Granite Construction Companyta Q�dwra
+, \LIbl114 AA
BID DOCUMENTS
SPECIFICATIONS
CITY PROJECT NO. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
CITY OF LA QUINTA, CALIFORNIA
PREPARED FOR:
CITY OF LA QUINTA
PUBLIC WORKS DEPARTMENT
78-495 CALLE TAMPICO
LA QUINTA, CA 92253
(760) 777-7000
APPROVED BY: DATE: March 27, 2026
BRY N McKINNEY, P.E.
PUBLIC WORKS DIRECTOR/ CITY ENGINEER
R.C.E. No. 49418 Exp Date: 09/30/26
MARCH 2O26
SECTION 1200
BID
DATE: 04/23/2026
The undersigned, as bidder, declares it has received and examined the Contract Document
entitled Project No. 2023-01, Miles Avenue Pavement Rehabilitation, 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 #
None
Date Received
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
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
Sign re 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
``j+++►l i,jjjj.
Q. .4UR4OIZgT �'L
O
CU' ��'v�.� -
ma's ,Ian 4 IS22 r aZZ
:Z%
fill
Bid 1200-2
GRANITE CONSTRUCTION COMPANY
CERTIFICATE OF SECRETARY
RESOLVED, that, effective January 1, 2026 through December 31, 2026, 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, 2026 through December 31, 2026, 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, 2026 through December 31, 2026, 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 continue for so long as
the individuals named on Exhibit I and Exhibit 2 are employed by the Company, and, in the
event of the termination of employment from the Company, such authority shall also terminate.
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.
1, 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, 2026 by a Unanimous Written Consent of the
Board of Directors in accordance with the provisions of Article I11, 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 a d effect.
Dated: January 1, 2026 '
M. Crti Hall
Tid �
Cl?
�����filli�t�'�
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
Brian R. Dowd, Senior Vice President
Michael G. Tatusko, Senior Vice President
Bradley J. Williams, Senior Vice President
Bradley J. Estes, Senior Vice President
a
LJJ
0U)
QCOZ
W LLI
V
�Z
Ww
F- U >
zJ F
0 uj
�— Q
Q
a V 8
or
''�
z •
cQ -3:
L Q
o O
U O
CD
w z C11 C")
r- U
0 U N
U O° U
U
� N �
E.-- 6 U
Lr) NJ
z Lo (Y)<
d U U 1=
a�
m N cY�
W Q 00 N
F- o r-
z V— N Lf, N
CU U o
ai cQ r C) M
Qp (j U U U o
c O
Z O
Z a u
H
a LC*a
c
a
u 7 x
m U ul
7/2/25, 8:48 AM
1000000085 - GRANITE CONSTRUCTION COMPANY
' R.�-- 5tslo Of Gi"wrsa
Department ofPublic Works Support Log in
MdUWW fihtbns
eCPR Search
Contractor Registration Search
Project Registration Search
Register
Home i ;oiwnerAccogat19.9.kup i 1000000085- GRANITE CONSTRUCTION COMPANY
1000000085 - GRANITE CONSTRUCTION COMPANY
Customer Account Lookup
PWCR
1000000085
I
Contractor Status
DI R Approved
CSLB
Business Phone
_ I
8317684086
https:Hservices.dir.ca.gov/gsp?id=dlr_public_form&table=x cdoi2_csm_portal_customer_account_lookup&sys_id=2788a619c3478s10cee47433e4013... 1/4
712/25, 8:48 AM
Ext
1000000085 - GRANITE CONSTRUCTION COMPANY
Registration Start Date
2025-07-01
Legal Entity Name
GRANITE CONSTRUCTION COMPANY
Doing Business As (DBA)
GRANITE CONSTRUCTION COMPANY
Business Structure
-- None --
President
Kyle Larkin
Email
Jennifer.Bowling@gcinc.com
i
Registration End Date
2028-06-30
Crafts
Laborer (Construction -Fence Erector-Housemover) (Engineering Construction) Carpenter
Driver (On/Off-Hauling to/from Construction Site) Operating Engineer Cement Mason
Address
Mailing Address
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=2788a6l gc3478e l Ocee47433o4Ol 3. 2/4
7/2/25, 8:48 AM 1000000085 - GRANITE CONSTRUCTION COMPANY
Mailing Address - State
X13
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
95077
Physical Address - Country
us
Related Lists
RQgistratio n.R.atQ5.(D I
T� rms_¢�_CQn�i%t;ign
Privagy,_Policy
Disclaimer
NonAj.:i ir.n nation„N.9 !;g Copyright 2024 State of California
Accessibility
https://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=2788a61 gc3478e 10cee47433e4013... 3/4
A
LL
c
0
C
m
..0 W
N
e
17--
SECTION 1210
BID SCHEDULE
PROJECT NO. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
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 2023-01, Miles Avenue Pavement Rehabilitation in
accordance with the plans and specifications therefore adopted and on file with the City
within the time hereinafter set forth and at the prices named in this Bid. It is understood that
the basis of award shall be the lowest total price of the Base Bid Area plus all Additive
Alternates.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
BASE BID — MILES AVENUE PAVEMENT REHABILITATION
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ 50,000.00
$ 50,0oo.00
2
Traffic Control
1
LS
$ 135,000.00
$ 135,000.00
3
Dust Control
1
LS
$ 3,935.00
$ 3,935.00
4
Earthwork
1
LS
$ coo'°
$ 4tq an0�
Sawcut, Remove, and Dispose
5
of Existing Concrete Curb; Curb
675
LF
$ 22.00
$ 14,850.00
and Gutter
Bid Schedule 1210_1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Sawcut, Remove, and Dispose
6
of Existing Concrete Sidewalk,
9,570
SF
$ 9.00
$ 86,130.00
Cross -Gutter, and Ram
Construct 6"-8" Curb and Gutter
per City of La Quinta Std. No.
7
201 Mod, 3" Dowel into
45
LF
$ 70.00
$ 3,150.00
Adjacent Existing Concrete
Curb and Gutter
Construct 6" Median Curb per
8
City of La Quinta Std. No. 210,
15
LF
$ 38.00
$ 570.00
3 Dowel into Adjacent Existing
Concrete Curb
Construct Cross -Gutter per City
9
of La Quinta Std. No. 230 Mod.
2,100
SF
$ 33.50
$ 70,350.00
and 231 Mod.
10
Construct Sidewalk per City of
1,325
SF
$ 11.00
$ 14,575.00
La Quinta Std. No. 240 Mod.
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
11
250 Mod., Case A or B
10
EA
$ 8,1oo.00
$ 81,000.00
(Including Curb or Curb and
Gutter) — Limits BCR to ECR
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
12
250 Mod., Case C (Including
3
EA
$ 9,900.00
$ 29,700.00
Curb or Curb and Gutter) —
Limits BCR to ECR (Dual Curb
Rams paid as single ram
Sawcut, Remove, and Dispose
of Existing Concrete Ramp;
13
Furnish and Install Truncated
25
SF
$ 300.00
$ 7,500.00
Dome Concrete Tile per City of
La Quinta Std. 250 Mod.
Salvage to City Existing Pull
Box and Furnish and Install
14
New No. 6(T) Traffic Pull Box
22
EA
$ 1,700.00
$ 37,400.00
per CALTRANS Std. Plan ES-
8B
Grade Parkway, Remove,
15
Modify, and Replace
1
LS
$ 6,000.00
$ 6,000.00
Landscape and Irrigation in
Bid Schedule 1210-2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Kind to Furthest Extent Possible
to Join Proposed Curb Ram
2" Grind and Asphalt Concrete
16
Overlay; Fill All Cracks %" and
3,960
SF
$ 8.00
$ 31,680.00
Larger Prior to Overlay
17
Pulverize 12" of Road Section —
533,840
SF
$ 0.25
$ 133,460.00
Three Step Process
18
4.5" Asphalt Concrete Over
Pulverized Base
533,840
SF
$ 3.00
$ 1,601,520.00
Adjust Storm Drain Manhole
19
Frame and Cover to Grade per
1
EA
$ 1,880.00
$ 1,880.00
CVWD Standard Plan S-1 B
20
Signing and Striping, Including
1
LS
$ 80,000.00
$ 80,000.00
All Incidentals
Total Amount of Bid Items 1 — 20
$a $off �—
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 to Grade
per CVWD Standards
67
EA
$ 635.00
$ 42,545.00
2
Raise Water Valve to Grade per
CVWD Standards
67
EA
$ 1,270.00
$ 85,090.00
Total Amount of Bid Items 1 — 2
$ 127,635.00
ADDITIVE ALTERNATE NO. 2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Lower Sewer Manhole to Grade
per CVWD Standards
1
EA
$ 1,000.00
$ 1,000.00
2
Raise Sewer Manhole to Grade
per CVWD Standards
1
EA
$ 1,000.00
$ 1,000.00
Total Amount of Bid Items 1 — 2
$ 2,000.00
Bid Schedule 1210-3
ADDITIVE ALTERNATE NO. 3 — VIA ROSA CURB RAMPS
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Sawcut, Remove, and Dispose
1
of Existing Concrete Curb; Curb
120
LF
$ 22.00
$ 2,640.00
and Gutter
Sawcut, Remove, and Dispose
2
of Existing Concrete Sidewalk
1,120
SF
$ 4.50
$ 5,040.00
and Ram
3
Construct Sidewalk per City of
110
SF
$ 9.50
$ 1,045.00
La Quinta Std. No. 240 Mod.
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
4
250 Mod., Case A (Including
2
EA
$ 7,500.00
$ 15,000.00
Curb or Curb and Gutter) —
Limits BCR to ECR
Furnish and Install 3/8" Minus
5
w/ 20% Fines -Decomposed
670
SF
$ 5.00
$ 3,350.00
Granite -Desert Gold 2" Thick
Grade Parkway, Remove,
Modify, and Replace
6
Landscape and Irrigation in
1
LS
$ 1,000.00
$ 1,000.00
Kind to Furthest Extent Possible
to Join Proposed Curb Ram
Remove Existing AC, Compact
7
Existing Base, and Variable
395
SF
$ 18.00
$ 7,110.00
Overla
Total Amount of Bid Items 1 — 7
$ 35,185.00
Bid Schedule 1210-4
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures):
$ )�,97d,5a.o2-0
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words):
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.
Granite Construction Company Signature of Bidder (Ink)
Joseph P. Richardson, Reqional Chief Estimator
Name of Bidder (Printed or Typed)
60)775-7500
Bidder Telephone Number
DCR.estimating@gcinc.com
Bidder Email Address
5'(RUCT�1.4.,.
C�.
I.1S22 c
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. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
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 17th day of
April , 2026.
Granite Construction Company
Regional Chief Estimator
Title of Signatory
4il./ Joseph P. Richardson
SignatVe of Principal
38000 Monroe Street, Indio, CA 92203
Address
Travelers Casualty and Surety Company of America
Attorney -in -Fact
Title of Signatory
lAn Rt4_—
Signature of Surety
/Isabel Barron
1 Tower Square, Hartford, CT 06183
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond
O�'�.
.0
wf�
• SE, :o
~ i JwL 4,1922 '.
oZ %tea:
' HARTFORD, `-
CONN. o?
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 Riverside
County of
On April 21, 2026
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
Riverside County
Commission # 2477830
'�� "�' My Comm. Expires Dec 29, 2017 +
(Seal)
Anocateveificsoother
heidofficer completing
eindithis ACKNOWLEDGMENT
certificate verifies only the identih of the individual
who signed the document to which this certificate is
attached; and not the truthfulness, accurac\. or validn)
of that document.
State of California
County of Santa Cruz )
On April 17, 2026 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
w COMM. #2410765
%my
Notary Public - California o
zSanta Cruz County M
Comm. ires Ju 14, 2026
Travelers Casualty and Surety Company of America
AA 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.
�yA swllyyr4 PJp•1r nNp sL
J iO HARTFORD, + ' ewzA=
CCNM. $ W CONE, o 'iiu
.A
State of Connecticut
City of Hartford ss.
By:
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.
�0
IN WITNESS WHEREOF, I hereunto set my hand and official seal. ��`*'�;
i /.OTAP.Y hj
M Commission expires the 30th dayof June, 2026 i, p+•
auz`ic r1 Anna P. NOWIk, Notary Public
cOMVec r�
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
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. "'IM ""
••��yPhc „UR�TycoA',
� Y
a: HART;�Oi
CONN. o
9
Dated this April 17, 2026
y��y�hrCa yJs�S .i OS�
J r FUI.RTF� ` HARTFORD, L�CAiR
44\ rANN. ? CONK "fit
Gam-' (l�- /
.
Kevin E. Hughes,
t Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney 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:
Caltrans 08-1 G6304
Owner: CA Department of Transportation
Construction Cost: $ 12,260,343
Construction Time: 240 Working Days 6alenda!FDays
Owner's Representative:
Francisco Montellano
Owner's Telephone No.: (951) 232-6412
Date of Substantial Completion: July 2025
2. Project Name:
Highway 111 La Quinta
Owner: City of La Quinta
Construction Cost: $ 7,040,476
Construction Time: 90 Working Days
Owner's Representative: Ubaldo
Owner's Telephone No.: (760) 275-2789
Date of Substantial Completion:
October 2025
Gelepdar +}a"
Bidders Experience & Qualifications 1230-1
3. Project Name:
Baker Boulevard Park Avenue
Owner: County of San Bernardino
Construction Cost: $ 3,646,648
Construction Time: 60 Working Days GaleRdaF�ays
Owner's Representative: Andy Silao
Owner's Telephone No.: (909) 387-7920
Date of Substantial Completion: October 2025
4. Project Name:
Miles Avenue Indian Wells
Owner: City of Indian Wells
Construction Cost: $ 2,097,313
Construction Time:
Owner's Representative:
50
Dina Purvis
Owner's Telephone No.: (760) 346-2489
Date of Substantial Completion:
November 2025
Calendar Days
Signed this 23rd day of April 2026.
Granite Construction Company 89 1000000085
Name of Bidder Contractor's License No. DIR Reg No.
k-/
SignatdJe of Bidder
Joseph P. Richardson
Printed Name of Bidder
05/31 /2027
Expiration Date
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.
CINDY TRUMP INC / LA HABRA, CA / MILLING & *I. / 754500 / 1000008423
dba LINDYS PULVERING
COLD PLANING
CAT TRACKING INC / RIVERSIDE, CA / SIGNING & STRIPING / a g%/ 991122 / 1000011750
E B S UTILITIES / CORONA, CA / ADJUST UTILITIES / 11.4%/ 932798 / 1000004286
ADJUSTING INC
Joseph P. Richardson
Regional Chief Estimator ``��`:ii�l�����
Si ature of Bidder ``� �IRUCT�
vO? owPOR4.& 2
Aj
to 0
Granite Construction Company " ~ 4•
Name of Bidder 2�;c'!t�Foa?`•�'�
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.
(1 Joseph P. Richardson
Sign(Kure
Granite Construction Company
Name of Bidder
Regional Chief Estimator
Title
04/23/2026
Date
Non -Collusion Affidavit 1250-1
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: Granite Construction Compan
Address: 38000 Monroe Street
Project Manager: Sibel Salazar
Phone: (760) 775-7500
City: Indio ST: CA Zip: 92203
Email: DCR.estimating(cD_gcinc.com
CSLB/Certification Number: 89
Public Works Registration No.: 1000000085
Classification:
Asbestos Boilermaker Bricklayers Carpenter X Carpet/Linoleum-
Cement Masons X Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights_
Operating Eng X Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMetal Sound/Com Surveyor Teamster X Tile Worker_
Prevailina Waaes and Pavroll:
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-Pavroll-ReDortina.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
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
if the Vendor/Bidder engages in investment activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 -CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
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 Pers Signing
Joseph P. Richardson, Regional Chief Estimator
Iran Contracting Act Certification
Federal ID Number (or n/a)
"0RU�'•,,�,
94-0519552
i0'
Date Executed
� �P'aa:
�tto? '
" c�
o •' T
,�""'t""��```
04/23/2026
1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
Institution (Printed) 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