Granite Construction CompanytaQ"fr�,
C-ALIIQRNI \
BID DOCUMENTS
SPECIFICATIONS
CITY PROJECT NO. 2025-02
FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
CITY OF LA QUINTA, CALIFORNIA OcType text here
PREPARED FOR:
CITY OF LA QUINTA
DEPARTMENT OF DESIGN & DEVELOPMENT
78-495 CALLE TAMPICO
LA QUINTA, CA 92253
(760) 777-7000
APPROVED BY: DATE: October 16, 2025
BRYAftMcKINNEY, P.E.
PUBLIC WORKS DIRECTOR/ CITY ENGINEER
R.C.E. No. 49418 Exp Date: 09/30/26
OCTOBER 2025
SECTION 1200
BID
DATE: 11/06/2025
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal
Improvements, and will contract with the City, on the form of Contract provided herewith,
to do everything required for the fulfillment of the contract for said work at the prices and
on the terms and conditions herein contained.
We have included the following items and agree that they shall form a part of this bid:
SECTION TITLE
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
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 #
1
Date Received
October 30, 2025
2 November 03, 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
ta0aiAra
CALIFORNIA -
ADDENDUM NUMBER 01
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ay6n, Assistant Construction Manager
DATE: October 29, 2025
SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements 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.
■ CLARIFICATIONS
Question 1. Sheet 13 Sec 7.0 States the basis of award shall be the lowest combined price of the
Base Bid area plus all Additive Alternates, Sheet 27 states Grand Total is Base Bid
plus all Additive Alternates and Deductive Alternates. Please clarify the Award.
Response: See the following for updated clarification language hereon this addendum.
Question 2. Per Sheet 2 of the plans (Detail: existing pavement repair), is the intent to match the
existing AC pavement section table or raise the grade per the AC Overlay Table?
Response: The intent is to match the existing asphalt concrete surface, with potential minor
variations in overlay thickness due to compaction. The intent is also to maintain and
match existing grades.
Question 3. If Additive Alternates are awarded, will additional working days be added to the
contract? 40 working days for the amount of scope for the project appears to be a
short time line.
Response: Working days have been revised to 50, no additional working days shall be
considered for additive alternates or deductive alternates.
Question 4. Additive Alternate 4 does not have a Mobilization or Traffic Control line item. Please
Advise.
Response: See attached Section 1210 Bid Schedule for revised Additive Alternate 4 bid items.
taQa fra
CALIFORNIA -
■ PROJECT SPECIFICATIONS
Section 1100
Sheet 1100-1, Replace paragraph three with the following:
As Reads:
This project shall be completed within 40 working days from the date specified in the Notice to
Proceed. Time for the commencement and completion of the work is important and is to be of
the essence of the Contract. The successful bidder should plan to order any long lead time
equipment items immediately following "Notice of Award".
Is Amended to Read:
This project shall be completed within 50 working days from the date specified in the Notice to
Proceed. Time for the commencement and completion of the work is important and is to be of
the essence of the Contract. The successful bidder should plan to order any long lead time
equipment items immediately following "Notice of Award".
Section 1110
Sheet 1110-3, Subsection 7.0: Preparation of Bid Forms, Replace paragraph one with the
following:
As Reads:
Bids shall be made on the blank forms in this manual and must be submitted at the time and
place stated in the invitation to Bid. All blanks in the bid forms must be appropriately filled in and
all prices must be stated in figures. Unit prices in each and every case shall represent a true unit
price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall 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. Unbalanced unit prices shall be
sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and
changes in the work during construction. The basis for award shall be the lowest combined
price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a
sealed envelope, addressed to the City Cleric, with the following annotation:
ta "tra
CALIFORNIA -
Is Amended to Read:
Bids shall be made on the blank forms in this manual and must be submitted at the time and
place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and
all prices must be stated in figures. Unit prices in each and every case shall represent a true unit
price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall 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. Unbalanced unit prices shall be
sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and
changes in the work during construction. The basis for award shall be the lowest combined
price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. All bids
must be submitted in a sealed envelope, addressed to the City Clerk, with the following
annotation:
Section 1210
Sheet 1210-1, Replace paragraph one with the following:
As Reads:
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 fumish and install any and all labor, materials, transportation
and services for Project No. 2025-02, FY25126 PMP Rehab & Slurry Seal Improvements, in
accordance with the plans and specifications therefore adopted and on file with the City within the
time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of
award shall be the lowest total price of the Base Bid Area plus all Additive Alternates.
Is Amended to Read:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a
Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation
and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in
accordance with the plans and specifications therefore adopted and on file with the City within the
time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of
award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and
Deductive Alternates.
taQa fra
CAL.IPORNIA -
Section 1300
Sheet 1300-1, Replace paragraph four with the following:
As Reads:
4. Contractor shall commence work after the issuance of a written Notice to Proceed and
agrees to have all work completed within 40 working days from the date of Notification to
Proceed.
Is Amended to Read:
4. Contractor shall commence work after the issuance of a written Notice to Proceed and
agrees to have all work completed within 50 working days from the date of Notification to
Proceed.
Section 3000
Sheet 3000-2, Subsection 1.6: Time Allowed for Construction, Replace paragraph one
with the following:
As Reads:
In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall
be completed within 40 working days from the date specified in the Notice to Proceed.
Is Amended to Read:
In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall
be completed within 50 working days from the date specified in the Notice to Proceed.
■ PROJECT PLANS
Sheets 13 - 14 are replaced with the attached. The addendum includes additional pavement
markings.
ta a' fra
CALIFORNIA
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:
Digitally signed by Ubaldo Ayon
74- j Date: 2025.10.29 08:59:37
-07'00'
Ubaldo Ayon, Assistant Construction Manager
Attachments: 1. Bid Schedule Dated 10/29/2025
2. Revised Plan Sheets 13 - 14
END OF ADDENDUM NUMBER 01
ta Q"fta
CALK"ORNIA -
ADDENDUM NUMBER 02
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ayon, Assistant Construction Manager
DATE: November 04, 2025
SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements 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.
• CLARIFICATIONS
Question 1. Can you please clarify the intent of added item #7 (Localized Dig Out and AC
Pavement Repair). Is this item for the spot repairs on the slurry streets? If this is the
intent, with having full depth repairs at 1.5" repairs in these areas there is no way to
quantify this item in sqft. Please advise.
Response: Another bid item of work has been added to separate the spot repairs. See
attached revised Section 1210 Bid Schedule.
■ PROJECT SPECIFICATIONS
Section 1210:
Section 1210 is replaced; the following is a summary of the changes:
• Bid Item 5 quantity revised to separate spot repair work
• Bid Item 7 description revised
• Bid Item 8 added for 1.5" grind and overlay spot repairs
• Bid item sequential numbering revised accordingly
Section 4000
Sheet 4000-20, add Section 15.0: Adjust to Grade, Water Valve Frame and Cover after
section 14.0 with the following:
15.0 ADJUST TO GRADE, WATER VALVE FRAME AND COVER (ADDITIVE ALTERNATE)
Adjust water valve can and lid to grade shall conform the latest Coachella Valley Water District
Standard Specifications for Construction of Domestic Water Systems and these Special
Provisions.
ta Q"fra
(.41.. WORNIA -
The Contractor shall excavate to the top of the existing valve, remove the existing PVC pipe and
place a new C-900 PVC pipe and valve well frame in accordance with CVWD Standard Drawing
No. W-17.
Payment for Lower/Raise Water Valve Frame and Cover to Grade per CVWD Standards shall
be measured and paid for at the contract unit price per Each and shall include full compensation
for all labor, materials, tools, and equipment and for doing all work involved in excavation, removal
of the existing valve can and frame, placement of a new PVC well, frame, valve cover and
concrete collar, backfill and compaction per the plan and standard drawings and no additional
compensation will be allowed therefore.
Section 4000
Add Section 16.0: Adjust to Grade, Sewer Manhole Frame and Cover after section 15.0
with the following:
16.0 ADJUST TO GRADE, SEWER MANHOLE FRAME AND COVER (ADDITIVE
ALTERNATE)
Adjust Sanitary Sewer Manhole to Grade shall include all work necessary to adjust the sanitary
sewer manhole from its current location to the final location and grade shown per the plans and
specifications, these specifications, and Coachella Valley Water District (CVWD) requirements.
Adjust Sanitary Sewer Manhole to Grade shall include excavation and backfill, and adjusting the
sanitary sewer manhole to final grade elevations in accordance with CVWD standards including
replacing damaged covers, rings and frames.
Work includes all correspondence with CVWD for completion of the work.
The contract unit price paid for Lower/Raise Sanitary Sewer Manhole Frame and Cover to
Grade per CVWD Standards shall include the per Each price to include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work
involved in adjusting the manhole, complete in place, as shown on the plans, as specified in the
Standard Specifications and these special provisions, and as directed by the Engineer with no
additional compensation allowed.
Section 4000
Add Section 17.0: Adjust to Grade, Sewer Clean -Out Frame and Cover after section 16.0
with the following:
17.0 ADJUST TO GRADE, SEWER CLEAN -OUT FRAME AND COVER (ADDITIVE
ALTERNATE)
Adjust Sanitary Sewer Clean -Out to Grade shall include all work necessary to adjust the sanitary
sewer clean -out from its current location to the final location and grade shown per the plans and
specifications, these specifications, and Coachella Valley Water District (CVWD) requirements.
W �GLINW
CALIFORNIA --
Adjust Sanitary Sewer Clean -Out to Grade shall include excavation and backfill, and adjusting
the sanitary sewer clean -out to final grade elevations in accordance with CVWD standards
including replacing damaged covers, v.c.p., and frames.
Work includes all correspondence with CVWD for completion of the work.
The contract unit price paid for Lower/Raise Sewer Clean -Out Frame and Cover to Grade per
CVWD Standards shall include the per Each price to include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting
the clean -out, complete in place, as shown on the plans, as specified in the Standard
Specifications and these special provisions, and as directed by the Engineer with no additional
compensation allowed.
■ PROJECT PLANS
The following changes are made to the plans:
• Sheet 13: Revised Striping notes and callouts.
• Sheet 14: Revised pavement delineation and signs for bike lanes between Blackhawk
Way and Miles. Revised Striping notes and callouts.
• Sheet 15: Revised pavement delineation and signs for bike lanes between Blackhawk
Way and Miles. Revised Striping notes.
• Sheet 16: Revised Striping note.
The Contractor is hereby notified; Addendum No. 02 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:
Digitally signed by Ubaldo Ayon
L7 Date: 2025.11.03 14:56:17
J' 08,00,
Ubaldo Aydn, Assistant Construction Manager
Attachments: 1. Revised Bid Schedule Dated 11/04/2025
2. Revised Plan Sheets 13 - 16
END OF ADDENDUM NUMBER 02
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
k-,�
Signatur 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
05/31/2027
Contractor's Expiration Date
Kelli Osborn
Witness
Estimating Assistant
Title of Witness
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 11I, 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:
Dated: January 1, 2025 sftt SEAL 1.0 _
M.0 gHall JM4.1=
t ;C, f;:
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
Muin 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
9 T A T! O F C A L 1 F p PI W I A
DEP,kAr NT OF CON3LNER AFFAIRS
on
License Number 0
CONTRACTORS
STATE LICENSE BOARD
ACTIVE LICENSE
Entity C O R P
Business Name GRANITE CONSTRUCTION COMPANY
Class iflcation(s) C36 C 10 A B C57 C-2 C-8 C 12
C21 C27 C29 C35 C42 C45 C39
r.5n rp;1 r31 HA7 tit,
Expiration Date 05/31/2027 www.cslb.ca.g4V
7/2/25, 8;48 AM
1000000085 - GRANITE CONSTRUCTION COMPANY
stmdcwfllii m
�1"Public Works Support Log in I H
r
eCPR Search
Contractor Registration Search
Project Registration Search
Register
Home i Customer,Acc.q nt,L.00kup i 1000000085 - GRANITE CONSTRUCTION COMPANY
1000000085 - GRANITE CONSTRUCTION COMPANY
Customer Account Lookup
PWCR
1000000085
Contractor Status
DI R Approved
CSLB
Business Phone
8317684086
https://services.d ir.ca.gov/gsp?id=dir_pu blic_form&table=x_Cdoi2_csm_portal_customer_account_lookup&sys_id=2788a6l 9c3478e l Ocee47433e4013... 1 /4
• 7/2/25, 8:48 AM
Ext
F_.
Registration Start Date
1000000085 - GRANITE CONSTRUCTION COMPANY
[2025-07-01
Legal Entity Name
GRANITE CONSTRUCTION COMPANY
Doing Business As (DBA)
GRANITE CONSTRUCTION COMPANY
Business Structure
[- None --
President
Kyle Larkin
Email
Liennifer.Bowling@gcinc.com
Registration End Date
L2028-06-30
Crafts
Laborer (Construction -Fence Erector-Housemover) (Engineering Construction) Carpenter
Driver (On/Off-Hauling to/from Construction Site) Operating Engineer Cement Mason
Add ress
Mailing Address
A� Attn: Lega1585 W Beach Street
Mailing Address - City
Watsonville,
https://services.dir.ca.gov/gsp?id=dir—public form&table=x_cdoi2—csm_portal—customer—account_lookup&sys_id=2788a619c3478e 10cee47433e4013... 2/4
7/2/25, 8:48 AM
Mailing Address -State
IC A
Mailing Address - Zip
[95076
Mailing Address - Country
[US
Physical Address
PO Box 50085, Attn: Legal
Physical Address - City
Watsonville
Physical Address - State
�CA
Physical Address - Zip
195077
Physical Address - Country
[US
Related Lists
Regiatrati m.[?.atQ5.0
Ierms,&,Conditi„q„n
dv„ac.Y„Pol,lcy,
Disclaimer
..............................
Nondiscrimination Notice
.........................................................................
Accessibility
.................................
1000000085 - GRANITE CONSTRUCTION COMPANY
Copyright 2024 State of California
https://services.d ir.ca.gov/gsp?id=dir_public_form&ta ble=x_cdoi2_csm_portal_customer_account_lookup&sys_id=2788a6l9c3478e l Ocee47433e4013... 3/4
7/2/25, 8:48 AM
dir.ca,goy
1000000085 - GRANITE CONSTRUCTION COMPANY
https://services.d ir.ca.gov/gsp?id=d ir_public_form&table=x_Cdoi2_csm_porta l_customer_account_looku p&sys_id=2788a6l 9c3478e 10cee47433e4013... 4/4
/•b.. 'f., 1®C4•■f �.,- tix. .. ` ,`♦ P' --; ,:.•_.t.'t.�tti,1t,1`S 3j!���t11{1il6�1ilr1er H1�1d�,�4F�y#r'7r .'t1f'tij•�d1/`g�1a1i11lls1(l tl1•�9■�1�■J1p8l�rf'4p �31^c�M+Od1VfI�yS1r1 '1�0rar'rP./iqAt ;ti �,��■�R�dt�dF�(;P�!,4e ' � r�r—`#+t1161S.■11,■8�J1P@1(OeE(�q�F��.,F}+lor rsrrl:, 1■1g1,ttttl'c1`1q1ty�1o'$9`■11q14ij1f`P1�F9a�1rp■A!+oQr/r�•PF3�°''`r':tttyPli*
111tlllat-jgfr rrr:��:y1111111FP6S�8rr �lPeyf#7`: r..r,'1r�rr/,�:i . .\.�V:t4`tl.I��/'I'.�Ai1•`,fj4t■llt�9B3�fi■1(jlil9�i�lR�Pgwj�.1fejrlrr-irrif"ar.r .. .. i'!jttl, t't°,a1�1b,a tn�-lq911i4)■19i0paIiSIr8 �06qfBi[aJF�i,•F+fj+'+nre"r�i,rsr-r.�',".
�
,,=T~ <, � '- i �l �-:_,: ', +,C,r •`� �•- "1"; �� �'"t+:..:; Ti - �"�1: 1-.�„ -�'� _ ..� •�,_ °•-1 _.l'% ;'fir- `ti' :��'.,
- o< ^ •� jprar��
'ateCahfornia Environmental Protection`t
Air
Resources Board
ITn aye .ter
Td January
CERTIFICATE REPORTED ab
OFF
-ROAD DIESEL VEHICLE REGULATION
is issued to
�Aig M1II
ems: GRANITE CONSTRUCTIO
I. ,�'. A
:g e
This cerhficate indicates that the fleet listed above has reparbed off -road diesel vehicles to the S
sectoon2449 All applicable vehick?s owned by the. individLel oompany, or agency must be
Zz—
reported and labeled as specified in Sectionpossible completeness,
!�
tee s, fir; - void • Certificate expires i I • .�. I o•}�.�� 4
Off -road 1
mmw �.� _ • �i��u` m
_ 1q 54
lick Kltowslui
ly �.
s 1.Chkf,1
a'iord
%, n,+ 43' .r f' a- i -, ti \ r /' t\�\9r f'i 1 1�,.54,•aI+ '� l i51� \ , ti
'w` �. .. 9r'+, 'Pltfijiy ^�`1�' pe •o drJ ��rrrGG YY"��ty 1p'�54•I �1 d�(��5 `��451\Qi �I�•rrrf!`1pt t1�,SSb O+, •'Q r:rl��Y���'Ip Sp qn��.*ly.�f-��11 �yA;tii��+ i,Rd�rl1 ��i1 YS 1.j.1tiy4',� ��"1/'f'ff t �j �t\t+ ,,. _ - 7•
_soda
;_... I l ; QI ! S � P 1p1's, a,fJiFQQHI{1414p>'b._ �r81FEda€illlpt�a. .� /pr It569611�1��/, e+'r!@QJQB11�35Q�:--`•'4rQPFilll+tp,l1. _,eSidJjFFl:1`�gp;.'�--'� i"""-:,
���'� c„s`• a`tG9ilt4iAie:' ff1111M11q�.' fa11191111�4 ?!' dmBAiL fa ! J@11.16 ¢ - r IAit1 t. +., ,�i�
.: �. ■s _ ii_e:'••a•fc•' :'•au���• ■dais!: ,°foeda$'a fgd••��= YaYi6■6;.
Addendum 02 — 11/04/2025
SECTION 1210
BID SCHEDULE
PROJECT NO. 2025-02
FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to
execute a Contract, with necessary bonds, to furnish and install any and all labor,
materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab &
Slurry Seal Improvements, in accordance with the plans and specifications therefore
adopted and on file with the City within the time hereinafter set forth and at the prices
named in this Bid. It is understood that the basis of award shall be the lowest total price
of the Base Bid Area plus all Additive Alternates and Deductive Alternates.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
Bid Schedule 1210-1
Addendum 02 — 11/04/2025
BASE BID - FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$lap oog,01
$ 10
(o o
2
Traffic Control
1
LS
$&0 60D.aD
$ 68, 6MOO
3
Dust Control
1
LS
$10,000, Qq
$ 10 1000, Qa_
4
Crack Seal and Type II, Latex
2,761,010
SF
$ 2_3
$ a�
635 032,
Emulsion Aggregate SlurryC�
,
Pavement Repair Type I: 1 1 /2"
5
Grind and Asphalt Concrete
662,770
SF
$ ( 4o
$92-7' SZ8
Overlay
Pavement Repair Type II:
6
Remove Ex. A.C., Compacting
66,360
SF
$ ?�
�,
$ 27
Ex. Base, and Variable Overlay
1
(Depth Per Plan
Localized Dig Out and AC
7
Pavement Type II Repair per
1,130
SF
$) z.09-
$ 13 5(o )"
Plan
Localized Dig Out and AC
8
Pavement Type I Repair per
1,250
SF
$ q 0-9
$ I) 2-50,00
Plan
9
Lower d Raise Drainage
6
EA
$ 21975"OR
$
Manhole
10
Signing and Striping, Including
1
LS
$ 4'
3�3,5�
$343,570• °�
All Incidentals
Total Amount of Bid Items 1 -10
-0 1$a �13a,�i b�,/
City may award all or none of the following additive alternates:
ADDITIVE ALTERNATE NO. 1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Lower Water Valve Frame and
gg
EA
$ %OD,�Q
$ 52 g(, o
Cover Per CVWD Standards
2
Raise Water Valve Frame and
$$
EA
$1,325. °�
$ 116, 600.
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 1 Items 1 :-2
(oq, y(ap,Q°
Bid Schedule 1210-2
ADDITIVE ALTERNATE NO. 2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Lower Sewer Manhole Frame
1
and Cover Per CVWD
33
EA
$ &745 QO
$
Standards
Raise Sewer Manhole Frame
2
and Cover Per CVWD
33
EA
$�
Standards
Total Amount of Additive Alternate No. 2 Items 1 —2
$ 58 , 410. °=
ADDITIVE ALTERNATE NO. 3 — Hidden River Road
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ L+100O3Q9
$ i fl000,0
2
Traffic Control
1
LS
$ 31 too 00
$ 3' I DD, '
3
Dust Control
1
LS
$ 1)coo, W
$ l j 000, v=
Pavement Repair Type 11:
4
Remove Ex. A.C., Compacting
71540
SF
$ r7` s Q
$ 5 2,780v�
Ex. Base, And Variable Overlay
(Depth Per Plan
5
Lower Water Valve Frame and
12
EA
$ �jp�
pa
$ �� 200,
Cover Per CVWD Standards
6
Raise Water Valve Frame andco
12
EA
$)I� 2c�, od
$ j5� �t0d,
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 3 Items 1 — 6
$
Bid Schedule 1210-3
Addendum 02 — 11/04/2025
ADDITIVE ALTERNATE NO. 4 — La Quinta Hiahlands
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$,,�g.����
$
tis
2
Traffic Control
1
LS
$ 10, 000. oO
$ (oi coo, oO
3
Dust Control
1
LS
$ 11 OCp p°
$ t , pco °a
Pavement Repair Type Il:
4
Remove Ex. A.C., Compacting
423,330
SF
$ ?�
$�, 3g6,9
Ex. Base, And Variable Overlay
(Depth Per Plan
5
Lower Water Valve Frame and
73
EA
$ (000. C"
$ 14
Cover Per CVWD Standards
6
Raise Water Valve Frame and
73
EA
$ 1,325.00
$ 9 G,7Z5`"
Cover Per CVWD Standards
Lower Sewer Manhole Frame
oz)
7
and Cover Per CVWD
31
EA
$ (p %S,
$Rdi 425`p-
Standards
Raise Sewer Manhole Frame
8
and Cover Per CVWD
31
EA
$ ()095,oD
$�3�� `�5"�
Standards
Lower Sewer Clean -Out Frame
9
and Cover Per CVWD
3
EA
$
Standards
Raise Sewer Clean -Out Frame
10
and Cover Per CVWD
3
EA
$ () 125,
oa
$ 3, 37S,
Standards
Total Amount of Additive Alternate No. 4 Items 1 —10
$ IbS—r, SS5'
DEDUCTIVE ALTERNATE NO. 1 — La Quinta Highlands
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Crack Seal and Type II, Latex
423,330
SF
$
$ 'S
Emulsion Aggregate Slurry►,3ti3,gs�
_ 13�13 BSI,
Total Amount of Deductive Alternate No. 1 Items 1:
$
Bid Schedule 1210-4
Addendum 02 — 11 /04/2025
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Figures):
GS-0
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Wards):
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. f �,
l� Joseph P. Richardson, Regional Chief Estimator
Granite Construction Comoan
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
(760) 775-7500
Bidder Telephone Number
DCR.estimatinel@Rcinc.com
Bidder Email Address
Bid Schedule 1210-5
SECTION 1220
BID GUARANTY BOND
Granite Construction Company
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. 2025-02
FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this 29th day of October
. 2025.
Granite Construction Company
Regional Chief Estimator
Title of Signatory
k--'00' Joseph P. Richardson
Signat Ve of Principal
:111 ►�•� •- �� •
11AM I -
Travelers Casualty and Surety Company of America
Isabel Barron, Attorney -in -Fact
Title of Signatory
Signature of Surety
1 Tower Square, Hartford, CT 06183
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
UO;VpPP��l�,.,2
41iiT��t1.1 Co_
= ? Jw 4.1Brt1 e
Bid Guaranty Bond
,a�PNp SUAErr'�.,,
a HARTP:ORD,;�_
O NN. o
y �%j•� `yaa
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 11/03/2025
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
KELLI OSBORN
Notary Public • California Z
Riverside County >
Commission # 2477830
=.oa My Comm. Expires Dec 29, 2027
(Seal)
Anotai-% publicoroth theicentmoftheinhis ACKNOWLEDGMENT
certificate \enfies onh the idenuh of the indn ideal
\vho signed the document to which this certificate is
attached, and not the iruthfulne.s, accuracy or v andit_v
of -that document
State of California
County of Santa Cruz
On October 29, 2025
before me,
Mariella Rubio, Notary Public
(insert name and title of the officer)
personally appeared Isabel Barron
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
Mariella Rubio, Notary Public
(Seal)
MARIELLA RUBIO
COMM. #2410765 z
Notary Public - California o
z Santa Cruz County
4
Comm. Expires Ju 14, 2026
Travelers Casualty and Surety Company of America
A1111111111111► 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.
4►YA suaA�� J��zr allo
p�� 4p 9
r RT OtA k
C�k. e W N N t
. V� CONK.+De ORAir
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.
� NOTAHv
My Commission expires the 30th day of June, 2026 I* de
aJa 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 any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this October 29, 2025
GY
�mrt�m»rm rs aP NARTFORD. C�71AI
CORN. @ W CONK o T4A<
A
HARTFOT rco1z
RD,
- CONN. ;o
nN an`
'tiy..
Kevin E. Hughes, Assltant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-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.
1. Project Name: La Quinta Village Complete Streets
Owner: City of La Quinta
Construction Cost: $ 8,714,209
Construction Time: 504
Owner's Representative: Ubaldo Ayon
Owner's Telephone No.: (760) 275-2789
Date of Substantial Completion: January 2021
2. Project Name:
Onaga Trail
Owner: Town of Yucca Valley
Construction Cost: $ 2,499,932
Construction Time: 90
Owner's Representative:
Alex Qishta
Owner's Telephone No.: (760) 369-6579
Date of Substantial Completion:
May 2023
Calendar Days
Calendar Days
Bidders Experience & Qualifications 1230-1
3. Project Name: Madison Street Improvements Project Ave 50-52
Owner: City of Indio
Construction Cost: $ 88,48,805
Construction Time: 224 Calendar Days
Owner's Representative: Juan Raya
Owner's Telephone No.: 760) 391-4017
Date of Substantial Completion: July 2019
4. Project Name: Lincoln Street Pavement Restoration & Sidewalk Project
Owner: County of Riverside
Construction Cost: $ 2,558,552
Construction Time: 91 Calendar Days
Owner's Representative: Jim Bonelli
Owner's Telephone No.: (951) 955-6885
Date of Substantial Completion: November 2021
Signed this 6th day of November , 2025.
Granite Construction Company 89 1000000085
Name of Bidder Contractor's License No. DIR Reg No.
L/ 05/31/2027
Signature fBidder Expiration Date
Joseph P. Richardson
Printed Name of Bidder
Regional Chief Estimator
Title of Signatory
Bidders Experience & Qualifications 1230-2
SECTION 1240
PROPOSED SUBCONTRACTORS
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list
gives the name, business address, and portion of work (description of work to be done)
for each subcontractor that will be used in the work if the bidder is awarded the Contract.
(Additional supporting data may be attached to this page. Each page shall be sequentially
numbered and headed "Proposed Subcontractors" and shall be signed.)
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Contract Price except that any designated "Specialty Items" may
be performed by subcontract and the amount of any such "Specialty Items" so
performed will be deducted from the Contract Price before computing the amount
required to be performed by the Contractor with its own organization. "Specialty Items"
will be identified by the Agency in the Bid or in the Special Provisions. Where an entire
item is subcontracted, the value of work subcontracted will be based on the Contract
Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
CSL4B A/12
LXMromRVM��T�'t lir IiJC.�a�eRt1PA V* Ley. CAkR60C SLIAR2q2. Ay31%4/zv000w
Clt0y IRLtm t►Jc 712A Chkyl-j) Ayltyy6-►,5,pel1,541 50//Crycb85(23
S14eMC2 aVelnexrT/y)R2Kit1G5/CYPRESS, MZaVegaz l!%9RX/�L(6�I1//910P/7, aoo0V/�5"AS�
Joseph P. Richardson
Regional Chief Estimator
Sign64ure of Bidder
Granite Construction Company
Name of Bidder
�jRUer� '
O-.8pYI i- ;I,
Wc0
t Jan. 4.1922 e
'2
gt,F ORa•
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
Signat
Granite Construction Company
Name of Bidder
Regional Chief Estimator
Title
11/03/2025
Date
*See Attached Jurat
5•1RUCr, �
Oa ��iPo'rt.r 2':
G Aj=
ip_
~ Jm 4.192Z
Sys C tir'.a�:
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
day of November , 20 25 , by --------------------------
Joseph Pasquale Richardson ---------------------------------
3rd
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
00"..,"My
KELLIOSBORN
Notary Public • California
Riverside County
Commission a 2477830
Comm. Expires Dec 29, 2027
(Seal) Signature
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: Granite Construction Company
Address: 38000 Monroe Street City: Indio ST: CA Zip: 92203
Project Manager: Andy Bray Email: DCR.estimating@gcinc.com
Phone: (760) 775-7500 CSLB/Certification Number: 89
Public Works Registration No.: 1000000085
Classification:
Asbestos Boilermaker Bricklayers Carpenter X Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights
Operating Eng X Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMetal Sound/Com Surveyor Teamster X Tile Worker
Prevailing Wages and Payroll:
The project is subject to prevailing wage rates and enforcement by the Department of
Industrial Relations (DIR). Prevailing wage rates can be obtained at:
http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html.
Contractors and subcontractors on most public Works projects are required to submit
certified payroll records to the Labor Commissioner using DIR's electronic certified
payroll reporting system. For your convenience, the link for reporting certified payroll is:
http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.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
COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
if the Vendor/Bidder engages in investment activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DIGS.
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 Company
By (Authorized Signature)
Printed Name and Title of P,
Joseph P. Richardson, R
Iran Contracting Act Certification
M
` Federal ID Number (or n/a)
94-0519552
on Signing Date Executed
ional Chief Estimator 11/06/2025
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) j Federal ID Number (or n/a)
By (Authorized Signature)
Printed Name and Title of Person Signing
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please include a written report to the City if this section is applicable.
Russian Aggression Against Ukraine Compliance 1280-1
GRARTE
November 06, 2025
Granite Construction Company
585 West Beach St
Watsonville, CA 95076
:31.724.1011
31.761.79"
gra niteconstruction.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,
l,�
Joseph P. Richardson
Regional Chief Estimator