Loading...
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