Loading...
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