Loading...
HomeMy WebLinkAbout2025-01-14; City Council; 05; Rejecting Bid Protest, Accepting Bids Received, Awarding Construction Contract and Approving Construction Management and Inspection Services Agreement for the Monroe StreCA Review CKM Meeting Date: Jan. 14, 2025 To: Mayor and City Council From: Geoff Patnoe, City Manager Staff Contact: Steven Stewart, Municipal Projects Manager steven.stewart@carlsbadca.gov, 442-339-2938 Subject: Rejecting Bid Protest, Accepting Bids Received, Awarding Construction Contract and Approving Construction Management and Inspection Services Agreement for the Monroe Street Pool Renovation and Replacement Project District: 1 Recommended Actions 1.Adopt a resolution rejecting a bid protest submitted by Construct 1 One Corp., accepting the bids received and awarding a construction contract to Edwards Construction Group, Inc. in an amount not to exceed $14,126,653 for the Monroe Street Pool Renovation and Replacement Project, Capital Improvement Program Project No. 4724. 2.Adopt a resolution approving a professional services agreement with Cumming Management Group, Inc. for construction management and inspection services in an amount not to exceed $563,800 for the Monroe Street Pool Renovation and Replacement Project, Capital Improvement Program Project No. 4724. Executive Summary The Monroe Street Pool, located at 3401 Monroe St. next to Carlsbad High School, was built in 1982 and needs significant repairs and upgrades to remain operational and compliant with health and safety and building codes. The City Council approved the plans, specifications and contract documents for the Monroe Street Pool Renovation and Replacement Project on Sept. 10, 2024, and adopted Resolution No. 2024-214, authorizing the City Clerk to advertise the documents for construction bids. Staff advertised for bids and determined that Edwards Construction Group, Inc. submitted the lowest responsive bid in an amount not to exceed $14,126,653.00 and is a responsible bidder. Before advertising for bids for the project, staff had requested proposals for constructability and biddability services1 for the bid and construction management and inspection services to 1 Constructability services involve reviewing a project design early on to identify potential construction challenges and optimize the design for efficient building, while biddability services analyze the project documents to ensure they are clear, accurate, and easily understood by potential bidders, minimizing confusion and risk during the bidding process. Both services are intended to address potential issues before construction begins. Jan. 14, 2025 Item #5 Page 1 of 39 oversee the construction work once a construction contract was awarded. Staff selected Cumming Management Group, Inc. to provide these services, with the fee for the construction management and inspection services in an amount not to exceed $563,800.00. Formally bid contracts with a value of more than $200,000 require the City Council’s approval under Carlsbad Municipal Code Sections 3.28.080(C) and 3.28.080(I)(6). The construction management and inspection services agreement also requires the approval of the City Council under Carlsbad Municipal Code Section 3.28.060(D)(5) because the value of the agreement is greater than $100,000. The contract award amount is significantly less than what was estimated and appropriated, so the City Manager or designee will return the remaining excess appropriations, approximately $1.4 million, to the respective funding sources, as detailed below. Explanation & Analysis Overview The Monroe Street Pool Renovation and Replacement Project includes the following features: • Larger and reconfigured pool with 50% more lanes • New 8-foot wall with metal gates along Monroe Street to reduce sound for the surrounding neighborhood • Larger pool deck with lockers and outdoor showers • Renovated locker rooms and family restrooms • More bleachers and shade structures • Larger parking lot • Addition of an outdoor entrance for competitions (instead of going through the lobby to get to the pool) • Reconfigured lobby, first aid and administration offices and a room that can be used for meetings and small gatherings like birthday parties • All new pool tile, plaster, piping, pool deck, drainage, pumps and filters • New building for pool equipment with a separate entrance for service vehicles so they don’t take up space in the parking lot • Replacement of existing solar water heating system and installation of rooftop solar panels to generate electricity Bidding The city received seven bids for the construction work on Dec. 12, 2024. Staff evaluated the bids and found the bid in an amount not to exceed $14,126,653.00 from Edwards Construction Group, Inc. to be the lowest responsive bid. Staff also determined that Edwards Construction Group is a responsible bidder since it has completed similar projects. The city uses estimates of a project’s probable construction cost given by an experienced and qualified professional generally familiar with the construction industry to obtain an estimate as close to the actual costs as possible. The engineer’s estimate for the project was $16,668,000. Six of the seven bids received were below this estimate. Those bids ranged from $14.1 million to $17.8 million. Accordingly, no additional appropriation is needed at this time. Jan. 14, 2025 Item #5 Page 2 of 39 Bid protest The city received a bid protest from the third lowest bidder, Construct 1 One Corp., on Dec. 16, 2024. (Exhibit 3) The protest asserted that the bid submitted by Edwards Construction Group was non-responsive on the basis that a subcontractor was not listed for the structural steel work for the project, and if Edwards Construction Group plans to perform the structural steel work itself, its A or B California contractor’s license is not sufficient. The city received a rebuttal to the bid protest from Edwards Construction Group, Inc. On Dec. 23, 2024. (Exhibit 4) The City Attorney’s Office reviewed the bid protest and rebuttal, and determined that the protest lacks legal merit because Edwards Construction Group may either perform the structural steel work itself with a B license classification or subcontract for the work as long as the amount of the work is less than one-half of 1% of its total bid amount. (See California Business and Professions Code Section 7057(b) and California Public Contract Code Section 4104(a).) Staff therefore recommend the City Council reject the bid protest. Construction management and inspection services In March 2024, staff requested proposals to solicit construction management and inspection services in March 2024 and evaluated the ten proposals received on April 8, 2024. The responses were evaluated in accordance with Carlsbad Municipal Code Section 3.28.060(A) and the criteria in the request for proposals, and each committee member was required to sign a confidentiality agreement to ensure fairness in the selection process. The proposals for the construction management and inspection services were reviewed to determine overall consultant company qualifications and experience, consultant team qualifications and experience, a demonstrated ability to provide similar services on public and private construction projects, local presence and knowledge of city, state and federal procedures, in keeping with the evaluation criteria in the request for proposals. Staff determined that the most qualified proposal was submitted by Cumming Management Group, Inc. and negotiated a fee proposal in an amount not to exceed $563,800.00 for oversight of the construction work. Jan. 14, 2025 Item #5 Page 3 of 39 Fiscal Analysis The Monroe Street Pool Renovation and Replacement Project is currently funded from the Infrastructure Replacement fund, the General Capital Construction fund, and park-in-lieu fees.2 The appropriations and total expenditures to date and budgeted allocations for construction are shown below: Monroe Street Pool Renovation and Replacement Project Capital Improvement Program Project No. 4724 Total appropriation to date $22,969,124.00 Total expenditures and encumbrances to date -$2,356,073.00 Total available balance $20,613,051.00 Construction contract – Edwards Construction Group -$14,126,653.00 Construction contingency -$1,695,198.00 Construction management and inspection – Cumming Management Group -$563,800.00 Public art and outreach, special inspections and testing, furnishings and staff oversight time (estimated) -$2,825,326.00 Total remaining project costs -$19,210,977.00 Remaining balance $1,402,074.00 Carlsbad Municipal Code Sections 3.28.040(C)(5) and 3.28.090(B) authorize the City Manager or designee to approve change orders in an amount equal to the contingency set at the time of project award, which is $1,695,198.00 for this project. The City Manager or designee will proportionately return the remaining excess appropriations to the respective funding sources as shown in the table below: Remaining balance $1,402,074.00 General Capital Construction Fund (53%) -$743,099.00 Infrastructure Replacement Fund (34%) -$476,705.00 Park-in-lieu fees – Northwest Quadrant (13%) -$182,270.00 Next Steps Upon City Council authorization of the construction contract and construction management and inspection services agreement, staff will complete the contract documents with Edwards Construction Group, Inc. for the construction project and with Cumming Management Group, Inc., for the construction management and inspection services agreement for the project. Staff anticipate starting construction in late March 2025 and completing the project in summer 2026. 2 Park in-lieu fees are fees paid by residential developers to fund the construction of new parks or the improvement of existing ones. Jan. 14, 2025 Item #5 Page 4 of 39 Environmental Evaluation The City Council certified the environmental impact report (EIR-380) for the Monroe Street Pool, at the time identified as the “community swimming pool,” on July 19, 1977. This project is within the scope of the prior environmental document and no further environmental documentation is required in accordance with California Environmental Quality Act Guidelines Section 15162. The conditional use permit (CUP-158) and the certified environmental impact report (EIR-380) for the Community Swim Complex, the former name of the Monroe Street Pool facility, allowed for larger pool(s), building(s) and parking lots than what was originally constructed. All applicable mitigation measures contained in the prior environmental document have either been satisfied previously and/or were made conditions of approval of the project’s approved conditional use permit. There have not been substantial changes to the circumstances under which the project was undertaken and there have been no new significant environmental effects that would modify or change any mitigation measures. The pool operates in conjunction with the existing school facility, and the proposed changes do not result in new significant impacts or a substantial increase in the severity of previously identified impacts, because the site and neighborhood context have not changed. Projects constructed by the school district since the pool was constructed have not impacted pool operations. The changes to the pool will have no impact to the adjacent school facilities. The mitigation measures to reduce impacts remain in place and are adequate to maintain the same level of significance studied in the previous environmental impact report, therefore none of the situations in CEQA Guidelines Section 15162(a) exist and no additional environmental review is necessary. The certified environmental impact report and mitigation measures are on file for review at the Planning Division. The City Planner determined on Feb. 7, 2023, that the design concept was consistent with the approved conditional use permit for the Community Swim Complex. Exhibits 1.City Council resolution for construction contract 2.City Council resolution for construction management and inspection services agreement 3.Bid protest 4.Rebuttal to bid protest Jan. 14, 2025 Item #5 Page 5 of 39 RESOLUTION NO. 2025-003 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, REJECTING A BID PROTEST SUBMITTED BY CONSTRUCT 1 ONE CORP., ACCEPTING THE BIDS RECEIVED AND AWARDING A CONSTRUCTION CONTRACT TO EDWARDS CONSTRUCTION GROUP, INC. IN AN AMOUNT NOT TO EXCEED $14,126,653.00 FOR THE MONROE STREET POOL RENOVATION AND REPLACEMENT PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 4724 WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable and in the public interest to construct the Monroe Street Pool Renovation and Replacement Project, Capital Improvement Program, or CIP, Project No. 4724, or Project; and WHEREAS, the city contracted with LPA, Inc., a California corporation, an architectural and engineering design firm to develop plans, specifications, and contract documents necessary to complete the Project; and WHEREAS, on Sept. 10, 2024, the City Council adopted Resolution No. 2024-214, approving the plans, specifications and contract documents for the Project prepared by LPA, Inc., and authorizing the City Clerk to advertise the construction documents for bidding; and WHEREAS, the Carlsbad Municipal Code, or CMC, Sections 3.28.080(() and 3.28.080(1)(6) require the City Council to award all formally bid contracts when the value exceeds $200,000, and therefore, the Project is subject to this requirement; and WHEREAS, on Dec. 12, 2024, staff received seven bids for construction of the Project; and WHEREAS, staff have reviewed the bids and have found Edwards Construction Group, Inc. to be a responsible bidder with a responsive bid in an amount not to exceed $14,126,653.00; and WHEREAS, on Dec. 16, 2024, the third lowest bidder, Construct 1 One Corp., submitted a bid protest alleging the bid submitted by Edwards Construction Group, Inc., was non-responsive because a subcontractor was not listed for the structural steel work for the Project, and in the alternative, if Edwards Construction Group, Inc. plans to self-perform the structural steel work itself, an 'A' or 'B' California contractor's license classification is not sufficient ("Bid Protest"); and WHEREAS, staff reviewed Edwards Construction Group, lnc.'s bid in light of the Bid Protest, including its subcontractor's licensing and experience, for responsiveness; and WHEREAS, Business and Professions Code Section 7059(b) provides that in public works contracts the awarding authority determines the license classification necessary to bid and perform the work; and WHEREAS, staff reviewed the Bid Protest and determined that the Bid Protest lacks legal merit because Edwards Construction Group, Inc. may either self-perform the structural steel work with a 'B' California license, or in the alternative, may subcontract for the work, so long as the work is an amount less than one-half of 1% of Edwards Construction Group, lnc.'s total bid amount, consistent with Business and Professions Code Section 7057 and Public Contract Code Section 4104(a), respectively; and WHEREAS, staff recommend that the Bid Protest be rejected for lack of legal merit and the contract be awarded to Edwards Construction Group, Inc.; and WHEREAS, CMC Sections 3.28.040(()(5) and 3.28.090(B) authorize the City Manager or designee to approve change orders in an amount equal to the contingency set at the time of Project award, which is $1,695,198.00; and WHEREAS, on July 19, 1977, the City Council certified the environmental impact report (EIR- 380) for the Monroe Street Pool, at the time identified as the "community swimming pool." The project is within the scope of the prior environmental document and no further environmental documentation is required per California Environmental Quality Act Guidelines Section 15162; and WHEREAS, the conditional use permit (CUP-158) and the certified environmental impact report (EIR-380) for the Community Swim Complex allowed for larger pool(s), building(s) and parking lots than what was originally constructed. All applicable mitigation measures contained in the prior environmental document have either been satisfied previously and/or were made conditions of approval of the project's approved conditional use permit. There have not been substantial changes to the circumstances under which the project is undertaken and there have been no new significant environmental effects that would modify or change any mitigation measures; and WHEREAS, the pool operates in conjunction with the existing school facility, and the proposed changes do not result in new significant impacts or a substantial increase in the severity of previously identified impacts because the site and neighborhood context have not changed. Projects constructed by the school district since the pool was constructed have not impacted pool operations. The changes to the pool will have no impact to the adjacent school facilities. The mitigation measures to reduce impacts remain in place and are adequate to maintain the same level of significance studied in the previous environmental impact report, therefore none of the situations in CEQA Guidelines Section 15162(a) exist and no additional environmental review is necessary. The certified environmental impact report and mitigation measures are on file for review at the Planning Division; and WHEREAS, the City Planner determined on Feb. 7, 2023, that the design concept was consistent with the approved conditional use permit for the Community Swim Complex (the former name of the Monroe Street Pool facility). NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Bid Protest is rejected for lacking legal merit. 3. That the bid submitted by Edwards Construction Group, Inc. in an amount not to exceed $14,126,653.00 for construction of the Monroe Street Pool Renovation and Replacement Project, CIP Project No. 4724, is accepted, and the Mayor is hereby authorized to execute a contract with Edwards Construction Group, Inc., subject to the contract's review and approval as to form by the City Attorney's Office. 4. That the City Manager or designee is hereby authorized to approve construction change orders for the Monroe Street Pool Renovation and Replacement Project, CIP Project No. 4724, up to an amount not to exceed $1,695,198.00. 5. That the City Manager or designee is authorized to sign all other documents necessary for regulatory compliance, to extend funding opportunities, or to otherwise implement and finalize the project, subject to their review and approval as to form by the City Attorney's Office. 6. That the award of this contract is contingent upon Edwards Construction Group, Inc. executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within 20 calendar days after adoption of this Resolution. The City Manager may grant reasonable extensions of time to execute the contract and assemble the required bonds and insurance policies. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 14th day of January 2025, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, SHIN . NONE. NONE. NONE. KEITH BLACKBURN, Mayor \JM'.Y?o N> Rzzi~, ~SHERRY FREISINGER, City Clerk u-(SEAL) RESOLUTION NO. 2025-004 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING A PROFESSIONAL SERVICES AGREEMENT WITH CUMMING MANAGEMENT GROUP, INC. FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES IN AN AMOUNT NOTTO EXCEED $563,800.00 FOR THE MONROE STREET POOL RENOVATION AND REPLACEMENT PROJECT, CAPITAL IMPROVEMENT PROGRAM PROJECT NO. 4724 WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable and in the public interest to construct the Monroe Street Pool Renovation and Replacement Project, Capital Improvement Program, or CIP, Project No. 4724, or Project; and WHEREAS, on Sept. 10, 2024, the City Council adopted Resolution No. 2024-214, approving the plans, specifications and contract documents for the Project, and authorizing the City Clerk to advertise the construction documents for bidding; and WHEREAS, staff have bid the project and identified a contractor as providing a responsive and responsible bid for the Project; and WHEREAS, staff require the assistance of a construction management and inspection services firm to provide oversight of the construction work; and WHEREAS, in March 2024, the city issued a Request for Proposals, or RFP, for solicitation of construction management and inspection services for the Project; and WHEREAS, staff completed a qualifications-based evaluation of the 10 proposals received; and WHEREAS, staff have identified the Cumming Management Group, Inc., or Cumming Group, as the most qualified consultant for the Project; and WHEREAS, the City Council has determined it is necessary and in the public interest to enter into an agreement with the Cumming Group to provide construction management and inspection services for the Project; and WHEREAS, staff and the Cumming Group have negotiated the scope of work and the associated fee in an amount not to exceed $563,800.00 to provide construction management and inspection services for the Project; and WHEREAS, on July 19, 1977, the City Council certified the environmental impact report (EIR-380) for the Monroe Street Pool, at the time identified as the "community swimming pool." The project is within the scope of the prior environmental document and no further environmental documentation is required per California Environmental Quality Act Guidelines Section 15162; and WHEREAS, the conditional use permit (CUP-158) and the certified environmental impact report (EIR-380) for the Community Swim Complex allowed for larger pool(s), building(s) and parking lots than what was originally constructed. All applicable mitigation measures contained in the prior environmental document have either been satisfied previously and/or were made conditions of approval of the project's approved conditional use permit. There have not been substantial changes to the circumstances under which the project is undertaken and there have been no new significant environmental effects that would modify or change any mitigation measures; and WHEREAS, the pool operates in conjunction with the existing school facility, and the proposed changes do not result in new significant impacts or a substantial increase in the severity of previously identified impacts because the site and neighborhood context have not changed. Projects constructed by the school district since the pool was constructed have not impacted pool operations. The changes to the pool will have no impact to the adjacent school facilities. The mitigation measures to reduce impacts remain in place and are adequate to maintain the same level of significance studied in the previous environmental impact report, therefore none of the situations in CEQA Guidelines Section 15162(a) exist and no additional environmental review is necessary. The certified environmental impact report and mitigation measures are on file for review at the Planning Division; and WHEREAS, the City Planner determined on Feb. 7, 2023, that the design concept was consistent with the approved conditional use permit for the Community Swim Complex (the former name of the Monroe Street Pool facility). NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the professional services agreement with Cumming Management Group, Inc. for construction management and inspection services for the Monroe Street Pool Renovation and Replacement Project, CIP Project No. 4724 in an amount not to exceed $563,800.00 (Attachment A) is approved and the Mayor is authorized to execute the agreement, subject to its review and approval as to form by the City Attorney's Office. 3. That the City Manager or designee is authorized to approve amendments to the agreement and to extend the time for completion of the agreement for up to one additional year, as needed. 4. That the City Manager or designee is authorized to sign all other documents necessary for regulatory compliance, to extend funding opportunities, or to otherwise implement and finalize the project, all of which are subject to review and approval as to form by the City Attorney's office. PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council of the City of Carlsbad on the 14th day of January 2025, by the following vote, to wit: AYES: NAYS: ABSTAIN: ABSENT: BLACKBURN, BHAT-PATEL, ACOSTA, BURKHOLDER, SHIN . NONE. NONE. NONE. KEITH BLACKBURN, Mayor Docusign Envelope ID: E9B60834-741 A-447C-AF39-6D51 E46B081 C PSA25-3654FAC AGREEMENT FOR MONROE STREET POOL REPLACEMENT FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES CUMMING MANAGEMENT GROUP, INC. THIS AGREEMENT is made and entered into as of the / L/tJ1 day of 2025, by and between the City of Carlsbad, California, a municipal umming Management Group, Inc., a California corporation ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in construction consulting. B. Contractor has the necessary experience in providing professional services and advice related to construction consulting. C. Contractor has submitted a proposal to City under RFP24-2355FAC and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A," which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed five hundred eighty-three thousand eight hundred dollars ($583,800). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%} retention until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." City Attorney Approved Version 5/22/2024 Page 1 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 2 6. PUBLIC WORKS 6.1 Prevailing Wage Rates. Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 6.2 DIR Registration. California Labor Code section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7.CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 14 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 3 8. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 9. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 10. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 11. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under Civil Code section 2782.8), then, and only to the extent required by Civil Code Section 2782.8, which is fully incorporated herein, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed the Contractor’s proportionate percentage of fault. The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 15 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 4 a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 12. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 12.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 12.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 12.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 12.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 16 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 5 12.2.3 If Contractor maintains higher limits than the minimums shown above, the City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to the City. 12.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 12.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 13. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 17. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 17 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 6 For City For Contractor Name Steven Stewart Name Anthony Sanchez Title Municipal Projects Manager Title Executive VP / Project Manager Department Public Works Address 350 South Grand Avenue, Suite 1900 City of Carlsbad Los Angeles, CA 90071 Address 1635 Faraday Ave. Phone No. 213-408-4518 Carlsbad, CA 92008 Email asanchez@cumming-group.com Phone No. 442-339-2938 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 18. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☒ No ☐ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C aaljajeh@cumming-group.com Anthony L. Sanchez A. Al Jajeh 646-369-9623 323-855-4710asanchez@corpusa.com Jan. 14, 2025 Item #5 Page 18 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 7 emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 22. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 24. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 19 of 39 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 8 25. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 26. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 28. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. 29. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. 30. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. [signatures on following page] Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 20 of 39 Docusign Envelope ID: E9B60834-7 41A-447C-AF39-6D51 E46B081 C CONTRACTOR CUMMING MANAGEMENT GROUP, INC., a California corporation By: (sign here) A. Al Jajeh, Chief Financial Officer (print name/title) By: (sign here) Anthony Sanchez, Executive Vice President (print name/title) PSA25-3654FAC CITY OF CARLSBAD, a municipal corporation of the State of California By: v Keith Blackburn, Mayor ATTEST: SHERRY FREISINGER, City Clerk Deputy City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. ~ corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: __ C.,_~-~--~----- Assistant City Attorney City Attorney Approved Version 5/22/2024 Page 9 PSA25-3654FAC City Attorney Approved Version 5/22/2024 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE Cumming Management Group, Inc., shall provide Construction Management Services for the Monroe Street Pool Renovation project as outlined in the attached proposal dated Dec. 19, 2024, for an amount not to exceed $583,800. Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 22 of 39 15010 Avenue of Science Suite 100 San Diego, CA 92128 T 858 485 6765 cumming-group.com December 19, 2024 Mr. John Maashoff Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Carlsbad, CA 92008 Mr. Steven Stewart Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Carlsbad, CA 92008 Transmitted via email correspondence to the following recipient(s): John.Maashoff@carlsbadca.gov Steven.Stewart@carlsbadca.gov Subject: Cumming Proposal for Construction Management Services Monroe Street Pool Renovation Dear Mr. Maashoff & Mr. Stewart: Cumming Management Group, Inc. (“Cumming”) is pleased to submit this Proposal to provide Construction Management Services to City of Carlsbad (“City”) for the subject referenced project. SCOPE OF CONSTRUCTION MANAGEMENT SERVICES Cumming’s scope of services shall include the following tasks noted within Exhibit A: 1.Task 1.2 – Contract Administration/Management 2.Task 1.3 – Reports and Communications 3.Task 1.4 – Photo Documentation 4.Task 1.5 – Construction Progress Meetings 5.Task 1.6 – Shop Drawings and Submittal Reviews 6.Task 1.7 – Plans and Specifications Interpretation 7.Task 1.8 – Construction Inspection Services (Oversight) 8.Task 1.9 – Progress Payments 9.Task 1.10 – Contractor’s Claims and Change Orders 10.Task 2 – Project Closeout PROPOSED NOT-TO-EXCEED FEE Cumming’s proposed compensation structure is based on time and materials, as illustrated in the table below. From our experience, we have found that this compensation model traditionally provides our clients with the most flexibility, cost effectiveness, and the ability to expeditiously mobilize resources to address any immediate project needs. PSA25-3654FAC; Exhibit "A" Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 23 of 39 cumming-group.com Cumming is pleased to present proposed team member classifications with the associated hourly rates, who are readily available to start immediately at the owner’s request to perform the scope of services outlined within this Proposal: TASK CLASSIFICATION HOURLY RATE DURATION (DAYS) EST. HOURS PROPOSED FEES 1.2-1.10 CONSTRUCTION MANAGER (FT) $175 325 2,600 $455,000 2 CONSTRUCTION MANAGER (FT) $175 42 336 $58,800 PROPOSED NOT-TO-EXCEED FOR BASIC SERVICES $513,800 ALLOWANCE FOR AS-NEEDED SUPPORT SERVICES $50,000 ALLOWANCE FOR REIMBURSABLE EXPENSES $20,000 TOTAL PROPOSED NOT-TO-EXCEED FEE $583,800 It is important to note that our hourly rates are aligned with our Fee Proposal that accompanied our Technical Proposal, which was submitted on 04/02/2024 in response to the City’s solicitation RFP24-2355FAC. Our proposed fees are based on the scope of services requested and project information, i.e. project duration, estimated construction value, etc. provided by the City during the procurement process. Cumming reserves the right to amend our fees should there be substantial changes to the scope of services, construction budget, project schedule, and/or project delivery method. EXCLUSIONS + REIMBURSABLE EXPENSES Cumming’s proposed fees are not inclusive of costs for on-site trailers, on-site office equipment, on-site lavatories, internet, reprographics, marketing, travel, and other any costs associated in the performance of the scope of services. Reimbursable expenses are to be billed at 0% markup and are inclusive of any expenses within the scope of work that are requested and authorized in advance and in writing by the City, prior to incurring the expense. Mileage beyond 50-miles of the project is subject to the current IRS rate. Furthermore, any special or long-distance travel requested by the City that requires air fare, lodging, per diem, etc. would also fall under the reimbursable expenses category and shall be billed at cost with 0% markup. IN CLOSING Cumming supports several local municipalities and public agencies and therefore, recognizes your need for the highest quality services at economical cost. We are flexible, willing to work within this project’s budget to provide these services and would be happy to engage in a future discussion with you regarding our proposed fees. Cumming is grateful for the opportunity to continue supporting the City on this project and we are fully committed to working with your team. Please feel free to contact me directly at (323) 855-4710 or by email at asanchez@cumming-group.com should you have any questions regarding this Proposal. Sincerely, ANTHONY L. SANCHEZ Executive Vice President PSA25-3654FAC; Exhibit "A" (cont'd) Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 24 of 39  y,//d͟͞ ^KWK&KE^dZhd/KEDE'DEd^Zs/^  d^<ϭ͗ŽŶƐƚƌƵĐƚŝŽŶĚŵŝŶŝƐƚƌĂƚŝŽŶ  d^<ϭ͘ϭWƌĞůŝŵŝŶĂƌLJƉƌŽũĞĐƚǁŽƌŬ dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůƌĞǀŝĞǁƚŚĞƉƌŽũĞĐƚƐĐŽƉĞŽƌǁŽƌŬĂŶĚĐŽŶƚƌĂĐƚĚŽĐƵŵĞŶƚƐĐŽŶƐŝƐƚŝŶŐŽĨƚŚĞ ŝƚLJΖƐ'ĞŶĞƌĂůWƌŽǀŝƐŝŽŶƐ͕^ƵƉƉůĞŵĞŶƚĂůWƌŽǀŝƐŝŽŶƐ͕dĞĐŚŶŝĐĂů^ƉĞĐŝĨŝĐĂƚŝŽŶƐ͕ƉƉĞŶĚŝĐĞƐĂŶĚ ĚƌĂǁŝŶŐƐŝƐƐƵĞĚĨŽƌďŝĚĚŝŶŐĂŶĚĂŶLJĂĚĚĞŶĚĂƚŚĞƌĞƚŽ͘  d^<ϭ͘ϮŽŶƚƌĂĐƚĚŵŝŶŝƐƚƌĂƚŝŽŶͬDĂŶĂŐĞŵĞŶƚ dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůďĞƌĞƐƉŽŶƐŝďůĞĨŽƌĂƐƐŝƐƚŝŶŐƚŚĞŝƚLJΖƐƉƌŽũĞĐƚŵĂŶĂŐĞƌǁŝƚŚĂůůĂƐƉĞĐƚƐŽĨ WƵďůŝĐ tŽƌŬƐ ĐŽŶƚƌĂĐƚ ĐŽŵƉůŝĂŶĐĞ͕ ĐŚĂŶŐĞͬĐůĂŝŵƐ ŶĞŐŽƚŝĂƚŝŽŶƐ ĂŶĚ ƉƌŽĐĞƐƐŝŶŐ͕ ĐŽŶƚƌĂĐƚ ŝŶƚĞƌƉƌĞƚĂƚŝŽŶƐĂŶĚĞŶĨŽƌĐĞŵĞŶƚ͘dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůŽǀĞƌƐĞĞ͕ƉĞƌĨŽƌŵ͕ĂŶĚĐŽŽƌĚŝŶĂƚĞǁŽƌŬ ŝŶĐůƵĚĞĚŝŶƚŚŝƐƐĐŽƉĞŽĨƐĞƌǀŝĐĞƐ͕ĂƐĚŝƌĞĐƚĞĚďLJƚŚĞŝƚLJ͘dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůů͗ƉƌĞƉĂƌĞƌĞƉŽƌƚƐ͕ ůĞƚƚĞƌƐ ĂŶĚ ŵĞŵŽƌĂŶĚĂ͖ ĐŽŶĚƵĐƚ ƉƌŽũĞĐƚ ŵĞĞƚŝŶŐƐ͖ ƉƌĞƉĂƌĞ ŵĞĞƚŝŶŐ ĂŐĞŶĚĂƐ ĂŶĚ ŵŝŶƵƚĞƐ͕ ŵŽŶŝƚŽƌĂŶĚƚƌĂĐŬƚŚĞĞdžƉŝƌĂƚŝŽŶŽĨŝŶƐƵƌĂŶĐĞƌĞƋƵŝƌĞŵĞŶƚƐĂŶĚŽďƚĂŝŶƵƉĚĂƚĞĚĐĞƌƚŝĨŝĐĂƚĞƐĨƌŽŵ ƚŚĞŽŶƚƌĂĐƚŽƌ͖ĐŽŽƌĚŝŶĂƚĞƐƵďͲĐŽŶƐƵůƚĂŶƚƚĞƐƚŝŶŐĂŶĚƐƉĞĐŝĂůƚLJƐĞƌǀŝĐĞƐ͖ƌĞǀŝĞǁĚĂŝůLJŝŶƐƉĞĐƚŝŽŶ ŶŽƚĞƐĂŶĚŝĚĞŶƚŝĨLJĂŶĚƌĞƉŽƌƚŶŽŶĐŽŶĨŽƌŵŝŶŐŝƚĞŵƐ͖ŶŽƚŝĨLJƚŚĞŝƚLJŽĨƐŝŐŶŝĨŝĐĂŶƚƉƌŽďůĞŵƐĂŶĚ ĚŝƐĐƌĞƉĂŶĐŝĞƐ͖ĂƐƐŝƐƚƚŚĞŝƚLJǁŝƚŚŝŶƚĞƌƉƌĞƚŝŶŐĚƌĂǁŝŶŐƐ͕ƐƉĞĐŝĨŝĐĂƚŝŽŶƐĂŶĚƌĞĨĞƌĞŶĐĞƐƚĂŶĚĂƌĚƐ͖ ŵŽŶŝƚŽƌ ĐŽŶƐƚƌƵĐƚŝŽŶ ĂĐƚŝǀŝƚŝĞƐ ĂŶĚ ƐĐŚĞĚƵůĞƐ͖ĂƐƐŝƐƚ ƚŚĞ ŝƚLJǁŝƚŚ ƌĞƐŽůǀŝŶŐ ĐŽŶƐƚƌƵĐƚĂďŝůŝƚLJ ƉƌŽďůĞŵƐ͖ĐŽŽƌĚŝŶĂƚĞĐŽŶŶĞĐƚŝŽŶƐĂŶĚŽƉĞƌĂƚŝŽŶƐ͖ƉĞƌĨŽƌŵƋƵĂůŝƚLJĂƐƐƵƌĂŶĐĞŝŶƐƉĞĐƚŝŽŶƐ͕ƌĞǀŝĞǁ ĂŶĚŶĞŐŽƚŝĂƚĞĐŚĂŶŐĞŽƌĚĞƌƐ͕ƌĞǀŝĞǁĂŶĚŶŽƚŝĨLJƚŚĞŽŶƚƌĂĐƚŽƌŽĨƚĞƐƚƌĞƐƵůƚƐ͖ŝŶǀĞƐƚŝŐĂƚĞĐůĂŝŵƐ͖ ƌĞǀŝĞǁƚŚĞŽŶƚƌĂĐƚŽƌƐZĞĐŽƌĚƌĂǁŝŶŐƐƉĞƌŝŽĚŝĐĂůůLJĂŶĚĐŽŶĐƵƌƌĞŶƚůLJǁŝƚŚŽŶƚƌĂĐƚŽƌ͛ƐŵŽŶƚŚůLJ ƉƌŽŐƌĞƐƐƐĐŚĞĚƵůĞƵƉĚĂƚĞƐĂŶĚŵŽŶƚŚůLJƉĂLJŵĞŶƚĂƉƉůŝĐĂƚŝŽŶƐ͖ĂŶĚƉƌĞƉĂƌĞƉƌŽũĞĐƚƉƵŶĐŚůŝƐƚƐ͕ ĞƚĐ͘  d^<ϭ͘ϯZĞƉŽƌƚƐĂŶĚŽŵŵƵŶŝĐĂƚŝŽŶƐ ůůƌĞůĞǀĂŶƚƉƌŽũĞĐƚĐŽŵŵƵŶŝĐĂƚŝŽŶƐƐŚĂůůďĞĚŽĐƵŵĞŶƚĞĚĂŶĚƉƌŽŵƉƚůLJĚŝƐƚƌŝďƵƚĞĚƚŽƚŚĞŝƚLJ ĂŶĚĂƉƉůŝĐĂďůĞƉĂƌƚŝĞƐ͘ůůŽƌŝŐŝŶĂůƉƌŽũĞĐƚĚŽĐƵŵĞŶƚƐĂŶĚĨŝŶĂůƉƌŽũĞĐƚƌĞƉŽƌƚƐƐŚĂůůďĞ ĨƵƌŶŝƐŚĞĚƚŽƚŚĞŝƚLJǁŝƚŚŝŶϲϬĚĂLJƐĨŽůůŽǁŝŶŐƚŚĞŝƚLJΖƐĚĞƚĞƌŵŝŶĂƚŝŽŶŽĨ^ƵďƐƚĂŶƚŝĂů ŽŵƉůĞƚŝŽŶ͘  DĂŝŶƚĂŝŶĨŝĞůĚŵĞŵŽƌĂŶĚĂ͕ƚƌĂŶƐŵŝƚƚĂůƐ͕ƵƉĚĂƚĞĚƐĐŚĞĚƵůĞƐ͕ůŽŐƐŽĨƐŚŽƉĚƌĂǁŝŶŐƐĂŶĚŽƚŚĞƌ ƐƵďŵŝƚƚĂůƐ͕ůŽŐƐŽĨƌĞƋƵĞƐƚƐĨŽƌŝŶĨŽƌŵĂƚŝŽŶ͕ĐŚĂŶŐĞŽƌĚĞƌƐ͕ƉƌŽŐƌĞƐƐƉĂLJŵĞŶƚƌĞƋƵĞƐƚƐ͕ƉƌŽŐƌĞƐƐ ŵĞĞƚŝŶŐƌĞƉŽƌƚƐ͕ĚĂŝůLJŝŶƐƉĞĐƚŝŽŶƌĞƉŽƌƚƐ͕ĚĂƚĞƐŽĨƵƚŝůŝƚLJƐĞƌǀŝĐĞŝŶƚĞƌƌƵƉƚŝŽŶƐ͕ĂŶĚĂůůŽƚŚĞƌ ƉƌŽũĞĐƚĐŽƌƌĞƐƉŽŶĚĞŶĐĞ͘  DŽŶƚŚůLJƉƌŽŐƌĞƐƐƌĞƉŽƌƚƐƐŚĂůůďĞƉƌĞƉĂƌĞĚĂŶĚƐƵďŵŝƚƚĞĚƚŽƚŚĞŝƚLJΖƐWƌŽũĞĐƚDĂŶĂŐĞƌĂŶĚƐŚĂůů ŝŶĐůƵĚĞƚŚĞĨŽůůŽǁŝŶŐĞůĞŵĞŶƚƐ͗ ĂͿ ^ƵŵŵĂƌLJ ŽĨ ƚŚĞ ƉƌŝŽƌ ŵŽŶƚŚΖƐ ŵĂŝŶ ĂĐĐŽŵƉůŝƐŚŵĞŶƚƐ ĂŶĚ ĐƵƌƌĞŶƚ ĐŽŶƐƚƌƵĐƚŝŽŶ ĂĐƚŝǀŝƚŝĞƐ͘ ďͿ KǀĞƌĂůů͕ŽŶƚƌĂĐƚŽƌĐŽŶĨŽƌŵĂŶĐĞƚŽĐŽŶƚƌĂĐƚƐĐŚĞĚƵůĞĂŶĚƋƵĂůŝƚLJƌĞƋƵŝƌĞŵĞŶƚƐ͘ ĐͿ /ĚĞŶƚŝĨŝĐĂƚŝŽŶŽĨŬĞLJƉƌŽďůĞŵƐ͕ĂĐƚŝŽŶŝƚĞŵƐ͕ĂŶĚŝƐƐƵĞƐĂŶĚƌĞĐŽŵŵĞŶĚĂƚŝŽŶƐĨŽƌ ƐŽůƵƚŝŽŶƐ͘ PSA25-3654FAC; Exhibit "A" (cont'd) Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 25 of 39 ĚͿ ^ƵŵŵĂƌLJ ŽĨ ƉƌŽŐƌĞƐƐ ƉĂLJŵĞŶƚƐ͕ ƉƌŽƉŽƐĂů ĂŶĚ ĨŝŶĂů ĐŚĂŶŐĞ ŽƌĚĞƌƐ͕ ĚŝƐƉƵƚĞƐ͕ ƐƵďŵŝƚƚĂůƐ͕Z&ůƐ͕ĂŶĚEŽƚŝĐĞƐŽĨEŽŶĐŽŵƉůŝĂŶĐĞ͘ ĞͿ WŚŽƚŽŐƌĂƉŚƐŽĨƌĞƉƌĞƐĞŶƚĂƚŝǀĞƉƌŽũĞĐƚĂĐƚŝǀŝƚŝĞƐƉƌŝŶƚĞĚĂŶĚĞůĞĐƚƌŽŶŝĐĂůůLJƐƚŽƌĞĚ͘  d^<ϭ͘ϰWŚŽƚŽŽĐƵŵĞŶƚĂƚŝŽŶ ZĞǀŝĞǁƚŚĞŽŶƚƌĂĐƚŽƌΖƐǀŝĚĞŽƚĂƉĞŽĨƉƌĞĐŽŶƐƚƌƵĐƚŝŽŶƐŝƚĞĐŽŶĚŝƚŝŽŶƐƉƌŝŽƌƚŽĂŶLJĐŽŶƐƚƌƵĐƚŝŽŶ ŽƉĞƌĂƚŝŽŶƚŽĐŽŶĨŝƌŵĞdžŝƐƚŝŶŐĐŽŶĚŝƚŝŽŶƐǁŝƚŚŝŶƚŚĞůŝŵŝƚƐŽĨǁŽƌŬ͕ĂĚũĂĐĞŶƚĂƌĞĂƐ͕ĂŶĚĂůŽŶŐŚĂƵů ƌŽĂĚƐ ƚŽ ĚŽĐƵŵĞŶƚ ĂŶĚ ĐůĞĂƌůLJ ĚĞƉŝĐƚ ƉƌĞͲĞdžŝƐƚŝŶŐ ĐŽŶĚŝƚŝŽŶƐ͘ WƌĞƉĂƌĞ ĂĚĚŝƚŝŽŶĂů ǀŝĚĞŽƚĂƉĞ ĂŶĚͬŽƌƉŚŽƚŽŐƌĂƉŚƐƚŽĚŽĐƵŵĞŶƚƐŝƚĞĐŽŶĚŝƚŝŽŶƐĂƐƌĞƋƵŝƌĞĚƚŽƐƵƉƉůĞŵĞŶƚƚŚĞŽŶƚƌĂĐƚŽƌ͛Ɛ ǀŝĚĞŽƚĂƉĞ͘  dĂŬĞĂŶĚƐŚĂƌĞĐŽŶƐƚƌƵĐƚŝŽŶĚŽĐƵŵĞŶƚĂƚŝŽŶƉŚŽƚŽŐƌĂƉŚƐŽŶĂƌĞŐƵůĂƌďĂƐŝƐ͘DĂŝŶƚĂŝŶĂĚŝŐŝƚĂů ƉŚŽƚŽŐƌĂƉŚŝĐůŝďƌĂƌLJŽĨĂůůƐŝŐŶŝĨŝĐĂŶƚĐŽŶƐƚƌƵĐƚŝŽŶĂĐƚŝǀŝƚŝĞƐĂǀĂŝůĂďůĞĨŽƌƌĞǀŝĞǁŽŶĂƚůĞĂƐƚĂ ǁĞĞŬůLJďĂƐŝƐǀŝĂƉƌŽũĞĐƚŵĂŶĂŐĞŵĞŶƚƐŽĨƚǁĂƌĞ͘WƌŽǀŝĚĞƵŶŝƋƵĞĨŝůĞŶĂŵĞƐĨŽƌƉŚŽƚŽƐǁŝƚŚĚĂƚĞ ĂŶĚ ůŽĐĂƚŝŽŶ ŝŶĨŽƌŵĂƚŝŽŶ ŝŶĐůƵĚĞĚ͘ dĂŬĞ ĂĚĚŝƚŝŽŶĂů ƉŚŽƚŽŐƌĂƉŚƐƚŽ ĚŽĐƵŵĞŶƚ ĚŝĨĨĞƌŝŶŐ ƐŝƚĞ ĐŽŶĚŝƚŝŽŶƐ͕ĐŚĂŶŐĞŽƌĚĞƌĂŶĚĐůĂŝŵŝƚĞŵƐ͕ĂŶĚĂŶLJƐƉĞĐŝĂůŽƌƵŶŝƋƵĞĐŽŶĚŝƚŝŽŶƐĂƐƚŚĞLJĂƌŝƐĞ͘  /ŶĐŽƌƉŽƌĂƚĞŶĞǁƐŽĨƚǁĂƌĞĐĂƉĂďŝůŝƚŝĞƐ;ůƵĞĞĂŵ͕ĞƚĐ͘ͿƚŚĂƚĂůůŽǁƉŚŽƚŽŐƌĂƉŚƐƚĂŬĞŶŝŶƚŚĞĨŝĞůĚ ƚŽďĞůŝŶŬĞĚƚŽĂW&ŽĨƚŚĞƐŝƚĞƉůĂŶͬĚƌĂǁŝŶŐͬĚĞƚĂŝůŽĨƚŚĞƉŚŽƚŽŐƌĂƉŚĞĚůŽĐĂƚŝŽŶ͘ƌĞƉŽƌƚŽĨ ƚŚĞƐĞƉŚŽƚŽƐůŝŶŬĞĚƚŽƚŚĞŝƌůŽĐĂƚŝŽŶŝƐƚŽďĞƉƌŽǀŝĚĞĚǁĞĞŬůLJ͘WŚŽƚŽƐƐŚĂůůďĞƵƉůŽĂĚĞĚƚŽƚŚĞ ĂƉƉƌŽǀĞĚƉƌŽũĞĐƚĚŽĐƵŵĞŶƚŵĂŶĂŐĞŵĞŶƚƐŝƚĞƌĞŐƵůĂƌůLJ͘  d^<ϭ͘ϱŽŶƐƚƌƵĐƚŝŽŶWƌŽŐƌĞƐƐDĞĞƚŝŶŐƐ ^ĐŚĞĚƵůĞĂŶĚĐŽŶĚƵĐƚǁĞĞŬůLJĐŽŶƐƚƌƵĐƚŝŽŶƉƌŽŐƌĞƐƐŵĞĞƚŝŶŐƐǁŝƚŚƚŚĞŽŶƚƌĂĐƚŽƌĂŶĚƚŚĞŝƚLJ͘ WƌŽǀŝĚĞ ŵĞĞƚŝŶŐ ĂŐĞŶĚĂƐ ĂŶĚ ĚŝƐĐƵƐƐ ƚŚĞ ƐĐŚĞĚƵůĞ͕ ŶĞĂƌͲƚĞƌŵ ĂĐƚŝǀŝƚŝĞƐ͕ ĐůĂƌŝĨŝĐĂƚŝŽŶƐ ĂŶĚ ƉƌŽďůĞŵƐǁŚŝĐŚŶĞĞĚƌĞƐŽůƵƚŝŽŶ͕ĐŽŽƌĚŝŶĂƚŝŽŶǁŝƚŚŽƚŚĞƌŽŶƚƌĂĐƚŽƌƐ͘ƐƚĂƚƵƐŽĨĐŚĂŶŐĞŽƌĚĞƌƐ͕ ƐĂĨĞƚLJŝƐƐƵĞƐ͕ĞƚĐ͘WƌĞƉĂƌĞŵŝŶƵƚĞƐŽĨƚŚĞŵĞĞƚŝŶŐƐǁŝƚŚŝĚĞŶƚŝĨŝĞĚĂĐƚŝŽŶŝƚĞŵƐ͘WƌĞƉĂƌĞĂŶĚ ĚŝƐƚƌŝďƵƚĞƚŚĞŵŝŶƵƚĞƐƚŽƚŚĞĂƚƚĞŶĚĞĞƐǁŝƚŚŝŶƚǁŽǁŽƌŬŝŶŐĚĂLJƐ͘/ŶĐůƵĚĞŵŝŶƵƚĞƐŝŶƚŚĞŵŽŶƚŚůLJ ƉƌŽŐƌĞƐƐƌĞƉŽƌƚƐ͘  d^<ϭ͘ϲ^ŚŽƉƌĂǁŝŶŐƐĂŶĚ^ƵďŵŝƚƚĂůZĞǀŝĞǁƐ ^ƵďŵŝƚƚĂůƌĞǀŝĞǁĂŶĚĂƉƉƌŽǀĂůĂƌĞƚŚĞƌĞƐƉŽŶƐŝďŝůŝƚLJŽĨƚŚĞĂƌĐŚŝƚĞĐƚĂŶĚƚŚĞŝƚLJΖƐWƌŽũĞĐƚ DĂŶĂŐĞƌ͘dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůďĞƌĞƐƉŽŶƐŝďůĞĨŽƌƉƌŽĐĞƐƐŝŶŐĂŶĚŵŽŶŝƚŽƌŝŶŐƚŚĞƐƚĂƚƵƐŽĨĂůů ƐƵďŵŝƚƚĂůƐ͘  dŚĞ ĐŽŶƐƵůƚĂŶƚ ƐŚĂůů ƉƌŽǀŝĚĞ ĐƵƌƐŽƌLJ ƌĞǀŝĞǁ ŽĨ ƚŚĞ ŽŶƚƌĂĐƚŽƌΖƐƐƵďŵŝƚƚĂůƐĨŽƌŐĞŶĞƌĂů ĐŽŶĨŽƌŵĂŶĐĞǁŝƚŚƚŚĞĐŽŶƚƌĂĐƚĚŽĐƵŵĞŶƚƌĞƋƵŝƌĞŵĞŶƚƐƉƌŝŽƌƚŽƐĞŶĚŝŶŐƚŚĞƐƵďŵŝƚƚĂůƐƚŽƚŚĞ ĂƌĐŚŝƚĞĐƚĂŶĚŝƚLJWƌŽũĞĐƚDĂŶĂŐĞƌ͘^ƵďŵŝƚƚĂůƐŽĨĂŐĞŶĞƌĂůŶĂƚƵƌĞ;'ĞŶĞƌĂůWƌŽǀŝƐŝŽŶƐΘŝǀŝƐŝŽŶ ϭZĞƋƵŝƌĞŵĞŶƚƐͿĂƌĞƚŽďĞƌĞǀŝĞǁĞĚĂŶĚƉƌŽĐĞƐƐĞĚďLJƚŚĞĐŽŶƐƵůƚĂŶƚ͘ZĞǀŝĞǁŽĨƚŚĞŽŶƚƌĂĐƚŽƌΖƐ ĐŽŶƐƚƌƵĐƚŝŽŶƐĐŚĞĚƵůĞĂŶĚŵŽŶƚŚůLJƵƉĚĂƚĞƐƐŚĂůůďĞƚŚĞƐŽůĞƌĞƐƉŽŶƐŝďŝůŝƚLJŽĨƚŚĞĐŽŶƐƵůƚĂŶƚǁŝƚŚ ŝŶƉƵƚƉƌŽǀŝĚĞĚĨƌŽŵƚŚĞĂƌĐŚŝƚĞĐƚĂŶĚŝƚLJ͘  ŽŶƐƵůƚĂŶƚǁŝůůůŽŐ͕ƚƌĂĐŬ͕ĂŶĚŵŽŶŝƚŽƌƚŚĞƌĞǀŝĞǁŽĨƐŚŽƉĚƌĂǁŝŶŐƐ͕ĐĂůĐƵůĂƚŝŽŶƐ͕ĚĂƚĂƐĂŵƉůĞƐ͕ ƐƵďŵŝƚƚĂůƐ͕ǁĂƌƌĂŶƚŝĞƐĂŶĚŵĂŶƵĂůƐĨƌŽŵƚŚĞŽŶƚƌĂĐƚŽƌ͘^ŚŽƉĚƌĂǁŝŶŐƐĂŶĚƐƵďŵŝƚƚĂůƐǁŚŝĐŚĚŽ ŶŽƚ ƐĂƚŝƐĨLJ ƚŚĞ ƉƌŽũĞĐƚ ĐƌŝƚĞƌŝŽŶ ƐŚĂůů ďĞ ƌĞƚƵƌŶĞĚ ƚŽ ƚŚĞ ŽŶƚƌĂĐƚŽƌǁŝƚŚĐŽŵŵĞŶƚƐĨŽƌ PSA25-3654FAC; Exhibit "A" (cont'd) Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 26 of 39 ĐŽƌƌĞĐƚŝŽŶƐĂŶĚƌĞƐƵďŵŝƚƚĂů͘džĐĞƉƚŝŽŶƌĞƉŽƌƚƐ͕ƚŚĂƚŝĚĞŶƚŝĨLJŽƵƚƐƚĂŶĚŝŶŐƐƵďŵŝƚƚĂůƐŽƌƌĞǀŝĞǁƐ ŶĞĞĚĞĚ͕ƐŚĂůůďĞƉƌĞƉĂƌĞĚƉĞƌŝŽĚŝĐĂůůLJďLJƚŚĞĐŽŶƐƵůƚĂŶƚ͘WƌĞůŝŵŝŶĂƌLJůŝƐƚƐŽĨŝŶŝƚŝĂůƐƵďŵŝƚƚĂů ƌĞƋƵŝƌĞŵĞŶƚƐƐŚĂůůďĞƉƌĞƉĂƌĞĚďLJƚŚĞ ĐŽŶƐƵůƚĂŶƚĂŶĚŝƐƐƵĞĚĂƚƚŚĞŝŶŝƚŝĂůƉƌŽũĞĐƚƉƌŽŐƌĞƐƐ ŵĞĞƚŝŶŐƐ͘  d^<ϭ͘ϳWůĂŶƐĂŶĚ^ƉĞĐŝĨŝĐĂƚŝŽŶƐ/ŶƚĞƌƉƌĞƚĂƚŝŽŶ dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůƌĞǀŝĞǁĂŶĚƌĞƐƉŽŶĚƚŽŽŶƚƌĂĐƚŽƌZ&ůƐŝĨŽĨĂŐĞŶĞƌĂůŶĂƚƵƌĞ͘dĞĐŚŶŝĐĂůZ&/Ɛ ƐŚĂůůďĞƐƵďŵŝƚƚĞĚƚŽƚŚĞĂƌĐŚŝƚĞĐƚĂŶĚŝƚLJĨŽƌƌĞƐƉŽŶƐĞ͘dŚĞĐŽŶƐƵůƚĂŶƚƐŚĂůůŵĂŝŶƚĂŝŶĂůŽŐŽĨ Z&ůƐĂŶĚƉƌŽǀŝĚĞǁƌŝƚƚĞŶĐůĂƌŝĨŝĐĂƚŝŽŶƚŽƚŚĞŽŶƚƌĂĐƚŽƌŝŶĂƚŝŵĞůLJŵĂŶŶĞƌ͘ZĞƐƉŽŶƐĞƐƚŽƌĞƋƵĞƐƚƐ ĨŽƌĐŚĂŶŐĞƐƚŽƚŚĞĚĞƐŝŐŶƌĞƋƵŝƌĞƉƌŝŽƌĂƉƉƌŽǀĂůĨƌŽŵƚŚĞĂƌĐŚŝƚĞĐƚĂŶĚŝƚLJΖƐWƌŽũĞĐƚDĂŶĂŐĞƌ͘  KďƚĂŝŶ ĂŶĚ ŵĂŝŶƚĂŝŶ ƐƉĞĐŝĨŝĐĂƚŝŽŶ ƌĞĨĞƌĞŶĐĞĚ ƐƚĂŶĚĂƌĚƐ ŝŶĐůƵĚŝŶŐ ůŽĐĂů ĂŶĚ ƌĞŐŝŽŶĂů ƐƉĞĐŝĨŝĐĂƚŝŽŶƐ͕ĐŽĚĞƐ͕ƐƚĂŶĚĂƌĚƐ͕ƉƵďůŝĐĂƚŝŽŶƐ͕ƌĞŐƵůĂƚŝŽŶƐ͕ĂƉƉůŝĐĂďůĞƉĞƌŵŝƚƚŝŶŐĐƌŝƚĞƌŝĂĨƌŽŵ ůŽĐĂů͕ƐƚĂƚĞ͕ĂŶĚĨĞĚĞƌĂůĂŐĞŶĐŝĞƐ͕ƐƚĂŶĚĂƌĚĚƌĂǁŝŶŐƐĂŶĚƐƉĞĐŝĨŝĐĂƚŝŽŶƐŽĨƚŚĞůŽĐĂůĂŐĞŶĐŝĞƐ͕ĂŶĚ ƌĞůĂƚĞĚĚŽĐƵŵĞŶƚƐ͕ĂƐƌĞĨĞƌĞŶĐĞĚŝŶƚŚĞĐŽŶƚƌĂĐƚĚŽĐƵŵĞŶƚƐĂŶĚĂƐƌĞƋƵŝƌĞĚƚŽƉĞƌĨŽƌŵƚŚĞ ǁŽƌŬ͘  d^<ϭ͘ϴŽŶƐƚƌƵĐƚŝŽŶ/ŶƐƉĞĐƚŝŽŶ^ĞƌǀŝĐĞƐ ŽŶƐƵůƚĂŶƚǁŝůůďĞƌĞƐƉŽŶƐŝďůĞĨŽƌƚŚĞŽǀĞƌĂůůƋƵĂůŝƚLJĂƐƐƵƌĂŶĐĞŽĨƚŚĞƉƌŽũĞĐƚĂŶĚǁŽƌŬǁŝƚŚŝƚLJ ƐƚĂĨĨƌĞƐƉŽŶƐŝďůĞĨŽƌĐŽĚĞĐŽŵƉůŝĂŶĐĞ͘WƌŽǀŝĚĞĨƵůůƚŝŵĞŝŶƐƉĞĐƚŝŽŶƚŽĞŶƐƵƌĞƚŚĂƚƚŚĞŽŶƚƌĂĐƚŽƌΖƐ ǁŽƌŬŝƐĐŽŵƉůŝĂŶƚǁŝƚŚƚŚĞƉƌŽũĞĐƚĐƌŝƚĞƌŝŽŶ͘WƌĞƉĂƌĞĚĂŝůLJƌĞƉŽƌƚƐŽĨƚŚĞĐŽŶƐƚƌƵĐƚŝŽŶĂĐƚŝǀŝƚŝĞƐ ŝŶĐůƵĚŝŶŐ ǁĞĂƚŚĞƌ ĐŽŶĚŝƚŝŽŶƐ͕ ŽŶƚƌĂĐƚŽƌΖƐ ĞƋƵŝƉŵĞŶƚ ĂŶĚ ŵĂŶƉŽǁĞƌ͕ ǁŽƌŬ ƉĞƌĨŽƌŵĞĚ͕ ŵĂƚĞƌŝĂůƐƵƐĞĚ͕ƐŝƚĞǀŝƐŝƚŽƌƐ͕ĚĞůĂLJƐŝŶǁŽƌŬĂŶĚƌĞĂƐŽŶƐĨŽƌƚŚĞĚĞůĂLJƐ͕ĂŶĚĚĞĨŝĐŝĞŶĐŝĞƐ͘WƌĞƉĂƌĞ ĚĂŝůLJ ƌĞƉŽƌƚƐ ŽĨ ĚĞǀŝĂƚŝŽŶƐ ĂŶĚ ŶŽŶͲĐŽŶĨŽƌŵĂŶĐĞ ƚŽ ƉƌŽũĞĐƚ ĐƌŝƚĞƌŝŽŶ ĂŶĚ ƉƌŽǀŝĚĞ Ă ƚŝŵĞůLJ ƌĞƐƉŽŶƐĞ͘  ŽŽƌĚŝŶĂƚĞĂŶĚƐƵƉĞƌǀŝƐĞĐŝƚLJĐŽŶƚƌĂĐƚĞĚƐƉĞĐŝĂůŝŶƐƉĞĐƚŝŽŶƐĂƐƌĞƋƵŝƌĞĚĂŶĚĚŝƐĐƵƐƐǁŝƚŚƚŚĞ ŽŶƚƌĂĐƚŽƌĂƉƉƌŽƉƌŝĂƚĞƌĞǀŝƐŝŽŶƐƚŽƚŚĞŵĞƚŚŽĚƐĂŶĚƉƌŽĐĞĚƵƌĞƐƵƐĞĚŝŶƉĞƌĨŽƌŵŝŶŐƚŚĞǁŽƌŬ͘ dŚĞƐƉĞĐŝĂůŝŶƐƉĞĐƚŽƌƐŵĂLJŶŽƚĂƵƚŚŽƌŝnjĞĞdžƚƌĂǁŽƌŬŽƌĂƉƉƌŽǀĞŽĨǁŽƌŬƚŚĂƚĚĞǀŝĂƚĞƐĨƌŽŵƚŚĞ ƉƌŽũĞĐƚĐƌŝƚĞƌŝŽŶ͘  ŽŶƐƵůƚĂŶƚǁŝůůŝŶƐƉĞĐƚŵĂƚĞƌŝĂůƐĂƐƚŚĞLJĂƌƌŝǀĞŽŶƐŝƚĞĂŶĚǀĞƌŝĨLJƚŚĂƚĂůůŵĂƚĞƌŝĂůƐĂŶĚĞƋƵŝƉŵĞŶƚ ŵĞĞƚƉƌŽũĞĐƚĐƌŝƚĞƌŝĂƌĞƋƵŝƌĞŵĞŶƚƐĂŶĚĂƌĞƉƌŽƉĞƌůLJƐƚŽƌĞĚ͘dŚĞĐŽŶƐƵůƚĂŶƚǁŝůůŝŶƐƉĞĐƚƚŚĞƐŝƚĞ ĚĂŝůLJ͕ŝŶĐůƵĚŝŶŐĂŶLJƐŝƚĞDWŵĞĂƐƵƌĞƐ͕ŵĂŶĂŐĞƐƉĞĐŝĂůŝŶƐƉĞĐƚŽƌƐ͕ĂŶĚĐŽŽƌĚŝŶĂƚĞǁŝƚŚĂŶLJ ŐĞŽƚĞĐŚŶŝĐĂůĂŶĚŵĂƚĞƌŝĂůƚĞƐƚŝŶŐĐŽŶƐƵůƚĂŶƚƐĂŶĚďĞƌĞƐƉŽŶƐŝďůĞĨŽƌƚŚĞŽǀĞƌĂůůƋƵĂůŝƚLJĂƐƐƵƌĂŶĐĞ ŽĨƚŚĞƉƌŽũĞĐƚ͘  d^<ϭ͘ϵWƌŽŐƌĞƐƐWĂLJŵĞŶƚƐ ZĞǀŝĞǁƉƌŽũĞĐƚͲƌĞůĂƚĞĚŝŶǀŽŝĐĞƐĂŶĚƉƌŽŐƌĞƐƐƉĂLJŵĞŶƚƐ͘^ƵďŵŝƚĂůůŝŶǀŽŝĐĞƐƚŽƚŚĞŝƚLJΖƐWƌŽũĞĐƚ DĂŶĂŐĞƌǁŝƚŚĂƌĞĐŽŵŵĞŶĚĂƚŝŽŶƐƚĂƚŝŶŐƚŚĞƉƌŽƉĞƌĂŵŽƵŶƚĨŽƌƉĂLJŵĞŶƚ͘hƐĞƚŚĞ^ĐŚĞĚƵůĞŽĨ sĂůƵĞƐĂŶĚĂĐƚƵĂůƋƵĂŶƚŝƚŝĞƐĨŽƌƉĂLJŵĞŶƚƌĞƋƵĞƐƚƌĞǀŝĞǁƐ͘dŚĞŝƚLJǁŝůůƉƌŽǀŝĚĞĂĨŽƌŵĂƚĨŽƌ ŵŽŶƚŚůLJƉƌŽŐƌĞƐƐƉĂLJŵĞŶƚƐďĂƐĞĚŽŶƚŚĞŝĚ^ĐŚĞĚƵůĞŝŶƚŚĞĐŽŶƚƌĂĐƚ͘  PSA25-3654FAC; Exhibit "A" (cont'd) Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 27 of 39 d^<ϭ͘ϭϬŽŶƚƌĂĐƚŽƌΖƐůĂŝŵƐĂŶĚŚĂŶŐĞKƌĚĞƌƐ /ŶĂĐĐŽƌĚĂŶĐĞǁŝƚŚƚŚĞŝƚLJΖƐ^ƚĂŶĚĂƌĚWƵďůŝĐtŽƌŬƐŽŶƚƌĂĐƚĂŶĚ^ƵƉƉůĞŵĞŶƚĂůWƌŽǀŝƐŝŽŶƐ͕ ŝĚĞŶƚŝĨLJ͕ƉƌĞƉĂƌĞ͕ůŽŐ͕ĂŶĚŵŽŶŝƚŽƌĂůůŽŶƚƌĂĐƚŽƌŽƌŝƚLJŝŶŝƚŝĂƚĞĚĐůĂŝŵƐ͕ĐŚĂŶŐĞƐ͕ĞdžƚƌĂǁŽƌŬ͕ ĂŶĚĐŚĂŶŐĞŽƌĚĞƌƐ͘ƐƐŝƐƚƚŚĞŝƚLJΖƐWƌŽũĞĐƚDĂŶĂŐĞƌďLJǁŽƌŬŝŶŐƚŽŶĞŐŽƚŝĂƚĞĂůůĐůĂŝŵƐƚŽĂŶ ĂŐƌĞĞĚŽŶƚƌĂĐƚŽƌͬŽŶƐƵůƚĂŶƚͬŝƚLJĐŽŶĐůƵƐŝŽŶ͘^ƵďŵŝƚƌĞƐƵůƚĂŶƚĐŚĂŶŐĞŽƌĚĞƌƐƚŽƚŚĞŝƚLJĨŽƌ ĂƉƉƌŽǀĂů͘WƌĞƉĂƌĞĂƌĞƉŽƌƚƉƌŽǀŝĚŝŶŐƐƚĂƚĞŵĞŶƚŽĨĐůĂŝŵ͕ĞdžƚƌĂǁŽƌŬ͕ŽƌĐŚĂŶŐĞ͖ďĂĐŬŐƌŽƵŶĚ ůĞĂĚŝŶŐƚŽŝƐƐƵĞ͖ƌĞƐŽůƵƚŝŽŶĂůƚĞƌŶĂƚŝǀĞƐ͖ĂŶĚƌĞƐŽůƵƚŝŽŶƌĞĐŽŵŵĞŶĚĂƚŝŽŶĨŽƌĂĐƚŝŽŶďLJƚŚĞŝƚLJ͘ WƌĞƉĂƌĞ ǁƌŝƚƚĞŶ ũƵƐƚŝĨŝĐĂƚŝŽŶ ĂŶĚ ŝŶĚĞƉĞŶĚĞŶƚ ĐŽƐƚ ĞƐƚŝŵĂƚĞƐ ĨŽƌ ĞĂĐŚ ĐŚĂŶŐĞ ŽƌĚĞƌ ĂĨƚĞƌ ŶĞŐŽƚŝĂƚŝŶŐĐŽƐƚƐǁŝƚŚƚŚĞŽŶƚƌĂĐƚŽƌ͘WƌĞƉĂƌĞĐůĂŝŵƐ͕ĞdžƚƌĂǁŽƌŬ͕ĂŶĚĐŚĂŶŐĞŽƌĚĞƌƐƚŚĂƚƌĞƋƵŝƌĞ ĚĞƐŝŐŶĐƌŝƚĞƌŝĂŵŽĚŝĨŝĐĂƚŝŽŶƐŽƌĐůĂƌŝĨŝĐĂƚŝŽŶƐ͕ŝŶĐůƵĚŝŶŐƌĞǀŝƐŝŽŶƐƚŽƚŚĞĚƌĂǁŝŶŐƐ͕ĚĞƚĂŝůƐ͕ĂŶĚ ƐƉĞĐŝĨŝĐĂƚŝŽŶƐ͘  WƌŽǀŝĚĞƚŚĞůĞĂĚƌŽůĞĂŶĚƐƵƉƉŽƌƚƚŽƚŚĞŝƚLJŝŶƌĞƐŽůǀŝŶŐĐůĂŝŵƐĂŶĚĚŝƐƉƵƚĞƐ͘dŚŝƐƐŚĂůůŝŶĐůƵĚĞ ǁƌŝƚƚĞŶƌĞƐƉŽŶƐĞƐƚŽŽŶƚƌĂĐƚŽƌƐĂŶĚƉƌŝǀĂƚĞƉĂƌƚŝĞƐ͕ŐŝǀŝŶŐĚĞƉŽƐŝƚŝŽŶƐ͕ĂƐƐŝƐƚŝŶŐǁŝƚŚĂƌďŝƚƌĂƚŝŽŶ ĂŶĚůŝƚŝŐĂƚŝŽŶ͕ƐĞƌǀŝŶŐĂƐĂŶĞdžƉĞƌƚǁŝƚŶĞƐƐ͕ŝŶǀĞƐƚŝŐĂƚŝŶŐĐůĂŝŵƐĨŽƌĚĂŵĂŐĞƐďLJƉƌŝǀĂƚĞƐŽƵƌĐĞƐ͕ ĚĞƐŝŐŶƐĞƌǀŝĐĞƐĨŽƌƌĞƉůĂĐĞŵĞŶƚŽĨĚĂŵĂŐĞĚǁŽƌŬ͕ĂŶĚƐĞƌǀŝĐĞƐŵĂĚĞŶĞĐĞƐƐĂƌLJďLJŽŶƚƌĂĐƚŽƌ ĚĞĨĂƵůƚ͘  d^<Ϯ͗WƌŽũĞĐƚůŽƐĞŽƵƚ WƌĞƉĂƌĞĚĞƚĂŝůĞĚƉƌŽũĞĐƚƉƵŶĐŚůŝƐƚƐĂƚĐůŽƐĞŽƵƚŽĨƚŚĞƉƌŽũĞĐƚ͘hƉŽŶĐŽƌƌĞĐƚŝŽŶŽĨĚĞĨŝĐŝĞŶĐŝĞƐ͕ ƐĐŚĞĚƵůĞ͕ĐŽŽƌĚŝŶĂƚĞ͕ĂŶĚĐŽŶĚƵĐƚĂĨŝŶĂůǁĂůŬͲƚŚƌŽƵŐŚƉƌŝŽƌƚŽƚŚĞĂĐĐĞƉƚĂŶĐĞŽĨǁŽƌŬǁŝƚŚƚŚĞ ŝƚLJ͘sĞƌŝĨLJǁŽƌŬ͕ƚĞƐƚŝŶŐ͕ĐůĞĂŶƵƉĂŶĚĚĞŵŽďŝůŝnjĂƚŝŽŶŝƐĐŽŵƉůĞƚĞ͘dǁŽǁŽƌŬŝŶŐĚĂLJƐĂĨƚĞƌĨŝŶĂů ǁĂůŬͲƚŚƌŽƵŐŚ͕ĐŚĞĐŬĂŶĚƐƵďŵŝƚĨŝŶĂůƉĂLJŵĞŶƚƌĞƋƵĞƐƚƐ͘ZĞǀŝĞǁĂŶĚĐĞƌƚŝĨLJƚŚĂƚƚŚĞŽŶƚƌĂĐƚŽƌΖƐ ƉƌŽũĞĐƚƌĞĐŽƌĚĚƌĂǁŝŶŐƐĂŶĚŽƉĞƌĂƚŝŽŶͬŵĂŝŶƚĞŶĂŶĐĞŵĂŶƵĂůƐĂƌĞĐŽŵƉůĞƚĞĂŶĚĂĐĐƵƌĂƚĞ͘     PSA25-3654FAC; Exhibit "A" (cont'd) Docusign Envelope ID: E9B60834-741A-447C-AF39-6D51E46B081C Jan. 14, 2025 Item #5 Page 28 of 39 Exhibit 3 Jan. 14, 2025 Item #5 Page 29 of 39 Jan. 14, 2025 Item #5 Page 30 of 39 Jan. 14, 2025 Item #5 Page 31 of 39 Jan. 14, 2025 Item #5 Page 32 of 39 Jan. 14, 2025 Item #5 Page 33 of 39 Jan. 14, 2025 Item #5 Page 34 of 39 Jan. 14, 2025 Item #5 Page 35 of 39 Jan. 14, 2025 Item #5 Page 36 of 39 Brad Edwards President Edwards Construction Group 991 Bennett Ave Arroyo Grande, CA 93421 December 23, 2024 Via Electronic Mail Ms. Janean Hawney Public Works/Contract Administrator City of Carlsbad 1635 Faraday Ave Carlsbad, CA 92008 Project: Monroe Street Pool Replacement, Project No. 4274 PWS25-3494FAC RE: Rebuttal to Protest Letter from Construct 1 One Corp. Ms. Janean Hawney: The purpose of this letter is to rebut the protest Letter sent forth by Law offices of Timothy P. Creyaufmiller representing Construct 1 One Corp. to award the above- mentioned project to them. On December 23, 2024, Edwards Construction Group Inc. received notification from the City of Carlsbad of a bid protest against Edwards for the Monroe Street Pool Replacement Project, Project No. 4274 PWS25-3494FAC. In review of the protest letter, Edwards believes they are in full compliance with both the Public Contract Code and California State License Board licensing requirements for the reasons stated below. The bid should continue to be awarded to Edwards Construction Group Inc.(“ECG”) because ECG was the lowest responsive bidder on the Project and therefore the protest from Construct 1 One Corp. must be set aside. I.The Relevant Law It is a basic rule of competitive bidding that bids must conform to the specifications, and if a bid does not so conform, it may not be accepted. (Valley Crest Landscape, Inc. v. City of Davis (1996) 41 Cal.App.4th 1432, 1440.) If there is a variance in the contractor's bid which affects the amount of the bid or gives a bidder an advantage or benefit not allowed another bidder, it renders the bid invalid. (Konica Business Machines U.S.A. v. The Regents of the University of California (1988) 206 Cal.App.3d 449.) As the court stated in Konica, "The purpose of requiring governmental entities to conduct competitive bidding is to eliminate favoritism, fraud, and corruption; avoid misuse of public funds; and stimulate advantageous marketplace competition. (Id. at 456.) Usually, whether a bid is responsive can be determined from the face of the bid without outside investigation or information. (Valley Crest Landscape, Inc. v. City Council of the City of Davis, 41 Cal.App.4th 1432 (1996).) Exhibit 4 Jan. 14, 2025 Item #5 Page 37 of 39 In making a determination whether to accept a bid that does not strictly comply with bidding requirements the public entity must consider that the public bidding laws and requirements were adopted by the Legislature for the benefit of the public and the public agencies. Compliance considerations must be viewed in light of the public interest. (MCM Construction, Inc. v. City and County of San Francisco (1998) , 66 Cal. App. 4th 359. It is adverse to the best interests of the public to ignore the requirements of the bidding rules and documents when such rules are not minor technicalities. Judson Pacific-Murphy Corp. v. Durkee, (1956) 144 Cal. App. 2d 377, 383; see also Cypress Security, 184 Cal. App. 4th at 1018. Construct 1 states that ECG did not list a subcontractor for the structural steel portion of work and that in not listing a subcontractor this would give us an unfair advantage. ECG did not list the structural steel sub because it was not required for us to list a trade either self-performing or subcontracting under minimum list per Public Contract Code 4104. We are well within the law to not list vendors who are only doing fabrication portions of work. We plan on complying with the law and will not use a subcontractor to install the structural steel portion that isn’t less than .5%. Construct 1 claim is invalid and is only based on their own pricing received. In this instance and as explained below, ECG's bid was not unresponsive. ECG filled out the bid forms completely. ECG complied with all instructions relating to the Bid Proposal and provided a complete application. Moreover, not only was ECG's bid not unresponsive, but through the Bid Proposal ECG established that they were a responsible bidder. Thus, Construct 1 claim that the project be awarded to them must be set aside and continue to be awarded to ECG as the lowest responsible bidder. II. ECG's Bid Was Not Unresponsive It is further well established that a bid which substantially conforms to a call for bids may, though it is not strictly responsive, be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders." (See Ghilotti Construction Co. v. City of Richmond (1996) 45 Cal.App.4th 897 quoting 47 Ops.Cal.Atty.Gen.129). Here, ECG completed in its entirety all sections of the bid in accordance with the instructions and submitted all required information to the City at bid time. We did not try and change our bid after the fact and therefore they cannot claim that we were given an unfair advantage in bidding. All the statements seem to be speculation on what we as a company might do. Construct 1 claims are baseless and start false claims of what we may try after being awarded the project. Construct 1 also claims that if we intend to self-perform the structural steel, we do not hold the appropriate license classification. Again, this statement is false and does not hold merit. We do have a “B” license classification and can self-perform work as long as we are self-performing two unrelated trades. Please see below from contractor state license board on what a B License can perform. Business & Professional Code Division 3, Chapter 9. Contractors, Article 4. Classifications Jan. 14, 2025 Item #5 Page 38 of 39 (b) A general building contractor may take a prime contract or a subcontract for a framing or carpentry project. However, a general building contractor shall not take a prime contract for any project involving trades other than framing or carpentry unless the prime contract requires at least two unrelated building trades or crafts other than framing or carpentry, or unless the general building contractor holds the appropriate license classification or subcontracts with an appropriately licensed specialty contractor to perform the work. If ECG elects to perform more than two unrelated trades, we are within the law to perform the structural steel portion of work on this project. As long as we perform 2 other trades that are not framing, we would be able to self-perform. Finally, in accordance with Instructions to Bidders, Responsive Bid Proposal, a responsive bid proposal means a Bid Proposal which conforms in all material respects, to the Bid and Contract Documents. Here, ECG's bid is unequivocally responsive because ECG included all required Bid Documentation, as requested. Since ECG's bid was low and is responsive, the only basis upon which the City could arguably not award the bid to ECG was to determine, subjectively, that ECG was not a responsible bidder. It is clear that ECG's bid was and is the lowest responsive bid to be received by the City and on that basis alone, the City, as a matter of law, should award the Project to ECG. Conclusion A bid is responsive if it promises to do what the bidding instructions demand. A bidder is responsible if it can perform the contract as promised. Here, based on the foregoing, ECG has identified herein two separate bases upon which the City must find ECG's bid to be the lowest responsible bidder. Therefore, the City cannot award the Project to Construct 1. Construct 1 claims are baseless and false and cannot provide any evidence that ECG cannot subcontract is under minimum list or decides to self-perform. ECG more than meets this requirement of work force, ability to execute work, and to address warranty obligations. ECG currently employs over 80 full-time employees, self-performing all major trade work, including surveying, earthwork, site and structural concrete, utilities, rough framing, structural steel, along with others within the public works sector and has always successfully completed our projects, never having been assessed liquidated damages or penalties. ECG was the lowest responsible bidder on the Project and provided a responsive bid with a competitive price. ECG asks that the City reject Construct 1 claim and award the Project contract to ECG. Sincerely, Brad Edwards President, Edwards Construction Group, Inc. Jan. 14, 2025 Item #5 Page 39 of 39