. Such termination will be
effective in the manner specified in such notice, will be without prejudice to any claims which the
City may have against Supplier, and will not affect the obligations and duties of Supplier under
the Agreement with respect to portions of the Goods not terminated.
C. On receipt of notice under B, Supplier will, with respect to the portion of the Goods
terminated, unless the notice states otherwise,
1. Immediately discontinue such portion of the Goods and the placing of
orders for materials, facilities, and supplies in connection with the Goods,
2. Unless otherwise directed by the City, make every reasonable effort to
procure cancellation of all existing orders or contracts upon terms satisfactory to City; and
3. Deliver only such portions of the Goods which the City deems necessary to
preserve and protect those portions of the Goods already in progress and to protect material,
plant and equipment at the Goods site or in transit to the Goods site.
D. Upon termination pursuant to B, Supplier will be paid a pro rata portion of the
compensation in the Agreement for any portion of the terminated Goods already delivered,
including material and services for which it has made firm contracts which are not canceled, it
being understood that the City will be entitled to such material and services. Upon determination
of the amount of said pro rata compensation, City will promptly pay such amount to Supplier upon
delivery by Supplier of the releases of liens and affidavit, pursuant to C.
Section 17. Force Majeure
A. Supplier shall not be held responsible for failure or delay in shipping nor City for
failure or delay in accepting goods described herein if such failure or delay is due to a Force
Majeure Event.
B. A Force Majeure Event shall mean an event that materially affects a Party’s
performance and is one or more of the following: (1) Acts of God or other natural disasters
occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of
governmental authorities (including, without limitation, unreasonable and unforeseeable delay in
the issuance of permits or approvals by governmental authorities that are required for the work);
(4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other organized labor
action occurring at the project site and the effects thereof on the work, only to the extent such
strikes and other organized labor action are beyond the control of Supplier and its subcontractors,
of every tier, and to the extent the effects thereof cannot be avoided by use of replacement
workers. For purposes of this section, “orders of governmental authorities,” includes ordinances,
emergency proclamations and orders, rules to protect the public health, welfare and safety, and
other actions of the City in its capacity as a municipal authority.
488
Contract No. ___________
9
Revised 01-2024
C. In the event of any such excused interference with shipments, the City shall have
the option either to reduce the quantity provided for in the order accordingly or to exercise its right
of cancellation as set forth in this Agreement.
Section 18. Miscellaneous Provisions.
A. 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 address as the
respective parties may provide in writing for this purpose:
Supplier: Shade Structures, Inc. dba USA Shade
PO Box 3467
Coppell, TX 75019
ATTN: William King
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260-2578
ATTN: Public Works
Such notice shall be deemed made when personally delivered or when mailed, forty-eight
(48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at
its applicable address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
B. Assignment or Transfer. Supplier shall not assign or transfer any interest in this
Agreement whether by assignment or novation, without the prior written consent of the City, which
will not be unreasonably withheld. Provided, however, that claims for money due or to become
due Supplier from the City under this Agreement may be assigned to a financial institution or to a
trustee in bankruptcy, without such approval. Notice of any assignment or transfer, whether
voluntary or involuntary, shall be furnished promptly to the City.
C. Successors and Assigns. This Agreement shall be binding on the successors and
assigns of the Parties.
D. Amendment; Modification. No supplement, modification, or amendment of this
Agreement shall be binding unless executed in writing and signed by both Parties.
E. Waiver. No waiver of any default shall constitute a waiver of any other default or
breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or
service voluntarily given or performed by a Party shall give the other Party any contractual rights
by custom, estoppel or otherwise.
F. Governing Law. This Agreement shall be governed by the laws of the State of
California. Venue shall be in Riverside County.
G. Attorneys’ Fees and Costs. If any action in law or equity, including an action for
declaratory relief, is brought to enforce or interpret the provisions of this Agreement, each Party
shall pay its own attorneys’ fees.
489
Contract No. ___________
10
Revised 01-2024
H. Interpretation. Since the Parties or their agents have participated fully in the
preparation of this Agreement, the language of this Agreement shall be construed simply,
according to its fair meaning, and not strictly for or against any Party.
I. No Third-Party Beneficiaries. There are no intended third-party beneficiaries of any
right or obligation assumed by the Parties.
J. Authority to Enter Agreement. Each Party warrants that the individuals who have
signed this Agreement have the legal power, right and authority to make this Agreement and bind
each respective Party.
K. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
L. Counterparts. This Agreement may be signed in counterparts, each of which shall
constitute an original.
M. City’s Right to Employ Other Suppliers. City reserves its right to employ other
contractors in connection with the Goods.
N. Entire Agreement. This Agreement constitutes the entire agreement between the
Parties relative to the Goods specified herein. There are no understandings, agreements,
conditions, representations, warranties or promises with respect to this Agreement, except those
contained in or referred to in the writing.
[SIGNATURES ON FOLLOWING PAGE]
490
Contract No. ___________
11
Revised 01-2024
SIGNATURE PAGE TO GOODS AND EQUIPMENT PURCHASE AGREEMENT
BETWEEN THE CITY OF PALM DESERT
AND SHADE STRUCTURES, INC. DBA USA SHADE AND FABRIC STRUCTURES
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date
first above written.
CITY OF PALM DESERT
_____________________________
SHADE STRUCTURES, INC. DBA USA
SHADE AND FABRIC STRUCTURES, A
CORPORATION
City Clerk QC: _____
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
491
Contract No. ___________
Exhibit “A”
Revised 01-2024
Exhibit A
Goods Specifications
492
Contract No. ___________
Exhibit “A”
Revised 01-2024
493
Contract No. ___________
Exhibit “B”
Revised 01-2024
Exhibit B
Delivery Schedule
See attached scope of services per contractor’s proposal
Contractor’s schedule is as follows:
Contract Finalization; Insurance 2 weeks
Engineering Drawings 4-6 weeks
Manufacturing 6-8 weeks
Shipping 1 week
494
Contract No. ___________
1
Revised 01-2024
CITY OF PALM DESERT
GOODS AND EQUIPMENT PURCHASE AGREEMENT
CIVIC CENTER PARK PLAYGROUND EQUIPMENT
This Goods and Equipment Purchase Agreement (“Agreement”) is made and entered into
this 10th day of July, 2025, by and between the City of Palm Desert, a municipal corporation
organized under the laws of the State of California with its principal place of business at 73 -510
Fred Waring Drive, Palm Desert, California 92260-2578, (“City”) and Landscape Structures,
Inc., a Corporation, with its principal place of business at 601 7th Street South, Delano, MN
55328 ("Supplier"). The City and Vendor are sometimes individually referred to herein as "Party"
and collectively as "Parties."
Section 1. Definitions/Cooperative Procurement.
A. Definitions.
1. “Goods” means all machinery, equipment, supplies, items, parts, materials,
labor, or other services, including design, engineering, and installation services, provided by
Supplier as specified in Exhibit “A”, attached hereto and incorporated herein by reference.
2. “Delivery Date(s)” means that date or dates upon which the Goods is to be
delivered to the City, ready for approval, testing and/or use as specified in Exhibit “B.”
B. Cooperative Procurement. This Agreement is entered into pursuant to City of Palm
Desert Municipal Code section 3.30.160, which authorizes participation with other governmental
agencies who have, through a bidding process, determined to award or purchase goods and/or
services from Supplier.
1. Program. The purchase has been made through California Multiple
Award Schedules, a program for the procurement of goods and services for governmental
agencies. Documents related to the procurement of this Agreement shall be made available
to City upon request.
2. Reserved.
Section 2. Materials And Workmanship.
When Exhibit “A” specifies machinery, equipment or material by manufacturer, model or
trade name, no substitution will be made without the City’s written approval. Machinery,
equipment or material installed in the Goods without the approval required by this 0 will be
deemed to be defective material for purposes of 0. Where machinery, equipment or materials are
referred to in Exhibit “A” as equal to any particular standard, the City will decide the question of
equality. When requested by the City, Supplier will furnish the City with the name of the
manufacturer, the performance capabilities and other pertinent information necessary to properly
determine the quality and suitability of any machines, equipment, and material to be incorporated
in the Goods. Material samples will be submitted at the City’s request.
Section 3. Inspections And Tests.
The City shall have the right to inspect and/or test the Goods prior to acceptance. If upon
inspection or testing the Goods or any portion thereof are found to be nonconforming,
495
Contract No. ___________
2
Revised 01-2024
unsatisfactory, defective, of inferior quality or workmanship, or fail to meet any requirements or
specifications contained in Exhibit “A,” then without prejudice to any other rights or remedies, the
City may reject the Goods or exercise any of its rights under C. The inspection, failure to make
inspection, acceptance of goods, or payment for goods shall not impair the City’s right to reject
nonconforming goods, irrespective of the City’s failure to notify Supplier of a rejection of
nonconforming goods or revocation of acceptance thereof or to specify with particularity any
defect in nonconforming goods after rejection or acceptance thereof.
Section 4. Warranty.
A. Supplier warrants that the Goods will be of merchantable quality and free from
defects in design, engineering, material, and workmanship for the period specified in Appendix A
based on the material type, or such longer period as provided by a manufacturer’s warranty or as
agreed to by Supplier and City, from the date of final written acceptance of the Goods by the City
as required for final payment under 0. Supplier further warrants that any services provided in
connection with the Goods will be performed in a professional and workmanlike manner and in
accordance with the highest industry standards.
B. Supplier further warrants that all machinery, equipment, or process included in the
Goods will meet the performance requirements and specifications specified in Exhibit “A” and
shall be fit for the purpose intended. The City’s inspection, testing, approval, or acceptance of any
such machinery, equipment, or process will not relieve Supplier of its obligations under this B.
C. For any breach of the warranties contained in A and B, Supplier will, immediately
after receiving notice from the City, at the option of the City, and at Supplier’s own expense and
without cost to the City:
1. Repair the defective Goods;
2. Replace the defective Goods with conforming Goods, F.O.B. City’s plant,
office or other location of City where the Goods was originally performed or delivered; or
3. Repay to City the purchase price of the defective Goods.
If City selects repair or replacement, any defects will be remedied without cost to the City,
including but not limited to, the costs of removal, repair, and replacement of the defective Goods,
and reinstallation of new Goods. All such defective Goods that is so remedied will be similarly
warranted as stated above. In addition, Supplier will repair or replace other items of the Goods
which may have been damaged by such defects or the repairing of the same, all at its own
expense and without cost to the City.
D. Supplier also warrants that the Goods is free and clear of all liens and
encumbrances whatsoever, that Supplier has a good and marketable title to same, and that
Supplier owns or has a valid license for all of the proprietary technology and intellectual property
incorporated within the Goods. Supplier agrees to indemnify, defend, and hold the City and their
officials, officers, employees, volunteers, representatives and agents harmless against any and
all third-party claims resulting from the breach or inaccuracy of any of the foregoing warranties.
E. In the event of a breach by Supplier of its obligations under this 0, the City will not
be limited to the remedies set forth in this 0, but will have all the rights and remedies permitted by
496
Contract No. ___________
3
Revised 01-2024
applicable law, including without limitation, all of the rights and remedies afforded to the City under
the California Commercial Code.
Section 5. Prices.
Unless expressly provided otherwise, all prices and fees specified in Exhibit “A,” attached
hereto and incorporated herein by reference, are firm and shall not be subject to change without
the written approval of City. No extra charges of any kind will be allowed unless specifically agreed
to in writing by the City’s authorized representative. The total price shall include (i) all federal,
state, and local sales, use, excise, privilege, payroll, occupational and other taxes applicable to
the Goods furnished to the City hereunder; and (ii) all charges for packing, freight and
transportation to destination.
Section 6. Changes.
City, at any time, by a written order, and without notice to any surety, may make changes
in the Goods, including but not limited to, City’s requirements and specifications. If such changes
affect the cost of the Goods or time required for its performance, an equitable adjustment will be
made in the price or time for performance or both. Any change in the price necessitated by such
change will be agreed upon between the City and Supplier and such change will be authorized
by a change order document signed by the City and accepted by Supplier.
Section 7. Payments.
A. Terms of payment, are net thirty (30) days, less any applicable retention, after
receipt of invoice, or completion of applicable Progress Milestones. Final payment shall be made
by City after Supplier has satisfied all contractual requirements. Payment of invoices shall not
constitute acceptance of Goods.
B. If Progress Milestones have been specified in Exhibit “B,” then payments for the
Goods will be made as the requirements of such Progress Milestones are met. Progress
payments for the Goods will be made by City upon proper application by Supplier during the
progress of the Goods and according to the terms of payment as specified in Exhibit “B.”
Supplier’s progress billing invoice will include progress payments due for the original scope of
work and changes. Each “Item for Payment” shown in Exhibit “B” and each change order will be
itemized on the invoice. Invoices for cost plus work, whether part of Exhibit “B” or a change order,
must have subcontractor and/or supplier invoices attached to Supplier’s invoice. Other format and
support documents for invoices will be determined by the City in advance of the first invoice cycle.
C. Payments otherwise due may be withheld by the City on account of defective
Goods not remedied, liens or other claims filed, reasonable evidence indicating probable filing of
liens or other claims, failure of Supplier to make payments properly to its subcontractors or for
material or labor, the failure of Supplier to perform any of its other obligations under the
Agreement, or to protect the City against any liability arising out of Supplier’s failure to pay or
discharge taxes or other obligations. If the causes for which payment is withheld are removed,
the withheld payments will be made promptly. If the said causes are not removed within a
reasonable period after written notice, the City may remove them at Supplier’s expense.
D. Payment of the final Progress Milestone payment or any retention will be made by
City upon:
497
Contract No. ___________
4
Revised 01-2024
1. Submission of an invoice for satisfactory completion of the requirements of
a Progress Milestone as defined in Exhibit “B” and in the amount associated with the Progress
Milestone;
2. Written acceptance of the Goods by the City;
3. Delivery of all drawings and specifications, if required by City;
4. Delivery of executed full releases of any and all liens arising out of this
Agreement; and
5. Delivery of an affidavit listing all persons who might otherwise be entitled to
file, claim, or maintain a lien of any kind or character, and containing an averment that all of
the said persons have been paid in full.
If any person refuses to furnish an actual release or receipt in full, Supplier may furnish a
bond satisfactory to the City to indemnify City against any claim or lien at no cost to the City.
E. Acceptance by Supplier of payment of the final Progress Milestone payment
pursuant to D will constitute a waiver, release and discharge of any and all claims and demands
of any kind or character which Supplier then has, or can subsequently acquire against the City,
its successors and assigns, for or on account of any matter or thing arising out of, or in any manner
connected with, the performance of this Agreement. However, payment for the final Progress
Milestone by City will not constitute a waiver, release or discharge of any claims or demands
which City then has, or can subsequently acquire, against Supplier, its successors and assigns,
for or on account of any matter or thing arising out of, or in any manner connected with, the
performance of this Agreement.
Section 8. Schedule For Delivery.
A. The time of Supplier’s performance is of the essence for this Agreement. The
Goods will be delivered in accordance with the schedule set forth in Exhibit “B.” Supplier must
immediately notify the City in writing any time delivery is behind schedule or may not be completed
on schedule. In addition to any other rights the City may have under this Agreement or at law,
Supplier shall pay City the sum of $250.00 per item of Goods for each calendar day for which the
item of Goods is unavailable beyond the scheduled delivery date(s) specified in Exhibit “B.”
B. In the event that the Goods is part of a larger project or projects that require the
coordination of multiple contractors or suppliers, then Supplier will fully cooperate in scheduling
the delivery so that the City can maximize the efficient completion of such project(s).
Section 9. Taxes.
A. Supplier agrees to timely pay all sales and use tax (including any value added or
gross receipts tax imposed similar to a sales and use tax) imposed by any federal, state or local
taxing authority on the ultimate purchase price of the Goods provided under this Agreement.
B. Supplier will withhold, and require its subcontractors, where applicable, to withhold
all required taxes and contributions of any federal, state or local taxing authority which is
measured by wages, salaries or other remuneration of its employees or the employees of its
subcontractors. Supplier will deposit, or cause to be deposited, in a timely manner with the
appropriate taxing authorities all amounts required to be withheld.
498
Contract No. ___________
5
Revised 01-2024
C. All other taxes, however denominated or measured, imposed upon the price of the
Goods provided hereunder, will be the responsibility of Supplier. In addition, all taxes assessed
by any taxing jurisdiction based on Supplier property used or consumed in the provision of the
Goods such as and including ad valorem, use, personal property and inventory taxes will be the
responsibility of Supplier.
D. Supplier will, upon written request, submit to the City written evidence of any filings
or payments of all taxes required to be paid by Supplier hereunder.
Section 10. Independent Contractor.
Supplier enters into this Agreement as an independent contractor and not as an employee
of the City. Supplier shall have no power or authority by this Agreement to bind the City in any
respect. Nothing in this Agreement shall be construed to be inconsistent with this relationship or
status. All employees, agents, contractors, or subcontractors hired or retained by the Supplier are
employees, agents, contractors, or subcontractors of the Supplier and not of the City. The City
shall not be obligated in any way to pay any wage claims or other claims made against Supplier
by any such employees, agents, contractors or subcontractors or any other person resulting from
performance of this Agreement.
Section 11. Subcontracts.
Unless otherwise specified, Supplier must obtain City’s written permission before
subcontracting any portion of the Goods. Except for the insurance requirements in A, all
subcontracts and orders for the purchase or rental of supplies, materials or equipment, or any
other part of the Goods, will require that the subcontractor be bound by and subject to all of the
terms and conditions of the Agreement. No subcontract or order will relieve Supplier from its
obligations to the City, including, but not limited to Supplier’s insurance and indemnification
obligations. No subcontract or order will bind City.
Section 12. Title And Risk Of Loss.
Unless otherwise agreed, the City will have title to, and risk of loss of, all completed and
partially completed portions of the Goods upon delivery, as well as materials delivered to and
stored on City property which are intended to become a part of the Goods. However, Supplier will
be liable for any loss or damage to the Goods and/or the materials caused by Supplier or its
subcontractors, their agents or employees, and Supplier will replace or repair said Goods or
materials at its own cost to the complete satisfaction of the City. Notwithstanding the foregoing,
in the event that the City has paid Supplier for all or a portion of the Goods which remains in the
possession of Supplier, then the City shall have title to, and the right to take possession of, such
Goods at any time following payment therefor. Risk of loss for any Goods which remains in the
possession of Supplier shall remain with Supplier until such Goods has been delivered or City
has taken possession thereof. Supplier will have risk of loss or damage to Supplier’s property
used in the construction of the Goods, but which does not become a part of the Goods.
Section 13. Indemnification.
A. Supplier shall defend, indemnify and hold the City of Palm Desert (“City”), and their
officials, officers, employees, volunteers, representatives and agents free and harmless from any
and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in
law or equity, to property or persons, including wrongful death, in any manner arising out of or
499
Contract No. ___________
6
Revised 01-2024
incident to any alleged acts, omissions, negligence or willful misconduct of Supplier, its officials,
officers, employees, agents, subcontractors, and subconsultants arising out of or in connection
with the Goods or the performance of this Agreement, including without limitation the payment of
all damages and attorneys’ fees and other related costs and expenses except such loss or
damage which was caused by the sole negligence or willful misconduct of the City.
B. Supplier’s defense obligation for any and all such aforesaid suits, actions or other
legal proceedings of every kind that may be brought or instituted against the City, and their
officials, officers, employees, agents, representatives or volunteers shall be at Supplier’s own
cost, expense, and risk. Supplier shall pay and satisfy any judgment, award, or decree that may
be rendered against the City or its officials, officers, employees, agents, representatives, or
volunteers, in any such suit, action, or other legal proceeding. Supplier shall reimburse the City
and their officials, officers, employees, agents, representatives and/or volunteers, for any and all
legal expenses and costs incurred by each of them in connection therewith or in enforcing the
indemnity herein provided.
C. Supplier’s obligation to indemnify shall not be restricted to insurance proceeds, if
any, received by the City, and their officials, officers, employees, agents, representatives, or
volunteers.
Section 14. Insurance.
A. General. Supplier shall take out and maintain:
1. Commercial General Liability Insurance, of at least $1,000,000 per
occurrence/ $2,000,000 aggregate for bodily injury, personal injury and property damage, at
least as broad as Insurance Services Office Commercial General Liability most recent
Occurrence Form CG 00 01;
2. Automobile Liability Insurance for bodily injury and property damage
including coverage for owned, non-owned and hired vehicles, of at least $1,000,000 per
accident for bodily injury and property damage, at least as broad as most recent Insurance
Services Office Form Number CA 00 01 covering automobile liability, Code 1 (any auto);
3. Workers’ Compensation in compliance with applicable statutory
requirements and Employer's Liability Coverage of at least $1,000,000 per occurrence; and
4. Pollution Liability Insurance of at least $1,000,000 per occurrence and
$2,000,000 aggregate shall be provided by the Supplier if transporting hazardous materials.
5. If Supplier is also the manufacturer of any equipment included in the Goods,
Supplier shall carry Product Liability and/or Errors and Omissions Insurance which covers
said equipment with limits of not less than $1,000,000.
B. Additional Insured; Primary; Waiver of Subrogation; No Limitation on Coverage.
The policies required under this Section shall give the City, and their officials, officers, employees,
agents, representatives, or volunteers additional insured status. Such policies shall contain a
provision stating that Supplier’s policy is primary insurance and that any insurance, self-insurance
or other coverage maintained by the City, or any additional insureds shall not be called upon to
contribute to any loss and shall contain or be endorsed with a waiver of subrogation in favor of
the City, and their officials, officers, employees, agents, representatives, and volunteers. The
500
Contract No. ___________
7
Revised 01-2024
limits set forth herein shall apply separately to each insured against whom claims are made or
suits are brought, except with respect to the limits of liability. Requirements of specific coverage
or limits contained in this section are not intended as a limitation on coverage, limits, or other
requirement, or a waiver of any coverage normally provided by any insurance. Any available
coverage shall be provided to the parties required to be named as additional insured pursuant to
this Agreement.
C. Insurance Carrier. All insurance required under this Section is to be placed with
insurers with a current A.M. Best’s rating no less than A-:VII, licensed to do business in California,
and satisfactory to the City.
D. Evidence of Insurance. Supplier shall furnish the City with original certificates of
insurance and endorsements effecting coverage required by the Agreement. The certificates and
endorsements for each insurance policy shall be signed by a person authorized by that insurer to
bind coverage on its behalf and shall be on forms supplied or approved by the City. All certificates
and endorsements must be received and approved by the City before delivery commences. The
City reserves the right to require complete, certified copies of all required insurance policies, at
any time.
E. Subcontractors. All subcontractors shall meet the requirements of this Section
before commencing work. In addition, Supplier shall include all subcontractors as insureds under
its policies or shall furnish separate certificates and endorsements for each subcontractor. All
coverages for subcontractors shall be subject to all of the requirements stated herein.
F. Freight. Supplier shall ensure that third party shippers contracted by Supplier have
adequate insurance coverage for the shipped Goods.
Section 15. Liens.
A. Supplier, subcontractors and any other suppliers will not make, file or maintain a
mechanic’s or other lien or claim of any kind or character against the Goods, for or on account of
any labor, materials, fixtures, tools, machinery, equipment, or any other things furnished, or any
other work done or performance given under, arising out of, or in any manner connected with the
Agreement (such liens or claims referred to as “Claims”); and Supplier, subcontractor and any
other suppliers expressly waive and relinquish any and all rights which they now have, or may
subsequently acquire, to file or maintain any Claim and Supplier, subcontractor and any other
suppliers agree that this provision waiving the right of Claims will be an independent covenant.
B. Supplier will save and hold City harmless from and against any and all Claims that
may be filed by a subcontractor, supplier or any other person or entity and Supplier will, at its own
expense, defend any and all actions based upon such Claims and will pay all charges of attorneys
and all costs and other expenses arising from such Claims.
Section 16. Termination Of Agreement By City.
A. Should Supplier at any time refuse or fail to deliver the Goods with promptness
and diligence, or to perform any of its other obligations under the Agreement, the City may
terminate Supplier’s right to proceed with the delivery of the Goods by written notice to Supplier.
In such event the City may obtain the Goods by whatever method it may deem expedient,
including the hiring of another contractor or other contractors and, for that purpose, may take
possession of all materials, machinery, equipment, tools, and appliances and exercise all rights,
501
Contract No. ___________
8
Revised 01-2024
options and privileges of Supplier. In such case Supplier will not be entitled to receive any further
payments until the Goods is delivered. If City’s cost of obtaining the Goods, including
compensation for additional managerial and administrative services, will exceed the unpaid
balance of the Agreement, Supplier will be liable for and will pay the difference to City.
B. City may, for its own convenience, terminate Supplier’s right to proceed with the
delivery of any portion or all of the Goods by written notice to Supplier. Such termination will be
effective in the manner specified in such notice, will be without prejudice to any claims which the
City may have against Supplier, and will not affect the obligations and duties of Supplier under
the Agreement with respect to portions of the Goods not terminated.
C. On receipt of notice under B, Supplier will, with respect to the portion of the Goods
terminated, unless the notice states otherwise,
1. Immediately discontinue such portion of the Goods and the placing of
orders for materials, facilities, and supplies in connection with the Goods,
2. Unless otherwise directed by the City, make every reasonable effort to
procure cancellation of all existing orders or contracts upon terms satisfactory to City; and
3. Deliver only such portions of the Goods which the City deems necessary to
preserve and protect those portions of the Goods already in progress and to protect material,
plant and equipment at the Goods site or in transit to the Goods site.
D. Upon termination pursuant to B, Supplier will be paid a pro rata portion of the
compensation in the Agreement for any portion of the terminated Goods already delivered,
including material and services for which it has made firm contracts which are not canceled, it
being understood that the City will be entitled to such material and services. Upon determination
of the amount of said pro rata compensation, City will promptly pay such amount to Supplier upon
delivery by Supplier of the releases of liens and affidavit, pursuant to C.
Section 17. Force Majeure
A. Supplier shall not be held responsible for failure or delay in shipping nor City for
failure or delay in accepting goods described herein if such failure or delay is due to a Force
Majeure Event.
B. A Force Majeure Event shall mean an event that materially affects a Party’s
performance and is one or more of the following: (1) Acts of God or other natural disasters
occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of
governmental authorities (including, without limitation, unreasonable and unforeseeable delay in
the issuance of permits or approvals by governmental authorities that are required for the work);
(4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other organized labor
action occurring at the project site and the effects thereof on the work, only to the extent such
strikes and other organized labor action are beyond the control of Supplier and its subcontractors,
of every tier, and to the extent the effects thereof cannot be avoided by use of replacement
workers. For purposes of this section, “orders of governmental authorities,” includes ordinances,
emergency proclamations and orders, rules to protect the public health, welfare and safety, and
other actions of the City in its capacity as a municipal authority.
502
Contract No. ___________
9
Revised 01-2024
C. In the event of any such excused interference with shipments, the City shall have
the option either to reduce the quantity provided for in the order accordingly or to exercise its right
of cancellation as set forth in this Agreement.
Section 18. Miscellaneous Provisions.
A. 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 address as the
respective parties may provide in writing for this purpose:
Supplier: Landscape Structures, Inc.
601 7th Street South
Delano, MN 55328
ATTN: Taylor Smith
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260-2578
ATTN: Public Works
Such notice shall be deemed made when personally delivered or when mailed, forty-eight
(48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at
its applicable address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
B. Assignment or Transfer. Supplier shall not assign or transfer any interest in this
Agreement whether by assignment or novation, without the prior written consent of the City, which
will not be unreasonably withheld. Provided, however, that claims for money due or to become
due Supplier from the City under this Agreement may be assigned to a financial institution or to a
trustee in bankruptcy, without such approval. Notice of any assignment or transfer, whether
voluntary or involuntary, shall be furnished promptly to the City.
C. Successors and Assigns. This Agreement shall be binding on the successors and
assigns of the Parties.
D. Amendment; Modification. No supplement, modification, or amendment of this
Agreement shall be binding unless executed in writing and signed by both Parties.
E. Waiver. No waiver of any default shall constitute a waiver of any other default or
breach, whether of the same or other covenant or condition. No waiver, benefit, privilege, or
service voluntarily given or performed by a Party shall give the other Party any contractual rights
by custom, estoppel or otherwise.
F. Governing Law. This Agreement shall be governed by the laws of the State of
California. Venue shall be in Riverside County.
G. Attorneys’ Fees and Costs. If any action in law or equity, including an action for
declaratory relief, is brought to enforce or interpret the provisions of this Agreement, each Party
shall pay its own attorneys’ fees.
503
Contract No. ___________
10
Revised 01-2024
H. Interpretation. Since the Parties or their agents have participated fully in the
preparation of this Agreement, the language of this Agreement shall be construed simply,
according to its fair meaning, and not strictly for or against any Party.
I. No Third-Party Beneficiaries. There are no intended third-party beneficiaries of any
right or obligation assumed by the Parties.
J. Authority to Enter Agreement. Each Party warrants that the individuals who have
signed this Agreement have the legal power, right and authority to make this Agreement and bind
each respective Party.
K. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal,
or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall
continue in full force and effect.
L. Counterparts. This Agreement may be signed in counterparts, each of which shall
constitute an original.
M. City’s Right to Employ Other Suppliers. City reserves its right to employ other
contractors in connection with the Goods.
N. Entire Agreement. This Agreement constitutes the entire agreement between the
Parties relative to the Goods specified herein. There are no understandings, agreements,
conditions, representations, warranties or promises with respect to this Agreement, except those
contained in or referred to in the writing.
[SIGNATURES ON FOLLOWING PAGE]
504
Contract No. ___________
11
Revised 01-2024
SIGNATURE PAGE TO GOODS AND EQUIPMENT PURCHASE AGREEMENT
BETWEEN THE CITY OF PALM DESERT
AND LANDSCAPE STRUCTURES, INC.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date
first above written.
CITY OF PALM DESERT
_____________________________
LANDSCAPE STRUCTURES, INC., A
CORPORATION
City Clerk QC: _____
Contracts QC: _____
Insurance:
_____
Initial Review
_____
Final Approval
505
Contract No. ___________
Exhibit “A”
Revised 01-2024
Exhibit A
Goods Specifications
506
Contract No. ___________
Exhibit “A”
Revised 01-2024
507
Contract No. ___________
Exhibit “B”
Revised 01-2024
Exhibit B
Delivery Schedule
See attached scope of services per contractor’s proposal
Contractor’s schedule is as follows:
Contract Finalization; Insurance 2-3 weeks
Manufacturing 8-10 weeks
Shipping 1 week
508
509
510
511
512
DR
A
W
I
N
G
#
:
SY
S
T
E
M
T
Y
P
E
:
SW
I
G
G
L
Y
ST
I
X
16
4
0
7
4
SIN
G
L
E
B
O
B
B
L
E
SP
R
I
N
G
R
I
D
E
R
17
9
1
8
5
FO
U
R
A
R
C
H
E
S
AR
C
H
#
1
ARCH #2
ARCH #3
ARCH #4
HE
M
I
S
P
H
E
R
E
C
L
I
M
B
E
R
15
6
4
4
8
O-
Z
O
N
E
15
6
4
4
9
HE
L
I
X
N
E
T
15
6
4
5
0
SW
I
G
G
L
E
S
T
I
X
513
514
515
516
517
518
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Cesar Lopez, Associate Engineer
SUBJECT: RESOLUTION APPROVING FINAL PARCEL MAP NO. 38366 AND
AGREEMENTS
RECOMMENDATION:
1. Adopt a Resolution entitled “A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
PALM DESERT, CALIFORNIA, APPROVING THE FINAL SUBDIVISION OF FINAL
PARCEL MAP NO. 38366.”
2. Authorize the Mayor to execute Easement Agreements.
3. Authorize the City Attorney to make non-substantive changes to the Agreements and City
Manager to execute said Agreements.
BACKGROUND/ANALYSIS:
On October 13, 2022, the City Council approved Palm Villas at Millenium for a Precise Plan (PP)
22-0003, Tentative Parcel Map (TPM) 38366, and Environmental Assessment (EA) 22-0003 by
Resolution No. 2022-85 within the Millennium Palm Desert Specific Plan (MSP), a request by
Palm Communities, LLC, 100 Pacifica, Ste 205, Irvine, CA 92618 (Applicant). A two-phased
development of a 241-unit multi-family (affordable housing) development, a housing density
bonus, and related improvements on a 10.49-acre site (Project) located at the northwest corner
of Gerald Ford Drive and the extension of Technology Drive .
The vacant 10.49-acre site includes Parcel 8 and a portion of Parcel 9 of Parcel Map 36792,
Assessor’s Parcel Number 694-120-028 and 694-120-029, parcels owned by the City of Palm
Desert. The TPM 38366 approvals by Resolution No. 2022-85 (Conditions of Approval), allowed
the subdivision of the 10.49-acre site into two parcels (Parcel 1 and Parcel 2).
On November 23, 2022, the City of Palm Desert Housing Authority and the Applicant entered
into a Disposition, Development, and Loan Agreement (DDLA) to sell the undeveloped property
after the City records Final Parcel Map 38366. Subsequent amendments and restated DDLA
agreements have been signed with the latest dated October 10, 2024. Therefore, the city is
scheduled to collect the Subdivision Improvement Agreements and Bonds to secure
improvements after the close of escrow per the DDLA.
On October 1, 2024, the Planning Commission approved a twelve -month time extension for
PP22-0003 and TPM 38366 until October 1, 2025 by Resolution No. 2884.
The City Engineer has determined that Final Parcel Map No. 38366 meets the application
requirements of the Subdivision Map Act and the City’s ordinances. The Final Map has been
deemed technically correct by the City Engineer, and the Conditions of Approval in the resolu tion
have been satisfied with the exceptions stipulated in the DDLA which requires the Applicant to
519
City of Palm Desert
Final Parcel Map 38366 and Agreements
Page 2 of 2
provide agreements and securities after conveyance of the property. The cost estimates for
these improvements and monuments have been evaluated and easement agreements required
for the Project have been reviewed in draft form.
The Applicant will enter into an agreement with the city to ensure the maintenance obligations
for the phased site, which includes maintaining all lots reserved for open space, landscaping
and storm drain purposes, and all landscaping located in the public right -of-way adjacent to
private property and within medians and roundabouts within the community.
On June 26, 2025, the City Council accepted public improvements for the extension of
Technology Drive and Zenith Drive Staff fronting the City-owned parcel associated with the Palm
Villas project. These improvements were constructed by Palm Desert University Gateway, LLC
as part of the adjacent development, and the City will reimburse t he developer for the cost of
constructing the improvements fronting the property, consistent with the terms of the
reimbursement arrangement.
While Resolution 2022-85 identified these specific street improvements as the responsibility of
the Palm Villas project in the event they were not otherwise constructed, their completion by the
master developer satisfies that obligation. Therefore, Palm Villas is no longer responsible for this
specific scope of work.
All remaining required improvements, including sidewalks, landscaping, irrigation, and utilities,
remain the responsibility of the Palm Villas project, as outlined in Resolution 2022 -85.
Legal Review:
This report has been reviewed by the City Attorney’s Office.
Environment Review:
The proposed Final Map is a project under CEQA. The adoption of the Final Map is exempt from
CEQA under Section 15268(b) of Chapter 3 of Title 14 of the California Code of Regulations
(State CEQA Guidelines). Section 15628(b) exempts ministerial approval by public agencies
from CEQA. Final Maps are specifically cited as a type of ministerial permit. Therefore, this
project qualifies for the identified exemption.
ATTACHMENTS:
1. Resolution 2025-
2. Conditions of Approval Res No. 2022-85
3. Tentative Parcel Map 38366
4. Time Extension Resolution No. 2884
5. Final Parcel Map 38366
6. Applicant’s Bonding Letter
7. Draft Phase I and Phase II Access Easement
8. Draft Parcel 9 Easement
9. Draft Maintenance Easement Agreement
520
RESOLUTION NO. 2025-____
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, APPROVING THE FINAL SUBDIVISION MAP OF
FINAL PARCEL MAP NO. 38366
WHEREAS, the Parcel Map conforms to the requirements of the Subdivision Map
Act and City Ordinances; and
WHEREAS, on October 13, 2023, the Tentative Parcel Map 38366 (TPM 38366)
was approved to include 10.49-acres inclusive of Parcel 8 and a portion of Parcel 9 of
Parcel Map 36792, Assessor’s Parcel Number 694-120-028 and 694-120-029, parcels
owned by the City of Palm Desert. The TPM 38366 approvals by City Council Resolution
No. 2022-85, allowed the subdivision of the 10.49-acre site into two parcels; and
WHEREAS, on November 23, 2022, City of Palm Desert Housing Authority and
Palm Communities, LLC (Developer) entered into a Disposition, Development, and
Loan Agreement (DDLA) to sell the undeveloped property after the City records Final
Parcel Map 38366; and
WHEREAS, On October 1, 2024, the Planning Commission approved a twelve-
month time extension for PP22-0003 and TPM 38366 until October 1, 2025 by
Resolution No. 2884; and
WHEREAS, on October 10, 2024, the City of Palm Desert Housing Authority
signed a Third Amendment and Restated DDLA.
WHEREAS, the Final Subdivision Map of Parcel Map 38366, has met the
Conditions of Approval for this project.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Palm
Desert, California, as follows:
SECTION 1. That the foregoing Recitals are true and correct and are incorporated
herein by this reference.
SECTION 2. The Final Subdivision Map of Parcel Map 38366, City of Palm Desert,
California, is hereby approved as the official map of said parcel, subject to the conditions
of the Tentative Map.
SECTION 3. The Director of Development Services is directed to process the
Parcel Map for recording upon receipt of the required payment of all fees.
SECTION 4. Effective Date. This Resolution shall take effect immediately upon
this adoption.
521
Resolution No. 2025-____ Page 2
ADOPTED ON ________________, 2025.
JAN HARNIK, MAYOR
ATTEST:
ANTHONY J. MEJIA, CITY CLERK
522
Resolution No. 2025-____ Page 3
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, hereby certify that
Resolution No. 2025-__ is a full, true, and correct copy, and was duly adopted at a regular
meeting of the City Council of the City of Palm Desert on _______________________,
by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on ______________, 2025.
ANTHONY J. MEJIA
CITY CLERK
523
524
525
526
527
528
529
530
531
532
533
534
535
536
537
538
539
540
541
542
543
544
545
546
INT
E
R
S
T
A
T
E
1
0
UNIO
N
P
A
C
I
F
I
C
R
A
I
L
R
O
A
D
DINA
H
S
H
O
R
E
D
R
I
V
E
DI
N
A
H
S
H
O
R
E
D
R
I
V
E
GERALD FORD DRIVE
TEC
H
N
O
L
O
G
Y
DRIVE
PROPOSED LOT 1
AREA=262,362.40 SF
AREA= 6.023 AC
PROPOSED LOT 2
AREA=194,494.88 SF
AREA= 4.465 AC
LINE AND CURVE TABLE
GERALD FORD DRIVE
DINAH SHORE DRIVETECHNOLOGY DRIVE
PHASE I PROJECT ENTRY AT TECHNOLOGY DRIVE PHASE II PROJECT ENTRANCE AT DINAH SHORE DRIVE
TENTATIVE PARCEL MAP NO. 38366
PALM VILLAS AT MILLENNIUM
AFFECTING PARCEL 8 OF PARCEL MAP NO. 36792
CITY OF PALM DESERT
PROJECT
LOCATION
NORTH
1
1
LEGAL DESCRIPTION
APN
OWNER
DEVELOPER
LEGEND
TOPOGRAPHY SOURCE
TENTATIVE PARCEL MAP NO. 38366
DATE OF SURVEY
ADDRESS
BASIS OF BEARING
PARCEL 8 AREA
FLOOD ZONE NOTE
ZONING NOTE
BENCHMARK NOTE
MONUMENT NOTE
SURVEYOR'S NOTES
RECORD DATA LEGEND
SURVEY PERFORMED BY:
—
GENERAL NOTESPARCEL 8 TITLE INFORMATION
PARCEL 9 EASEMENT NOTES
CIVIL ENGINEER RESPONSIBLE IN
CHARGE OF THIS TPM
UTILITY PROVIDERS
547
548
PLANNING COMMISSION RESOLUTION NO. 2884
A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF PALM
DESERT, CALIFORNIA, APPROVING A TWELVE-MONTH TIME
EXTENSION FOR PRECISE PLAN 22-0003 AND TENTATIVE PARCEL MAP
38336 UNTIL OCTOBER 13, 2025
CASE NO. PP 22-0003/TPM 38336 Extension No. 1
WHEREAS, the City Council of the City of Palm Desert, California, did on the 13th day
of October 2022, adopt Resolution No. 2022-85, approving Precise Plan 22-0003 and
Tentative Parcel Map 38336 for a 241-unit, multi-family affordable housing development
community consisting of 10 three-story apartment buildings, one (1) two-story community
building with two (2) on-site manager’s units, outdoor recreation areas, landscaping, and
associated parking areas on a 10.49-acre site on the northwest corner of Gerald Ford Drive
and Technology Drive; and
WHEREAS, the original resolution for the Precise Plan and tentative map established
a 24-month life and was set to expire on October 13, 2024; and
WHEREAS, a timely request was filed by Palms Communities, the authorized
representative for the property owner, for an extension of Precise Plan 22-0003 and TPM
38336; and
WHEREAS, the original findings and Conditions of Approval in the entirety for
Planning Case Nos. PP 22-0003 and TPM 38336 as stated in City Resolution No. 2022-85
are still applicable to the project and incorporated herein by reference; and
WHEREAS, the Planning Commission of the City of Palm Desert, California, did on
the 1st day of October 2024, consider the request by the property owner for approval of the
above-noted extension of time request at a duly noticed public hearing; and
WHEREAS, at the said public hearing, upon hearing and considering all testimony and
arguments, if any, of all interested persons desiring to be heard, the Planning Commission
did find the following facts and reasons, which are outlined in the staff report exist to justify
approval of said request; and
WHEREAS, all other legal prerequisites to the adoption of this Resolution have
occurred; and
NOW, THEREFORE, BE IT RESOLVED by the Planning Commission of the City of
Palm Desert, California, as follows:
SECTION 1. Recitals. The Planning Commission hereby finds that the foregoing
recitals are true and correct and are incorporated herein as substantive findings of this
Resolution.
SECTION 2. Project Approval. The Planning Commission approves a twelve-month
time extension for Planning Case Nos. Precise Plan 22-0003 and TPM 38336 from to October
13, 2025, subject to the Conditions of Approval attached hereto as Exhibit “A.”
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
549
PLANNING COMMISSION RESOLUTION NO. 2884
2
ADOPTED ON October 1, 2024
RON GREGORY
CHAIRPERSON
ATTEST:
RICHARD D. CANNONE, AICP
SECRETARY
I, Richard D. Cannone, AICP, Secretary of the City of Palm Desert, hereby certify that
Resolution No. 2884 is a full, true, and correct copy, and was duly adopted at a regular
meeting of the Planning Commission of the City of Palm Desert on October 1, 2024, by the
following vote:
AYES: GREGORY, GREENWOOD, HOLT, PRADETTO
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
RECUSED: DELUNA
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City
of Palm Desert, California, on October _11_, 2024.
RICHARD D. CANNONE, AICP
SECRETARY
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
550
PLANNING COMMISSION RESOLUTION NO. 2884
3
EXHIBIT A
CONDITIONS OF APPROVAL
CASE NOS. PP22-0003/TPM 38336 EXTENSION OF TIME NO. 1
PLANNING DIVISION:
1. The Applicant agrees that in the event of any administrative, legal, or equitable action
instituted by a third party challenging the validity of any of the procedures leading to the
adoption of these Project Approvals for the Project, or the Project Approvals themselves,
the Developer and City each shall have the right, in their sole discretion, to elect whether
or not to defend such action. The Developer, at its sole expense, shall defend, indemnify,
and hold harmless the City (including its agents, officers, and employees) from any such
action, claim, or proceeding with counsel chosen by the City, subject to the Developer’s
approval of counsel, which shall not be unreasonably denied, and at the Developer’s sole
expense. If the City is aware of such an action or proceeding, it shall promptly notify the
Developer and cooperate in the defense. The Developer, upon such notification, shall
deposit with City sufficient funds in the judgment of the City Finance Director to cover the
expense of defending such action without any offset or claim against said deposit to
assure that the City expends no City funds. If both Parties elect to defend, the Parties
hereby agree to affirmatively cooperate in defending said action and to execute a joint
defense and confidentiality agreement in order to share and protect the information under
the joint defense privilege recognized under applicable law. As part of the cooperation in
defending an action, City and Developer shall coordinate their defense in order to make
the most efficient use of legal counsel and to share and protect information. The
Developer and City shall each have sole discretion to terminate its defense at any time.
The City shall not settle any third-party litigation of Project approvals without the
Developer’s consent, which consent shall not be unreasonably withheld, conditioned, or
delayed unless the Developer materially breaches this indemnification requirement.
2. The Applicant shall comply with the Conditions of Approval of the previously approved
per City Council Resolution No. 2022-85, attached hereto as Exhibit “B” in their entirety.
The Conditions of Approval are still applicable and valid and are incorporated herein by
reference.
3. The Precise Plan 22-0003 and Tentative Parcel Map 38336 map will expire on October
13, 2025, unless an extension of time is granted by the City of Palm Desert’s Planning
Commission.
END OF CONDITIONS OF APPROVAL
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
551
EXHIBIT B
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
552
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
553
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
554
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
555
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
556
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
557
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
558
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
559
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
560
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
561
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
562
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
563
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
564
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
565
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
566
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
567
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
568
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
569
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
570
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
571
Docusign Envelope ID: 960707B4-EE36-4FCA-BDCF-6E552E4EA5DE
572
573
574
575
576
577
578
579
580
WITH A COPY TO
(SPACE ABOVE THIS LINE FOR RECORDER’S USE)
PHASE I AND PHASE II ACCESS EASEMENT
This PHASE II ACCESS EASEMENT II ACCESS EASEMENT (this “Agreement”) is
made as of __________ 2025, by and between, PD MILLENIUM PARTNERS LP, a California
limited partnership, (the “Partnership”), and the CITY OF PALM DESERT, a municipal
corporation (the “City”), individually a “Party” and collectively referred to herein as the “Parties”.
RECITALS
A. The Partnership owns an approximately 6.02-acre parcel of real property located
on the north side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert,
California, as more particularly described in Exhibit A attached hereto (“Phase I Parcel”), on which
the Partnership intends to construct and own one hundred twenty (120) units of affordable rental
housing commonly known as Palm Villas I (“Phase I Project”).
B. The City owns an approximately 4.47-acre parcel of real property located on the
north side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert, California
in the City of Palm Desert, California, as more particularly described in Exhibit B attached hereto
(the “Phase II Parcel”). The Phase II Parcel is adjacent to the Phase I Parcel and is intended to be
Phase II of the Palm Villa development with one hundred nineteen (119) units of affordable rental
housing (the “Phase II Project”).
C. The Partnership intends to construct a private street for ingress and egress through
the Phase I Project (the “Phase I Street”) and include a community building, picnic facilities,
swimming pool, tot lot and retention basins as part of the Phase I Project (collectively the
“Common Area Facilities”).
D. Through this Agreement, the Partnership and the City desire to grant each other
certain nonexclusive easements over Phase I and Phase II and to allocate certain rights and
responsibilities in connection with the maintenance and repair of such easements.
581
P6401-0001\3102526v1.doc
E. The Partnership desires to construct a private street across the Phase II Parcel to
gain access through the adjacent City-owned parcel, commonly known as “Parcel 9”, to access
Dinah Shore Drive (the “Phase II Street Improvements”), which Phase II Street Improvements will
be an extension of the Phase I Street Improvements.
F. In connection with the Phase I Project, the Partnership desires to secure a non -
exclusive, appurtenant easement (subject to the terms and conditions of this Agreement) to allow
for: (i) access, ingress and egress by and for the Partnership and its tenants, subtenants, licensees,
invitee, customers, contractors, employees, and agents including both pedestrian and vehicular
access from the Phase I Parcel across the Phase II Parcel to the adjoining City-owned parcel known
as Parcel 9; (ii) construction of the Private Street Improvements; and (iii) maintenance, repair, and
replacement of the Private Street Improvements in connection with such access.
G. In connection with the Phase II Project, the City, on behalf of the eventual owner
of the Phase II Project desires to secure a non-exclusive, appurtenant easement (subject to the
terms and conditions of this Agreement), to allow for: (i) access, ingress and egress by and for the
Phase II owner and its tenants, subtenants, licensees, invitees, customers, contractors, employees,
and agents including both pedestrian and vehicular access from the Phase II Parcel across the Phase
I Parcel.
H. In connection with the Phase II Project, the City, on behalf of the eventual owner
of the Phase II Project desires to secure a non-exclusive, appurtenant easement (subject to the
terms and conditions of this Agreement), to allow for access and use of the Common Area
Facilities by the Phase II owner and its eligible tenants upon completion of construction of the
Phase II Project.
NOW, THEREFORE, in consideration of the mutual covenants and agreements contained
in this Agreement, the Parties agree as follows:
Section 1. Grant of Phase I Access Easement. The City hereby grants to the
Partnership and its tenants, subtenants, licensees, invitees customers, contractors, employees, and
agents, for the benefit of the Phase I Parcel the following easements: (i) a non-exclusive easement
for pedestrian and vehicular access, ingress and egress by the Permitted Parties over and across
the Phase II Parcel, as more particularly described in Exhibit C-1 attached hereto (the “Street
Easement”); (ii) an exclusive temporary easement over the Street Easement in order to construct,
alter, remodel, demolish, repair, restore and reconstruct the Private Street Improvement,; and (iii)
a non-exclusive easement over, upon and across the Street Easement for the purpose of
maintaining, operating and repairing the Private Street Improvements (collectively the “Phase I
Access Easement”). The Partnership specifically acknowledges and agrees that the City is
granting the Phase I Access Easement to the Partnership on an “as is with all faults” basis and
subject to all title matters of record and all title matters visible upon inspection.
Section 2. Grant of Phase II Access Easement. The Partnership hereby grants to the
City, on behalf of the eventual Phase II owner and its tenants, subtenants, licensees, invitees,
customers, contractors, employees and agents, for the benefit of the Phase II Parcel, a non-
exclusive easement for pedestrian and vehicular access, ingress and egress by the Permitted Parties
582
P6401-0001\3102526v1.doc
over and across the Phase I Parcel, as more particularly described in Exhibit C-2 attached hereto
(the “Phase II Access Easement”).
Section 3. Common Area Facility Access Easement. The Partnership hereby grants to
the eventual owner of the Phase II Project a non-exclusive, appurtenant easement (subject to the
terms and conditions of this Agreement), to allow for access and use of the Common Area
Facilities by the Phase II owner and its eligible tenants upon completion of construction of the
Phase II Project.
Section 4. Term.
All deeds, leases or other real property conveyance contracts entered into by the Grantee
on or after the date of this Grant Deed as to any portion of the Property shall contain the following
language:
(a) The term of the Phase I Access Easement shall commence as of the
Effective Date and will be perpetual unless sooner terminated as a result of the demolition of the
housing developments on the Phase I Parcel, which is not replaced by another residential
development.
(b) Subject to Section 9 below, the term of the Phase II Access Easement shall
commence as of the close of escrow for the sale of the Phase II Parcel by the City to the prospective
Phase II owner and will be perpetual unless sooner terminated as a result of the demolition of the
housing developments on the Phase II Parcel, which is not replaced by another residential
development.
(c) Subject to Section 9 below, the term of the Common Area Facilities
Easement shall commence as issuance of a certificate of occupancy (or temporary certificate of
occupancy) for the Phase II Project and will continue through the life of the Common Area
Facilities on the Phase I Project.
Section 5. Nature of Easements. The Easements granted in this Agreement are
appurtenant to and for the benefit of the Phase I Parcel and the Phase II Parcel. The Easements
may not be transferred, assigned, or encumbered except as an appurtenance to the Phase I Parcel
or the Phase II Parcel, respectively.
Section 6. Covenants Running with the Land. The City and the Partnership expressly
intend that the covenants contained in this Agreement with respect to each easements described in
this Agreement will be equitable servitudes and covenants running with and benefiting and
burdening the Phase I Parcel and Phase II Parcel.
Section 7. Construction of the Street Improvements. The Partnership shall construct
the Private Street Improvements in accordance with City-approved plans and specifications for the
construction of the Private Street Improvements. The Partnership shall diligently prosecute such
construction to completion at the Partnership’s sole cost and expense. The Partnership agrees th at
the Private Street Improvements shall be constructed in a good and workmanlike manner and in
accordance with all applicable laws, rules, ordinances and regulations.
583
P6401-0001\3102526v1.doc
Section 8. Maintenance and Repair of Access Easement. The Partnership shall
provide for the appropriate upkeep and maintenance of the portion of the Street Easement, unless
otherwise agreed upon by the Parties, to ensure that the Street Easement is maintained in good
condition and repair and clean and free of rubbish, debris and other hazards to users. The
Partnerships shall maintain the surface of the Street Easement so that the surface is level and evenly
covered with the type of surfacing material originally installed or a substitute material that is equal
in quality, appearance, and durability.
Section 9. Use and Maintenance Agreement. As a condition of the commencement of
the Phase II Access Easement and the Common Area Facilities Easement, the Partnership and the
Phase II Parcel owner shall negotiate in good faith a cost sharing agreem ent for the reasonable
allocation of maintenance costs of the Phase I Access Easement, the Phase II Access Easement
and the Common Area Facilities Easement. The Parties shall also include the costs for any other
easements benefiting or burdening one or both Parties. In addition to the cost sharing, the Parties
shall agree on reasonable rules and regulations governing the use of the Common Area Facilities
by the tenants of the Phase I Project and the Phase I Project. The City acknowledges that the Phase
I Project is using Low-Income Housing Tax Credits (“LIHTCs”) as a funding mechanism and as
a result the rules and regulations governing the use of the Common Area Facilities may contain
restrictions imposed by the use of LIHTCs.
Section 10. Amendment of Agreement. The Parties anticipate that this Agreement may
need to be amended prior to the recordation of the Parcel Map and/or the conveyance of the Phase
II Parcel by the City to ensure that the Agreement clearly delineates mutual responsibilities and
rights with respect to Common Area Facilities’ maintenance, control and use in order to fully
comply with the City’s condition of approval for the Parcel Map.
Section 11. Insurance and Indemnification Requirements. The Partnership shall
maintain insurance against claims for injuries to persons or damages to property which may arise
from or in connection with the Easements.
(a) Required Coverage. The Partnership must maintain and keep in force, at
the Partnership’s sole cost and expense, the following insurance:
(1) Worker’s Compensation insurance, as required by the State of
California and consistent with statutory limits, and Employers’ Liability coverage, with limits not
less than One Million Dollars ($1,000,000) each accident for bodily injury or disease.
(2) Commercial General Liability insurance with limits not less than
One Million Dollars ($1,000,000) each occurrence and Five Million Dollars ($5,000,000)
aggregate combined single limit for Bodily Injury and Property Damage including coverages for
Contractual Liability, Personal Injury, Broadform Property Damage, Products and Completed
Operations. Products and Completed Operations coverage must be obtained no later than
completion of construction of the Development. The Partnership shall cause the Partnership’s
general contractor to maintain Commercial General Liability insurance limits not less than Two
Million Dollars ($2,000,000) each occurrence and Four Million Dollars ($4,000,000) aggregate
combined single limit for Bodily Injury and Property Damage, including coverages for Contractual
Liability, Personal Injury, Broadform Property Damage, Products and Completed Operations.
584
P6401-0001\3102526v1.doc
(b) General Requirements.
(1) The required insurance must be provided under an occurrence form,
and the Developer must maintain such coverage continuously throughout the Term. Should any
of the required insurance be provided under a form of coverage that includes an annual aggregate
limit or provides that claims investigation or legal defense costs be included in such annual
aggregate limit, such annual aggregate limit must be three (3) times the occurrence limits specified
above.
(2) Commercial General Liability insurance must be endorsed to name
as additional insureds the City and its elected officials, officers, directors, representatives,
consultants, employees, and agents. The endorsement must include liability arising out of work
or operations performed by or on behalf of the Partnership including materials, parts, or equipment
furnished in connection with such work or operations. For commercial general liability, the policy
must be endorsed with a form at least as broad as ISO form CG 20 10 11 85 or both CG 20 10 and
CG 20 37 forms if later revisions used.
(3) The Partnership’s insurance must be primary to any other insurance
(including self-insurance) available to the City (including elected officials, officers, directors,
representatives, consultants, employees, and agents) with respect to any claim arising out of this
Agreement. Any insurance maintained by the City shall be in excess of the Partnership’s insurance
and shall not contribute with it.
(4) No policy shall be canceled, limited, or allowed to expire without
renewal until after thirty (30) days written notice has been given to the City by first class mail.
(5) Insurance is to be placed with insurers with a current A.M. Best’s
rating of no less than A:VII, unless otherwise acceptable to the City. Exception may be made for
the State Compensation Insurance Fund when not specifically rated.
Section 12. Indemnification.
(a) The Partnership hereby agrees to release, indemnify and defend the City, its
councilmembers, its officers, its employees from and against any and all claims, liabilities, losses,
damages, costs and expenses arising from or as the result of the death of, or any accident, injury,
loss or damage to, any person or property that occurs within the Phase I Access Easement.
Notwithstanding the foregoing, the City will not be entitled to such indemnification for any
damage to the extent caused by its own negligence or by its willful misconduct.
(b) The City, in its capacity as the Phase II Parcel owner, hereby agrees to
release, indemnify and defend the Partnership, its officers, its employees from and against any and
all claims, liabilities, losses, damages, costs and expenses arising from or as the result of the death
of, or any accident, injury, loss or damage to, any person or property that occurs within the Phase
II Access Easement or as a result of the use of the Common Act Facilities Easement.
Notwithstanding the foregoing, the Partnership will not be entitled to such indemnification for any
damage to the extent caused by its own negligence or by its willful misconduct. Upon the sale of
the Phase II Parcel to a third party, the City shall be released from this indemnity obligation for
585
P6401-0001\3102526v1.doc
events occurring after the close of escrow for the Phase II Parcel and the new Phase II Parcel owner
shall be bound by the obligation hereunder.
Section 13. Remedies. If there is a material breach of any provision of this Agreement,
a non-breaching Party may serve written notice of the breach of the breaching Party. If the breach
is not cured within thirty (30) days following receipt of the notice of breach (or such longer period
as is reasonably necessary to remedy such breach, provided that the breaching Party shall
continuously and diligently pursue such remedy at all times until such breach is cured), the non -
breaching Party may take any and all action as permitted by law.
Section 14. Rights of Mortgagees and Investor.
(a) Right to Encumber. Each owner of the Phase I Parcel and Phase II Parcel
shall have the right to encumber its interest by any Mortgage, provided such Mortgage is subject
to and subordinate to this Agreement. Each owner of the Phase I Parcel and Phase II Parcel, upon
written request by either the Partnership or the Phase II Parcel owner, shall obtain written
recordable agreements from its lenders and other holders of such Mortgages, if any, whereby such
lienors agree to subordinate their interests under such liens to the rights and interests of the Parties
created by this Agreement. As used herein, the term “Mortgagee” shall mean any mortgagee,
beneficiary under any deed of trust or governmental agency which is a grantor of funds. The term
“Mortgagor” shall mean the mortgagor or trustor under a “Mortgage.” The term “Mortgage” shall
mean any mortgage or deed of trust, bonds, grant of taxable or tax-exempt funds from a
governmental agency.
(b) Breach Won’t Defeat Lien. The breach of any of the provisions of this
Agreement shall not defeat or render invalid the lien of any Mortgage encumbering the parcel or
any portion thereof which is/are made in good faith and for value, provided that all provisions of
this Agreement shall be binding and effective against any Party whose acquired the parcel by
foreclosure, deed in lieu of foreclosure, trustee’s sale or otherwise.
(c) Notice to Mortgagee. Any default notices provided for in this Agreement
shall also be provided to the holder of any Mortgage requesting a copy of such notices.
(d) Right to Cure. If any notice of default shall be given and the defaulting
Party fails to cure or commence to cure such default within thirty (30) days of receipt of notice of
such default, then in that event the Mortgagee under any Mortgage affecting the property of the
defaulting Party shall be given an additional notice that the defaulting Party has failed to cure or
commence to cure such default and such Mortgagee shall have an additional thirty (30) days to
diligently commence curing within such time and diligently prosecute to completion within a
reasonable time.
(e) No Obligation to Cure. Nothing contained in this Agreement shall require
any Mortgagee to cure any default of a Party prior to its acquisition of title to a pro perty pursuant
to foreclosure, trustee’s sale or deed in lieu of foreclosure. Upon acquisition of title to a Property
pursuant to a foreclosure, trustee’s sale or deed in lieu of foreclosure, such Mortgagee, the
purchaser or grantee, as applicable, shall only be liable and responsible for defaults accruing after
the date of such acquisition and neither any Mortgagee no successor thereof shall be liable for any
586
P6401-0001\3102526v1.doc
damages, costs, liabilities or expenses, and such Party’s property shall not be subject to any li en
under this Agreement for any amounts due hereunder, based upon the actions, defaults or
violations taken or suffered by any Party hereunder prior to the date of such foreclosure, trustee
sale or deed in lieu of foreclosure.
Section 15. No Public Dedication. Nothing herein shall be deemed to be a gift or
dedication of any portion of the Easements to the general public or for any public purposes
whatsoever. It is the intention of the Parties that this Agreement is strictly limited to and for the
purposes herein expressed. The right of the public or any person to make any use whatsoever of
any easement hereunder or any portion thereof is by permission and subject to the mutual
agreement of the Parties. Notwithstanding anything to the contrary herein, the Parties may, by
mutual agreement, periodically restrict ingress and egress to and from any or all of an easement in
order to prevent any type of prescriptive easement from arising by reason of continued public use.
Section 16. Notices. Formal notices, demands and communications between the Parties
shall be sufficiently given if, and shall not be deemed given unless, dispatched by certified mail,
return receipt requested, or express delivery service with a delivery receipt, to the principal offices
of the Party as follows:
Notices shall be deemed received as of the date delivered or delivery was refused as shown
on the return receipt. The foregoing address may be changed by notice given as provided in this
Agreement. Each Party shall promptly notify each of the other Part y of any change in its address
as last disclosed.
Section 17. Counterparts. This Agreement may be signed in one or more counterparts,
each of which shall be deemed an original, and all of which taken together constitute this
Agreement.
Section 18. Effective Date. The Effective Date of this Agreement shall be the date that
this Agreement has been fully executed and acknowledged by all Parties and recorded in the
Official Records of Riverside County, California.
Section 19. Legal Action. If any legal action is brought to interpret or enforce the terms
of this Agreement, the prevailing Party shall be entitled to recover against the Party not prevailing,
all reasonable costs, including attorneys’ fees, incurred in the action.
587
P6401-0001\3102526v1.doc
Section 20. Entire Agreement. This Agreement contains the entire agreement between
the Owners relating to the rights granted and the obligation hereunder assumed. Any oral
representations or modification concerning this Agreement shall be of no force and effect
excepting a subsequent modification in writing signed by the Parties.
Section 21. Exhibits. Any and all Exhibits referred to in this Agreement are
incorporated in this Agreement by this reference.
Section 22. Successors an Assigns. This Agreement shall be binding upon, and shall
inure to the benefit of, the Parties hereto and their permitted successors and assigns.
Section 23. Amendments. This Agreement may be amended or modified only by a
written instrument executed by the Parties.
Section 24 Governing Law. This Agreement shall be governed by and interpreted in
accordance with the laws of the State of California.
WHEREFORE, the Parties have executed this Agreement as of the date first written above.
CITY:PARTNERSHIP:
588
EXHIBIT A
LEGAL DESCRIPTION OF PHASE I
THE LAND IN THE CITY OF PALM DESERT, IN THE COUNTY OF RIVERSIDE, STATE
OF CALIFORNIA, DESCRIBED AS FOLLOWS:
589
P6401-0001\3102526v1.doc
EXHIBIT B
LEGAL DESCRIPTION OF PHASE II
THE LAND IN THE CITY OF PALM DESERT, IN THE COUNTY OF RIVERSIDE, STATE
OF CALIFORNIA, DESCRIBED AS FOLLOWS:
590
P6401-0001\3102526v1.doc
EXHIBIT C-1
DESCRIPTION OF PHASE I ACCESS EASEMENT
591
P6401-0001\3102526v1.doc
EXHIBIT C-2
DESCRIPTION OF PHASE II ACCESS EASEMENT
592
P6401-0001\3102526v1.doc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
593
P6401-0001\3102526v1.doc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
594
P6401-0001\3101807v1.doc 1
RECORDING REQUESTED BY AND
WHEN RECORDED MAIL TO:
City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260
Attn: Housing Division
AFTER RECORDATION MAIL TO AND
MAIL TAX STATEMENTS TO:
100 Pacifica, Suite 203
Irvine, CA 92618
______________________________________________________________________________
(SPACE ABOVE THIS LINE FOR RECORDER'S USE)
PARCEL 9 EASEMENT AGREEMENT
This Parcel 9 Easement Agreement (this "Agreement") is made as of ________, 2025, by
and between PD MILLENIUM PARTNERS LP, a California limited partnership (the
"Partnership"), and the CITY OF PALM DESERT, a municipal corporation (the "City”),
(individually a "Party" and collectively referred to herein as the “Parties”), with reference to the
following facts:
RECITALS
A. The Partnership owns an approximately 6.02-acre parcel of real property located at on
the north side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert,
California, as more particularly described in Exhibit A attached hereto ("Phase I Parcel"), on
which the Partnership intends to construct and own one hundred twenty (120) units of affordable
rental housing commonly known as Palm Villas I ("Phase I Project").
B. The City owns an approximately 4.47-acre parcel of real property located on the north
side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert, California in
the City of Palm Desert, California (the "Phase II Parcel"). The Phase II Parcel is adjacent to the
Phase I Parcel and is intended to be Phase II of the Palm Villa development with one hundred
nineteen (119) units of affordable rental housing.
C. The City also owns an approximately 26.14-acre parcel of real property located on the
Dina Shore Drive in Palm Desert, California in the City of Palm Desert, California, as more
particularly described in Exhibit B attached hereto (the "Parcel 9") that is adjacent to the Phase II
Parcel.
595
P6401-0001\3101807v1.doc 2
D. Through a separate agreement the City has granted easements to the Partnership over
the Phase II Parcel to allow the Partnership to construct private street improvements on the Phase
II Parcel (the "Private Street Improvements") and to have ingress and egress across the Phase II
Parcel.
E. The Partnership desires to construct street improvements across the Phase 9 to gain
access Dinah Shore Drive (the "Street Improvements"), which Street Improvements will be
connected to the Private Street Improvements.
F. In connection with the Phase I Project, the Partnership desires to secure a non-
exclusive, appurtenant easement (subject to the terms and conditions of this Agreement), to
allow for: (i) access, ingress and egress by and for the Permitted Parties (defined below)
including both pedestrian and vehicular access the Parcel 9; (ii) construction of the Street
Improvements; (iii) maintenance, repair, and replacement of the Street improvements in
connection with such access.
NOW, THEREFORE, in consideration of the mutual covenants and agreements
contained in this Agreement, the Parties agree as follows:
Section 1. Grant of Easements. The City hereby grants to the Partnership and its
tenants, subtenants, licensees, invitees, customers, contractors, employees, and agents (the
“Permitted Parties”), for the benefit of the Phase I Parcel the following easements: (i) a non-
exclusive easement for pedestrian and vehicular access, ingress and egress by the Permitted
Parties over and across the Parcel 9, as more particularly described in Exhibit C attached hereto
(the "Access Easement"); (ii) an exclusive temporary easement over the Access Easement in
order to construct, alter, remodel, demolish, repair, restore and reconstruct the Street
Improvement (the "Construction Easement"); and (iii) a non-exclusive easement over, upon and
across the Access Easement for the purpose of maintaining, operating and repairing the Private
Street Improvements (the "Maintenance Easement") The Access Easement, the Construction
Easement, and the Maintenance Easement shall be collectively referred to herein as the
"Easements". The Partnership specifically acknowledges and agrees that the City is granting the
Easements to the Partnership on an "as is with all faults" basis and subject to all title matters of
record and all title matters visible upon inspection.
Section 2. Term. Subject to the provisions of Section 3, each covenant, easement,
restriction, and undertaking of the Easement contained in this Agreement will be perpetual,
unless sooner terminated as a result of the demolition of the housing developments on the Phase I
Parcel and Phase II Parcel, which are not replaced by another residential development.
596
P6401-0001\3101807v1.doc 3
Section 3. Termination of the Easement. The Parties intend that upon completion of
the Street Improvements the City will inspect the completed improvements and confirm that the
improvements comply with the City standards for a public street. Following the City's
confirmation of the Street Improvement compliance with City standards, the City shall promptly
dedicate the Access Easement as a public street and, at which time, the Easements shall
terminate. The Parties shall execute and record the appropriate documents to evidence the
termination of the Easements.
Section 4. Nature of Easements. The Easements granted in this Agreement are
appurtenant to and for the benefit of the Phase I Parcel. The Easements may not be transferred,
assigned, or encumbered except as an appurtenance to the Phase I Parcel.
Section 5. Covenants Running with the Land. The City and the Partnership expressly
intend that the covenants contained in this Agreement with respect to the Easements described in
this Agreement will be equitable servitudes and covenants running with and benefiting and
burdening the Phase I Parcel and Parcel 9.
Section 6. Construction of the Street Improvements. The Partnership shall construct
the Private Street Improvement in accordance with City-approved plans and specifications for
the construction of the Private Street Improvements. The Partnership shall diligently prosecute
such construction to completion at the Partnership's sole cost and expense. The Partnership
agrees that the Street Improvements shall be constructed in a good and workmanlike manner and
in accordance with all applicable laws, rules, ordinances and regulations.
Section 7. Maintenance and Repair of Access Easement. The Partnership shall
provide for the appropriate upkeep and maintenance of the portion of the Access Easement to
ensure that the Access Easement is maintained in good condition and repair and clean and free of
rubbish, debris and other hazards to users. The Partnership's shall maintain the surface of the
Access Easement so that the surface is level and evenly covered with the type of surfacing
material originally installed or a substitute material that is equal in quality, appearance, and
durability.
Section 8. New Phase II Owner. If the City conveys the Phase II Parcel prior to the
termination of this Agreement pursuant to Section 3, the new Phase II Owner its tenants,
subtenants, licensees, invitees, customers, contractors, employees, and agents shall be consider
Permitted Parties under this Agreement and the Parties and the new Phase II Owner will work
cooperatively to record the appropriate documents to reflect that the Phase II Parcel is a
benefitting parcel of the Easements set forth in Section 1 of this Agreement.
Section 9. Insurance and Indemnification Requirements. The Partnership shall
maintain insurance against claims for injuries to persons or damages to property which may arise
from or in connection with the Easements.
(a) Required Coverage. The Partnership must maintain and keep in force, at the
Partnership's sole cost and expense, the following insurance:
597
P6401-0001\3101807v1.doc 4
(1) Workers' Compensation insurance, as required by the State of
California and consistent with statutory limits, and Employers' Liability coverage, with limits not
less than One Million Dollars ($1,000,000) each accident for bodily injury or disease.
(2) Commercial General Liability insurance with limits not less than One
Million Dollars ($1,000,000) each occurrence and Five Million Dollars ($5,000,000) aggregate
combined single limit for Bodily Injury and Property Damage, including coverages for
Contractual Liability, Personal Injury, Broadform Property Damage, Products and Completed
Operations. Products and Completed Operations coverage must be obtained no later than
completion of construction of the Development. The Partnership shall cause the Partnership's
general contractor to maintain Commercial General Liability insurance with limits not less than
Two Million Dollars ($2,000,000) each occurrence and Four Million Dollars ($4,000,000)
aggregate combined single limit for Bodily Injury and Property Damage, including coverages for
Contractual Liability, Personal Injury, Broadform Property Damage, Products and Completed
Operations.
(b) General Requirements.
(1) The required insurance must be provided under an occurrence form,
and the Developer must maintain such coverage continuously throughout the Term. Should any
of the required insurance be provided under a form of coverage that includes an annual aggregate
limit or provides that claims investigation or legal defense costs be included in such annual
aggregate limit, such annual aggregate limit must be three (3) times the occurrence limits
specified above.
(2) Commercial General Liability insurance must be endorsed to name as
additional insureds the City and its elected officials, officers, directors, representatives,
consultants, employees, and agents. The endorsement must include liability arising out of work
or operations performed by or on behalf of the Partnership including materials, parts, or
equipment furnished in connection with such work or operations. For commercial general
liability, the policy must be endorsed with a form at least as broad as ISO form 20 10, GC 11 85
or both CG 20 10 and CG 20 37 forms if later revisions used.
(3) The Partnership's insurance must be primary to any other insurance
(including self-insurance) available to the City (including elected officials, officers, directors,
representatives, consultants, employees, and agents) with respect to any claim arising out of this
Agreement. Any insurance maintained by the City shall be excess of th e Partnership's insurance
and shall not contribute with it.
(4) No policy shall be canceled, limited, or allowed to expire without
renewal until after thirty (30) days written notice has been given to the City by first class mail.
(5) Insurance is to be placed with insurers with a current A.M. Best's
rating of no less than A:VII, unless otherwise acceptable to the City. Exception may be made for
the State Compensation Insurance Fund when not specifically rated.
Section 10. Indemnification. The Partnership hereby agrees to release, indemnify and
defend the City, its councilmembers, its officers, its employees from and against any and all
598
P6401-0001\3101807v1.doc 5
claims, liabilities, losses, damages, costs and expenses arising from or as the result of the death
of, or any accident, injury, loss or damage to, any person or property that occurs within the
Easements. Notwithstanding the foregoing, the City will not be entitled to such indemnification
for any damage to the extent caused by its own negligence or by its willful misconduct.
Section 11. Remedies. If there is a material breach of any provision of this
Agreement, a non-breaching Party may serve written notice of the breach on the breaching Party.
If the breach is not cured within thirty (30) days following receipt of the notice of breach (or
such longer period as is reasonably necessary to remedy such breach, provided that the breaching
Party shall continuously and diligently pursue such remedy at all times until such breach is
cured), the non-breaching Party may take any and all action as permitted by law.
Section 12. No Public Dedication. Nothing herein shall be deemed to be a gift or
dedication of any portion of the Easements to the general public or for any public purposes
whatsoever. It is the intention of the Parties that this Agreement be strictly limited to and for the
purposes herein expressed. The right of the public or any person to make any use whatsoever of
the Access Easement or any portion thereof is by permission and subject to the mutual agreement
of the Parties. Notwithstanding anything to the contrary herein, the Parties may, by mutual
agreement, periodically restrict ingress and egress to and from any or all of the Access Easement
in order to prevent any type of prescriptive easement from arising by reason of continued public
use.
Section 13. Notices. Formal notices, demands and communications between the
Parties shall be sufficiently given if, and shall not be deemed given unless, dispatched by
certified mail, return receipt requested, or express delivery service with a delivery receipt, to the
principal offices of the Party as follows:
City: City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260
Attn: Housing Division
Partnership: PD Millenium Partners LP
100 Pacifica, Suite 203
Irvine, CA 92618
Notices shall be deemed received as of the date delivered or delivery was refused as
shown on the return receipt. The foregoing addressed may be change by notice given as
provided in this Agreement. Each Party shall promptly notify each of the other Party of any
change in its address as last disclosed.
Section 14. Counterparts. This Agreement may be signed in one or more counterparts,
each of which shall be deemed an original, and all of which taken together shall constitute this
Agreement.
599
P6401-0001\3101807v1.doc 6
Section 15. Legal Actions. If any legal action is brought to interpret or enforce the
terms of this Agreement, the prevailing Party shall be entitled to recover against the Party not
prevailing, all reasonable costs, including attorneys' fees, incurred in the action.
Section 16. Entire Agreement. This Agreement contains the entire agreement between
the Owners relating to the rights granted and the obligations hereunder assumed. Any oral
representations or modification concerning this Agreement shall be of no force and effect
excepting a subsequent modification in writing signed by the Parties.
Section 17. Exhibits. Any and all Exhibits referred to in this Agreement are
incorporated in this Agreement by this reference.
Section 19. Successors and Assigns. This Agreement shall be binding upon, and shall
inure to the benefit of, the Parties hereto and their permitted successors and assigns.
Section 20. Amendments. This Agreement may be amended or modified only by a
written instrument executed by the Parties.
Section 21. Governing Law. This Agreement shall be governed by and interpreted in
accordance with the laws of the State of California.
WHEREFORE the Parties have executed this Agreement as of the date first written
above.
CITY:PARTNERSHIP:
600
1046\101\3364448.5
P6401-0001\3101807v1.doc A-7
EXHIBIT A
Legal Description of Phase I Parcel
601
1046\101\3364448.5
P6401-0001\3101807v1.doc B-8
EXHIBIT B
Legal Description of Parcel 9
602
1046\101\3364448.5
P6401-0001\3101807v1.doc C-9
EXHIBIT C
Description of Access Easement
603
604
WITH A COPY TO
(SPACE ABOVE THIS LINE FOR RECORDER’S USE)
MAINTENANCE EASEMENT AGREEMENT
This MAINTENANCE EASEMENT AGREEMENT (this “Agreement”) is made as of
__________ 2025, by and between, PD MILLENIUM PARTNERS LP, a California limited
partnership, (the “Partnership”), and the CITY OF PALM DESERT, a municipal corporation (the
“City”), individually a “Party” and collectively referred to herein as the “Parties”.
RECITALS
A. The Partnership owns an approximately 6.02-acre parcel of real property located
on the north side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert,
California, as more particularly described in Exhibit A attached hereto (“Phase I Parcel”), on which
the Partnership intends to construct and own one hundred twenty (120) units of affordable rental
housing commonly known as Palm Villas I (“Phase I Project”).
B. The City owns an approximately 4.47-acre parcel of real property located on the
north side of Gerald Ford Drive between Portola Road and Cook Street in Palm Desert, California
in the City of Palm Desert, California (the “Phase II Parcel”). The Phase II Parcel is adjacent to
the Phase I Parcel and is intended to be Phase II of the Palm Villa development with one hundred
nineteen (119) units of affordable rental housing.
C. The City owns approximately 26.14-acre parcel of real property located on the Dina
Shore Drive in Palm Desert, California in the City of Palm Desert, California, as more particularly
described in Exhibit B attached hereto (the “Parcel 9”). Parcel 9 adjoins the Phase I Parcel and
the Phase II Parcel.
D. As part of the Phase I Project, the Partnership intends to construct an eight (8) foot
high wall along the north boundary line of the Phase I Parcel adjacent to Parcel 9 (the “Phase I
Wall”).
605
P6401-0001\3102743v2.doc
E. The Parties anticipate that the development of the Phase II Parcel will also
necessitate the development of a boundary wall between the Phase II Parcel and Parcel 9.
F. In Connection with the Phase I Project, the Partnership desires to secure a non-
exclusive, appurtenant easement for access over Parcel 9 along the Phase I Wall to remove any
sand build-up against the wall and to maintain and repair the exterior of the Phase 1 Wall in
connection with such access.
NOW, THEREFORE, in consideration of the mutual covenants and agreements contained
in this Agreement, the Parties agree as follows:
Section 1. Grant of Easement. The City hereby grants the Partnership and its
contractors, employees, and agents (the “Permitted Parties”), for the benefit of the Phase I Parcel
a non-exclusive easement thirty (30) feet in width for access by the Permitted Parties over and
across the Parcel 9, as more particularly described in Exhibit C attached hereto for the purpose of
removing sand build-up against Parcel I Wall and to maintain and repair the exterior of the Phase
I Wall in connection with such access (the “Easement”). The Developer specifically acknowledges
and agrees that the City is granting the Easement to the Developer on an “as is with all faults”
basis and subject to all title matters of record and all title matters visible upon inspection.
Section 2. Term. Each covenant, easement, restriction, and undertaking of the
Easement contained in this Agreement will be perpetual, unless sooner terminated as a result of
the demolition of the housing development on the Phase I Parcel and Phase II Parcel, which are
not replaced by another residential development.
Section 3. Nature of Easement. The Easement granted in this Agreement are
appurtenant to and for the benefit of the Phase I Parcel. The Easement may not be transferred,
assigned, or encumbered except as an appurtenance to the Phase I Parcel.
Section 4. Covenants Running with the Land. The City and the Partnership expressly
intend that the covenants contained in this Agreement with respect to the Easement described in
this Agreement will be equitable servitudes and covenants running with and benefiting and
burdening the Phase I Parcel and Parcel 9.
Section 5. Use of Easement. The Partnership’s use of the Easement will be for the
purpose of removing sand build-up against Phase I Wall and to maintain and repair the exterior of
the Phase I Wall in connection with such access. Prior to commencing the activities on the
Easement, the Partnership shall provide its sand removal and maintenance plans to the City for the
City’s review and reasonable approval.
Section 6. Insurance and Indemnification Requirements. he Partnership shall maintain
insurance against claims for injuries to persons or damages to property which may arise from or
in connection with the Easements.
(a) Required Coverage. The Partnership must maintain and keep in force, at
the Partnership’s sole cost and expense, the following insurance:
606
P6401-0001\3102743v2.doc
(1) Worker’s Compensation insurance, as required by the State of
California and consistent with statutory limits, and Employers’ Liability coverage, with limits not
less than One Million Dollars ($1,000,000) each accident for bodily injury or disease.
(2) Commercial General Liability insurance with limits not less than
One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000)
aggregate combined single limit for Bodily Injury and Property Damage including coverages for
Contractual Liability, Personal Injury, Broadform Property Damage, Products and Completed
Operations. Products and Completed Operations coverage must be obtained no later than
completion of construction of the Development.
(b) General Requirements.
(1) The required insurance must be provided under an occurrence form,
and the Developer must maintain such coverage continuously throughout the Term. Should any
of the required insurance be provided under a form of coverage that includes an annual aggregate
limit or provides that claims investigation or legal defense costs be included in such annual
aggregate limit, such annual aggregate limit must be three (3) times the occurrence limits specified
above.
(2) Commercial General Liability insurance must be endorsed to name
as additional insureds the City and its elected officials, officers, directors, representatives,
consultants, employees, and agents. The endorsement must include liability arising out of work
or operations performed by or on behalf of the Partnership including materials, parts, or equipment
furnished in connection with such work or operations. For commercial general liability, the policy
must be endorsed with a form at least as broad as ISO form CG 20 10 11 85 or both CG 20 10 and
CG 20 37 forms if later revisions used.
(3) The Partnership’s insurance must be primary to any other insurance
(including self-insurance) available to the City (including elected officials, officers, directors,
representatives, consultants, employees, and agents) with respect to any claim arising out of this
Agreement. Any insurance maintained by the City shall be in excess of the Partnership’s insurance
and shall not contribute with it.
(4) No policy shall be canceled, limited, or allowed to expire without
renewal until after thirty (30) days written notice has been given to the City by first class mail.
(5) Insurance is to be placed with insurers with a current A.M. Best’s
rating of no less than A:VII, unless otherwise acceptable to the City. Exception may be made for
the State Compensation Insurance Fund when not specifically rated.
Section 8. Remedies. If there is a material breach of any provision of this Agreement,
a non-breaching Party may serve written notice of the breach of the breaching Party. If the breach
is not cured within thirty (30) days following receipt of the notice of breach (or such longer period
as is reasonably necessary to remedy such breach, provided that the breaching Party shall
continuously and diligently pursue such remedy at all times until such breach is cured), the n on-
breaching Party may take any and all action as permitted by law.
607
P6401-0001\3102743v2.doc
Section 9. No Public Dedication. Nothing herein shall be deemed to be a gift or
dedication of any portion of the Easements to the general public or for any public purposes
whatsoever. It is the intention of the Parties that this Agreement is strictly limited to and for the
purposes herein expressed.
Section 10. Indemnification. The Partnership hereby agrees to release, indemnify and
defend the City, its councilmembers, its officers, its employees from and against and all claims,
liabilities, losses, damages, costs and expenses arising from or as the result of the death of, or any
accident, injury, loss or damage to, any person or property that occurs within the Easements.
Notwithstanding the foregoing, the City will not be entitled to such indemnification for any
damage to the extent caused by its own negligence or by its willful misconduct.
Section 11. Notices. Formal notices, demands and communications between the Parties
shall be sufficiently given if, and shall not be deemed given unless, dispatched by certified mail,
return receipt requested, or express delivery service with a delivery receipt, to the principal offices
of the Party as follows:
Notices shall be deemed received as of the date delivered or delivery was refused as shown
on the return receipt. The foregoing address may be changed by notice given as provided in this
Agreement. Each Party shall promptly notify each of the other Part y of any change in its address
as last disclosed.
Section 12. Counterparts. This Agreement may be signed in one or more counterparts,
each of which shall be deemed an original, and all of which taken together constitute this
Agreement.
Section 13. Legal Action. If any legal action is brought to interpret or enforce the terms
of this Agreement, the prevailing Party shall be entitled to recover against the Party not prevailing,
all reasonable costs, including attorneys’ fees, incurred in the action.
Section 14. Entire Agreement. This Agreement contains the entire agreement between
the Owners relating to the rights granted and the obligation hereunder assumed. Any oral
representations or modification concerning this Agreement shall be of no force and effect
excepting a subsequent modification in writing signed by the Parties.
608
P6401-0001\3102743v2.doc
Section 15. Exhibits. Any and all Exhibits referred to in this Agreement are
incorporated in this Agreement by this reference.
Section 16. Successors an Assigns. This Agreement shall be binding upon, and shall
inure to the benefit of, the Parties hereto and their permitted successors and assigns.
Section 17. Amendments. This Agreement may be amended or modified only by a
written instrument executed by the Parties.
Section 18 Governing Law. This Agreement shall be governed by and interpreted in
accordance with the laws of the State of California.
WHEREFORE, the Parties have executed this Agreement as of the date first written above.
CITY:PARTNERSHIP:
609
P6401-0001\3102743v2.doc
EXHIBIT A
LEGAL DESCRIPTION OF PHASE I
THE LAND IN THE CITY OF PALM DESERT, IN THE COUNTY OF RIVERSIDE, STATE
OF CALIFORNIA, DESCRIBED AS FOLLOWS:
610
P6401-0001\3102743v2.doc
EXHIBIT B
LEGAL DESCRIPTION OF PHASE II
THE LAND IN THE CITY OF PALM DESERT, IN THE COUNTY OF RIVERSIDE, STATE
OF CALIFORNIA, DESCRIBED AS FOLLOWS:
611
P6401-0001\3102743v2.doc
EXHIBIT C
DESCRIPTION OF EASEMENT
612
P6401-0001\3102743v2.doc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
613
P6401-0001\3102743v2.doc
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
614
Page 1 of 2
CITY OF PALM DESERT
STAFF REPORT
MEETING DATE: July 10, 2025
PREPARED BY: Anthony J. Mejia, City Clerk
SUBJECT: INTRODUCTION OF AN AMENDING PALM DESERT MUNICIPAL CODE
SECTION 2.34.050 RELATED TO ADVISORY BODY OFFICERS
RECOMMENDATION:
1. Introduce an ordinance entitled, “AN ORDINANCE OF THE CITY COUNCIL OF THE CITY
OF PALM DESERT, CALIFORNIA, AMENDING PALM DESERT MUNICIPAL CODE
SECTION 2.34.050 RELATED TO ADVISORY BODY OFFICERS.”
2. Direct the City Clerk to immediately implement the policy establishing an annual rotation of
advisory body chairperson and vice chairperson positions using a numeric seat -based
system.
BACKGROUND/ANALYSIS:
At its meeting of June 26, 2025, the City Council introduced an ordinance amending Palm Desert
Municipal Code Section 2.34.050 to require annual rotation of advisory body Chair and Vice
Chair positions. The intent of this change is to ensure broader participation in leadership roles
Since introduction of the ordinance, the City Council Subcommittee has expressed support for
establishing a clear and equitable process to implement the policy. In reviewing current
practices, it became apparent that allowing a member to serve consecutively in different o fficer
roles (for example, serving as Chair and then as Vice Chair the following year) could result in
effectively holding the Chair position in back-to-back years. To promote transparency and avoid
this outcome, staff was asked to develop a rotation frame work that would provide clarity and
consistency for all advisory bodies.
Staff considered adopting a seniority-based model similar to the system used by the City Council.
However, this approach would require tracking each member’s prior service history, ma intaining
a queue of deferred appointments, and applying tie -breakers on a recurring basis. Due to these
complexities, staff does not recommend the seniority model.
Instead, staff recommends implementing a numeric seat-based rotation system that assigns
each member a seat number and uses this sequence to establish the annual rotation schedule.
This system is straightforward to administer and ensures that all members have an equal and
predictable opportunity to serve in officer positions.
SUMMARY OF RECOMMENDED SYSTEM:
Staff will assign numbered seats to members (Seat 1–Seat 7), with the current Chair
designated as Seat 7 (end of the rotation) and the current Vice Chair designated as Seat
1 (start of the rotation). All remaining members will be assigned seat numbers in
alphabetical order.
615
City of Palm Desert
Ordinance regarding Appointed Body Officers
Page 2 of 2
Each seat will have a predetermined schedule for rotating into the Chair role in sequential
order (e.g., Seat 1 in July 2025, Seat 2 in July 2026, Seat 3 in July 2027).
The member occupying a given seat inherits that seat’s scheduled turn.
If a member is in their first year of service when their seat’s scheduled turn occurs, their
appointment will be deferred to the end of the rotation sequence, and the next eligible
seat will advance.
Members may serve as Vice Chair in any year, regardless of their length of service.
Members may defer serving as Chair or Vice Chair when their scheduled turn occurs; in
such cases, their appointment will be moved to the end of the rotation sequence.
If the City Council concurs, staff recommends immediate implementation to ensure consistency
for advisory body meetings occurring prior to the ordinance’s effective date.
FINANCIAL IMPACT:
There is no financial impact associated with this action.
ATTACHMENT:
1. Draft Ordinance
616
ORDINANCE NO. 1430
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM
DESERT, CALIFORNIA, AMENDING PALM DESERT MUNICIPAL CODE
SECTION 2.34.050 RELATED TO ADVISORY BODY OFFICERS
THE CITY COUNCIL OF THE CITY OF PALM DESERT DOES HEREBY ORDAIN
AS FOLLOWS:
SECTION 1. Amendment to Municipal Code. Palm Desert Municipal Code Section
2.34.050(A), Officers, is hereby amended to read as follows:
Officers. At the first meeting following July 1st, appointed bodies shall elect a
chairperson and vice chairperson for a one-year term. The chairperson shall preside over
all meetings. The vice chairperson shall preside in the chairperson's absence. In the
chairperson's and vice chairperson's absence, the appointed body may designate a
presiding officer. Vacancies in either the chairperson or vice chairperson position
occurring prior to July may be filled at any time by a majority vote of the appointed body.
The chairperson and vice chairperson positions shall rotate annually in accordance
with a numeric seat-based system established by the City Clerk. Each member shall be
assigned a seat number that determines the sequence in which they will serve as
chairperson. When a seat's scheduled turn occurs, the member occupying that seat shall
be appointed chairperson. If a memb er is in their first year of service or elects to defer
serving as chairperson when their turn occurs, their appointment shall be moved to the
end of the rotation sequence, and the next eligible seat shall advance. Members may
serve as vice chairperson in any year, regardless of their length of service. No member
may serve consecutive terms in the same officer position.
ADOPTED ON ___________________, 2025.
JAN C. HARNIK
MAYOR
ATTEST:
ANTHONY J. MEJIA
CITY CLERK
617
Ordinance No. 1430 Page 2
I, Anthony J. Mejia, City Clerk of the City of Palm Desert, California, do hereby
certify that Ordinance No. 1430 is a full, true, and correct copy, and was introduced at a
regular meeting of the Palm Desert City Council on June 26, 2025, and adopted at a
regular meeting of the City Council held on __________, 20 25, by the following vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
RECUSED:
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the
City of Palm Desert, California, on ____________________.
ANTHONY J. MEJIA
CITY CLERK
618