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