Loading...
Granite Construction Company April 2, 2025 Granite Construction Company 38000 Monroe Street Indio, CA 92203 SUBJECT: BID BOND RELEASE – PROJECT NO. 2024-05 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS To Whom It May Concern: Thank you for submitting your proposal for the above referenced project. The La Quinta City Council, at its regular meeting of April 1, 2025, awarded the contract to the lowest responsive bidder, CT&T Concrete Paving Inc. The above-mentioned original Bid Bond, which accompanied your proposal, is enclosed. Your interest in working with the City of La Quinta is greatly appreciated, and we hope that you will accept future opportunities to bid on other city projects. Sincerely, Olivia Rodriguez, Acting Deputy City Clerk City Clerk’s Office Enclosure c: Travelers Casualty and Surety Company of America File taa�r(jj al II ORM % BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS CITY OF LA QUINTA, CALIFORNIA PREPARED FOR: CITY OF LA QUINTA DEPARTMENT OF DESIGN & DEVELOPMENT 78-495 CALLE TAMPICO LA QUINTA, CA 92253 (760) 777-7000 APPROVED BY: DATE: 3/5/2025 BRYAN McKINNEY, P.E. PUBLIC WORKS DIRECTOR/ CITY ENGINEER R.C.E. No. 49418 Exp Date: 09/30/2026 March 2025 SECTION 1200 BID DATE: 03/26/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions 1290 B-4 Certification of Bidder Regarding Non -Segregated Facilities (Required for all Projects) 1290 B-7 Bidder's Certification on Federal Contract Requirements (Required for all Projects) 1290 B-8 Questionnaire Regarding Bidders (Required for all Projects) 1290 B-9 List of Subcontractors and Suppliers (Required for all Projects) We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # One (1) Bid Date Received 03/18/2025 Initials 1200-1 ta Quiaa - ( Al IPORNIA ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: March 18, 2025 SUBJECT: Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ PROJECT BID DOCUMENTS Section 1300 Sheet 1300-6, Subsection 14.0, Replace the Wage Determination with the following: As Reads: General Decision Number. CA20250025 Modification Number. 4 Date: 02-21-2025 Is Amended to Read — General Decision Number: CA20250025 Modification Number: 5 Date: 02-28-2025 Section 1550 Sheet 1550-2, Replace the Wage Determination with the following: As Reads: 4. B-2 Federal Prevailing Wage Decision (CA20250025 Mod. _4_ ) Is Amended to Read: 4. B-2 Federal Prevailing Wage Decision (CA20250025_ Mod. _5_ ) 4 ;Ara -CALIFORNIA - Sheet 1550-19, Replace the Wage Determination with the following: As Reads: (CA20250025 Mod. _4_) Is Amended to Read: (CA20250025_ Mod. _5_) Sheet 1550-20, Replace the Wage Determination with attached General Decision Number: Section 1550 `Federal Prevailing Wage Decision' is replaced with the attached Section dated 02-28-2025. The Contractor is hereby notified; Addendum No. 1 must be acknowledged as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive. " APPROVED: odbaiddrAy4riIar 21, 2025 10:04 PDT: Ubaldo Ayon, Assistant Construction Manager Attachments: • Updated Federal Wage Rates END OF ADDENDUM NUMBER 1 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Granite Construction Company Name of Bidder (760) 775-7500 Bidder's Telephone Number If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Granite Construction Company Name of Bidder 38000 Monroe Street, Indio, CA 92203 Bidder's Address Contractor's License No. California State of Incorporation (760) 775-7500 Bidder's Telephone Number DC R.estimating(d-)gcinc.com Bidder's Email Address 05/31 /2025 Contractor's Expiration Date Kelli Osborn Signaftoof Bidder Witness Joseph P. Richardson Printed Name of Signatory Regional Chief Estimator Title of Signatory Estimating Assistant Title of Witness JRUCT�''�. =w c14: A L :o= H : 4. IW2 Bid 1200-2 GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2025 through December 31, 2025, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2025 through December 31, 2025, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company in excess of $75 million, relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that, effective January 1, 2025 through December 31, 2025, the individuals named on the attached Exhibit 1 and Exhibit 2 are authorized to negotiate, execute and/or attest electronic and paper construction contract documents prepared and submitted on behalf of the Company relating to domestic construction projects arising out of the Company's operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with applicable policies, procedures, and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"), do hereby certify that the following is a true and correct copy of resolutions duly adopted effective January 1, 2025 by a Unanimous Written Consent of the Board of Directors in accordance with the provisions of Article I1I, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolutions adopted have not been repealed and are still in full force and effect: 0►M 1111i,, ���S�RUCr��•. Dated: January 1, 2025 J - JW= 01Ci �Poigq;K% �` SEAL `" M.0 gHall -H 4.I� ice= EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company Desert Cities Region AUTHORIZED SIGNERS Bill Moore, VP Desert Cities Region Ian Firth, District VP Joseph P. Richardson, Regional Chief Estimator Rudy Barela, Sr. Operations Finance Manager Mum Mustafa, Project Executive Todd Besant, Project Executive Andrew Bray, Construction Manager Sara Hayes, Senior Estimator ATTESTORS Bill Moore, VP Desert Cities Region Ian Firth, District VP Joseph P. Richardson, Regional Chief Estimator Rudy Barela, Sr. Operations Finance Manager Muin Mustafa, Project Executive Todd Besant, Project Executive Andrew Bray, Construction Manager Sara Hayes, Senior Estimator Kelli Osborn, Estimating Assistant EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company AUTHORIZED SIGNERS Kyle T. Larkin, President & CEO Staci M. Woolsey, Executive Vice President James A. Radich, Executive Vice President & Chief Operating Officer Brian R. Dowd, Senior Vice President Michael G. Tatusko, Senior Vice President Bradley J. Williams, Senior Vice President Bradley J. Estes, Senior Vice President Contractor Information Legal Entity Name GRANITE CONSTRUCTION COMPANY Legal Entity Type Corporation Status Active Registration Number 1000000085 Registration effective date 7/1/2022 Registration expiration date 6/30/2025 Mailing Address PO BOX 50085, ATTN: LEGAL DPT. WATSONVILLE 95077 ... Physical Address 585 WEST BEACH STREET WATSONVILLE 95076 CA Unite... Email Address Trade Name/DBA License Number(s) CSLB:89 CSLB:89 Legal Entity Information Corporation Number: Federal Employment Identification Number: President Name: Kyle Larkin Vice President Name: Treasurer Name: Secretary Name: M. Craig Hall CEO Name: Agent of Service Name: C T Corporation System Agent of Service Mailing Address: 330 N BRAND BLVD, STE 700 GLENDALE 91203-2336 CA United States of America Workers Compensation Do you lease employees No through Professional Employer Organization (PEO)?: Registration History Effective Date Expiration Date 5/29/2018 6/30/2019 5/10/2017 6/30/2018 6/14/2016 6/30/2017 6/8/2015 6/30/2016 7/2/2014 6/30/2015 7/1/2019 6/30/2022 7/1/2022 6/30/2025 Please provide your current workers compensation insurance information below: PEO PEO PEO PEO InformationName Phone Email Insured by Carrier Policy Holder Name:GRANITE CONSTRUCTION COMPANYInsurance Carrier: ALLIANT INSURANCE SERVICES, INC.Policy Number:WC 274978630Inception date: 10/1/2017Expiration Date:10/1/2023 I ` �.ry 1��. �YT � J .ram+`•� �yti. �?:M• / d fir= ��:.ar 1® ` �•rDsl! _ pebfl , s s �, .t • � .� s •� J •.�`�`.,-� ` � � • • . i/,'�+•"ice I a ^�' � • 1. :.- �-" J 1s /y 1 • f®mom Jr � sr IJ im a'� � • f • « 4 � ��oa �� 16 PI...w � • 1 1 � �cei�c 1 IP®.a �- � I qwm• ,Q�v� ' + • • �YtaO yam. ` I •p lim • • • '�^aiDP IYDD. • m6 _ 1 ID • ;a,46-rr♦ ~�i J faye� I� m• 1 � 1• i,'T ``_ :'yea �'�'�j,. ,,r � � "• ' : '.p?�•y4' � � .i. Cam; 4i_�:'�:-I.� '. ," ; , G a +.Yi. � ;,,�- tii. J� �a J '1 . _ '� � •�4y` ' + - >o..E" 1rA" • % r �J�+' r ��'s;`..1'\ti. r`•�-'`s��,., L � 'fix ti � ) 1`i'+P'f, /1// 1� �1�P� �• Flu �� .bed elf ������4�� tll �Itr f MoP el����t�l� rl�:' �i I fl "/����� 1 `e1 Yp fie'+����ill� 'WI d ar •b A' I ����fl:i��- P�/�,� �.`::�.,, ,Da�������lGi�14{�a{yr s��,�Pp�a�Alli�64ti�4fre ��•�li�.�ikit��` tlr �` �al'a,�all.k4y1�t1���'�:�r��iRi:�a®iti`aY:r-4.�e+�1��ss�a1Y1�{I!i°r ,.1 f' ..�.fl. t:� SECTION 1210 BID SCHEDULE PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all additive alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 BASE BID — CITYWIDE MISC. ADA IMPROVEMENTS — NAVARRO PLAZA Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ 15,000.00 $ 15,000.00 2 Traffic Control 1 LS $ 5,000.00 $ 5,000.00 3 Dust Control 1 LS $ 9,500.00 $ 9,500.00 4 Earthwork 1 EA $ 45,000.00 $ 45,000.00 5 Sawcut, Remove, and Dispose of 20 LF $ 45.00 $ 900.00 Existing Curb 6 Sawcut, Remove, and Dispose of 855 SF $ 18.00 $ 15,390.00 Existing Sidewalk and Ram 7 Construct Sidewalk per City of La 845 SF $ 20.00 $ 16,900.00 Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per 8 City of La Quinta Std. No. 250 Mod. 1 EA $ 2,000.00 $ 2,000.00 per Plan, Case B (Including Curb along Ram Full Depth Grind Asphalt Concrete 9 Pavement (3" ), Compact Existing 35 SF $ 400.00 $ 14,000.00 Base, and Variable Overlay (3 — 4" Grade Parkway, Remove, Modify, 10 and Replace Landscape, 1 LS $ 30,425.00 $ 30,425.00 Hardscape, and Irrigation in Kind to Furthest Extent Possible 11 Signing and Striping, Including All 1 LS $ 3,000.00 $ 3,000.00 Incidentals Total Amount of Bid Items 1 —11 $ 157,115.00 Bid Schedule 1210-2 City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 — AVENIDA LA FONDA SPEED TABLES Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ 500.00 $ 500.00 2 Traffic Control 1 LS $ 12,000.00 $ 12,000.00 3 Dust Control 1 LS $ 500.00 $ 500.00 4 Sawcut, Remove, and Dispose of 90 LF $ 28.00 $ 2,520.00 ExistingCurb; and/or Curb & Gutter 5 Sawcut, Remove, and Dispose of 785 SF $ 7.00 $ 5,495.00 ExistingRam and Pavers 6 Construct Sidewalk per City of La 450 SF $ 27.00 $ 12,150.00 Quinta Std. No. 240 Mod. Remove and Dispose of Existing 7 Roadway Section to Depth 750 SF $ 11.00 $ 8,250.00 Required 8 Construct 5.5" Asphalt Concrete 460 SF $ 37.00 $ 17,020.00 over 6.5" Aggregate Base Construct Two (2) Concrete Speed 9 Tables (Including All Concrete 1 LS $ 13,000.00 $ 13,000.00 Work, Aggregate Base, Grading, Rebar, and Conduit Furnish and Install Truncated Dome 10 Concrete Tile per City of La Quinta 75 SF $ 50.00 $ 3,750.00 Std. 250 Mod. Remove, Regrade, and Reset 11 Sidewalk Pavers Per City of La 275 SF $ 92.00 $ 25,300.00 Quinta Std. 206 Salvage to City Existing Pull Box 12 and Furnish and Install New No. 6 1 EA $ 2,200.00 $ 2,200.00 Pull Box per Caltrans Std. Plan ES- 8A Grade Parkway, Remove, Modify, 13 and Replace Landscape, 1 LS $ 7,700.00 $ 7,700.00 Hardscape, and Irrigation in Kind to Furthest Extent Possible 14 Signing and Striping, Including All 1 LS $ 4,500.00 $ 4,500.00 Incidentals Total Amount of Additive Alternate Bid Items 1 —14 $ 114,885.00 Bid Schedule 1210-3 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): 272,000.00 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): Two Hundred Seventy Two Thousand Dollars and Zero Cents Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. , Joseph P. Richardson, Regional Chief Estimator Granite Construction Company (760) 775-7500 DCR.estimating@gcinc.com Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address � V: r = w ; � KAL t o = Jars 4.1222 � .N.t�oa.. Bid Schedule 1210-4 SECTION 1220 Granite Construction Company BID GUARANTY BOND Travelers Casualty and Surety PRINCIPAL, Aand Company of America , as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS NOW, THEREFORE, if the 'aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 20th day of March , 2025. Granite Construction Company Regional Chief Estimator Title of Signatory Joseph P. Richardson SiVature of Principal 38000 Monroe Street Indio, CA92203 �* Address ''•. " ao • M� ` .�Mblano�J���� Travelers Casualty and Surety Company of America �rnuunpaq, SURF, �,P ,...... �a° HARTFORD, rONN. :o E 1 Tower Square Hartford, CT 06183rrr Address Isabel Barron, Attorney -In -Fact Title of Signatory Signature of Surety Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside ) On March 25, 2025 before me, Kelli Osborn, Notary Public (insert name and title of the officer) personally appeared Joseph Pasquale Richardson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) KELLIOSBORN *my Notary Public - CaliforniaRiverside County f.Commission # 2477830 Comm. Expires Dec 29, 2027 A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Santa Cruz On March 20, 2025 before me, Maria Gomez, Notary Public (insert name and title of the officer) personally appeared Isabel Barron who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Maria Gomez, Notary Public MARIA GOMEZ COMM. #2414077 z o� Notary Public - California o Santa Cruz County M �' MX Comm. Expires Se . 24, 2026 Travelers Casualty and Surety Company of America A11111111111h� Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Isabel Barron of WATSONVILLE , California , their true and lawful Attorney (s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ���riy� 6J'�YY ANpo n � N �,- ;` CORN State of Connecticut By: City of Hartford ss. Robert L. Raney4tenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. `* a ' NOTARY i My Commission expires the 30th day of June, 2026 r* ws '3 rua is i /�t4 M Anna P. Nowik, Notary Public OA51rec�'� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and �Wn21u'eMIJ of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any su r and certified b such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with �. Y 9 9 P Y ,��� , •to' any r1 •c��'�,� understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the a�_*19A14TMR13, a Z true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. = V' CONN. : O Dated this March 20, 2025 A WNItiO. f HARTFFORD, s f slAi Kevin E. Hughes, Assiltant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -fact and the details of the bond to which this Power ofAttorney is attached. SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. Project Name: 2023 Palm Springs Overlay Owner: City of Palm Springs Construction Cost: $ 6,880,664 Construction Time: Owner's Representative: Owner's Telephone No.: 100 Working Days Joel Montalvo (760) 322-8339 Date of Substantial Completion: May 2023 2. Project Name: Calendar Days Avenue 50 & 52 Pavement Rehabilitation Owner: City of La Quinta Construction Cost: $ 2,556,938 Construction Time: 40 Workinci D Owner's Representative: Ubaldo Ayon Owner's Telephone No.: (760) 275-2789 Date of Substantial Completion: December 2023 Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Fred Waring Drive Pavement Rehabilitation Owner: City of La Quinta Construction Cost: $ 2,226,142 Construction Time: 20 Working Days Calendar Days Owner's Representative: Ubaldo Ayon Owner's Telephone No.: (760) 275-2789 Date of Substantial Completion: December 2023 4. Project Name: Citywide Paving Projects Owner: City of Cathedral City Construction Cost: $ 478,380 Construction Time: 60 Working Days Calendar Days Owner's Representative: Andres Perez Owner's Telephone No.: (760) 770-0349 Date of Substantial Completion: November 2023 Signed this 26 day of Granite Construction Company Name of Bidder C� Signattfe of Bidder Joseph P. Richardson Printed Name of Bidder March 2025. 89 Contractor's License No 1000000085 DIR Reg No. 05/31 /2025 Expiration Date Regional Chief Estimator 01�,,,it��Il/1 Title of Signatory � .�S� R UCTj "�. :(1► jAJ !-' f i An 4,1>i22 ? � /F O\A•'rC�`��� Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Interstate Striping, Inc. / Fontana, CA / Signing & Striping / 2.8% / 1087140 / 1000866044 Joseph P. Richardson Regional Chief Estimator %�011111'r111, (� �.`��S�RUDT�p''., Si ture of Bidder GO �J�o�TF''? == w; C� �o- _ " I. ,lat 4, 1922 � Granite Construction Company ;ydd;c'?tiFOR`��•'� �� Name of Bidder �i * `�� Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of Riverside ) Joseph P. Richardson , being first duly sworn, deposes and say that he or she is Regional Chief Estimator of Granite Construction Company , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 4ZJoseph P. Richardson Signayjre Granite Construction Company Name of Bidder Regional Chief Estimator Title 03/25/2025 Date Non -Collusion Affidavit ** See Attached Jurat 1250-1 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 25 day of March , 20 25 , by -------------------------- Joseph Pasquale Richardson -------------------------- , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. @D'�,8--`My KELLIOSBORN Notary Public - California Riverside County > Commission # 2477830 Comm. Expires Dec 29, 2027 r (Seal) Signature SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Granite Construction Company Address: 38000 Monroe Street Zip: 92203 City: Indio ST: CA Project Manager: Andy Bray Email: DCR.estimating@gcinc.com Phone: (760) 775-7500 CSLB/Certification Number: 89 Public Works Registration No.: 1000000085 Classification: Asbestos Boilermaker Bricklayers Carpenter X Carpet/Linoleum Cement Masons X Drywall Finisher Drywall/Lathers Electricians_ Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights Operating Eng X Painters Pile Drivers Pipe Trades Plasterers - Roofer SheetMetal Sound/Com Surveyor Teamster X Tile Worker, Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at- http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.htmi. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 Exhibit B4 Required Bid Form CERTIFICATION OF BIDDER REGARDING NONSEGREGATED FACILITIES Project Name: Citywide Misc ADA Improvements Name of Bidder: Granite Construction Company The above named Bidder hereby certifies that: I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, wash rooms, restaurants and other eating areas, time clocks, locker rooms or other dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, or because of habits, local customs, or otherwise. I further agree to obtain identical certifications from all proposed subcontractors prior to the award of subcontracts exceeding $10,000. Signature: V Name (Print): Joseph P. Richardson Title: Regional Chief Estimator Date: 03/26/2025 CDBG Required Bid Form 1290-1 BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS Project Name: Citywide Misc ADA Improvements Bid/Solicitation #: CERTIFICATION: 2024-05 Exhibit B-7 Required Bid Form I hereby certify that I have reviewed and understand the diversified Federal construction contract related requirements imposed on the Contractor(s) of HUD - funded construction projects, including but not limited to the following: 1. The subject project is being financed with Community Development Block Grant funds (24 CFR Part 570); and 2. This project and all related construction contracts are subject to the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010 — revised 10/2023); and 3. This project is subject to all applicable laws and regulations as listed in the General Summary of these Special Federal Provisions; and 4. If my bid is $200,000 or more, this project and all related contracts will be subject to Section 3 requirements (12 U.S.C.1701 u); and 5. If the project is $250,000 or more, this project and all related contracts will be subject to comply with the requirements of the Build America, Buy America (BABA) Act (41 USC 8301). CONTRACTOR'S NAME: Granite Construction Company CONTRACTOR'S LICENSE NO.: 89 ADDRESS: 38000 Monroe Street, Indio,CA 92203 AUTHORIZED REPRESENTATIVE: Joseph P. Richardson, Regional Chief Estimator SIGNATURE: /� (Print Name) ..1ti►1i11,. DATE: CDBG Required Bid Form 3/26/2025 ,V • W SF %. o - i JWL 4.1922 3 �*l1%````` 1290-2 Exhibit B-8 Required Bid Form QUESTIONNAIRE REGARDING BIDDERS Bidder has been engaged in the contracting business under the present name of Granite Construction Company , since 01/04/1922 (Date). Present business address is: 38000 Monroe Street, Indio, CA 92203 Federal Tax ID: 94-0519552 Amount of Bid $ 272,000.00 California Contractor's License No UEI Number: VAYJNMM2KBE5 89 Expiration Date: 05/31/2025 or CAGE Code: 1 X910 Because this project is Federally funded, it is necessary to obtain information concerning minority and other group participation for statistical purposes. The U.S. Department of Housing and Urban Development (HUD) uses this information to determine the degree to which its programs are being utilized by minority business enterprises and targeted group contractors. A minority enterprise is defined by the Federal Government as a business that is fifty- one percent (51%) or more "minority -owned". Please check applicable box concerning the ownership of your business: ❑ American Indian or Native Alaskan ❑ Asian or Pacific Islander/Native Hawaiian ❑ Black/African American ❑ Hispanic ❑ White ❑ Hasidic Jews M Other Wholly Owned Subsidiary of Granite Construction Incorporated A woman -owned enterprise is defined by the Federal Government as a business that is fifty -percent (51 %) or more woman -owned. Please check applicable box concerning the ownership of your business: ❑ Woman/Female owned ❑ Male owned N/A A Section 3 Contractor or Subcontractor is a business concern that is more than fifty- one percent (51 %) owned by a low or very low-income person, or over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers. Please check the applicable box concerning the ownership of your business: ❑ Section 3 Business concern 1A Non -Section 3 Business concern The United States Department of Housing and Urban Development (HUD) is authorized to solicit the information requested in this form by virtue of Title 12, United States Code, Section 1701 et seq., and other regulations. It will not be disclosed or released outside of HUD without your consent, except as required or permitted by law. CDBG Required Bid Form 1290-3 Exhibit B-9 Required Bid Form LIST OF SUBCONTRACTORS SUBCONTRACTOR FED. I.D.# AMOUNT ADDRESS/PHONE NO. Interstate Striping, Inc. 87-3211537 $7,500.00 9784 Poplar Ave Fontana, CA 92335 (909) 774-9803 NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT Granite Construction Company 38000 Monroe Street $1,600.00 Indio, CA 92203 (760) 775-7500 Hi -Grade Materials 38050 Monroe Street $6,249.00 Indio, CA 92203 (760) 244-9325 This form is to be completed and submitted with the bid package. CDBG Required Bid Form 1290-4 SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) Granite Construction Company 94-0519552 By (Authorized Signature) / `�� �ottiPoirjl oy = (/Wt Ci�L10= Printed Name and Title of Pe n Signing Date Executed •-o Joseph P. Richardson, Regional Chief Estimator P 9 03/26/2025 •M*011`�� Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) By (Authorized Signature) Printed Name and Title Federal ID Number Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Sanctions Certification 1280-1