Loading...
Granite Construction Companyta Qwfr 11 illlk"l BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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: 4&" A4`� 3/5/2025 BRYAN McKINNEY, P.E. PUBLIC WORKS DIRECTOR/ CITY ENGINEER MARCH 2O25 R.C.E. No. 49418 Exp Date: 09/30/2026 SECTION 1200 BID DATE: 03/27/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, 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 Federal Requirements Forms for Federal -Aid Construction Projects (The DBE and subcontractor listings are to be submitted by the 5th calendar day after bid openings all bidders) 1280 Iran Contracting Act of 2010 1290 Russian Aggression Against Ukraine Sanctions 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 Date Received 03/18/2025 Initials 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 Bid 1200-1 W ��NNW (AlIFORNIA ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: March 18, 2025 SUBJECT: Project No. 2022-25, Highway 111 Resurfacing Project 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 SPECIFICATIONS Section 1210: Section 1210 is replaced; the following is a summary of the changes: • Base Bid Schedule has the following changes: o Item 3 description changed from "Dust Control" to "Dust Control/SWPPP" Section 4000: Sheet 4000-2, Section 4: Dust Control. Replace section with the following: As Reads: 4.0 DUST CONTROL (BID ITEM No. 3) Dust Control shall comply with Section 3000-4.2. In addition to general sweeping and maintenance of the site, the Contractor shall sweep sidewalk and other surfaces on a daily basis and as needed after roadway pulverization begins and prior to the base paving. DUST CONTROL shall be paid for at the Contract Lump Sum Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.1 Water Quality Management Plan (No Bid Item) 4.1.1 Water Quality Management Plan Contractors shall comply with the 2014 Whitewater Region Water Quality Management Plan (WQMP) W OWL(& (A! IFORNIA - Contractor shall be responsible for installing post -construction BMPs as specified per the approved site specific WQMP. 4.1.2 Payment Payment for compliance with the WATER QUALITY MANAGEMENT PLAN shall be considered as included in other items of work and no additional compensation will be allowed therefore. Is Amended to Read: 4.0 DUST CONTROL/SWPPP (BID ITEM No. 3) Dust Control shall comply with Section 3000-4.2. In addition to general sweeping and maintenance of the site, the Contractor shall sweep sidewalk and other surfaces on a daily basis and as needed after roadway pulverization begins and prior to the base paving. DUST CONTROL shall be paid for at the Contract Lump Sum Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.1 Storm Water Pollution Prevention Plan (SWPPP) (No Bid Item) 4.11 Storm Water Pollution Prevention Plan Storm Water Pollution Prevention Plan (SWPPP) shall conform to the provisions in Section 3- 12.6, "Water Pollution Control" and Section 3-12.6.3 "Storm Water Pollution Prevention Plan (SWPPP)" of the Standard Specifications, California Regional Water Quality Control Board Colorado River Basin Region Discharge Requirements (Order No. R7-2008-0001, MPDES No. CAS617002) and the City of La Quinta Standards, and these Special Provisions. Contractor shall be responsible for implementing and maintaining Best Management Practices (BMPs) during the life of the project, including holidays and weekends. SWPPP includes expenditures for the preparation of the SWPPP documents, implementation of project specific Best Management Practices (BMPs), performing necessary inspections, and annual reports as required per the State of California General Permit for Storm Water Discharges (Order No. 2009-0009-DWQ, NPDES No. CAS000002) and the City of La Quinta MS4 discharge permit. See City of La Quinta web -page for more information on local standards: hftps://www.lacluintaca.gov/business/design-and-development/development-services/wgmp- npdes-storm-drains-flood-zone The use of water (if needed) shall conform to 3-12.6 of the Standard Specifications W �"GLINW CAUFORNIA - 4.1.2 Payment Payment for the STORM WATER POLLUTION PREVENTION PLAN (SWPPP) shall be considered as included in other items of work and no additional compensation will be allowed therefore. Sheet 4000-11, Section 1.5: Asphalt Concrete, Add the followina Daraaraoh after DaraaraDh 1: 1 a. You may substitute RAP for part of the virgin aggregate in a quantity up to 25 percent of the aggregate blend. If RAP is used, the asphalt plant must automatically adjust the virgin asphalt binder to account for RAP percentage and RAP binder. During production, you may adjust hot - or cold -feed proportion controls for virgin aggregate and RAP. RAP must be within ±3 of RAP percentage described in your Contractor Job Mix Formula Proposal form without exceeding 25 percent. The Contractor is responsible to prepare a mix design with resultant final of PG70-10. RAP shall comply with Caltrans Standard Specification Section 39.2.02B(5) "Reclaimed Asphalt Pavement." ■ PROJECT PLANS Sheets 2, and 4-8 are replaced with the attached. The addendum includes AC thickness description revised in Legend. The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed 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: A/6" bald y. (Mar 21, 2025 10:03 PDT) Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Bid Schedule Dated 3/18/2025 2. Revised Plan Sheet 2, and 4-8 END OF ADDENDUM NUMBER 1 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 89 Contractor's License No. California State of Incorporation V _ Signatue of Bidder Joseph P. Richardson Printed Name of Signatory Regional Chief Estimator Title of Signatory (760) 775-7500 Bidder's Telephone Number DCR.estimating@gcinc.com Bidder's Email Address 05/31/2025 Contractor's Expiration Date \ Kelli Osborn Witness Estimating Assistant Title of Witness .�aSlRUCt� � uj AL 6 s Jm 4.1 Q2 _ ;add• •1�iFOR�`•' 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 III, 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: `��►�iirrrr��i .5 Ti pRp�R,q 'i Dated: January 1, 2025 Vin M. C g Hall 's3 Nex - �, , 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 CONTRACTORS C a STATE LICENSE BOARD - _'_ ~ 2 :_ ACTIVE LICENSE License Number V V Entrty C O 1\ P BusmessName GRANITE CONSTRUCTION COMPANY Ciassification(sl C36 C 10 A B C 5 7 C-2 C-8 C 12 C21 C27 C29 C35 C42 C45 C39 C50 C51 C31 HAZ Expiration Date 05/3-1 /2025 www. cslb. ca. aov 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 California Environinental Protection Agency Air Resources Board January 1, 2025 CERTIFICATE OF REPORTED COMPLIANCE OFF -ROAD DIESEL VEHICLE REGULATION is issued to GRANITE CONSTRUCTION INC. This certificate indicates that the fleet listed above has reported off -road diesel vehicles to the California Air Resources Board end has cerUfled they are In compliance with title 13 CCR section 2449 All applicable vehicles awned by the individual company, or agency must be reported and labeled as specified in Section 2449. with all possible completeness, else this certificate is null and void Certificate expires 2/28/2026 Gr lari K lowsi Chmf, MnbIM Soury Conupl ❑ n.ia� Cagforola Al, Ae+n rw. nra'd Off -roar! Diesel Fleet Identification 54 To verity the authenticity of this cefldkale eme, the number M nrojwNw.am ce govlOoor' compitance_certl html ADDENDUM 01 - 3/18/2025 SECTION 1210 BID SCHEDULE City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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 City Project No. 2022-25, Federal Project No. HIPL- 5433(021), Highway 111 Resurfacing Project 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 Areas. 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. Furthermore, this project has broken down the Base Bid areas according to project funding requirements, therefore several of the same bid items have been split between the Base Bid Area. BASE BID AREA — HIGHWAY 111 RESURFACING PROJECT: BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' y' Unit (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ 7001000 $ ?oo, 000 2 Traffic Control 1 LS $ 500, 00000 $ 500, 0oo`o- 3 Dust Control/SWPPP 1 LS $ io, 000 90 $ 10,000 to 4 Earthwork 1 LS $ i,303, tso 0 $V/ 3,04 tS o Bid Schedule 1210-1 ADDENDUM 01 - 3/18/2025 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qri: Unit (in figures) (in figures) Dollars Dollars Sawcut, Remove, and 5 Dispose of Existing Concrete Curb; and Curb & 920 LF $ I pQ 5 $ o0 13. 8 00 — Gutter Sawcut, Remove, and Dispose of Existing 6 Concrete Pavement, 18,900 SF ' Sidewalk, Cross -Gutter, Ramp, and Bus Turnout Construct Curb and Gutter _ per City of La Quinta Std. 7 No. 202, 3" Dowel into 30 LF $ 5 5'° $ I ` �5®pO Adjacent Existing Concrete Curb and Gutter Construct Cross -Gutter per 8 City of La Quinta Std. No. 4,935 SF $ — $ 230 Mod. and 231 Mod. 1'I •�u -t' ��i3% Construct Sidewalk per City 9 of La Quinta Std. No. 240 980 SF $ 55 00 $ (1 411 - Mod. Construct Concrete Curb Ramp per City of La Quinta 10 Std. No. 250 Mod., Case A 16 EA $ 5, 260 - 00 $ $3, 200 - or F (Including Curb or Curb and Gutter along Ram Construct Concrete Curb Ramp per City of La Quinta 5o 11 Std. No. 250 Mod., Case C 4 EA $ 5, 50O eo $ 22, OOZ — (Including Curb or Curb and Gutter along Ram Sawcut, Remove, and Dispose of Existing 12 Concrete Ramp; Furnish 50 SF _ $ °O $ oO 500 and Install Truncated Dome y, Concrete Tile per City of La Quinta Std. 250 Mod. Construct Concrete 13 Passageway per 1 EA 3o $ y� 2Z7 $ 30 y 2Z.'I CALTRANS Std. A88B , Mod.; Type B Bid Schedule 1210-2 ADDENDUM 01 - 3/18/2025 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description QtY: Unit (in figures) (in figures) Dollars Dollars 14 Construct PCC Bus Pad per City of La Quinta Std. 650 3,695 SF k1- Aro $j d-- $°O Mod. Remove and Reconstruct Ex. Portion of Catch Basin 15 and Local Depression per 1 LS $ ( 4� ( gE)OO $ (yLy g00 City of La Quinta Std. 300, 330, and per Plan 16 2" Grind and Asphalt 16,740 SF $ 310 $ (0�,938 00 Concrete Overlay Pulverize 13" of Road 17* Section — Three Step 1,084,980 SF $ C) $ 169, 34'7 80 Process Construct 5.5" Asphalt 6° 18 Concrete Over Pulverized 1,085,300 SF $ 3 $ 3) `j0 ., 080 Base Grade Parkway, Remove, Modify, and Replace 19 Landscape and Irrigation in Kind to Furthest Extent 1 LS $ 00 (g) ow °O $ 0 �, 000— Possible to Join Proposed Curb Ram Remove and Relocate 20 Existing PPB and PPB Post 6 EA $ 7 S $ 45, per CALTRANS Std. ES-7A oo� 000 Salvage to City Existing Pull Box and Furnish and Install 21 New No. 6(T) Traffic Pull 34 EA $ 0 soo $ b 1'.-4 D o Box per CALTRANS Std. Plan ES-8B 22 Lower and Raise Storm 14 EA $ i, $ 95 °- $ 26, 530°' Drain Manhole 23 Signing and Striping, 1 LS $ 33g Boa $ 338,S� Including All Incidentals Total Amount of Bid Items 1 — 23 $ 7 o 3 Z , -1 -7 or * - Bid Item considered Specialty Work Bid Schedule 1210-3 ADDENDUM 01 — 3/18/2025 GRAND TOTAL BASE BID (Figures): $ 7 o32 -777r GRAND TOTAL BASE BID (Words): T 1 Se-vex1 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. , L".-I Joseph P. Richardson, Regional Chief Estimator Granite Construction Compa (760) 775-7500 Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number DCR.estimating@gcinc.com Bidder Email Address Bid Schedule 1210-4 SECTION 1220 Granite Construction Company BID GUARANTY BOND Travelers Casualty and Surety PRINCIPAL, and 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. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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 21st day of March 2025. Granite Construction Company Regional Chief Estimator Title of Signatory V Signatu of Principal Joseph P. Richardson 38000 Monroe Street, Indio, CA 92203 Address Travelers Casualty and Surety Company of America Isabel Barron, Attorney -In -Fact Title of Signatory Signature of Surety 1 Tower Square Hartford, CT 06183 N/A Email Address Note: Signatures of those executing for the surety must be properly acknowledged '`\11111l1f�� `�'qur„uapgr Z P�° s uRFrrco,,, J RU C T�'�,� ; �� :�`��� `�PoT 02 9 : (j ,., :C) : ¢! HARTFORD, ;< l Jaa 4.1W ; f: �, �1........�� Bid Guaranty Bond 0i * �� r�rrn,rn,�,,,u��`'��� 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) KELLI OSBORN #my Notary Public • California = Riverside CountyCommission 9 2477830 Comm. Expires Dec 29, 2027 A notary public or other officer completing this certificate verifies only the identity oftheindividual 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 21, 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. i�� Signature (Seal) Maria Gomez, Notary Public MARIA GOMEZ ._ COMM. #2414077 — 0 w Notary Public - California 0 z '3�. Santa Cruz County �' MX Comm. Expires Sep. 24, 2026 Travelers Casualty and Surety Company of America AdF& 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. txe� �00--�./R 6JO,lTY Aryl@ rt cow CONN State of Connecticut By: City of Hartford ss. Robert L. Rane enior 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. t j; p7AP.1' hi My Commission expires the 30th day of June, 2026 t* a+. aua is , Anna P. Nowik, Notary Public 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 aclfVMJ of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any su r%d , ...... �r and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with ,� •to' any tr 'O', understanding to which it is attached. j�v:• I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the Rik 14TFCR6 aZ true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. = U 1�0 : CONN. : o Dated this March 21, 2025 ,., �} ,yl�E rwsrrwao, 8 HARTFORD caw►4R CONN 'G Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttomey, please callus at 1-800-411-3880. 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 Construction Cost: $ 6,880,664 Construction Time: 100 Working Days Calendar Days: Owner's Representative: Joel Montalvo Owner's Telephone No.: (760) 322-8339 Date of Substantial Completion: May 2023 2. Project Name: Avenue 50 & 52 Pavement Rehabilitation Owner: City of La Quinta Construction Cost: $ Construction Time: 2,556,938 40 Working Days Owner's Representative: Ubaldo Ayon Owner's Telephone No. (760) 275-2789 Date of Substantial Completion: December 2023 Calendar Days: Certification of Bidder's Experience and 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 27 day of March 2025. Granite Construction Company Name of Bidder ,/C,I� Signature of Bi er Joseph P. Richardson Printed Name of Bidder z Contractor's License No 1000000085 05/31/2025 Expiration Date DIR Reg No. Regional Chief Estimator Title of Signatory Certification of Bidder's Experience and 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. vN1vE1ZC,At- GONSTRUC.T1oN Rr-mbvE AND ANQ CN��NEER�NV PALr4 OWERT" CA RXFL- cC 4P �o/ L•1G- lo►9(019 CONCR%cTC ANp cAl-CO SASS+ D1R- 10(>0534897. Cad'-Tvo,c % S,kr.c. Global �oac� 1C, o.1% /Lic- 'tcove., C..A Y�.s1.. 8ut�or� Joseph P. Richardson Regional Chief Estimator Sig ture of Bidder Granite Construction Company Name of Bidder -7 S y 500 )0oo0 84 Z 3 a,a. a 10000►1750 / �lR 100o0c37714 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. Joseph P. Richardson Si ature Granite Construction Company Name of Bidder Regional Chief Estimator Title 03/25/2025 Date **See Attached Jurat O; UMill SMALL 0 o�b�r�.,2 tx 4M4.is= Non -Collusion Affidavit 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. KELLI OSBORN Notary Public . California = Riverside County Commission # 2477830 My Comm. Expires Dec 29, 2027 (Seal) Signature, ` yl \L=1- SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Granite Construction Company Address: 38000 Monroe Street Zip: 92203 Project Manager: Andy Bray Phone: (760) 775-7500 Public Works Registration No.: Classification: City: Indio ST: CA Email: DCR.estimating@gcinc.com CSLB/Certification Number: 89 1000000085 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 Roofer SheetMetal Sound/Com Surveyor Prevailing Wages and Payroll: Pipe Trades Plasterers Teamster X Tile Worker 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.html. 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 SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Granite Construction Company proposed subcontractor hereby certifies that he has X has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Granite Construction Company proposed subcontractor UNWERSAL con,s-tttvc.t ON ANo hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Granite Construction Company proposed subcontractor cwyy -rRvmp iyc J6a LiNoY's co,.D pLAN,NE, hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Granite Construction Company proposed subcontractor Cc- l hereby certifies that he has X has not participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Granite Construction Company proposed subcontractor Ci1o6,k '-L'a-A SvNc.. hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No X If the answer is yes, explain the circumstances in the following space. Federal Requirements Forms for Federal -Aid Construction Projects 1270-2 Public Contract Code Certification Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Federal Requirements Forms for Federal -Aid Construction Projects 1270-3 Public Contract Code Certification DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Out of an abundance of caution, Granite Construction Company ("GCC") makes the following disclosure to avoid any potential argument of GCC being nonresponsive. On August 25, 2022, the Securities and Exchange Commission ("SEC") filed a Complaint against Granite Construction Incorporated (GCC's parent company) alleging, among other things, that Granite Construction Incorporated, by and through the acts of a former employee, committed violations of Section 10(b) and Section 13 of the Exchange Act, as well as Section 17 of the Securities Act. Granite Construction Incorporated entered into a Consent Judgment with the SEC on September 9, 2022, which resolved all allegations against Granite Construction Incorporated. GCC believes the precise language of the bid certification does not directly apply to the Consent Judgement, because "a civil judgement" was not "rendered against" Granite Construction Incorporated, but instead was a settlement between the parties to the lawsuit which was entered by the Court. Moreover, the Consent Judgement had no findings of facts, and in particular, no finding of wrongdoing. Instead, Granite Construction Incorporated chose to resolve the allegations through a Consent Judgment to avoid the burden and uncertainty of litigation while neither admitting nor denying the allegations advanced by the SEC. Entity Involved: Granite Construction Incorporated (GCC's Parent Company) Agency Involved: Securities and Exchange Commission Date: 09/9/2022 Exceptions will not necessarily result in denial of award but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Federal Requirements Forms for Federal -Aid Construction Projects 1270-4 Debarment and Suspension Certification NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Federal Requirements Forms for Federal -Aid Construction Projects 1270-5 Non -Lobbying Certification for Federal -Aid Contracts N/A DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURUSUANT TO 31 USC 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑ a. contract ❑ a. bid/offer/application ❑ a. initial ❑ b. grant ❑ b. initial award ❑ b. material change ❑ c. cooperative agreement ❑ c. post -award ❑ d. loan For Material Change Only: ❑ e. loan guarantee year quarter ❑ f. loan insurance date of last report 4. Name and Address of Reporting Entity S. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee Tier-, if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual, last name, first name, MI) (including address if different from No. 10) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) ❑ actual ❑ planned 13. Form of Payment (check all that apply): -1 a. cash ❑ b. in -kind; specify: Nature Value ❑ a. retainer ❑ b. one-time fee ❑ c. commission ❑ d. contingent fee ❑ e. deferred ❑ f. other, specify _ 15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: ❑ Yes ❑ No 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: Signature: _ Print Name: Title: Telephone No.: Fn I I I RP n9_19_07 Date: Authorized for Local Reproduction Standard Form - LLL Federal Requirements Forms for Federal -Aid Construction Projects 1270-6 Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90 Federal Requirements Forms for Federal -Aid Construction Projects 1270-7 Disclosure of Lobbying Activities SECTION 1280 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 1280-1 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) Granite Construction CoXonSigning y By (Authorized Signature) / Printed Name and Title of Pe Joseph P. Richardson, Regional Chief Estimator Iran Contracting Act Certification Federal 1D Number (or n/a) 94-0519552 Date Executed 03/27/2025 UCTj���. :CVO Vp`��"'�lF'•�,? � 141111 1 *110 % %% 1280-2 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. Institution (Printed) By (Authorized Signature) Printed Name and Title of Person Signing Federal ID Number (or n/a) Iran Contracting Act Certification 1280-3 SECTION 1290 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. See Attached Russian Aggression Against Ukraine Sanction 110 N-6-22 1290-1 GRAIIITE March 27, 2025 Granite Construction Company 585 West Beach St Watsonville, CA 95076 ' 831.724.1011 ' 831.761.7846 gra nneconstruc5on.com Re: Executive Department, State of California Executive Order N-6-22 ("Executive Order N-6-22") Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine Pursuant to EO N-6-22, Granite Construction Company ("Granite") provides the following narrative generally delineating the steps Granite has taken in response to Russia's actions in Ukraine. To date, Granite has taken the following steps: • Granite has conducted (and continues to conduct) due diligence to ensure compliance with economic sanctions in response to Russia's actions in Ukraine. Based on our good -faith review as of the date of this narrative, Granite confirms that: o Granite has no holdings in Russian government debt and no direct vendor or supply arrangements with Russian entities or individuals that are the target of economic sanctions. o Granite does not directly invest in Russian entities or Russian securities and our employee retirement plans are not making any new investments in Russian equities or debt. o Granite does not transfer technology to Russia or Russian entities. o Granite is following the Presidential and State Executive Orders imposing economic sanctions on and prohibiting investments in Russian entities and individuals, as well as the regulatory requirements promulgated by U.S. Office of Foreign Assets Control and the sanctions that are in place. • Granite continues to review its investments and contracts to ensure compliance with economic sanctions on Russia. • Granite continues to monitor evolving sanctions and federal and state actions that could have direct or indirect impacts on our investment and/or contracting activities. Sincerely, /C__� Joseph P. Richardson Regional Chief Estimator