Loading...
2200 - Scales Lab Architect - Urband Desig Services for Civic CenterAGREEMENT FOR PROFESSIONAL DESIGN SERVICES URBAN DESIGN SERVICES FOR THE ROSEMEAD CIVIC CENTER This AGREEMENT FOR PROFESSIONAL DESIGN SERVICES ("AGREEMENT") is made and entered into effective as of the March 12th, 2026, by and between the CITY OF ROSEMEAD, a general law city, located at 8838 East Valley Boulevard, Rosemead CA 91770, ("CITY") and Scale(s)Lab Architects (corporation], located at 970 S Broadway, Suite 107, Los Angeles, CA 90012 ("CONSULTANT'). WITNESSETH: For and in consideration of the promises and of the mutual covenants and agreements herein contained, said parties hereby agree as follows: 1. RECITALS. This AGREEMENT is made and entered into with respect to the following facts: A. CITY requires professional URBAN DESIGN SERVICES FOR THE ROSEMEAD CIVIC CENTER services ("SERVICES'); and B. CONSULTANT is qualified to provide these certain services to the CITY necessary for said SERVICES; and, therefore, the CITY has elected to engage the services of CONSULTANT upon the terms and conditions hereinafter set forth. 2. SCOPE OF SERVICES. A. CONSULTANT shall furnish to the City all labor, materials, tools, equipment, services, and incidental customary work necessary to fully and adequately perform those services described in Exhibit A, which is hereby incorporated by reference. To the extent that Exhibit A is a proposal from CONSULTANT, such proposal is incorporated only for the description of the scope of services and no other terms and conditions from any such proposal shall apply to this AGREEMENT. B. Performance of the SERVICES specified herein is made an obligation of CONSULTANT under this AGREEMENT, subject to any changes made subsequently upon the mutual written agreement of the parties. Design Professional Services contract _1 _ under 50K 12/2025 Form 4929-1865-9924 v I C. The scope of services to be performed by CONSULTANT under this AGREEMENT shall include, but not be limited to, those services specified in Paragraph 2A hereof. D. If there is a conflict between any of the provisions of the AGREEMENT and Exhibit A, this AGREEMENT shall have priority in the interpretation of the Parties rights and obligations under this AGREEMENT. 3. PERFORMANCE STANDARDS. While performing this AGREEMENT CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CONSULTANT shall cooperate with CITY if CITY opts to monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. 4. FAMILIARITY WITH WORK. A. By executing this AGREEMENT, CONSULTANT agrees that, to the best of CONSULTANT's knowledge and belief, CONSULTANT has (i) Carefully investigated and considered the scope of services to be performed; (ii) Carefully considered how the services should be performed; and (iii) Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 5. CITY SUPERVISION. The Director of the Department of Community Development of CITY, or the Director's designee, shall have the right of general supervision of all work performed by CONSULTANT and shall be the CITY's agent with respect to obtaining CONSULTANT's compliance hereunder. No payment for any services rendered under this AGREEMENT shall be made without the prior approval of the Director of Community Development or the Director's designee. 6. FEE. Compensation to CONSULTANT for the total services to be rendered pursuant to this AGREEMENT shall be in an amount not to exceed $29,975.00. Design Professional Services contract _2_ under 50K 1212025 Form 4929.1865-99'_4.I 7. EXTRA SERVICES. Notwithstanding any other provision herein, no extra services shall be rendered by CONSULTANT under this AGREEMENT unless such extra services first shall have been authorized in writing by the CITY. Any such services so authorized shall be paid by the CITY at rates approved of by the CITY. Notwithstanding any written or oral communication to the contrary, unless the City Manager gains the legal authority to authorize contracts in excess of $50,000, no extra services may be authorized unless the fee and the extra services total less than $50,000. 8. PAYMENT BY CITY. A. Compensation. Subject to any limitations provided in the Contract Documents, City agrees to pay CONSULTANT as full consideration for the faithful performance of all of the Work the total amount of Twenty -Nine Thousand Nine Hundred and Seventy -Five Dollars ($29,975.00) ("Compensation"). B. Monthly Invoice. CONSULTANT must furnish City with an invoice for the Work performed in accordance with the Contract Documents. CONSULTANT may not submit invoices more often than once every 30 days. C. City Review of Invoices. City will review each invoice and determine whether the Work performed is in accordance with the Contract Documents. The Director may require CONSULTANT to provide a release of all undisputed Contract amounts contained in the invoice. D. Disputes on Invoices. If City disputes any item on an invoice, City will give CONSULTANT notice stating the reasons for the dispute. The Parties will meet and confer in good faith to attempt to resolve the dispute. E. 30 Days to Pay Invoice. Except as to any charges for the Work performed that the City disputes, City will cause CONSULTANT to be paid within 30 days of the date of the invoice or the date that CONSULTANT furnishes City with a release of all undisputed Contract amounts, whichever occurs later. Partial Invoices. In the event there is any claim specifically excluded by CONSULTANT from the operation of any release, City may retain an amount not to exceed the amount of the excluded claim. G. No Additional Compensation. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the contract documents, and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Design Professional Services contract -3- under50K 12/2025 Form 4929-1865-9924 c I 9. TERM. The term of this AGREEMENT shall expire on March 11th, 2027 unless sooner terminated as provided in Section 12 herein. The CITY may extend said time of completion for delays caused by circumstances beyond the control of either party to this AGREEMENT. Should the consulting contract extend beyond the estimated time for completion of said services, CITY hereby reserves the right to continue CONSULTANT's services hereunder with any and all fees for such additional services to be compensated by the CITY at rates approved by the CITY. 10. DISPUTES AND REMEDIES. A. Claims, disputes, and other matters in question between the Parties arising out of or relating to this AGREEMENT or the breach thereof, must be resolved by the following procedure: (i) CITY and CONSULTANT will exercise their best efforts to resolve disputes through the development of a consensus. A meeting may be requested by CITY or CONSULTANT at any time for the purpose of resolving a dispute. A determination by CITY'S Director of the Department of Community Development will be made within two (2) weeks after a meeting to resolve the dispute; (ii) If unresolved within thirty (30) days, then City Manager, or his or her designee, will make a final determination; (iii) Following the City Manager's final determination, the Parties may submit any unresolved matters to non-binding mediation. The parties may, but are not required to be, represented by counsel in mediation; (iv) If the Parties do not agree to mediation, or if mediation does not resolve the Parties' dispute, the matter may be pursued in Los Angeles County Superior Court, or the United States District Court, Central District of California, if federal jurisdiction exists. B. The Parties' rights and remedies under this Agreement are in addition to any other rights and remedies provided by law. 11. PREVAILING WAGE. 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 1600, 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, and if the total compensation is $1,000 or more, CONSULTANT agrees to fully comply with such Prevailing Wage Laws. The 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 Design Professional Services contract -4- under50K 12/2025 Form 4929-1865-9924 v to interested parties upon request, and shall post copies at the Consultant's principal place of business and at the project site. CONSULTANT shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 12. TERMINATION OF AGREEMENT. The CITY may terminate this AGREEMENT upon giving a ten (10) day advance written notice of such termination to CONSULTANT. In that event, the City Manager, or his or her designee, based upon work accomplished by CONSULTANT prior to notice of such termination, shall determine the amount of fees to be paid to CONSULTANT for such services based upon accepted accounting practices. This finding by the City Manager, or his or her designee, shall be final and conclusive as to the amount of such fee. 13. INDEPENDENT CONTRACTOR. CONSULTANT shall act as an independent contractor in the performance of the services provided for in this AGREEMENT and shall furnish such services in CONSULTANT's own manner and method and in no respect shall CONSULTANT be considered an agent or employee of the CITY. 14. OWNERSHIP OF DOCUMENTS. All financial documents, data, studies, and reports prepared by CONSULTANT under this AGREEMENT are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this AGREEMENT, or use of incomplete work product, is at CITY's own risk. CITY will indemnify and hold CONSULTANT harmless for any use of the work product other than as contemplated by this AGREEMENT. 15. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this AGREEMENT, no copies, sketches, or graphs of materials, including graphic artwork, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or City without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 16. NONASSIGNMENT. This AGREEMENT is not assignable either in whole or in part by CONSULTANT without the written consent of CITY. 17. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a valid Taxpayer Identification Number. 18. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this AGREEMENT, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. Design Professional Services contract _5_ under 50K 12/2025 Form 3929-1865-9924 v 1 19. INDEMNIFICATION. CONSULTANT hereby agrees to the following: A. Indemnification for Design Professional Services. To the fullest extent allowed by law (including without limitation California Civil Code Sections 2782 and 2782.8), CONSULTANT will save harmless and indemnify CITY and, at CITY's request, reimburse defense costs for CITY and all its officers, volunteers, employees and representatives from and against any and all suits, actions, or claims, of any character whatever, brought for, or on account of, any injuries, including death or damages sustained by any person or property resulting or arising from any negligent or wrongful act, error or omission by CONSULTANT or any of CONSULTANT's officers, agents, employees, volunteers or representatives, in the performance of this Agreement. For purposes of this section "CITY" includes CITY's officers, officials, employees, agents, representatives, and volunteers. B. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. C. CITY does not, and shall not, waive any rights against CONSULTANT which it may have by reason of the aforesaid hold -harmless AGREEMENT because of the acceptance by CITY or the deposit with CITY by CONSULTANT, of any of the insurance policies hereinafter described in this AGREEMENT. D. The aforesaid hold -harmless AGREEMENT by CONSULTANT shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of CONSULTANT, or any subcontractor of CONSULTANT, regardless of whether such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. E. Notwithstanding any provision of this Agreement to the contrary, design professionals shall be required to defend and indemnify the CITY only to the extent allowed by Civil Code Section 2782.8, namely for claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the design professional. The term "design professional" includes licensed architects, licensed landscape architects, registered professional engineers, professional land surveyors and the business entities which offer such services in accordance with the applicable provisions of the Business and Professions Code. F. The provisions of this section do not apply to Claims occurring as a result of the CITY's sole negligence or willful acts or omissions. In the event of any dispute between CONSULTANT and CITY, as to whether liability arises from the sole or active negligence of the CITY or its officers, Design Professional Services contract -6- under50K 12/2025 Form 4929-1W-9924 v I employees, or agents, CONSULTANT will be obligated to pay for CITY's defense until such time as a final judgment has been entered adjudicating the CITY as solely or actively negligent. CONSULTANT will not be entitled in the absence of such a determination to any reimbursement of defense costs including but not limited to attorney's fees, expert fees, and costs of litigation. 20. INSURANCE. CONSULTANT shall not commence work under this contract until CONSULTANT shall have obtained and shall maintain for the entire term of the AGREEMENT all insurance required by this AGREEMENT and such insurance shall have been approved by CITY as to form, amount and carrier, nor shall CONSULTANT allow any subcontractor of CONSULTANT to commence work on any subcontract until all similar insurance required of the subcontractor of CONSULTANT shall have been so obtained and approved. Any delays caused by CONSULTANT's or its subcontractors' failure to procure or maintain required insurance are inexcusable and shall not be a basis for extending the time for completion, and the CITY shall not be liable for reimbursing CONSULTANT for costs due to such delay. A. WORKERS' COMPENSATION INSURANCE. CONSULTANT shall take out and maintain, during the life of this contract, Workers' Compensation Insurance and Employer's Liability Insurance for all of CONSULTANT'S employees employed to perform the SERVICES as described section 2 of the AGREEMENT; and, if any work is sublet, CONSULTANT shall require the subcontractor of CONSULTANT similarly to provide Workers' Compensation Insurance and Employers' Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the latter's employees, unless such employees are covered by the protection afforded by CONSULTANT. If any class of employees engaged in work under this AGREEMENT is not protected under any Workers' Compensation law, CONSULTANT shall provide and shall cause each subcontractor of CONSULTANT to provide adequate insurance for the protection of employees not otherwise protected. CONSULTANT shall indemnify CITY for any damage resulting to it from failure of either CONSULTANT or any subcontractor of CONSULTANT to take out or maintain such insurance. (i) Workers Compensation Insurance in the amount of not less than Statutory Limits set by the State of California. (ii) Employer's Liability Insurance in the amount of not less than ONE MILLION DOLLAR ($1,000,000). B. COMMERCIAL GENERAL LIABILITY, PROFESSIONAL LIABILITY, AND AUTOMOBILE LIABILITY INSURANCE. (i) Commercial General Liability Insurance. CONSULTANT shall maintain commercial general liability insurance with coverage at Design Professional Services contract _7_ under 50K 12/2025 Form 4929-1865-9924 v I 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. (ii) 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 of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the 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. (iii) 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. C. PROOF OF INSURANCE. CONSULTANT shall provide certificates of insurance and required endorsements to CITY as evidence of insurance coverage required herein. Insurance certificates and endorsements must be approved by CITY prior to the commencement of work. Current certification of insurance shall be kept on file with CITY for the contract period and any additional length of time required thereafter. CITY reserves the right to require complete, certified copies of all required insurance policies, at any time. D. NOTICE TO COMMENCE WORK. The CITY will not issue any notice authorizing CONSULTANT or any subcontractor to commence work under this AGREEMENT until CONSULTANT has provided to the CITY Clerk the proof of insurance as required. E. DURATION OF COVERAGE. CONSULTANT shall procure and maintain for the contract period, and any additional length of time required thereafter, insurance against claims for injuries to persons or damages to property, or financial loss which may arise from or in connection with the performance of work hereunder by CONSULTANT, their agents, representatives, employees, or subconsultants. Design Professional Services contract under 50K 1212025 Form 4929-1865-9924 vl F. PRIMARY/NONCONTRIBUTING. Coverage provided by CONSULTANT shall be primary and an 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 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 named insured. G. 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'S payments. In the alternative, CITY may cancel this agreement. H. 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 policyholder's Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best' Key Rating Guide, unless otherwise approved by the Director of Human Resources & Risk Management. I. WAIVER OF SUBROGATION. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against CITY, its elected or appointed officers, agents, officials, employees, representatives and volunteers 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 CITY and shall require similar written express waivers and insurance clauses from each of its subconsultants. J. ENFORCEMENT OF CONTRACT PROVISIONS (NON ESTOPPEL). CONSULTANT acknowledges and agrees that any actual or alleged failure on 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. K. REQUIREMENTS NOT LIMITING. Requirements of specific coverage features or limits contained in this section are not intended as 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 Design Professional Services contract -9- under 50K 1212025 Form 4929-1865-9929 al 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. L. NOTICE OF CANCELLATION. CONSULTANT agrees to oblige its insurance agent or broker and insurers to provide the 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. If any of the CONSULTANT'S insurers are unwilling to provide such notice, then CONSULTANT shall have the responsibility of notifying the CITY immediately in the event of CONSULTANT'S failure to renew any of the required insurance coverages, or insurer's cancellation or nonrenewal. M. ADDITIONAL INSURED STATUS. General Liability, Automobile Liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITY and its officers, officials, employees, agents, representatives, and volunteers shall be additional insureds under such policies. N. 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. O. 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 again whom claim is made or suit is brough, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. P. PASS THROUGH CLAUSE. CONSULTANT agrees to ensure that its subconsultants, subcontractors, and any other party who is brough onto or involved in the project/service by CONSULTANT (hereinafter collectively "subcontractor"), 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. However, in the event CONSULTANT'S subcontractor cannot comply with this requirement, which proof must be submitted to the CITY, CONSULTANT shall be required to ensure that its subcontractor provide and maintain insurance coverage and endorsements sufficient to the specific risk of exposure involved with subcontractor's scope of work Design Professional Services contract _10_ under50K 1212025 Form 4929-1865-9924 c I and services, with limits less than required of the CONSULTANT, but in all other terms consistent with the CONSULTANT's requirements under this agreement. This provision does not relieve the CONSULTANT' of its contractual obligations under the agreement and/or limit its liability to the amount of insurance coverage provided by its subcontractors. This provision is intended to solely provide CONSULTANT with the ability to utilize a subcontractor who may be otherwise qualified to perform the work or services but may not carry the same insurance limits as required of the CONSULTANT under this agreement given the limited scope of work or services provided by the subcontractor. CONSULTANT agrees that upon request, all agreements with subcontractors, and others engaged in this project, will be submitted to CITY for review. Q. CITY'S RIGHT TO REVISE SPECIFICATIONS. The CITY reserves the right to at any time during the term of the contract 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 substantial additional cost to the CONSULTANT, the CITY and CONSULTANT may renegotiate the CONSULTANT'S compensation. R. 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, or require proof of ability to pay losses and related investigations, claim administrative, and defense expenses within the retention through confirmation from the underwriter. S. 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. T. ADDITIONAL INSURANCE. CONSULTANT shall also procure and maintain, at this 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. 21. NON-DISCRIMINATION. CONSULTANT shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation in the performance of this AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations issued pursuant to such acts and order. Design Professional Services contract under 50K 12/2025 Form 4929-] 865-9924 v I 22. UNAUTHORIZED ALIENS. CONSULTANT hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 USCA 1101, etseq.), as amended; and, in connection therewith, shall not employ unauthorized aliens as defined therein. Should CONSULTANT so employ such unauthorized aliens for the performance of work and/or services covered by this AGREEMENT, and should the Federal Government impose sanctions against the CITY for such use of unauthorized aliens, CONSULTANT hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions imposed, together with any and all costs, including attorney's fees, incurred by the CITY in connection therewith. 23. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. 24. WAIVER. Waiver by any party hereto of any term, condition, or covenant of this AGREEMENT shall not constitute the waiver of any other term, condition or covenant hereof. 25. ATTORNEY'S FEES. If litigation is reasonably required to enforce or interpret the provisions of this AGREEMENT, the prevailing party in such litigation shall be entitled to an award of reasonable attorney's fees, in addition to any other relief to which it may be entitled. 26. BINDING EFFECT. This AGREEMENT shall be binding upon the heirs, executors, administrators, successors and assigns of the parties hereto. 27. PROVISIONS, CUMULATIVE. The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights or remedies available to CITY. 28. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and agree that the terms and provisions of this AGREEMENT have been negotiated and discussed between the parties and their attorneys, and this AGREEMENT reflects their mutual AGREEMENT regarding the same. Because of the nature of such negotiations and discussions it would be inappropriate to deem any party to be the drafter of this AGREEMENT; and, therefore, no presumption for or against validity or as to any interpretation hereof, based upon the identity of the drafter, shall be applicable in interpreting or enforcing this AGREEMENT. 29. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT warrants to each other party as follows: A. That each party either had the assistance of counsel or had counsel available to it, in the negotiation for, and execution of, this AGREEMENT, and all related documents; and, B. That each party has lawfully authorized the execution of this AGREEMENT. 30. MODIFICATION. This AGREEMENT shall not be modified except by written agreement of the parties. Design Professional Services contract -12- under 50K 12/2025 Form 4929-1865-9924 0l 31. GOVERNING LAW. This AGREEMENT shall be interpreted and construed according to the laws of the State of California. 32. NOTICE. Whenever it shall be necessary for either party to serve notice on the other regarding this AGREEMENT, such notice may be furnished in writing by either party to the other and shall be served by personal service as required in judicial proceedings or by certified mail, postage prepaid, return receipt requested, addressed to the parties as follows: CITY: Attn: Lily T. Valenzuela Director of Community Development City of Rosemead 8838 East Valley Boulevard Rosemead CA 91770 Tel: (626) 569-2142 Email: Ivalenzuela a rosemeadca.gov CONSULTANT: Roland Lo, AIA Principal Scale(s)Lab Architects 970 S Broadway, Suite 107 Los Angeles, CA 90012 Tel: 626-233-9797 Email: roland.lo(o)scaleslab.com Notice will be deemed effective on the date personally delivered or transmitted by facsimile. If the notice is mailed, notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service, postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 33. FORCE MAJEURE. Neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include, but not be limited to, acts of God, fire, flood, earthquake, or other natural disaster, nuclear accident, explosion, war, terrorist attack, embargo, strike, lockout, riot, freight embargo, public regulated utility, or government statutes or regulations superimposed after the fact. Notwithstanding the foregoing, this provision shall only have effect if written notice of the force majeure event is given by the party claiming such excuse for delay within ten days of the commencement of such event. 34. ELECTRONIC TRANSMISSION OF AGREEMENT AND SIGNATURE. The Parties agree that this AGREEMENT may be signed and transmitted by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and Design Professional Services contract -13- under 50K 12/2025 Form 4929-1865-9924 v1 effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. 35. RECORD AUDIT. In accordance with Government Code section 8546.7, records of both the CITY and the CONSULTANT shall be subject to examination and audit by the CITY for a period of three (3) years after final payment. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on its effective date by their respective officers duly authorized on their behalf. CITY OF ROSEMEAD Ben Kim ity Manager CONSULTANT SCALE(S)LAB ARCHITECTS i2 C1� Tax Payer ID: 47-3051631 ate ATTEST` EtG a Hernandez, City Clerk Date APPROVED AS TO FORM: Rachel Richman City Attorney Design Professional Services contract under 50K 1212025 Form 4929-I865-9924 vl Date -14- Print Name: Roland Lo Title: Principal 26 Signature Exhibit A Scope of Work Design Professional Services contract _f 5_ under50K 1212025 Form 4929-1 W-9924 %I 3 City of Rosemead RFP : Civic Center Urban Design Ser January 12, 2026 6 ' r scales) lab architects ' www.scaIesIab.com ` -f 970 N Broadway, Suite 107, Los Angeles, CA 90012 x COVER LETTER scale(s) lab architects City of Rosemead Attn: Lily T. Valenzuela, Director of Community Development 8838 East Valley Boulevard Rosemead, CA 91770 Re: Proposal for Rosemead Civic Center Urban Design Services Dear Ms. Valenzuela, Thank you for the opportunity to submit our proposal for providing urban design services for the Rosemead Civic Center. Scale(s)Lab Architects is committed to delivering innovative, practical solutions that align with the City's vision and priorities. We look forward to collaborating with your team to create a design that reflects community values and supports future growth. Please feel free to reach out with any questions or additional information you may need. Sincerely, Roland Lo, AIA Principal Scale(s)Lab Architects 970 S Broadway, Suite 107 Los Angeles, CA 90012 Phone: 626-233-9797 Email: roland.lo@scaleslab.com PROJECT PROPOSAL FOR CITY OF ROSEMEAD K scale(s) lab architects SU3 1. TABLE OF CONTENTS CoverLetter............................................................................. 2 1. Table of Contents................................................................ 3 2. Letter of Interest................................................................ 4 3. Scope of Professional Services ........................................... 5 4. Project Schedule.................................................................10 5. Fee Proposal.......................................................................1 1 6. Standard City Contract and Insurance Requirements ........1 5 PROJECT PROPOSAL FOR CITY OF ROSEMEAD 3 S\.,r3 2. scale(s) lab architects City of Rosemead Attn: Lily T. Valenzuela, Director of Community Development 8838 East Valley Boulevard Rosemead, CA 91770 LETTER OF INTEREST RE: Proposal for Rosemead Civic Center Urban Design Services Dear Mrs. Valenzuela, Thank you for the opportunity to present our proposal for urban design services for the Rosemead Civic Center. This submission outlines our scope of work, team qualifications, experience, cost proposal, and schedule. Our collaborative and efficient approach is designed to deliver a clear, actionable conceptual design package. We anticipate a focused four-month process culminating in an interactive digital presentation that communicates design intent and implementation strategies through multiple planning options, a refined preferred concept, and actionable next steps. Deliverables will include a visually rich digital report with detailed graphics and analysis to ensure clarity and feasibility. Following the initial kick-off meeting and site tour, Scale(s)Lab Architects will develop three conceptual alternatives addressing site circulation, program opportunities, and design constraints, which will be refined into a final preferred plan through collaborative review sessions with City staff and City Council. Our work will include the following tasks: Task 1: Project Initiation & Management 1.1 Project Kick-off including Site Tour 1.2 Recurring Coordination Meetings 1.3 Ongoing Project Management 1.4 Data Collection and Review Task 2: Develop Three Concept Alternatives - Review with City Council 2.1 Draft Concept Alternatives 2.2 Final Concept Alternatives Task 3: Final Preferred Concept 3.1 Review City Council Comments with City Staff 3.2 Develop Final Preferred Concept 3.3 Final Digital Presentation including Next Steps We look forward to building a strong, long-term partnership with the City of Rosemead to create a design that truly reflects community priorities and supports future civic goals. Please feel free to reach out to us anytime with questions or ideas. Sincerely, Roland Lo, AIA 4" Principal Scale(s)Lab Architects PROJECT PROPOSAL FOR CITY OF ROSEMEAD 4 scale(s) lab architects SU3 3a SCOPE OF PROFESSIONAL Task 1: Project Initiation & Management Overview: SERVICES Establish the foundation for the project by gathering essential information, setting up communication and management frameworks, and ensuring alignment with City goals through kickoff activities, coordination, and oversight. Scope of Work: 1.1 Project Kick-off & Site Tour Conduct a kick-off meeting with City staff to confirm goals, roles, decision pathways, schedule, and success metrics. • Perform a site tour to document existing conditions. • Discuss communications protocol and review process. • Capture City's initial ideas and vision for the future civic center. 1.2 Recurring Coordination Meetings • Lead bi-weekly progress meetings (virtual or in-person) to track schedule, decisions, action items, and risks. • Confirm communications protocol and review deliverables. 1.3 Ongoing Project Management • Provide schedule oversight, task coordination, and document control. • Monitor scope, budget, and schedule throughout the project. • Submit monthly invoices to the City. 1.4 Data Collection & Review • Gather and review relevant plans, codes, utilities, traffic/parking, environmental constraints, and community input previously collected by the City. • Prepare a data request list and provide it to the City, including: a. Information regarding existing City Hall community center facilities b. Estimated space deficiencies and needs c. Correspondence and other materials relating to the contemplated civic center redesign Deliverables • Project Management Plan (schedule, milestones, communication protocol) • Site Visit Summary and Kick-off Notes (including photos and observations) • Data Request List and Updated Project Schedule • Monthly Status Reports Meetings : ( In-person or virtual meetings as requested by the city ) • Kick-off meeting (in-person) • Ongoing meetings PROJECT PROPOSAL FOR CITY OF ROSEMEAD SU33. SCOPE OF PROFESSIONAL scale(s) lab architects SERVICES Task 2: Concept Development Overview: This task focuses on creating three conceptual design options for the Rosemead Civic Center to support Downtown revitalization. Each alternative will illustrate site organization, program opportunities, and potential constraints, serving as a foundation for City Staff and City Council policy discussions. Concepts will utilize the Civic Center as the primary civic anchor and explore build -out potential, public -realm activation, and sustainable infrastructure. Scope of Work: 2.1 Draft Concepts (Up to Three) Objective: Develop up to three preliminary conceptual design alternatives based on site conditions, program needs, and community priorities. Draft concepts will explore alternative approaches to Downtown Rosemead revitalization and will be reviewed with City Staff for feedback. Deliverable - Draft Concept Package Includes: Each draft concept will include: 1. Design Narrative : A written narrative outlining the overall vision and guiding principles, including: • Downtown Rosemead revitalization anchored by the Civic Center • Integration of a multipurpose public venue to support community events and gatherings • Conceptual planning for a future -ready City Hall, accommodating current needs, future expansion, consolidation of City departments, and potential space for the Chamber of Commerce • Incorporation of sustainability and placemaking strategies, including a tree -like solar panel canopy structure as a signature civic focal point 2. Conceptual Massing & Height Diagrams Diagrammatic illustrations of general building scale, height/story ranges, stepbacks, and identification of landmark civic elements. 3. Build -Out Snapshot (Conceptual) Conceptual summary identifying order -of -magnitude estimates for: • Building area by civic use • Public open -space quantities • Event and gathering capacity ranges • Parking strategy assumptions • Comparative FAR and height ranges 4. Perspective Renderings Conceptual perspectives illustrating overall character, spatial relationships, and public -realm experience. 5. Phasing & Implementation (Draft) Initial discussion of potential development phasing and sequencing. PROJECT PROPOSAL FOR CITY OF ROSEMEAD l scale(s) lab architects SU3 3. SCOPE OF PROFESSIONAL Task 2: Concept Development ( Continued ) Overview: SERVICES Refine the selected draft concept(s) into a coordinated, clearly defined vision suitable for Planning Commission and City Council review. Final Concepts advance the work to a refined, high-level schematic planning level, while remaining non -permit -ready. Scope of Work: 2.2 Final Concepts Objective: Refine the selected draft concept(s) into a coordinated and clearly defined vision suitable for Planning Commission and City Council review. Final concepts will advance the work to a refined, high-level schematic planning level, while remaining non -permit -ready. Deliverable - Fianl Concept Includes: Each final concept alternative will include a presentation package featuring: 1. Revised Design Narrative Updated narrative describing the preferred Downtown and Civic Center vision, including: • The Civic Center's role as the anchor for Downtown revitalization • A defined multipurpose public venue and public -realm framework • A refined future -ready City Hall concept with expansion capability and consolidated departments • Integration of sustainable infrastructure and civic identity features, including the solar canopy 2. Refined Site Plan (High -Level Schematic) : A coordinated conceptual site plan illustrating: • Refined building envelopes and spatial relationships • Clearly defined public and private open spaces and patios • Pedestrian, vehicular, and service circulation • Defined placement and access for the public parking (at -grade and/or parking structure) 3. Refined Massing, Height & Program Framework Consolidated height/story bands, massing relationships, and refined program distribution supporting a realistic build -out scenario. 4. Program & Capacity Summary (Refined Build -Out) A refined planning -level summary of civic building areas, open -space quantities, event capacity ranges, parking assumptions, and infrastructure considerations. 5. 3D Visualizations Refined overall and key street -level perspectives that convey the project vision and primary public views, suitable for City Council study session discussion 6. Updated Phasing & Implementation Strategy Refined sequencing and long-term implementation considerations. Meetings: • One (1) initial virtual review meeting with City Staff • Additional City Staff coordination meetings as needed to support concept refinement • One (1) City Council study session PROJECT PROPOSAL FOR CITY OF ROSEMEAD scale(s) lab architects sv_F3 3. SCOPE OF PROFESSIONAL Task 3: Final Preferred Concept Overview: SERVICES This task focuses on developing a single Final Preferred Concept for the Rosemead Civic Center and Downtown area based on direction received from City Staff and City Council during Task 2. The Final Preferred Concept will consolidate the selected Final Concept into a cohesive, decision -ready vision and provide a clear implementation framework to guide next steps toward design, funding, and delivery. Scope of Work: 3.1 Review City Direction • Review Planning Commission and/or City Council feedback on the Final Concepts with City Staff • Confirm the preferred design direction, priorities, and guiding assumptions • Identify refinements required to produce the Final Preferred Concept 3.2 Develop Final Preferred Concept Advance the selected Final Concept into a single, coordinated high-level schematic planning package, including: A. Final Preferred Design Narrative A concise narrative describing the adopted vision for the Civic Center and Downtown, including: • The Civic Center as the anchor for Downtown Rosemead revitalization • The finalized configuration of the multipurpose public venue and public -realm framework • The preferred future -ready City Hall concept, including expansion capability, consolidated departments, and potential Chamber of Commerce space • Integration of sustainability and civic identity features, including the tree -like solar panel canopy • Key planning principles and assumptions guiding implementation B. Final Preferred Site Plan (High -Level Schematic) A refined and coordinated site plan illustrating: • Finalized building envelopes and spatial relationships • Defined public plazas, open spaces, and patio areas • Pedestrian, vehicular, and service circulation framework • Confirmed placement and access for public parking (at -grade and/or parking structure) • Integrated landscape and open -space framework supporting shade, walkability, and civic identity C. Final Preferred Site Plan (High -Level Schematic) • Finalized height and story ranges • Massing transitions and civic focal elements • Consolidated program distribution supporting the preferred long-term build -out scenario PROJECT PROPOSAL FOR CITY OF ROSEMEAD 8 scale(s) lab architects SU3 3. SCOPE OF PROFESSIONAL Task 3: Final Preferred Concept ( Continued ) D. Implementation Roadmap: A high-level roadmap identifying: • Recommended development phasing and sequencing • Key infrastructure dependencies and triggers • Interim conditions and flexibility considerations • Order -of -magnitude budget ranges (planning -level only) • Considerations for future funding, partnerships, and delivery strategies E. Final Visualizations SERVICES • One refined three-dimensional bird's-eye view of the Final Preferred Concept • Key street -level or plaza -level perspectives illustrating civic character and public -realm experience 3.3 Final Presentation & Next Steps • Prepare and deliver a public -facing presentation summarizing the Final Preferred Concept, key decisions, and recommended next steps • Package all materials into a Final Preferred Concept Package suitable for City Council reference and future project advancement Deliverables • Final Preferred Concept Package, including: o Final preferred site plan and diagrams o Final massing and program framework o Implementation roadmap o Final visualizations • Final City Council presentation materials • Summary memorandum documenting decisions and recommended next steps Meetings: • One (1) initial virtual review meeting with City Staff • Additional City Staff coordination meetings as needed to support concept refinement • One (1) City Council study session PROJECT PROPOSAL FOR CITY OF ROSEMEAD 9 SU3 4. scale(s) lab architects PROJECT SCHEDULE PROJECT TIMELINE AND SCHEDULE PROJECT PROPOSAL FOR CITY OF ROSEMEAD 10 CITY OF ROSEMEAD CIVIC CENTER CONCEPT STUDY SCHEDULE Work Schedule Task Description Month 1 Month 2 Month 3 Month 4 1 2 3 4 S 6 1 7 8 9 1 10 1 11 1 12 13 1 14 1 15 16 Task 1 Project Initial and Management Ll Project Kick-off including Site Tour L2 Recurring Coordination Meetings Ongoing Project Management L3 14 Data Collection and Review Task2 Develop Three Concept Alternatives zl Draft Concepts 12 Final Concepts Task Final Preferred Concept 3.1 Review City Council Comments with City Staff 3.2 Develop Final Preferred Concept 33 Final PowerPoint including Next Steps PROJECT PROPOSAL FOR CITY OF ROSEMEAD 10 SU3 scale(s) lab architects Client / Owner(s) City of Rosemead Address: Scope of Work A : Professional Fee S. FEE PROPOSAL Attn: Lily T. Valenzuela, Director of Community Development 8838 East Valley Boulevard, Rosemead, CA 91 770 As detailed in Section 2, Scope of Professional Services Task Description Fee Hours 1 Project Initiation and Management $9,145 53 2 IDevelop Three Concept Alternatives $14,440 I 97 3 Final Preferred Concept $6,390 38 Total $29,975 188 Total Proposed Fee: $29,975.00 B : Professional Fees Breakdown PROJECT PROPOSAL FOR CITY OF ROSEMEAD Professional Fees (S) Total I Principal Project Architects I Project Manager Professional Staff Admin Task Description HoursFee Hours Fee Hours Fee Hours Fee I Hours I Fee I Hours Fee Task I Project Initiation and M anagement I Project Kickoff including Site Tour 4 920 - 4 660 8 1,580 2 RetuMng Coordination Meetings 8 1.840 8 1,320 16 3.160 3 Ongoing Project Management 8 1,560 10 1,300 4 260 22 3.120 4 Data Collect on and Review 2 460 - 5 825 7 1,285 Subtotal -Task 1 14 3.220 8 1.560 27 4.105 53 9,145 Task 2 Develop Three Concept Alternatives 1 Draft Concepts 8 1.560 20 3.300 22 2,860 50 7,720 2 Final Concepts 8 1,560 10 11650 25 3250 4 260 47 6,720 Subtotal . Task 2 16 3.120 30 4950 47 6.110 97 14,440 Task 3 Final Preferred Concept I Review City Council Comments with 4 920 2 330 6 1,250 City Staff 2 Develop Final Preferred Concept - 3 585 8 1,320 14 1 820 25 3,725 3 Final Presentation including Next 4 920 3 495 7 1,415 Steps Subtotal -Task 3 8 1.840 3 585 13 1.815 14 1,820 38 6390 TOTAL 22 5,060 27 5,265 70 10,870 61 7,930 188 29,975 PROJECT PROPOSAL FOR CITY OF ROSEMEAD sv-/�3 scale(s) lab architects C. Additional Details S. FEE PROPOSAL • Fixed Fees: The fees listed above are fixed and do not include reimbursable expenses. • Reimbursables: Reimbursable expenses will be billed as outlined in Exhibit "A". These may include, but are not limited to: • Printing • Photography • Plotting • Delivery services D. Proposal Terms • Hourly Charges: Any authorized services beyond the stated scope will be billed per the hourly rate schedule in Exhibit "A." • Additional Services: Terms and conditions for any additional services are provided in Exhibit "B." • Validity Period: This proposal is valid for 90 calendar days from the date of submission. Sincerely, Roland Ai Lo, Architect (License C-32994) Date: January 12, 2026 PROJP_CT PROPOSAL FOR CITY OP ROSEMEAD 12 5. FEE PROPOSAL scale(s) lab architects Exhibit "A" 1. Hourly Rate Fee Table 2. Reimbursable Expenses Reimbursable Expenses are in addition to compensation for Basic Architectural Design Services and Additional Services. These expenses include, but are not limited to, transportation by auto mileage, messengers, postage, Title 24 calculations (with an estimate of such costs provided to the client for approval), production, plots, and consultants as required by the Architect and approved by the client. Approval: Expenses must be approved by the client. Billing:These expenses shall be billed by the Architect to the Owner at 1.10 times their actual cost. In the event there are additional services by our engineers, their services will be charged at a multiple of 1 .10 times the amount billed to us for such services. PROJECT PROPOSAL FOR CITY OF ROSEMEAD 13 Principal (P ) 230 / HR Project Architect ( PA ) 19S / HR Project Manager( PM ) 165 / HR Profesisonal Staff (JC ) 130 / HR Techinical Staff ( TS) 95 / HR Administration ( AD) 65 /HR 2. Reimbursable Expenses Reimbursable Expenses are in addition to compensation for Basic Architectural Design Services and Additional Services. These expenses include, but are not limited to, transportation by auto mileage, messengers, postage, Title 24 calculations (with an estimate of such costs provided to the client for approval), production, plots, and consultants as required by the Architect and approved by the client. Approval: Expenses must be approved by the client. Billing:These expenses shall be billed by the Architect to the Owner at 1.10 times their actual cost. In the event there are additional services by our engineers, their services will be charged at a multiple of 1 .10 times the amount billed to us for such services. PROJECT PROPOSAL FOR CITY OF ROSEMEAD 13 scale(s) lab architects svj/:A 5. FEE PROPOSAL Exhibit "8" Services not included within the defined scope of work shall be considered Additional Services and will require prior written authorization from the City of Rosemead before proceeding. Examples of such additional services include, but are not limited to: General Additional Services • Preparation of schematic design and design development drawings beyond conceptual planning • Preparation and submission of construction documents for permitting • Detailed engineering or technical studies • Bid and construction administration services • Revisions beyond the agreed-upon scope Specific Additional Services 1 . As -Built Plans or Record Drawings, Legal Descriptions & Exhibits 2. Other consultant coordination not specified in this contract (not under SLA consultants) 3. Coordination with Owner's design/consultants' team 4. Review of Owner's design team submission S. Other jurisdictions' approval design services not specified in this contract 6. Changes or revisions subsequent to completion of each current phase, except for those required for design refinement or code compliance 7. Value Engineering 8. Any and all services not specifically described as part of Basic Services 9. Development of lease plans and lease outline drawings (LODs) for individual tenants or for marketing purposes (e.g., website or leasing brochures) I O.Design studies for an alternate site development plan and building concept 1 1.Signage 12.Engineered sprinkler drawings 1 3.Storm Water Pollution Control Plan (SWPPP) or NOI 14.Street Light Plans 1 S.Separate Street Plans 16.0ff-Site Improvements, Easements, Storm Drain Plans, etc. 17.Landscape and Irrigation Design 18.Geotechnical Studies and Reports, ALTA Survey 19.SUSMP or Drainage Report / Water Quality Reports 20.Utility Capacity Analysis / Hydraulic Analysis 21 .Environmental Initial Study and Reports 22.Noise, Water Demand, Sewer Demand, Traffic Study 23.Dry Utility Consultation and Coordination 24.Fire Flow Test 25.Import/Export Haul Route 26.Title Report or Title Company Fees 27.Governmental or Map Check Fees 28.Erosion Control, Improvement Plan Billing: Additional services will be billed at the hourly rates specified in Exhibit A or as otherwise agreed upon in writing. PROJECT PROPOSAL FOR CITY OF ROSEMEAD scale(s) lab architects sua 6. STANDARD CITY CONTRACT INSURANCE REQUIREMENTS Scale(s)Lab Architects will comply with all aspects of the City of Rosemead's standard contract and insurance requirements. A certificate of insurance will be provided upon selection. PROJECT PROPOSAL FOR CITY OF ROSEMEAD 15 Scale(s)Lab Architects 970 North Broadway Suite 107 Los Angeles, CA. 90012 (213) 537-0910 www.scaleslab.com A� o® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDYYYV) 02/18/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements . PRODUCER CONTACT Masayo Nomura L C J INS. SERVICES, INC PHCONE . (213) 389-7200 FAX No: ADURR ; masayo@lcjinsurance.com 3250 Wilshire Blvd Ste 2008 INSURERS AFFORDING COVERAGE NAIC R INSURERA: State National Insurance Company Inc 12831 Los Angeles CA 90010 INSURED INSURER B: Hartford Casualty Insurance Company 29424 INSURER C: Roland Ai Lo Architects Inc INSURER D: DBA: Scales Lab Architects INSURER E: 970 N Broadway Ste 107 1 INSURER F: Los Angeles CA 90012 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY NUMBER POLICY EFF PONINVIDDAYM LICY EXP YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 4 1,000,000 OCCUR DA'AGE ToCLAIMS-MADE 'REMSES Ea 000u RENEante $ 100,000 MED EXP (Any one person) 5 10,000 I PERSONAL& ADV INJURY s 1,000,000 A Y Y NXTDW9977Y-00-GL 03/18/2025 03/18/2026 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 GEN'L X POLICY E7 PRO- JECT F7 LOG PRODUCTS - COMPIOP AGG $ 2,000.000 $ OTHER. AUTOMOBILE LIABILITY COMBINE n51NGLE LIMIT $ Ea accident BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident)accident)3 PROPERTY DAMAGE $ Pera.d nt HIRED NON-ONMED AUTOS ONLY AUTOS ONLY 8 UMBRELLA LIAR OCCUR EACH OCCURRENCE $ AGGREGATE 5 EXCESS UAB CLAIMS -MADE DED RETENT I$ IB WORKERS COMPENSATION ANDEMPLOYERS'LIABIDN TY ANY OFFICEOPRIETORIPARTUOED?ECUTIVE Y -] (Mandatory In NH) NIA 57WECBJ3SX5 08/06/2025 08/0612026 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E. L. DISEASE - EA EMPLOYE $ 1,000,000 0 E.L. DISEASE - POLICY LIMIT $ 1,000,000 If Yes describe under DESCRIPTION OF OPERATIONSbel" Per Claim Limit $1,000,000 A Professional Liability NXT43KYVLQ-01-PL 05/15/2025 05/15/2026 Aggregate Limit $2,000,000 Deductible $2,000 DESCRIPTONOFOPERATIONSILOCATIONSIVEHICLES (ACORD 101, Additional Remarxa Schedule, may be attached K more space is required) We provide the 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 foreach required coverage. CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CI of Rosemead »' THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Director of Community Development AUTHORIZED REPRESENTATIVE 8838 East Valley Boulevard Rosemead CA 91770 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: NXTDW9977Y 00 GL COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: the City of Rosemead, 8838 East Valley Boulevard, Rosemead CA 91770 Information required to complete this Schedule if not shown above will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©insurance Services Office, Inc., 2008 Page 1 of 1 ❑ COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 0104 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Form ■■ ,■�/.- I Request for Taxpayer I Give form to the V (Rev. March 2024) Identification Number and Certification requester. Do not Department of the TreasuryGo to wwivJrs.gov/Form for instructions and the latest information. send to the IRS. Internal Revenue Service Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a_ 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) m Roland Ai Lo Architects 2 Business name/disnegarded entity name, if different from above. - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a Scale(s)Lab Architects TIN, later. eo 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes appy only to 0 only one of the following seven boxes. certain entities, not individuals; asee c ❑ Individual/sole proprietor ❑ C corporation ❑✓ S corporation ❑ Partnership ❑ Trust/estate instructions on page 3): 0 N ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Exempt payee code (if any) 4)a o Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax instead Exemption from Foreign Account Tax v o classification of the LLC, unless it is a disregarded entity. A disregarded entity should check the appropriate box for the tax classification of its owner. Compliance Act (FATCA) reporting ❑ Other (see instructions) code (if any) A. w (Applies to accounts maintained 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check ❑ See instructions outside the United States.) Nthis box if you have any foreign partners, owners, or beneficiaries. . . . . . . . m 0 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optionaQ 970 N Broadway Suite 107 6 City, state, and ZIP code Los Angeles, CA 90012 7 List account numbers) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a_ 1 occur securny names, 1 m resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - entities, it is your employer identification number (EIN). If you do not have a number, see How to get a or TIN, later. Employer Identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name andI� F (- Number To Give the Requester for guidelines on whose number to enter. 4 7 - 3 0 5 1 6 1 3 1 1 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign signature of I /1'/ 2 Here U.S. person _A Z / — Data 02-17-2026 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to "mirs.gov/FormlNg. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231 X Form Will (Rev. 3-2024) City of Rosemead Purchasing Procedure Checklist Rosemead Municipal Code (RMC 3.24 & 3.28) Purchasing Policies and Procedure Manual20-01 0 NON-PUBLIC WORKS CONTRACT (RMC 3.24) ❑ PUBLIC WORKS PROJECT (RMC 3.28) Nora Public Works project follows the Non -Public Works contract Requesting Department: Administration Leadstaff: Amanda Moreno DollarValue: $29,975 Description: Urban design services for the civic center Purchasing Method Followed: `3.24.140 -above value amount is adjusted perCP1 on 07/01 each year. See Finance for current amount. Informal Pumbasing Procedure Che -klist, ❑ Obtained 3 bids per RMC 3.24.070 Formal Competitive Purchasing Procedure Checklist: ❑ Released and obtained formal bids per RMC 3.24.080 Alternative Purchasing Procedures: 0 Used alternative purchasing procedures per RMC 3.24.090 Local Area Veteran Vendor: ❑ Local area veteran vendor per RMC 3.24.120 applies Obtained required insurance; 2 Verified insurance requirements with City Clerk Submitted by Department Director: Date: process (RMC 3.24) Requesting Department: Lead Staff: Dollar Value: Description: Purchasing Method Followed: Value Method Authority ❑ $5K or less No quote CC holder (current as of 01 /01/2023) or Dept. ❑ $75KorLess - ❑ Director ❑ $5Kto$15K Informal, unless Dept. ❑ $220Korless - alternative Director Informal Procedure purchasing City Manager $15K to $50K Informal, unless City ❑ more -Formal alternative Manager I$220Kor Bidding purchasing City Council ❑ $50K or more Formal competitive, City unless alternative Council purchasing `3.24.140 -above value amount is adjusted perCP1 on 07/01 each year. See Finance for current amount. Informal Pumbasing Procedure Che -klist, ❑ Obtained 3 bids per RMC 3.24.070 Formal Competitive Purchasing Procedure Checklist: ❑ Released and obtained formal bids per RMC 3.24.080 Alternative Purchasing Procedures: 0 Used alternative purchasing procedures per RMC 3.24.090 Local Area Veteran Vendor: ❑ Local area veteran vendor per RMC 3.24.120 applies Obtained required insurance; 2 Verified insurance requirements with City Clerk Submitted by Department Director: Date: process (RMC 3.24) Requesting Department: Lead Staff: Dollar Value: Description: Purchasing Method Followed: `3.28.070 - above value amount is adjusted per CPI on 07/01 each year. See Finance for current amount. ❑ Prevailing Wage for Public Works project in excess of $1,000 applies. Obtained required insurance: ❑ Verified insurance requirements with City Clerk Qualifying Public -Works Project because: ❑ Construction, reconstruction, erection, alteration, renovation, improvement, demolition, and repair work involving any publicly owned, leased or operated facility. ❑ Painting or repainting of any publicly owned, leased, or operated facility. Non -Public Works_ project ("maintenance work') - Use RMC 3.24: ❑ Routine, recurring, and usual work for the preservation or protection of any publicly owned or publicly operated facility. ❑ Minor repainting. ❑ Resurfacing of streets and highways at less than one inch. ❑ Landscape maintenance, including mowing, watering, trimming, pruning, planting, replacement of plants, and servicing or irrigation and sprinkler systems. ❑ Work performed to keep, operate, and maintain publicly owned water, power, or waste disposal systems. Purchasing Officer: Date: Bid Process Followed Contract Award per PCC 22032 Authority (current as of 01 /01/2023) ❑ $75KorLess - ❑ Less than $15K - Negotiated Contract Public Works Director ❑ $220Korless - ❑ Less than $50K - Informal Procedure City Manager RMC 3.28.020 ❑ more -Formal ❑ More than $50K - I$220Kor Bidding City Council RMC 3.28.030 `3.28.070 - above value amount is adjusted per CPI on 07/01 each year. See Finance for current amount. ❑ Prevailing Wage for Public Works project in excess of $1,000 applies. Obtained required insurance: ❑ Verified insurance requirements with City Clerk Qualifying Public -Works Project because: ❑ Construction, reconstruction, erection, alteration, renovation, improvement, demolition, and repair work involving any publicly owned, leased or operated facility. ❑ Painting or repainting of any publicly owned, leased, or operated facility. Non -Public Works_ project ("maintenance work') - Use RMC 3.24: ❑ Routine, recurring, and usual work for the preservation or protection of any publicly owned or publicly operated facility. ❑ Minor repainting. ❑ Resurfacing of streets and highways at less than one inch. ❑ Landscape maintenance, including mowing, watering, trimming, pruning, planting, replacement of plants, and servicing or irrigation and sprinkler systems. ❑ Work performed to keep, operate, and maintain publicly owned water, power, or waste disposal systems. Purchasing Officer: Date: