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