Loading...
2200 - John A. Martin & Associates, Inc. - Rosemead City Hall Story Addition Structural Feasibility StudyPROFESSIONAL SERVICES AGREEMENT ROSEMEAD CITY HALL STORY ADDITION STRUCTURAL FEASIBILITY STUDY (JOHN A. MARTIN & ASSOCIATES, INC.) 1. PARTIES AND DATE. This Agreement is made and entered into this L Day ofU , 2024 (Effective Date) by and between the City of Rosemead, a municipal organizat organized under the laws of the State of California with its principal place of business at 8838 E. Valley Blvd., Rosemead, California 91770 ("City") and John A. Martin & Associates, Inc. with its principal place of business at 950 S Grand Ave, Los Angeles, CA 90015 ("Consultant'). City and Consultant are sometimes individually referred to herein as "Party" and collectively as "Parties." 2. RECITALS. 2.1 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 represents that it is experienced in structural feasibility evaluation services to public clients, is licensed in the State of California and is familiar with the plans of City. 2.2 Project. City desires to engage Consultant to render such ongoing professional services to evaluate the structural feasibility of adding an additional story to the top of Rosemead City Hall, 8838 E. Valley Blvd, ("Services") as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. John A. Martin & Associates, Inc. Page 2 of 19 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 structural services necessary for the Project, herein referred to a "Services". The Services are more particularly described in Exhibit 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 for a twelve (12) month period from the Effective Date shown 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. 3.2 Responsibilities of Consultant. 3.2.1 Control and Payment of Subordinates; Independent Contractor. 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. Consultant retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Consultant shall also not be employees of City and shall at all times be under Consultant's exclusive direction and control. 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 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 expeditiously, within the term of this Agreement. Consultant represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Consultant's conformance with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon request of City, Consultant shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. John A. Martin & Associates, Inc. Page 3 of 19 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 under this Agreement. 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. As discussed below, any personnel who fail or refuse to perform the Services in a manner acceptable to the City, or who are determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a threat to the safety of persons or property, shall be promptly removed from the Project by the Consultant at the request of the City. 3.2.5 City's Representative: The City hereby designates the City 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. Consultant shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.6 Consultant's Representative: Consultant hereby designates Paul Oyen 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 professional 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 represents that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Consultant 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 John A. Martin & Associates, Inc. Page 4 of 19 that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions 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 for herein. 3.2.9 Laws and Regulations: Consultant shall keep itself fully informed of and in compliance with applicable 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. Consultant shall be liable for all violations of such laws and regulations in connection with Services. If the Consultant performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Consultant shall be solely responsible for all costs arising therefrom. Consultant shall indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any liability to the extent found to be arising out of any failure to comply with such laws, rules or regulations. 3.2.10 Insurance: Consultant shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit B attached to and part of this agreement. 3.2.11 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 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 its employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving 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. 3.3 Fees and Payments. 3.3.1 Compensation: Consultant shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement and shall not exceed Seven Thousand Five Hundred Dollars ($7,500) and in accordance with consultant's proposal dated May 30th, 2024. Consultant's proposal is hereby incorporated and found in Exhibit "A". Extra Work may be authorized in writing, as described below, and will be compensated at the rates and manner set forth in this Agreement. John A. Martin & Associates, Inc. Page 5 of 19 3.3.2 Payment of Compensation: Consultant shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Consultant. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 30 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses: Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 3.3.4 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 City's Representative. 3.3.5 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 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" 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 to the extent they are applicable to Consultant. 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. 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. 3.4 Accounting Records. 3.4.1 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 John A. Martin & Associates, Inc. Page 6 of 19 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. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 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. 3.5.1.2 Effect of Termination: If this Agreement is terminated as provided herein, City may require Consultant to provide all finished or unfinished Documents/ 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. 3.5.1.3 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. 3.5.2 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: John A. Martin & Associates, Inc. 950 S Grand Ave Los Angeles, CA 90015 Attn: Paul Oyen Tel: (213) 785-3133 CITY: City of Rosemead 8838 Valley Boulevard Rosemead, CA 91770 Attn: Noya Wang John A. Martin & Associates, Inc. Page 7 of 19 Such notice shall be deemed made when personally delivered or when mailed, forty- eight (48) hours by certified mail or 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. 3.5.3 Ownership of Materials and Confidentiality. 3.5.3.1 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"). Consultant shall require all subcontractors to agree in writing that City is granted a non-exclusive and perpetual license for any Documents & Data the subcontractor 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 design professionals other than Consultant or provided to Consultant by the City. The Documents & Data are intended for use solely with respect to the project for which they were prepared. Any reuse or modification by City shall be at City's sole risk. 3.5.3.2 Confidentiality: All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents and 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. 3.5.4 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. John A. Martin & Associates, Inc. Page 8 of 19 3.5.5 Attorney's Fees: If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorney's fees and all costs of such action as part of prevailing party's total damages as determined by court of competent jurisdiction or as agreed upon by the parties in settlement. 3.5.6 Indemnity and Defense. a. Indemnity and Defense To the fullest extent permitted by law, Consultant shall indemnify and hold harmless Agency and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including legal counsel's fees and costs, to the extent caused by the negligent or wrongful act, error or omission of Consultant, its officers, agents, employees or subconsultants (or any agency or individual that Consultant shall bear the legal liability thereof) in the performance of services under this agreement. Consultant's duty to indemnify and hold harmless Agency shall not extend to the Agency's sole or active negligence. b. Duty to Defend In the event the Agency, its officers, employees, agents and/or volunteers are made a party to any action, lawsuit, or other adversarial proceeding arising from the performance of the services encompassed by this agreement, and upon demand by Agency, Consultant shall defend the Agency at Consultant's cost or at Agency's option, to reimburse Agency for its costs of defense, including reasonable attorney's fees and costs incurred in the defense of such matters to the extent the matters arise from, relate to or are caused by Consultant's negligent acts, errors or omissions. Payment by Agency is not a condition precedent to enforcement of this provision. In the event of any dispute between Consultant and Agency, as to whether liability arises from the sole or active negligence of the Agency or its officers, employees, or agents, Consultant will be obligated to pay for Agency's defense until such time as a final judgment has been entered adjudicating the Agency as solely or actively negligent. In no event shall the cost to defend charged to the design professional exceed the design professional's proportionate percentage of fault. 3.5.7 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. This Agreement may only be modified by a writing signed by both parties. John A. Martin & Associates, Inc. Page 9 of 19 3.5.8 Governing Law: This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5.9 Time of Essence: Time is of the essence for each and every provision of this Agreement. 3.5.10 City's Right to Employ Other Consultants: City reserves right to employ other consultants in connection with this Project. 3.5.11 Successors and Assigns: This Agreement shall be binding on the successors and assigns of the parties. 3.5.12 Assignment or Transfer: Consultant 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. 3.5.13 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 work days. All references to Consultant include all personnel, employees, agents, and subcontractors of Consultant, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers 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. 3.5.14 Amendment; Modification: No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.15 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. 3.5.16 No Third Party Beneficiaries: There are no intended third party beneficiaries of any right or obligation assumed by the Parties. John A. Martin & Associates, Inc. Page 10 of 19 3.5.17 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. 3.5.18 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. Consultant further agrees to file, or shall cause its employees or subconsultants to file, a Statement of Economic Interest with the City's Filing Officer as required under state law in the performance of the Services. 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. 3.5.19 Equal Opportunity Employment: Consultant 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 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. 3.5.20 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 in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.21 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. 3.5.22 Counterparts: This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. John A. Martin & Associates, Inc. Page 11 of 19 3.6.1 Prior Approval Required: Consultant 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. [Signatures on next Page] John A. Martin & Associates, Inc. Page 12 of 19 CITY OF ROSEMEAD y Ben Ki ity Manager D to Attest: - Eftka Hernandez, City Clerk DD to Approved as to Form: John A. Martin a 1, By: w Nae: -- /l4 90 Title:�� �0 [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE EAL OF CONTRACTOR REQUIRE 4ame:l�N6j Title: &5-0ft!er achel Ric man Date City Attorney John A. Martin a 1, By: w Nae: -- /l4 90 Title:�� �0 [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE EAL OF CONTRACTOR REQUIRE 4ame:l�N6j Title: &5-0ft!er John A. Martin & Associates, Inc. Page 13 of 19 EXHIBIT A SCOPE OF SERVICES/ RATE SCHEDULE z n En W Albert Leung City Engineer City of Rosemead 8838 E Valley Blvd Rosemead, CA 91770 Sent via Electronic Mail a leu neCdcitvofrosemead.org SUBJECT: Rosemead City Hall Story Addition Structural Feasibility Study 8838 East Valley Blvd, Rosemead, CA 91770 Structural Engineering Services Proposal Dear Mr. Leung: May 15, 2024 Revised May 28, 2024 Revised May 30, 2024 John A. Martin & Associates, Inc. (JAMA) is pleased to provide you with our Proposal for Structural Services as requested by your office, and we appreciate the opportunity to submit for the Rosemead City Hall Story Addition Structural Feasibility Study. Our scope of work is in accordance with our discussions with Noya Wang, City of Rosemead Director of Public Works. This proposal represents and reflects the appropriate level of effort and services to accomplish the scope as outlined by your office. This proposal has been revised to reflect the removal of JAMA's terms and conditions which have been replaced with the Rosemead Professional Services Agreement's terms and conditions. Proiect Description The existing city hall building was constructed in 1967. It has one story above grade and one partial basement story below grade. The building houses the city council chamber, counters for public services, offices, and storage. The as -built documentation that the City of Rosemead provided only includes one structural sheet (Sheet Sl) of the original bid set drawings by Raymond Girvigian, dated December 2, 1966. This sheet shows the basement and ground floor structural plans along with notes from the soils report. We understand that the other sheets that show the roof framing plan, structural details, and general notes are not available. The existing roof is low slope metal deck supported by a mixture of open -web steel trusses, steel wide flange beams, and wood glulam beams. At interior locations, the roof framing is supported by steel pipe columns. At the perimeter, the roof system is supported by reinforced masonry (CMU) walls. The ground floor at the council chamber is reinforced concrete slab -on -grade. The elevated floor over the basement is reinforced concrete deck on reinforced concrete beams. At interior locations, the beams are supported on reinforced concrete columns. At the perimeter, the beams and deck are supported on LOS ANGELES / OAKLAND / WWW.JOHNMARTIN.COM U Q O w Q JOHN A. MARTIN & ASSOCIATES, INC STRUCTURAL ENGINEERS Albert Leung City Engineer City of Rosemead 8838 E Valley Blvd Rosemead, CA 91770 Sent via Electronic Mail a leu neCdcitvofrosemead.org SUBJECT: Rosemead City Hall Story Addition Structural Feasibility Study 8838 East Valley Blvd, Rosemead, CA 91770 Structural Engineering Services Proposal Dear Mr. Leung: May 15, 2024 Revised May 28, 2024 Revised May 30, 2024 John A. Martin & Associates, Inc. (JAMA) is pleased to provide you with our Proposal for Structural Services as requested by your office, and we appreciate the opportunity to submit for the Rosemead City Hall Story Addition Structural Feasibility Study. Our scope of work is in accordance with our discussions with Noya Wang, City of Rosemead Director of Public Works. This proposal represents and reflects the appropriate level of effort and services to accomplish the scope as outlined by your office. This proposal has been revised to reflect the removal of JAMA's terms and conditions which have been replaced with the Rosemead Professional Services Agreement's terms and conditions. Proiect Description The existing city hall building was constructed in 1967. It has one story above grade and one partial basement story below grade. The building houses the city council chamber, counters for public services, offices, and storage. The as -built documentation that the City of Rosemead provided only includes one structural sheet (Sheet Sl) of the original bid set drawings by Raymond Girvigian, dated December 2, 1966. This sheet shows the basement and ground floor structural plans along with notes from the soils report. We understand that the other sheets that show the roof framing plan, structural details, and general notes are not available. The existing roof is low slope metal deck supported by a mixture of open -web steel trusses, steel wide flange beams, and wood glulam beams. At interior locations, the roof framing is supported by steel pipe columns. At the perimeter, the roof system is supported by reinforced masonry (CMU) walls. The ground floor at the council chamber is reinforced concrete slab -on -grade. The elevated floor over the basement is reinforced concrete deck on reinforced concrete beams. At interior locations, the beams are supported on reinforced concrete columns. At the perimeter, the beams and deck are supported on LOS ANGELES / OAKLAND / WWW.JOHNMARTIN.COM reinforced masonry (CMU) foundation walls. The existing foundations are shallow spread footings at columns and continuous footings at walls. The City of Rosemead has asked us to investigate the structural feasibility of adding an additional story to the top of the existing structure. The additional story will increase the gravity and lateral loading on the structure's existing walls, columns, and foundation. As part of this addition, we recommend removing the existing roof structure and replacing it with a new floor structure for the following reasons: • The roof structure slopes. • The roof design live load was less than office floor design live load. • Adding a story will require that the building and its addition meet the current seismic code. The provided drawings do not show the roof diaphragm to wall attachment. However, based on the year of construction, it's most likely that this attachment does not meet current code requirements. ProiectScope JAMA's structural feasibility scope of services includes the following: • Evaluate the existing foundation at a couple representative locations for additional loading. • Conceptual pdf markups for the new story addition's structural system. • Conceptual pdf markups for the strengthening of the existing structure (where needed). • A meeting to present our recommendations. Please note that this scope of work does not include producing structural calculations or drawings, seismic assessment of the as -built structure, or additional design iterations. Scope Approach JAMA will provide a review of the existing structural drawings. One site visit was provided on February 29, 2024 which was performed to understand the current condition of the structure. No additional site visits are anticipated. No destructive exploration will be done unless authorized by the owner. We will endeavor to determine the structural adequacy of the building with respect to current conditions and governing codes. We will take into account the proposed structural considerations related to the improvements and endeavor to identify the current building structural systems, integrity of existing systems, feasible renovations of existing systems and addition of new systems in support of the architectural considerations. The intent of this study will be to provide structural options for review and refinements with regards to the design direction. Our options will take into consideration, from a structural perspective, the programmatic direction for all scenarios, design criteria, proposed project schedule, and code issues. Our evaluation will take into account each of the scenarios along with estimated costs (to be provided by others), and a general analysis of the strategy and recommendations to determine the feasibility of the proposed approaches to accommodate the proposed uses. Our feasibility evaluation will address a structural concept that addresses the needs of the client's program requirements including systems and the possible use of a combination of systems to best meet the needs of the overall project. We understand we will not be providing any detailed structural design or extensive analysis beyond a feasibility level, but that we will help guide the structural approach with respect to the proposed improvements. As noted, cost estimates and scheduling are by others with JAMA input where JOHN A. MARTIN ASSOCIATES Page 12 requested. JAMA will provide the services requested in compliance with applicable laws, rules, and regulations applicable to the work and work product. Our services will generally consist of the following: o Provide structural engineering support and essential preliminary consultation for developing the project utilizing cost-effective structural approaches for various options, and review issues concerning building program components o Assess existing conditions and identify the necessary structural considerations with regards to the structure based on program parameters/utilization evaluation information provided by others. We will note any special conditions or design/code requirements o Participate in general data development, and coordination and interaction with the team disciplines o Review owner -provided record and program documents, as they pertain to the structural engineering portion of the work, and review and comment on the results of other special studies with regards to any effects on the structural approach o Confirm code requirements as they pertain to the structural work o Our recommendation of appropriate structural approaches will be based on program requirements taking into account the site's seismic and geotechnical constraints. o Provide sufficient structural information in the form of a structural narrative to communicate the preliminary design information necessary to accommodate and satisfy the structural requirements. Our fee and scope anticipate no drawings will be prepared during this phase of the project. The report and design information will outline the feasibility and appropriateness of structural approaches for the intended program, assist others in the preliminary pricing of the project, and enable others to begin conversations with governing planning and building officials in order to establish the essential building requirements and transition into the next phase of the project. We may also request to be provided with investigations, surveys, studies, tests, analyses and/or reports, to be prepared and provided by others, as may be necessary for the proper execution of our services, including the following: • special live loads in excess of building code requirements (not applicable to this project) • special environmental conditions and loads (not applicable to this project) • weight, type and location of mechanical, plumbing and electrical systems • existing building(s) structural drawings, architectural drawings, or survey prepared by others Fee Data Our compensation for providing these services will be $7,500.00. Billings to your office for our services accomplished will be made at appropriate progress points as the project is completed. The fee above may be affected and adjusted proportionately if there are significant changes in the structural scope of work outlined above, any authorized additions/revisions/modifications made to the project after preliminary approval, and/or any schedule extensions/delays beyond what is stated in the proposal material. JOHN A. MARTIN ASSOCIATES Page 13 If site visits are requested, they will be invoiced on a time -and -material basis in accordance with our hourly billing rates below. Structural Additional Services Additional services are defined as those which arise as a result of services not normally considered part of a standard structural feasibility scope, or those which are not necessary to the primary structural system and, therefore, are not generally part of basic services. It is recommended that the scope of the additional services requested and the subsequent fee be confirmed in written form and agreed to by the client prior to the work being performed. Additional services are identified separately and invoiced in accordance with our hourly billing rates outlined in this proposal. Hourly Billing Rates The following information represents the 2024 hourly billing rates for structural engineering consultation, design and drafting, and construction administration phase services as provided by John A. Martin & Associates, Inc. These rates reflect our compensation for providing the required services, in accordance with the scope of work as defined by the client, for the time actually spent in accomplishing the required tasks. These rates include direct labor, labor burden, overhead, general and administrative costs and a factor for profit. Please note that these rates are effective for a period of twelve months from the date of this proposal at which time there may be a revised rate schedule to be considered for negotiation since JAMA's rates are based on an assumed annual increase of 3% - 5%. The specific categories and their current billable rates are as follows: Principal / Partners $300.00 Project Principal / Director $265.00 Associate Principal $230.00 Senior Project Manager $215.00 Project Manager $200.00 Senior Project Engineer $175.00 Project Engineer $165.00 Project Designer $155.00 BIM Manager $215.00 BIM Supervisor $175.00 BIM Coordinator $135.00 Technical Support Staff $110.00 Scope Qualifications • We will provide these services in accordance with current, generally accepted professional structural practices, and it is understood that our office makes no warranties, either express or implied, as to the findings, recommendations, or professional advice or opinions. All work products produced for this project are for the exclusive use of the client, and may be used by the client only for the project described herein. • JAMA will review drawings and reports that are on file and made available to JAMA in addition to using JAMA's own work product. Discovery and recovery of existing documentation is not in JAMA's scope of work. • Cost estimating is not in JAMA's scope of work. • Gravity analysis is not in JAMA's scope of work. • Physical testing of existing materials or any destructive and/or non-destructive investigation services, if required, to be provided by others. JOHN A. MARTIN ASSOCIATES Page 14 • Our office will perform our services in character, sequence, and timing so that they will be coordinated with those of the other project consultants, and as expeditiously as is consistent with professional skill and care. We will provide these services in accordance with current, generally accepted professional structural practices. We will also coordinate our services with the requirements of your office to identify and establish the parameters of the scope of work and the necessary project requirements, in addition to resolving any questions in our review findings. • We only intend to address structural attributes of the structure's design and construction. • Please note that our scope of services does not include any services related to asbestos or hazardous or toxic materials. Hazardous/toxic materials shall include any and all hazardous or toxic waste, PCBs, combustible gases and materials, petroleum or radioactive materials (as each is defined in applicable federal statutes) or any other substances under any conditions and in such quantities as would pose a substantial danger to persons or property exposed to such substances at or near the project site. In the event asbestos or hazardous or toxic materials are encountered at the jobsite, or should it become known in any way that such materials may be present at the jobsite or any adjacent areas that may affect the performance of our services, we may, at our option and without liability for consequential or any other damages, suspend performance of services on the project until the client retains appropriate specialist consultant(s) or contractor(s) to identify, abate and/or remove such materials, and warrant that the jobsite is in full compliance with applicable laws and regulations. Our office shall not be responsible for any detection, presence, handling, removal, abatement, or disposal of any asbestos or hazardous or toxic substances, products or materials that exist on, about or adjacent to the jobsite. • If we are requested to assist with opinions of probable construction cost or rough estimates of cost, please note that our office has no control over costs or the price of labor, equipment or materials, or over the contractor's method of pricing, and that the opinions of probable construction costs or rough estimates of cost provided by our office are to be made on the basis of our qualifications and experience. Our office makes no warranty or representation, expressed or implied, as to the accuracy of such opinions as compared to bid or actual costs, and/or that all items are included. Our estimates and/or opinions are only intended to serve as a guide from which you can develop a proposed budget for the scope of work. • Please note that our report shall be prepared for the client's sole use and purpose. Implementation of our findings, recommendations, and conclusions is not the responsibility of John A. Martin & Associates, Inc. JAMA recognizes that the client will rely on the report to the degree reasonable. With regards to the information that is made available to our office as provided by others, JAMA will not verify such information and we shall be entitled to rely on the accuracy and completeness thereof. JAMA understands that its report may be distributed, at the client's discretion, for specific purposes in connection with the buildings; however, client acknowledges that JAMA's services are for the benefit of the client only, and that such distribution shall not create a third party obligation on JAMA's part. Standard Structural Exclusions • geologic or soils engineering, mold issues, sampling and testing materials, waterproofing, vibration consulting, inspection services on site or off site, civil engineering, and/or land surveying • architectural, mechanical or electrical engineering consulting services • hazardous material identification or remediation • environmental or regulatory issues resolution • construction cost estimates (preparation of) • preparation of as -built or record drawings, and/or demolition sequencing, process, design and drawings JOHN A. MARTIN ASSOCIATES Page 15 Insurance Coverages JAMA is solely responsible for procuring and maintaining insurance for protection from claims under workers' compensation acts, negligence, claims for damages because of bodily injury including personal injury, sickness or disease or death of any employees or of any person other than such employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom, and any other insurance prescribed by laws, rules, regulations, ordinances, codes or orders. Business Code Reauirements In accordance with and as required by the California Business & Professions Code §6749, you are hereby notified that John A. Martin & Associates, Inc. is a professional engineering firm whose responsibility it is to provide a written contract to the client when providing professional engineering services and to obtain an executed copy of this written contract prior to our office commencing the scope of work as outlined herein. The written contract shall be executed by the Engineer and the Client, or his or her representative, prior to the Engineer commencing work, unless Client knowingly states in writing that work may be commenced before the contract is executed. "Written Contract" as used in this section includes a contract that is in electronic form. Additionally, in accordance with Title 16, California Code of Regulations Section 463.5, you are hereby notified that the licensee signing this agreement on behalf of John A. Martin & Associates, Inc. is licensed by the State of California's Board for Professional Engineers and Land Surveyors. Terms & Conditions This proposal shall be considered the effective agreement for our performance of structural engineering services, the scope of which is outlined above. We request this proposal be integrated into any agreement between our offices. We sincerely hope that the above meets with your approval, and please feel free to contact our office for any additional information you may require pertinent to this project. If these terms are satisfactory, please indicate your acceptance by signing and returning one copy of this proposal to our office so that we may proceed with the work (email is acceptable). This proposal shall be effective for a period of 60 days. Thank you for providing us with this opportunity. Very truly yours, JOHN A. MARTIN & ASSOCIATES, INC. r Paul Oyen, SE Senior Project Manager Page 16 JOHN A. MARTIN ASSOCIATES By: (Signature) Name: (Please Print) Title: Date: The person signing this contract warrants that he/she has the authority to sign as, or on behalf of the client. PO/jles Contact Information Albert Leung City Engineer City of Rosemead 8838 E Valley Blvd Rosemead, CA 91770 aleu naCcDcitvofrosemea d.or¢ (626)569-2154 JOHN A. MARTIN ASSOCIATES Page 17 John A. Martin & Associates, Inc. Page 14 of 19 EXHIBIT B INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Consultant will maintain insurance in conformance with the requirements set forth below. Consultant will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Consultant agrees to amend, supplement or endorse the existing coverage to do so. Consultant acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Consultant shall provide the following types and amounts of insurance: Commercial 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. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 per accident. If Consultant owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Consultant or Consultant's employees will use personal autos in any way on this project, Consultant shall provide evidence of personal auto liability coverage for each such person. Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf basis, with defense costs payable in addition to policy limits. Policy shall contain a provision obligating insurer at the time insured's liability is John A. Martin & Associates, Inc. Page 15 of 19 determined, not requiring actual payment by the insured first. There shall be no cross - liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Consultant, subconsultants or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1 Million per occurrence. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the consultant and "Covered Professional Services" as designated in the policy must include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend the Named Insured. The policy retroactive date shall be on or before the effective date of this agreement. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Bests rating of A- or better and a minimum financial size VII. General conditions pertaining to provision of insurance coverage by Consultant. Consultant and City agree to the following with respect to insurance provided by Consultant: 1. Consultant agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 (or otherwise consistent with the insurer's endorsement). Consultant also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Consultant, or Consultant's employees, or agents, from waiving the right of subrogation prior to a loss. Consultant agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. John A. Martin & Associates, Inc. Page 16 of 19 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Consultant shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period} that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Consultant's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Consultant or deducted from sums due Consultant, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. A ten (10) day notice to City shall apply to nonpayment of premiums. Consultant agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage (except Professional Liability and Workers' Compensation) required to be provided by Consultant or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. John A. Martin & Associates, Inc. Page 17 of 19 10. Consultant agrees to ensure that 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 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 subcontractors and others engaged in the project will be submitted to City for review. 11. Consultant agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Consultant's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Consultant, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right 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 will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15. Consultant will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this John A. Martin & Associates, Inc. Page 18 of 19 obligation is not effective until City executes a written statement to that effect. 16. Consultant shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Consultant's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Consultant under this agreement. Consultant expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. 18. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all inclusive. 19. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Consultant agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Consultant for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. John A. Martin & Associates, Inc. Page 19 of 19 Consultant agrees to provide immediate notice to City of any claim or loss against Consultant arising out of the work performed under this agreement. City assumes no obligation or liability by such notice but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. JOHNAMA-01 MCCOWANA A� CERTIFICATE OF LIABILITY INSURANCE DAM117/202'YYY) sn 7lzoza 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 endorsement(s). PRODUCER License # OE67768 IDA Insurance Services 3636 Nobel Drive Suite 410 San Diego, CA 92122 CONTACT All Smith ME: PHONE Ert 619 I 1: C 788-5795 50206 FAX ) lac, Nol:(619) 574.6288 nouR� AII.Smith@ioausa.com A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X Cont Liab/Sev of Int X INSURERS AFFORDING COVERAGE NAIL# INSURER A: RLI Insurance Company 13056 10/2312023 INSURED INSURER B: Fireman's Fund Indemnity Corporation 11380 INSURER C: John A. Martin & Associates, Inc. 950 S. Grand Ave., 4th Floor Los Angeles, CA 90015 INSURER D: INSURER E: INSURER F: COVERAGES CFRTIFICATF NI IMRFR• Ianmm0N NIDIall 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. IN$R LTR TYPE OF INSURANCE ADOL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X Cont Liab/Sev of Int X X PSB0002475 10/2312023 10/23/2024 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED dce $ 1,000,000 PREMISES (Ea MED EXP An one person)$ 10,000 PERSONAL B AOV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. POLICY � JECT El LOC GENERAL AGGREGATE $ 2'000,000 PRODUCTS - COMP/OP AGO g 2,000,000 Ded $ 0 OTHER I I AAUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOSSCHEDULED ONLY SCHEDULED X X PSA0002424 10123/2023 10123/2024 EOa DINEDISINGLE LIMIT $ 1,000,000 BODILY INJURY PerPerson) S BODILY INJURY Per accident $ AUmT�OS ONLY AUTOS ONLDY X C; WODetl.: X COIL Oetl.: $1.000 P.M PeOP.ERI nt AMAGE $ $ A X UAB X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS UAB CLAIMS -MADE PSE0001777 1012312023 1012312024 AGGREGATE $ 10,000,000 X I DED RETENTION$ O A WORKERS LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICERMMggl�p EXCLUDEDi (Ms. atoryi. NH) If ns tlesc lbe under DE nsbelow NIA X PSW0002199 10123/2023 10/2312024 X PTR ETRH- E.L. EACH ACCIDENT $ 1,000,000 E. L. DISEASE EAEMPLOYEE $ 1,000,000 EL.DISEASE -POLICY LIMIT $ 1'000'000 B Professional Liab. UBF00029723 10123/2023 1012312024 Per Claim 10,000,000 B Ded.: $150k Per Clm UBF00029723 10/23/2023 1012312024 Aggregate 10,000,000 DESCRIPTION OFOPERATIONS/LOCATIONS/VEHICLESACOR0101, Additional Remarks Schedule may M attached if more space is moll Re: ROSEMEAD CITY HALL STORY ADDITION STRUCTURAL FEASIBILITY STUDY City of Rosemead its officials, employees and agents are Additional Insured with respect to General and Auto Liability per the attached endorsements as required by written contract. Insurance is Primary and Non -Contributory. Waiver of Subrogation applies to General Liability, Auto Liability and Workers' Compensation. 30 Days Notice of Cancellation with 10 Days Notice for Non -Payment of Premium in accordance with the policy provisions. City of Rosemead 8838 E. Valley Blvd. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED�flJ` REPRESENTATIVE u". AGURD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Form WM Request for Taxpayer (Rev. October 2018) Identification Number and Certification Give Form to the requester. Do not Department of the Treasury Internal Revenue Seryice ► Go to www.frs.gov/Fortri for instructions and the latest information. send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. John A. Martin Structural Engineers, Inc. 2 Business name/disregarded entity name, if different from above dba John A. Martin & Associates, Inc. m3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see a p [IIndividuaVsoe proprietor or ZC Corporation ElS Corporation ElPartnership ElTrusVestate instructions on page 3): w Ca single -member LLC Exempt payee code (if any) 4%'10 ❑ Limited liability company. Enter the tax classification (C=C corporation, S -S corporation, P=Partnership) ► `a 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting cc '0:, LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is o another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code ( if any) ;C is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other less instructions)► rnppx•s ro etta••ft, Intxw o• ,id•rro usl y 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional 950 South Grand Avenue Ste. 400 6 City, state, and ZIP code Los Angeles, CA 90015 7 Ust account numbers) here (optional) M&UM Taxpayer identification Number ( I IN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora m resident alien, sole proprietor, or disregarded entity, sae 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 TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer itleMification number Number To Give the Requester for guidelines on whose number to enter. IT I—I—I—rT Moon©on©©© 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, Rem 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 11, later. J19n I signature of ,j( ' Here U.S. person b- 11r�'LCa' Date► r. ..... r_ nnna 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 www.irs.gov/For W9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099 -INT (interest earned or paid) • Form 1099 -DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018)