Loading...
HomeMy WebLinkAboutA7138 - GRANITE CONSTRUCTION - Convention Center Parking Lot N It1�M 4 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Granite Construction Date: January 3, 2019 3800 Monroe Street C.P. # 17-14 Indio Ca. 92203 Proiect: Convention Center Parking Office: (760) 391-6275 Lot Phase II Cell: (760) 574-6115 Change Order No: 2 (two) Purchase Order Attn: Sibel Salazar Account No. 261-4490-50483 Changes in Work/ Cost Items Description Quantity Cost Per Unit Total Cost CO2A Repair and Reconstruct +1 LS $22,880.00 +$22,880.00 Drainage inlets for Retention basin Inlet Improvements TOTAL AMOUNT +$22,880.00 Reasons for Extra Work: Following completion of parking lot construction a rainstorm resulted in damage to drainage outlets, rip rap, and retention basins. Repairs to the storm damage as well as additional construction intended to prevent damage during future weather events will be conducted. The work generally consists of removal of AC pavement; placement of PCC drainage depressions at retention basin inlets; removal and replacement of curb and gutter; installation of an entirely new curb inlet with rip rap, repair and regrading of existing landscape and drainage basin; placement of grouted rip rap. Full scope of work as indicated on Granite Construction's proposal dated 12/14/18 is to be completed at the lump sum / agreed price of$22,880.00 Changes to Contract Time: 10 additional working days were added to the contract to complete the extra items A-1. Source of Funds: Funds are available in the following account: 261-4490 -- S 09-1. Summary of Costs: Original Contract Amount: $481,184.00 Original Completion 29 Workina Days This Change Order: $22,880.00 Days Added 10 Previous Change Order Amount: $17,594.95 Revised Completion 39 Working Days Revised Contract Amount: $521,658.95 s P, CP 17-14 Convention Center Parking Lot Phase II Contract Change Order No.2 January 11,2019 Page 2 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Granite Construction Co. "69"6aw I 114zD(q Signature Dfate - llZ I%�c �n,�-I CM Printed Name and Title City of Palm Springs Recommen ed By: r �� �l�1 arcus Fuller, Assistant City Manager/Dir. Date 1 ` Enplpering Approved By: _ a� D id eadv, City Manaqer Date Z)Attest By: o thony J. I ejia, erk Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Proiect File (1) Purchasinq (1) Finance (1) cna' APPROVED FY MY RA kMACER �� * A?139 A7138 - Granite Construction Co. Council approved 05-16-2018 for $481,184 City Manager has CO authority up to $48,118 Date CO # Amount 092018 1 $17,594.95 under CM authority 010319 2 $22,880.00 under CM authority CO TOTALS $40,474.95 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this geday of �UV1.e-- 2018, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Granite Construction Company, a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s)for the Project entitled: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 The Work comprises the construction of a new parking lot, including asphalt concrete pavement, concrete curb and gutter, concrete ribbon gutter, concrete sidewalk, concrete driveway approaches, curb ramps, removable bollards, installation of underground electrical and lighting system, installation of irrigation system, landscaping, traffic striping, and all appurtenant work located at the southeast comer of Avenida Caballeros and Amado Road. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specked in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specked in the Notice to Proceed. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 AGREEMENT FORM MARCH 22,2018 ORIGINAL BID AGREEMENT AND BONDS-PAGE AND10R AGREEMENT ARTICLE 3—CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is-,Four Hunched Eighty' One Thousand-One Hundred-Eighty Four Dollars.,($481,184.00). Contractor agrees to receive and accept the prices set forth herein, ,as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall coverall expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents;",and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations; the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, .Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the' Drawings, Addenda numbers.01._to 01, inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5-- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated,project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified,and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 AGREEMENT.FORM '.MARCH 22,2018 AGREEMENT AND BONDS-PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7-- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or'certified mail, postage prepaid; to the last business address known to the giver of the Notice. ARTICLE 8 — INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs; based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770,.et seq., as well as California.Code of Regulations, Title 8, Section 16000, et seq. ('Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 — CONFLICT OF INTEREST Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter Into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 AGREEMENT FORM .MARCH 22,2010 AGREEMENT AND BONDS-PAGE 3 ' s r _ . i ARTICLE 10--NON-DISCRIMINATION In connection with, its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or ' perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall .not incorporate any discrimination arising from or related to; any prohibited basis in any Contractor activity, including,but not limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training,.including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the.provision of benefits, relating to non-discrimination in city contracting. ARTICLE 11 —MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions,will have the meanings indicated in said Standard Specifications and the Special Provisions.- No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are. due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, it respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 - AGREEMENT FORM MARCH 22,2018 AGREEMENT AND BONDS-PAGE 4' IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA _ Date I& l �1C22 .ti. Vf / Agreement No. /�J David H. Re City Man r ATTEST: By Anthon . Mejia, M C' APPROVED AS TO FORM: €dwardZ. Ret tk-5g, -,City Attorney RECOMMENDED: By w— Thomai-Garcia, Director of Engineering Services/City Engineer CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 AGREEMENT FORM MARCH 22,2018 AGREEMENT AND BONDS-PAGE 5 ntA Po;� ' CONTRACTOR By: Granite Construction Company, a California corporation Firm/Company Name n� By: ignature no ize Signature(notarized) Name: Laurel J. Krzeminski _ Name: Kenneth B. Olson Title: Executive Vice President Title: Assistant Secretary A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to i tached, and not the truthfulness, accuracy or validity of that document. SEE ATTACHED (This Agreement must be signed In the above (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractor to the terms of the Agreement.) Contractor to the terms of the Agreement.) State of _( State of 1 County of )SS County of )SS On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the Instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon of which the person(s) acted, executed the behalf of which the person(s)acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 AGREEMENT FORM MARCH 22.2018 AGREEMENT AND BONDS-PAGE 6 A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Santa[niz ) On May 25,2018 before me, V.J. Fox, notary public (insert name and title of the officer) personally appeared Laurel J. Krzeminski and Kenneth B. Olson 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. �+a� WITNESS my hand and official seal. V.J.FOX 6 Commission#2124012 [_ a =. Notary Public-Calilornla Santa Cruz County Signatur ea M Comm.EllpiresSe 15,20191 J. ox, notary public CRY of Palm Springs,CA BID Vendors&Bid Amounts PAW SCET Ac DLL DATE. y DMCRIP770N: 3 SS�4 03. Total of an BW chedule•Items witness: _ ^date �� CONTRACTORS STATE LICENSE BOARD - Contractor's..License Detail for License # 000089 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted bylaw(B8P 7124.6)r this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B8P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Data current as of 5/29/2018 4:02:11 PM Business Information GRANITE CONSTRUCTION COMPANY P O BOX 50085 ATTN:LEGAL DEPT WATSONVILLE,CA 95077-5085 Business Phone Number:(831)768-4086 Entity Corporation Issue Date 10/01/1929 Expire Date 0513V2019 License Status his license is current and active. All information below should be reviewed. Classifications C35-PLUMBING C10-ELECTRICAL A-GENERAL ENGINEERING CONTRACTOR B-GENERAL BUILDING CONTRACTOR C57-WELL DRILLING C-2-INSULATION AND ACOUSTICAL C-8-CONCRETE C12-EARTHWORK AND PAVING C21 -BUILDING MOVING,DEMOLITION C27-LANDSCAPING I C29-MASONRY C35-LATHING AND PLASTERING C42-SANITATION SYSTEM C45-ELECTRICAL SIGNS C39-ROOFING C50-STEEL,REINFORCING C51 -STEEL,STRUCTURAL C31 -CONSTRUCTION ZONE TRAFFIC CONTROL Bonding Information VA(Al is SA ti V City of Palm Springs c2 Office of Procurement& Contracting gl7FpAeS�V Memorandum To: Office of City Clerk From: Office of Procurement& Contracting Subject: CONVENTION CENTER PARKING LOT PHASE 2 Date: CP 17-14 Attached are the following documents: Vch/ 2 sets of Contract documents executed by Contractor and notarized. V / Performance Bond V Payment Bond / Original Bid Copy of bid bond Certificates of Insurance for the required policies Copy of Bid Abstract / Confirmation of status of contractor's license V Contract Abstract BID BOND KNOW ALL MEN BY THESE PRESENTS, That Granite Construction Company as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Palm Springs, California,.hereinafter called the"City"in the sum of: _ Ten Percent (10%)of the Total Bid Amount yy (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, than this obligation shall be null and void, ot%s �trly�I remain in full force and effect. In the event suit is brought upon this Bond by said City, and City % f C tty shall pay all costs incurred by said City in such suit, includiny'a.reasgnable attorney's fee to b tr;etAV. —__ � c y: 6GI rp 4%ED,this 20th day of April 2018 %�� EXECUTED FORTHE SL4tETX:..:>' EX9NIVE6011 THE PRINCIPAL: Travelers Casualtya�d,6;tirety otnpany of America Granite Construction Company By - ..1 Ll-� Silgriature Signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: Joseph P. Richardson, Regional Chief Estimator Isabel Barron, Attorney-in-Fact By �Y1 Signature (NOTARIZED) Print Name and Title: CONVENTION CENTER PARKING LOT PHASE 2 BID BOND(BID SECURITY FORM) CITY PROJECT NO.17-14 MARCH 22.2018 81D FORMS-PAGE 14 r A notary public or other officer completing this certificate verifies only the identity ofthe individual ACKNOWLEDGMENT who siped 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 April 26, 2018 before me, Carolyn Maness, Notary Public (insert name and title of the officer). personally appeared Brad J. Williams 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. CAROLYN MANESS No�aryPublic-Glilomia z ''r.. Imperial County Commissionp22WT2 ' Mtnm.FaP�s Nov12,2021 SignatureU. (Seal) my comm. Carol Maness, Notary Public r ,r I C A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached,and not the truthfulness,aacmacy,or validity of that document State of California County of Riverside ) On April 26, 2018 before me, Carolyn Maness, Notary Public (insert name and title of the officer) personally appeared Joseph 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. caROLYNMANEss Notary Public-California Imperial County £ Commission C 221$472 My Comm.Expires Nov 12,2021 Signature (Seal), Carolyn ness, Notary Public 1,, �I A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who sipped the document to which this certificate is attached,and not the truthfulness,accuracy,or validity _ of that document State of California County of Santa Cruz 1 On April 20,2018 before me, Sumi Sohn-Rigler,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. SUMI SOHN•RIGI.ER Commission#2083107 Notary Public•California m Santa Cruz County My Comm.Expires Oct 19 2018 Signature, �(�/{�{�/A, _ (Seal) Sumi Sohn-Rigler,Notary Public I TRAVELER5J POWER OF ATTORNEY Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company Attomey-In-Fact No.232494 KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Madne insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companles7,and that the Companies do hereby make,constitute and appoint Isabel Barron,of the City of Watsonville,State of Califomla,their true and lawful Attomey-In-Fact to sign,execute,seal and acknowledge any and all bonds, reoognizances,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 pemdtted in any actions or proceedings allowed by law. This Power of Attorney Is limited to bonds,recognhances,condidonal undertakings and other writings obligatory In the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates,alone or In Joint venture. IN WITNESS WHEREOF, the Companies have caused this Instrument to be signed and their corporate seals to be hereto affixed, this 3rd day of February,2017. Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St.Paul Fire and Marine Insurance Company vI tr • State of Connecticut City of Hartford ss. Robert L Raney,Senior Moe President On this the 3rd day of February,2017,before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Moe President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St.Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. In Witness Whereof,I hereunto set my hand and offidal seal. My Commission expires the 30th day of June,2021Ar� mON.A. C HLAnRl♦A! Marie C.TetreaA Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St Paul Fire and Marine Insurance Company,which resolutions are now In fun 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 Presiden4 any Second Vice President,the Treasurer,any,Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-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,recagnizances,contracts of indemnity,and other writings obligatory In the nature of a bond, remgrgzance,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 Presiden4 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 Atbhmeys-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 Noe President,arry 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 Attomeys-in-Fad 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 shag be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I,Kenn E.Hughes,the undersigned,Assistant Secretary of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company,do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies,which will remain In full force and effect through December 31,2018. Bond Executed on April 20,2018 Kevin E.Hughes,Assistant Secretary - To verifythe aWhenNdty ofthls Power ofAdarkey,call i-NO.4213WO to mnuad m Please refer to the Attomep&-Fad number, the above named/ndluldua/and the details of the bond ta which the power/s attadW,, BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 1 CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 MARCH 22,2018 COVER SHEET BID FORMS-PAGE 1 BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number One (1) Date April 10, 2018 Number Date Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 BID PROPOSAL MARCH 22,2018 BID FORMS-PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: 4/26/2018 Bidder: Granite Construction Company By: V (Signature) Joseph P. Richardson Title: Regional Chief Estimator CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 BID PROPOSAL MARCH 22,2018 BID FORMS-PAGE 3 I f GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2018 through December 31, 2018, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and/or attest electronic and paper documents and contracts 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 $25 million,relating to any and all domestic construction projects arising out of the Company's operations. RESOLVED,that, effective January 1, 2018through December 31, 2018, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and attest electronic and paper documents and contracts 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 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, Richard A. Watts, do hereby certify that I am duly qualified as Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation(the "Company"); that the foregoing is a true and correct copy of resolutions duly adopted effective January 1, 2018 by unanimous written consent of the Executive Committee of the Board of Directors, held without a meeting in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolution adopted has not been modified or repealed and is still in full force and effect. Dated: January 1.2018 CV�f✓`�al�� ��tuuuii Richard A. Watts Jan. i l�••�FORN�r•;da�� EDIT 1 AUTHORIZED SIGNERS Granite Construction Company California Group Desert Cities Region AUTHORIZED SIGNERS Brad J. Williams, VP Desert Cities Region Brian Caris, Senior Project Manager Joseph P.Richardson,Regional Chief Estimator Jeff J. Mercer,Region Construction Manager Ralph M. Pipkin,Project Manager Rudy Barela, Regional Controller James Clark,Project Manager ATTESTORS Brian Caris, Senior Project Manager Joseph P. Richardson,Regional Chief Estimator Jeff J. Mercer,Regional Construction Manager Ralph M. Pipkin,Project Manager Carley L. Cechin,Project Manager Rudy Barela, Regional Controller James Clark, Project Manager Carolyn Maness, Estimating Assistant EXHIBIT 2 AUTHORIZED SIGNERS Granite Construction Company California Group AUTHORIZED SIGNERS Jim Radich,VP Coastal Region Michael Tatusko,VP Valley Region Brent Fogg, VP Central Region Richard Scott McArthur, VP Northern Los Angeles Region David A. Donnelly,VP South Coast Region Brad J. Williams,VP Desert Cities Region BID SCHEDULE Schedule of Prices for Construction of the: CONVENTION CENTER PARKING LOT PHASE_ 2 CITY PROJECT NO. 17-14 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization --- LS $ Z 4, 994 =° 2. Temporary Traffic Control --- LS $ 10, 000 °- 3. Water Pollution Control --- LS $ 1, 8 50 = 4.(F) Rough Grading 2,666 CY $ 2 y °= $ (03, q8y °_ Clearing, Grubbing and Removals 98565 SF to So 5. (all proposed pavement areas) , $ a $ 9, 8 56 6. Remove Existing Redwood Header 608 LF $ 3 0 $ 118 24 Construct 2.5"AC Over 4" of 7. Crushed Aggregate Base (95% 88,002 SF Zo �o Relative Compaction) $ Z �' $ 193, WH Construct A3 Curb and Gutter 8, per City of Palm Springs Std. Dwg 191 LF No. 200 $ 4 5 $ 8, 5`15 — Construct Al Barrier Curb per City o0 00 890 SF 9' of Palm Springs Std. Dwg. No. 200 Construct 3' Wide Erosion Control 10. Type Swale Per Detail on Plan Sht. 28 LF No.1 $ IZO — 01 Proposed Retention Basin 75 po 11.(F) Per Detail on Plan Sht. No. 1 904 CY $_� $ y, 2 9 y — Install Thermoplastic Parking Stall 12. Striping Per Detail on Plan Sht. No. 4,777 LF $ 2 00 $ Q, 5 5 y e° 13. Install 4"Parking Stripe ide Thermoplastic 1,108 LF $ 3 �= $ 3ZN Install Thermoplastic Striped Island o° oa 14. 1 per Detail on Plan Sht. No. 1 ,682 LF $ 2 — $ 3, 364 — 15. Furnish and Install In-Roadway 1 EA. Warning Light System $43,000ILO $ 43,0002 Note: "(F)" identifies a"Final Pay" item, and shall be paid in accordance with Section 9-1.4 of the Special Provisions. Granite Construction Company Name of Bidder or Firm CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 MARCH 22,2018 BID SCHEDULE BID FORMS-PAGE 4 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: CONVENTION CENTER PARKING LOT PHASE 2. CITY PROJECT NO. 17-14 Item Description Estimated Unit Unit Amount No. , Quantity Price 16. Irrigation System --- LS Z (o 1 p p p 17. Landscaping --- LS y—7r 000 �- 18. 90 Day Landscape Maintenance --- LS 3, Soo �— 19. Field Orders --- AL _ 12 500 Note: "(F)" identifies a "Final Pay Item,ad shall be paid in accordance with Section 9-1.4 of the Special Provisions. *An allowance has been provided for Field Orders in accordance with Section 9-3.5 of the Special Provisions. The Contractor shall be limited to payment for Field Orders authorized by the Engineer up to and not exceeding the allowance specified. Granite Construction Company Name of Bidder or Firm CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 MARCH 22,2018 BID SCHEDULE BID FORMS-PAGE 5 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ y 8 ►, sy (Price in figures) roug 'NuNOQCD E16N'rN ONG' T10121 "' ONE HUW0W= 61LHN FOUR (Price in words) VIW-Alts AND ZC20 cCNTs QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25:percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications; and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. Granite Construction Company Name of Bidder or Firm CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 MARCH 22,2018 BID SCHEDULE BID FORMS-PAGE 6 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor,specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or"will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of 2 1. Name of Prime Contractor: Granite Construction Company 2. Bid Items/Portion of Work to be Self-Performed(if less than 100%of the contract): 1-11, 19 - Mobilization, Traffic Control, Clearing, Grubbing, Removals, Earthwork, Grading, Aggregate Base,Asphalt, Concrete Curb 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: '{T Performed: �'358, 211 _ �y. 5 ' Apri126, zols By signing the Bid Form,Contractor hereby certifies that it will perform not less than 50%of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor(Check One) 'First Tier; ❑ Second Tier, ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: URBAN V4AB,TART GNVIEONMCN'­aAL LANoScAPC,5 3. Address: P.O, 13" I177 LA 6v1NTA, CA 9ZZ47 4. Bid Items/Portion of Work: 16, 1'11 18 LAND S CAP fNG 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: (7l00) 30- 1101 9(o3'7Hy 0 <$1M *$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M 0 91 3 to 8 � Registration No: 100000 389 O 10 10. Percentage of Contracted Work: 11 DBE Firm? ❑Yes KNo 12. DBE Certification No.: IH. 47. N A CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 LIST OF SUBCONRACTORS MARCH 22,2018 BID FORMS-PAGE 7 BIDDER'S LIST OF SUBCONTRACTORS - (Continued) Copy this page as needed to provide a complete listing. Page 2 of 2 1. Type of Subcontractor(Check One) kPirst Tier; ❑ Second Tier; ❑ Supplier, ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: PGt 3. Address: 9-15 W sr S-lV --r AzvSA , CA 91 'I07- 4. Bid Items/Portion of Work: I-21 138 1 y S TR I P tN G 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: (5162) 218-0 $04 SZ3867- 0 <$1M ><<$5M 0<$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M 114, 604 55 Registration No: 1 Oaoob S&$7 10. Percentage of Contracted Work: 11. DBE Finn? ❑Yes )l0 12. DBE Certification No.: 3. 07. NA 1. Type of Subcontractor(Check One)Afirst Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: CAL IFoeW A PROMSSIONAL LN6INCC.4tNG, INC. 3. Address: 929 orregar- N Ave Ls QueNT'E U 9I-74 $ 4. Bid Items/Portion of Work: 15 r-Lf1Tt71 CA L- 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ((oZL) 810- 1338 193907 0<$1M 11 <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor �<$15M El >$15M 39,boo s° Registration No: t0000o 1980 10. Percentage of Contracted Work: 11 DBE Firm? XYes ❑ No 12. DBE Certification No.: 8.1 7. 317.17 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 0 <$1M 0<$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑Yes ❑ No 12. DBE Certification No.: CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 MARCH 22,2018 LIST OF D FORM -PAGE 8 BID FORMS-PAGE 8 C LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS City Project No. 17-14 Bid Opening Date 04/26/2018 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating"that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Spartan Sawcut Palm Springs, CA (760) 322-0254 Local firms that will furnish materials or supplies to the Bidder for this project: Granite Construction is a local firm with a regional office located in Indio, CA.All asphalt used on this project will be manufactured and shipped from our asphalt plant located on Dillon Road in Coachella. In addition, local craftsmen will construct the improvements. Cal Portland Concrete in Thousand Palms will supply the ready mix concrete and aggregate base for the project. Spartan Sawcutting in Palm Springs, CA will perform the sawcutting work. Sam Jones Mine in Thousand Palms will accept any inert demolition. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 LOCAL BUSINESS PREFERENCE PROGRAM MARCH,22,2018 GOOD FAITH EFFORTS BID FORMS--PAGE 9 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) The Bidder shall provide information sufficient to demonstrate its good faith effort to retain or hire local firms to (a)provide services and (b) to furnish materials and supplies for this project. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement Desert Sun Newspaper 04/07/2018 & 04/08/2018 ** See Attached Certificate of Publication ** B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation Spartan Sawcutting 4/7/2018 Quoted on 4/26/2018 Cal Portland Concrete 4/7/2018 Quoted on 4/26/2018 Superior Ready Mix 4/7/2018 Quoted on 4/26/2018 Hi Grade Materials 4/7/2018 Quoted on 4/26/2018 Urban Habitat Landscape 4/7/2018 Quoted on 4/26/2018 Sam Jones Mine 4/7/2018 Quoted on 4/26/2018 Superior Pavement Markings 4/7/2018 Quoted on 4/26/2018 CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 LOCAL BUSINESS PREFERENCE PROGRAM MARCH 22,2018 GOOD FAITH EFFORTS BID FORMS-PAGE 10 PO Box 23430 mediagmit Green Bay,WI 8/Fax 76 Tel:760-778-4578 I Fax 760-778-4731 PNrrOF ME uv,lDorrNelwoac Email:legals@thedesertsun.mm PROOF OF PUBLICATION SUB-BIDS REQUESTED STATE OF CALIFORNIA SS. FROM Coachella D Local Sub-Contractors and Suppliers residing within the COUNTY OF RIVERSIDE Owner. CiTy convention enters Project: Convention Center Parking Lot Phase 2 Bidding: 04 6/18 Time:3:00 PM GRANITE CONSTRUCTION CO. 38000 MONROE STREET,INDIO,CA 92203 PHONE:7601775-75M FAX:760/775-8239 ATTN:Sibel Salaaar GRANITE CONSTRUCTION 100%Performance and Payment Bonds may be required. 3$000 MONROE$T Bonding Assistance is available. Joint Party Checks Available when requested. Equal Opportunity Employer-CA Lic.No.89 INDIO CA 92203 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756,and Section 7.09.030 of the Palm Springs Municipal Code, 'Local Business Preference Program',subsection(5) 'Local Preference in Public Works Contracts(Sub-Contracting)',which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. Published:4n,4/9118 - I am over the age of 18 years old,a citizen of the United States and not a party to,or have interest in this matter. I hereby certify that the attached advertisement appeared in said newspaper(set in type not smaller than non pariel)in each and entire issue of said newspaper and not in any supplement thereof on the following dates,to wit: 04/07/18,04/08/18 I acknowledge that I am a principal clerk of the printer of The Desert Sun,printed and published weekly in the City of Palm Springs,County of Riverside, State of California.The Desert Sum was adjudicated a Newspaper of general circulation on March 24, 1988 by the Superior Court of the County of Riverside,State of California Case No. 191236. I declare under penalty of perjury that the foregoing is true and correct. Executed on this 9th of April 2018 in Palm Springs,California. . IiawC'J ECLARANT Ad#:0002843115 PO: #of Affidavits:1 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation.by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) All items of work were made available through phone conversations and newspaper advertisements. Local firms were selected and utilized. D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Superior Pavement Markings of Beaumont, CA (951) 845-2799 was rejected. PCI was 12.4 % below Superior. The asphalt will be supplied locally by Granite and the concrete/aggregate base locally by Cal Portland. Spartan Sawcut of PalmSprings will perform any required sawcutting. Urban Habitat in La Quinta will perform the landscaping. Names, addresses and phone numbers of firms selected for the work above: Spartan Sawcut Palm Springs, CA (760) 322-0254 Granite Construction Indio, CA ' (760) 775-7500 Cal Portland Conc Thousand Palms, CA (760) 343-4017 Urban Habitat La Quinta, CA (760) 345-1101 NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 LOCAL BUSINESS PREFERENCE PROGRAM MARCH 22,2018 GOOD FAITH EFFORTS BID FORMS-PAGE 11 Fran PCI PG Fax:(562)206-0229 —To Granite(Indio) Fax' 1780}M-820 Page 1 of 1 04,262018 9:21 AM i 7 � MIN Striping-Seakoat Office: (562)218-0504 FAX:(562)2184M34 t A Perking&Highway Improvement Contactor LIC.NO.8238M QUOTATION #40967 DIR#1000005687 AGENCY: CITY OF PALM SPRINGS PROJECT: CONVENTION CENTER PARKING LOT PHASE 2 BID DATE: 4/26/2018 ITEM UNIT EXTENDED NO. I7EMDESCRIP77ON QUANT PRICE PRICE 12 INSTALL THERMOPLASTIC PARKING STALL STRIPING 4,777 LF � _. I S/ 1.75� 6,359.75 PER DETAIL ON PLAN SHT NO I 1 13 INSTALL 4"RODE THERMOPLASTIC PARKING STRIPE 1,108 LP f 260 2,880.80 14 INSTALL THERMOPLASTIC STRIPED ISLAND PER 1,682 LF 3 2.06 3.364.00 DETAIL ON PLAN SHT NO 1 TOTAL BID: $ 15 .S6 Union Contractor. Inclusions: Includes traffic control for PCI forces. Based on(1)move-in(s).Additional move-ins to be charged at f 1,150.00 per operation(Sniping,Signing,RPM's,et Includes Monday through Friday day work only. Work performed outside those days and hours may be subject to premium time rates. Exclusions: Excludes the removal of existing or conflicting striping (Unless specified above) Excludes posting(no parking)signs and temporary delineation. Excludes supplying or installation of shiny or fog seal on striping and marking terrovals if any. Excludes supplying or installing construction signs,barricades,k-rail and delineators. Excludes supplying or installing mast arm or ovedicad signs if any. (Unless specified above) considemd extra work. Excludes removals of concrete curing compound.(Striping material does not bond to concrete rmni compound Excludes supplying railroad safety personal supervision at rail road crossing if required. Excludes special insurance requirements,i.e.increased General Lability,Railroad Insurance,etc. General Conditions: Work area must be dry and clean of dirt and debris prior to PCI's arrival Per agencies plans and specifications unless otherwise noted We require acceptance in writing of this proposal with-in ninety(90)calendar days. Proposals not accepted with-in ninety(90)days are subject to pricing review by PCI. If bonding is required,add 2%to PCI's bid. Compensation will be charged for jobs that require special safety training requirements and security dearance. Addenda no.(1)am noted. All retention monies due to PCI will be Paid in full with-in ninety(90)calendar days of completion of PCI's cmmwt work All terms and conditions stated herein become a binding part of any contract or agreement between buyer and sells Requires ten(10)working day notice prior to each move-in. S,Lmad 13" Accepted by.. Port Sign Cusmmer G9m¢Jawb 975 W 1st St I Azusa,CA 91702 Date; PCI Superior Pavement Markings, Inc. �QvUgF PO Box 278 Pavement Markings Beaumont, CA 92223 Phone 951.845.2799 License# 776306 Fax 951.845.6399 Union Local 1184 Proposal 8c Contract 28092 DIR# 1000001476 Submit To: Contact: rojed GRANITE CONSTRUCTION Sibel Westcot"Office 760-775 Convention Center Parking Lot Phase 2 38000 MONROE STREET -7500"Fax 760-775-8229"Cell City Project No. 17-14 INDIO, CA 92203 760-574-6115"sibel. Palm Springs westcoft@gcinc.com Date: Estimator 4/26/18 1 Dale Shults # Description Qly um Price Ext Price 12 Install Thermoplastic Parking Stall Striping per Detail 1 on Plan Sht. 1 4,777 LF 2.17 10,366.09 13 Install 4"Wide Thermoplastic Parking Stripe 1,108 LF 2.17 2,404.36 14 Install Thermoplastic Striped Island per Detail on Plan Sht. No 1 1,682 LF 2.17 3,649.94 Addenda Considered = 1 Up to 4 week day working days are included. Additional mobilizations at$1,250.00 ea. Traffic control for Superior work areas during Superior work hours only. A Minimum Of TWO WEEKS NOTICE Is Required Prior To Move In. Quote Includes: Traffic Paint[NO]-Thermoplastic [YES] - Rpm's [NO]- Removals [NO]-Sealing [NO] - Signing [NO]- Temp Striping [NO]- Curb Painting [NO] - Furnish/Install Bollards [NO]- Fumish/Install Truncated Dome Material [NO] - Wheel Stops [NO] Note: Superior Pavement Markings, Inc. satisfies the utilization requirements for the City of Palm Springs Local Business Promotion in accordance with Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program', subsecton (5) " Local Preference in Public Works Contracts (Sub-Contracting)" as a business residing within the Coachella Valley. Superior Pavement Markings, Inc. Total $16,420.39 by: Estimator-Superior Pavement Markings, Inc. (Subject to office approval) Proposal valid for 30 days from 4/26/2018. All areas to be Gee and clear off ALL debris prior to Superior Pavement Markings'crews arriving on-site.All moves and job requirement are mentioned in notes-nothing is implied unless specifically noted.Not responsible for scheduling other sub's work or scheduling conflicts with other subs.We DOT NOT provide shop drawings of any type unless prior arrangements are made.Not responsible for removing temporary striping or temporary"tabs",tape or chip seal markets unless specifically noted.Signs on signal poles,overhead or truss structures not included unless specifically mentioned in proposal. Superior Pavement Markings is a union company and all jobs are bid using current union or prevailing wage rates. Acceptance of Proposal and Contract:Itwe accept the within proposal.You are authorized to perform the work comprehended here under and I/we agree to pay the said amount in accordance with the terms set forth. By signing this Proposal/Contract below Uwe agree to the attached Terms and Conditions. Date: Owner/Customer: Print: PLEASE SIGN AND REMIT THIS 2 PAGE DOCUMENT TO ABOVE ADDRESS. page 1 of 2 NON-COLLUSION DECLARATION The undersigned declares: I am the Regional Chief Estimatorof Granite Construction Company the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 04/26/2018 at Indio CA (Date) (City) (State) Joseph P. Richardson kv Regional Chief Estimator Signature CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 MARCH 22,2018 NON-COLLUSION DECLARATION BID FORMS-PAGE 12 A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached,and not the tmthfidness,accuracy,or validity of that document. State of California County of Riverside ) On April 26, 2018 before me, Carolyn Maness, Notary Public (insert name and title of the officer) personally appeared Joseph P. 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 m hand and official seal. cARowNMANEss y � Notary Public-California Imperial County CommissioaK2218472 My Comm.Expires Nov 12,821 Signature (Seal) Carolyn aness, Notary Public CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. We agree specifically: 1. To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM Granite Construction Company NAME OF PERSON SIGNING sep ichardson TITLE OF PERSON SIGNING a Tonal Chief Estimator DATE 04/26/2018 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. See Appendix Al CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 NON-DISCRIMINATION CERTIFICATION MARCH 22,2018 BID FORMS-PAGE 13 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Granite Construction Company 38000 Monroe Street Indio, CA 92203 Telephone Number: ( 760 ) 775-7500 Facsimile Number: ( 760 ) 775-8229 E-Mail: joe.richardson@gcinc.com Tax Identification Number: 94-0519552 2. TYPE OF FIRM Individual Partnership X Corporation (State CA—) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged.Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification A,B DIR No.: 1000000085 State License Number(s) 89 C36 C10 A B C57 C 2 C-8 C12 C20 C27 C29 Supplemental License Classifications C35 C42 C45 C39 C50 C51 C31 4. BUSINESS LICENSE: x_ Yes No License No.: 00010296 5. Surety Company and Agent who will provide the required Bonds: Name of Surety See Appendix B1 Address r Surety Company Telephone Numbers: Agent( ) Surety( ) CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 BIDDER'S GENERAL INFORMATION MARCH 22,2018 BID FORMS-PAGE 15 " CONTRACTORS STATE LICENSE BOARD °M� ACTIVE LICENSE r.nu'smtx 8 Em CORP s: m GRANITE CONSTRUCTION COMPANY C35 C10 A B C57 C-2 C-8 C12 C21 C27 C29 C35 C42 C45 C39 C50 C51 C31 �° 05/31/2019 www.cslb.ca.gov Registration Payment 0._-:ess Page t of I Registration Complete! Thank you for your payment Your PWCR registration and payment were submitted on If you paid by credit card, payment confirmation and registration processing will take up to 24 hours. If you paid by ACH/EFT, payment confirmation and registration processing will take up to 10 calendar days. Ragistraf; ,n fo lsmal ;:ar 2018 PWC Registration Number: 1000000085 Contractor Legal Name: GRANITE CONSTRUCTION COMPANY Contractor Legal Entity: Corporation Payment Amount: $300.00 Payment Method: MASTERCARD Payment Confirmation Number: ZF69BYWQS7PC1 httnc•//efilino dir ra onv/PW('R/A rtinn Carvlat9ar4inn=navm Pnt('nmi+l e.to Q/1 N'7/117 CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY. PALM SPRINGS. CA 92262 (760) 323-8289 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: 00010296 EXPIRATION TAX/ADMIN. FEE CERT NO BUSINESS TYPE: GEN. ENGINEERING CONTR 06/30/2018 19.00 4291 OWNER NAME: JAMES H ROBERTS 06/30/2018 166.00 4292 06/30/2018 1.00 57942 BUSINESS NAME: GRANITE CONSTRUCTION CO BUSINESS ADDRESS: 38000 MONROE INDIO,CA 92203 GRANITE CONSTRUCTION CO ISSUANCE OF THIS LICENSE DOES NOT ENTITLE 38000 MONROE THE LICENSEE TO OPERATE OR MAINTAIN A INDIO CA 92203 BUS94M IN VIOLATION OF ANY OTHER LAW OR ORDINANCE. THIS IS NOT AN ENDORSEMENT OF THE ACTIVITY NOR OF THE APPLICANT'S MUST BE POSTED IN A CONSPICUOUS PLACE 6 ' 051318 BIDDER'S GENERAL INFORMATION (Continued) 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: See Appendix C1 7. Number of years experience as a contractor in this specific type of construction work: 96 8. List at least three related projects completed to date: See Appendix D1 a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner_ Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 9. Name of Project Manager/Superintendent: Glen McLuckie 10. Name(s) of person(s)who inspected job site: Sibel Salazar CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO.17-14 BIDDER'S GENERAL INFORMATION MARCH 22,2018 BID FORMS-PAGE 16 GRAr11TEry EMPLOYMENT LAW POLICIES Equal Employment Opportunity I Sexual Harassment Prevention I Family and Medical Leave Act To:Employees of Granite Construction Incorporated and its subsidiary companies January 1,2015 This pamphlet is provided as a reminder to existing employees and as an introduction for new employees regarding their rights and obligations under the company's EEO and Sexual Harassment prevention policies and the Family and Medical Leave Ad. The Company provides equal employment opportunity to all.without regard to age. ancestry, color,religious creed,denial of family and medical care leave, disability,marital status, medical condition,genetic information, military and veteran status national origin, race,sex, gender,gentler identity,gender expression or sexual orientation. The Company is unequivocally committed to preventing sexual harassment.Whether in the guise of a tasteless joke or a careless comment,sexual harassment has no place in the work place and will not be tolerated at Granite. I am asking all of you to be proactive in preventing sexual harassment.You and your co-workers make up one of the most respected work forces in the construction industry. It is important that we remind ourselves of our responsibility to each other to create a work environment that is free from harassment or discrimination in any torn.an environment that brings out the best in each of us. Also included in this pamphlet is information on the Family and Medical Leave Act,which provides eligible employees unpaid time off. It is important that you carefully read the following policies.They are all important and offer guidelines that will make our company a more productive place to work. Requests for copies of these policies and comments,questions or suggestions in regard to these policies should be directed to your local HR Manager or the Corporate EEO Officer at the corporate office in Watsonville. Sincerely, , m Roberts CEO 8 President Equal Employment Opportunity Policy 1.It is the Company's policy to ensure equal employment opportunity to all association,will use ifs best of ore to secure the cooperation of the various persons.Applicants are employed and existing employees are treated equally unions to increase employment of women,minorities,protected veterans and without regard to age,ancestry,color,religious creed,derial of family and Individuals with disabilities. medical rare leave,disability,marital status,medical condition,genetic information,military and veteran status,national origin,race,sex,gender,gender X.The Company attempts to utilize minority and female subcontractors and identity,gender expression or sexual orientation. suppliers and will maintain records of solicitations of such firms. I.Under Executive Order 11246 and implementing regulations Issued by the XI•it is the Company's policy to provide to all employees a work place free Department of Labor(41 CFR 60 4).the Company is obligated to take affirmative of harassment,intimidation and coercion based on any protected class or any action which includes,but le not limited to,employment,recruitment,advertising, characti istic that is personal and/or private m nature.Any employee who upgrading,promotion,demotion,transfer,layoff,terninetion,rates of pay(or subjects another to such harassment will be disciplined Supervisory personnel,in other forms of compensation),and selection for training dealing with their employees and in handling the concems of co-workers,must be sensitive to their responsibility In carrying out this policy. 11.The Company will take affirmative action to employ and advance in employment qualified women,minorities,individuals with disabiibes,and XII.K Is the Company's policy to prohibit intentional and unintentional protected veterans as defined In our Affirmative Action Program.The regulations harassment of any individual by another person on the basis of any statutorily include goals for employment of minorities,women,individuals with disabilities protected classification including,but not limited to age.ancestry,color,religious and protected veterans as defined in our Affirmative Action Program.The creed,denial of family and medical care leave,disability,marital status,medical Company will use Its best efforts to comply with or exceed these established condition,genetic Information,military and veteran status,national origin,face, goals sex,gender,gentler identity,gender expression or sexual orientation.The purpose of this policy is to ensure that no one harasses another individual in the rV.All personnel who are authorized to hire,promote,discharge,or who workplace. recommend or are otherwise involved in such actions are made aware of this policy ant required to implement it XIIL Any employee who feels that he or she has been subjected to V.The Company makes this policy known to all employees, harassment,or that he or she has observed anyone else being harassed,should Pe Y pol' Y ployees,prospective immediately report the matter to Becks Schumacher,the employees,potential sources of employees,as well as vendors andCompliance Corporate Equal ty subcontractors,by placing notices, holdingmeeE Emcee,Regional nal Human Officer,the she's r,o tot Officer,Equal Compliance cgs,distributing literature,and Officer,Regional Human Resources Manager,or a)the Company's Compliance other suitable means. Helpine.Ifyou have not received a satisfactory response within five(5)business A.All Employees ere urged to refer women,minorities,protected veterans days after reporting any indent of what you perceive to be haressment,please and Individuals with disabilities for possible employment when hiring contact the Corporate EEO Officer,Becks Schumacher,at Granite Construcion opportunities exist Incorporated,Box 50085,Watsonville,California 95077-6085,(831)724-1011.AN complaints will be kept confidential to the extent possible,but confidentiality VIL The Company requires subcontractor compliance with equal employment cannot be guaranteed.Every report of perceived harassment will be investigated, opportunity and affirmative action regulations. and corrective action will be taken where appropriate.Employees are encouraged to cooperate In all investigations.Violations of this policy may result in disciplinary VIII.The Company keeps such records as are necessary to Comply with action,up to and conducting discharge. federal and state laws and submits reports concerning its EEO program as required.The Company monitors al jobs and departments to assure compliance XrV.In addition,the Company will not allow any form of retaliation against with Company policy and with an laws. :individuals who report unwelcome conduct to the above designated individuals in IX.Where applicable the Company,either Individually or as a member of an good faith,or who cooperate in the Investigation of such reports in accordance with this policy. Any Company employee not subject to a Collective Bargaining Agreement who believes he or she has experienced discrimination or harassment of any kind Should refer to the Gal Employee Dispute Resolution program(EDRP)booHel.The fiat step in resolvkg any work related concern is to approach your immediate supervisor on an imonnal base.If you feel that your situation would make it impose le or extremely uncomfortable 10 approach your immediate supervisor,you should then go to your next level supervisor or Human Resources Manager. The Employee Dispute Resolution program booklet gives specific procedures for addressing any work reialed problem you might have.You may also access the Compliance Helpline,at (800)211<226 or www.gnanke.alerlNne com,any time you need assistance In dealing with a work related problem. Any employee covered by a Collative Bargaining Agreement who believes that he or she has experienced discrimination or hanummern of any kind should first contact his or her immediate supervisor.If your Immediate supervisor is the problem or mot responsive to your concern,contact your local sera oNevet manager,project manager.Human Resources Manager or EEO Officer Appendix Al Sexual Harassment Preventionoiicy Policy It is the Company's policy to provide a work environment that is free of discrimination and harassment.This includes a work place free of harassment that is sexual in nature whether it is intentional or unintentional. Deflnition Sexual harassment is defined as harassment based on sex or of a sexual nature; gender harassment; and harassment based on pregnancy,childbirth,or related medical conditions. The definition of sexual harassment includes many forms of offensive behavior, including harassment of a person of the same gender as the harasser. The following is a partial list of types of sexual harassment: • Unwanted sexual advances • Offering employment benefits in exchange for sexual favors • Actual or threatened retaliation • Leering;making sexual gestures;or displaying sexually suggestive objects,pictures, cartoons, or posters + Making or using derogatory comments, epithets,slurs,or jokes • Sexual comments including graphic comments about an individual's body; sexually degrading words used to describe an individual: or suggestive or obscene letters, notes or invitations • Physical touching or assault, as well as impeding or blocking movements Responsibility Each Manager, Supervisor and Department Head has an affirmative duty to maintain his or her work environment free from sexual harassment. This duty includes discussing this policy with all employees and assuring them that insuhing, degrading or exploitative sexu harassment Is strictly forbidden. All employees must conduct themselves in such a manner that their actions are not considered sexually harassing.. demeaning or Intimidating in any way. • All complaints or allegations will be taken seriously and handled in a timely manner.The company Is committed to thoroughly investigate each complaint and if necessary, take corrective action. • There will be no retaliatory measures taken against any employee who makes a complaint of sexual harassment either inter with the DFEH• or with any federal,state or local agency. • We trust that all employees will act responsibly in maintaining a professional and pleas any kind. Employees who feed that their complaint. regaroless of the mature a!the complaint. is not being h2 manner should contact the Corporate EEO Officer, at Granite Construction Incorporated, Box 50085, (831)724-1011,or contact the Compliance Helpline a;(600i 211-4226 or www.granite.alerl coin. 'Employees in California may contact the California Department of Fair Employment and Housing(DFE . 884-1684. If you are calling from outside of California. you can call(9 181 47 8-7 20C to receive instructions on Flow to file a compi i It TF1 telephone number for your local EEOC office may be found In the white pages of your fo Government Offices.-Equal Employment Opportunity Commission. 6 t a Y r r i ram Your Rights and Responsibilities Under The Family & Medical Leave Act It is Granite's policy to grant up to 12 weeks of family and medical • For an employee's own serious health condition or to pre for the leave during any 12-month period to eligible employees in employee's spouse,child, or parent,Granite will require medical accordance with the FMLA of 1993, and up to 26 weeks of leave in certification to support a request for leave.Granite may require any 12-month period in compliance with the expansion of FMLA second or third opinions(at the employer's expense)and a fitness under The Support for Injured Servicemembers Act of 2007 and the for duty report to return to work for continuous leave taken for the National Defense Authorization Act for Fiscal Year 2010. Employees eligible employee's own serious health condition. Medical are eligible when they have worked for Granite for 12 months or 52 certification forms are available on Granite Insiders. weeks(not necessarily consecutively)and have worked at least • Employees requesting FMLA leave due to a covered family 1,250 hours during the 12-months immediately preceding the date member's covered active duty or call to covered active duty in the the leave will commence. Armed Forces must provide verbal notice with an explanation of The maximum sum of all types of FMLA leave in a 12-month period the reason(s)for the needed leave to their immediate supervisor, is 26 weeks.The 12-month period is a rolling 12-month period who will advise their local HR Manager and the Benefits measured backward from the date an employee uses FMLA leave. Department. Leave may commence as soon as the covered family The leave may be paid,unpaid or a combination of paid and unpaid member receives the call-up notice, if the leave is foreseeable, leave, depending on the circumstances of the leave and as specified advance notification as described above is required, as well as by Gran he's policy.The Company will provide individual notice of proof of the qualifying members call-up or covered active military rights and responsibilities to each employee requesting leave within service before leave is granted, five business days or as soon as practicable. • Employees requesting FMLA leave for the purpose of caring for an injured or ill servicemember or veteran must provide certification of Reasons For Taking Leave: the family member or next-of-kin's injury, recovery or need for Leave must be granted for any of the following reasons. care.This certification may be a copy of the military medical information, orders for treatment,or other official Armed Forces • to care for the employee's child after birth or placement for communication pertaining to the service member or veteran's adoption or foster care. Leave must be completed within one year injury or illness incurred on covered active military duty for up to of the child's birth,placement for adoption or foster care; five years after a veteran leaves service if he or she develops a • to care for the employee's spouse, child, or parent,who has a service-related injury or illness that was incurred or aggravated serious health condition, while on covered active duty. This certification is not tied to a • for a serious health condition that makes the employee unable to serious health condition the same as other types of FMLA leave. perform his or her job; Job Benefits and Protection: • for any qualifying exigency out of a spouse, son,daughter, or . For the duration of FMLA leave, Granite must maintain the parent who is a military member on covered active duty or call to health covers covered active duty status; or employee's ge under any'group health plan.' • to care for an injured or ill servicemember or veteran. This leave • Upon return from FMLA leave,most employees must be restored may extend up to 26 weeks in a 12-month period for an employee to their original or equivalent positions with equivalent pay, whose spouse, son,daughter, parent or next-of-kin is injured or benefits, and other employment terms, recovering from an injury suffered while on covered active military • The use of FMLA leave cannot result in the loss of any duty. Next-of-kin is defined as the closest blood relative of the employment benefit that accrued prior to the start of an injured or recovering service member or veteran. employee's leave. A serious health condition is defined as (1)a condition that requires Unlawful Acts By Employers: inpatient care at a hospital, hospice or residential medical care FMLA makes it unlawful for any employer to: facility; (2)a condition that requires continuing care by a licensed health care provider OR an illness of a serious and long-term nature, • interfere with, restrain,or deny the exercise of any right provided resulting in recurring or lengthy absences of more than three days of under FMLA. incapacity.An employee may take FMLA leave in 12 consecutive • discharge or discriminate against any person for opposing any weeks, may use the leave intermittently as needed or, under certain practice made unlawful by FMLA or for Involvement in any circumstances, may use the leave to work a reduced schedule. proceeding under or relating to FMLA. Employees with questions about the detailed provisions available Enforcement: and covered under this FMLA policy are encouraged to consult with • The U.S. Department of Labor is authorized to investigate and their Human Resources Manager and the Benefits Department. resolve complaints of violations. Advance NotlCe and Medical Certification: • An eligible employee may bring a civil action against an employer The employee may be required to provide advance leave notice and for violations. medical certification.Taking leave may be denied I requirements are not met. Employees should notify their manager and their local FMLA does not affect any Federal or State law prohibiting Human Resources Manager or the Benefits Department(831-768- discrimination or supersede any State or local law or collective 4343)as soon as they have knowledge of their need for leave. bargaining agreement,which provides greater family or medical leave rights. As soon as an employee has knowledge they are in need of a Leave ForAdditional Information: of Absence, as defined above,the employee must notify Granite at Contact your local Human Resources Manager or the nearest office least 30 days before leave is to begin, or as soon as practicable if 30 of the Wage and Hour Division, listed in most telephone directories days is not possible. 'Leave Request'forms are available on Granite under U.S. Government.Department of Labor. Insiders. GAMMITE' GRAINITET Granite Construction Company List of Surety Agencies Chubb Group of Insurance Companies— 1926 to Present Federal Insurance Company 202B Hall's Mill Road, Whitehouse Station, NJ 08889 Contact: Scott Bishop, Underwriting Manager-(908)903-3451 State of Incorporation: Indiana Ratings—AM Best: A++ XV, Moody's: Aa2; Standard & Poor's: AA NAIC #: 20281, California License No.: 0059-6 CNA Financial Corporation—December 15, 2014 to Present The Continental Insurance Company Continental Casualty Company 333 South Wabash Avenue, Floor 41 Chicago, IL 60604 Contact: Samuel Ware, Underwriting Manager-(312) 822-1931 State of Incorporation: CIC—Pennsylvania; CCC - Illinois Ratings—AM Best: A XV; Moody's: A3; Standard & Poor's: A NAIC#: 35289, California License No.: 2270-7 The Travelers Companies, Inc. —August 1, 2002 to Present Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company 1 Tower Square Hartford, CT 06183 Contact: Brien Bialaski, Vice President-(860) 277-1914 State of Incorporation: Connecticut Ratings—AM Best: A++ XV; Moody's: Aa2; Standard & Poor's: AA- NAIC#: 31194, California License No.: 244-8 Agent Name and Address: Alliant Insurance Services, Inc. 100 Pine Street, 11th Floor San Francisco, CA 94111 (415)403-1427 Contact: John D. Gilliland —Senior Vice President License#OC36861 Expiration 09/30/2018 Single Job Capacity: $450,000,000. Aggregate Capacity: $5,000,000,000. APPENDIX B1 GRAIIITE" Granite Construction Company List of Officers with Address and Phone Number Name Present Office Position Business Address Phone Nun,be, President P.O.Box 50085 Roberts,James H. Chief Executive Officer Watsonville,CA 95077-5085 831 724-1011 Executive Vice President Chief Financial Officer P.O.Box 50085 Krzeminski,Laurel J. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Senior Vice President of Human Resources P.O.Box 50085 DeCocco,Philip M. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Senior Vice President Business Development P.O.Box 50085 Rantala,Richard M. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Senior Vice President Group Manager 1000 N.Warm Springs Road Richards,James D. Assistant Secretary Salt Lake City,Utah 84118 520 748-8000 Senior Vice President Group Manager P.O.Box 50085,Watsonville, Larkin,Kyle T. Assistant Secretary CA 95077-5085 831-724-1011 Senior Vice President Group Manager P.O.Box 50085 Smnberg,Dale A. Assistant Secretary Watsonville,CA 95077-5085 831-724-1011 Senior Vice President Federal Group Operations P.O.Box 50085 Tyler,Mathew C. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Senior Vice President General Counsel Corporate Compliance Officer P.O. Box 50085 Wafts Richard A. Secretary Watsonville,CA 95077-5085 972 874-8724 Vice President of Corporate Finance Treasurer Assistant Financial Officer P.O.Box 50085 Desai,Ji isha(NMN) Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Vice President Deputy Group Manager P.O. Box 50085 McTavish,Robert F. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Vice President of Corporate Finance Treasurer Assistant Financial Officer P.O.Box 50085 Graham,Bradley G. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Director of Corporate Taxation P.O.Box 50085,Watsonville, Blackburn,Nicholas B. Assistant Secretary CA 95077-5085 831-724-1011 Assistant Treasurer PO Box 50085 Olson,Kenneth B. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Group Counsel PO Box 50085 Smith,Kenneth M. Assistant Secretary Watsonville,CA 95077-5085 831 724-1011 Group Counsel 1000 N.Warm Springs Road Jasper,Jason M. Assistant Secretary Salt Lake City,Utah 84116 801 526-6015 (NMN)=No Middle Name Updated January 2018 Appendix C1 Page 1 of 1 5 n g 5 c c c � i�g� a � F=S �t3y�gi �iY oil zfioil g; �j€ da d i faa� : g� i se Jill B� 6��¢3 a � 3�g gsnpff p j7 Dti a fff 5��5� d C� n � S 5 a s }a e g g g g A MI i [ Nit s t5 ye � E 9 a a aE F j§i¢ f999 fij li9 jjgxg �jj'� { {$ 8 P aiy[ CE a �� at 3 a g � 7§���E# � g4Sa-!$! £ gg�'� ' ➢�iBT��� ^gg#�Eg �'£ �'�� a8gg� � app �,ppRn � gigg E �g� C #g =gp' �g�g�E i�g <�p €g s m = 3 �$fi g € 5 &83� 3$ ll # zs% 9$ 5t3l 5f5 § 19 9 4E � § ➢ E � r GMANTE Granite Construction Company 2017 Cpmplptel Job Greater Than$3 Million Jlal, Name of Eii,inee,In Coal, Original Adual Nuallow Nearly and Athheaf of Chimer Name Locatktit of lonojvct and!Kind of Work Work Type C..'ev Estimated Category Cnenoi,),Phone Faic.and Amount Completion Completion E-mail(if thailable) Date Date 5RYY CaMydeam. Seam, 3.1%I71 1171' 19ISRJI] 1Mww.sbr lrgFb cmbcl rvb.m150f (e111]ssaes0 si.e.G%m14lw Mmlwry CdnlY.G (sdll]551Ye1Fl .....hEpry G.lrtle a Ayi4 FMrl '.inexWa J✓ap Me.l®m mmuryuua mliml0 M.ak Owip....�eakican.lrpoino'e.ileaft v.rul.OannM..a...Yalesioaml.N.[NTcke. tob.ane,avian tl.—W IYtlwk bbY.wb Nis'p.I.TaeY Fwtry Y[MYgt inat" sstadCafb-lineebnnldT. Nbenhoon 1gpnN M1bt .GMm.11ib. EndaF IS.e[O.WI .11 Weill toady r Coewx la:ONsm'.wticeawa.l x11mIE (NI25.dlb sNneb,G..Iao ii Mbpn N,G EiI NVnNFPOaMd.Fltl.Vrblb.gii..12a MrVnMlum. nvaeAwnfloic-, i,liea]svpa l.eK d..de.lennn.A.W.]BB cv rufxn..van. >..2u IN IYAINe Ixeav SF NMA a..ann a w.e aaw..[cane bna.aepp."•.ia Nerep. latest Fb.Fb ItMPmY/Sea G.6q 5,A1.212 1.1.1. nygn 2125¢wls— Cb6sIM:.2012N2 all'.ID9! Yb U¢UGSROUI2 SbY61¢U (Oil 4205101(F) WYW.a hptw..m.a.NLLp npbq waFW lOSW lftlrwa Iw.leQuldaMaam mdwm.F..alnnpaP.er MdrFIp4M2.215'dlr 22ad Tppn..v,us a].-VVC[bi+,....2-tuW NC See,scron r Ce tion.v1.e..Mm.t J."Nrn.lppb,m.21-.w gpt.'%OLVdbbYbleet n{w4r.t a.tor.ryen aloe. e»w s.ra.ev.ebwra.m rann G..\on.M.nP. w. Th. S.0 odd mats .11 eno .enelphenn camwiro w12 I.velava2a sin—GnneSl. Snu La.GWy.u Fa WA vm.b.ro.a...�n..F, eodeolennatle..sn.e..r. aaaY..W�.a-w .pF.MMm..e.l0.ra aTa1 ReMacwmlM4(RA..).aV M1M.M nuM1[.tl M1Y.w.aMn.. nmwwiv.eeFr[m.aNe....acaat caw.canna aw.b.de Pqn[IvaYn tl y.Y..n b.ny M[MM 14'...tl pap rNq N aN.tlpo.svl..a $A l S dUfaNCgl dT.WIb. IMyMBN.M1pto wN.1M.M pNMnina . E,viN SM]ii MWNI] 1AAW moide. Cannella:ayllea le%I2n.n.1 s.ume,Uando' S Cu.MM..C, Fawn Keeley note,SMV.aY F[ML9:enwOn[Yb..rnWepe'tl. IMbxa1. ooaWr p..nn1.M..d Nwe rloathe d daMN e4..(NtPv/.eb. Nnn (Sad Bea Ge. seYO..2017 ..l.iPvlion ReaM1IV..e. emo1 104112017 1.17 1TI0 W.b A_ .1.CE ld-nde I.21101'. SYO.e Gp%5Y2a1 CWeaA—Mae A. aGetlAmeb p.twrFS.e CefG 1.)pxl 1� ' tl2r a..e revbglse..e+Jae..rx.lea eft letter b.w.4[e le—, ,soon 1M I.IA pw.rnl qu.by dllr,n nni.ad.w[ehaeopae a.n nw..bapn wra d,man.1.Iaeve M1.MTg.aaG! hope,,nnmoep NdNMA n.n>eWa,ptl..lheaaN p.Y YIL fail pald0l.l.d AF.b Rannry 1230WN6M1.saM FlM 1bbM121wry. Finarg .aa.F/Vwer s%2021 p/J." LRCM] I MIVIdM Cenntl la:pl]n02 15101 W]-tlm peal Gtedol.1 .N....n. ahornG (510)W-1ste IFI Ronnie N. 6K WA MM.I'9�Wiiame.T/ne[eN.M.tl dA1.Y91wr.a m.4'pa:a.to.pm..V 1w'4AdlavuYpannnbl N.N) pYd.W to.S.aep..ehomer..a CNN ren M.ly I.M. 3312017 LYAI] 1W CN C�YMe .1. STSM initia01A1) eW.Gp2 "K3, rat.G W. Irygsl[oYbdetly'DIFLtlulF dc.NnM..vllpabm ea .aa.1NYe..N pie.mII pepa .ennnn0ab WaaIMP/C...s bu[E.w..ea 0..a ea.4 ae11.x and ed Cn W a aim A1..MIIvy Wb Celpnr mme Tell Tc. AC-Ree ede T.a T.Yb Obe k. 17.02..He willOn mlAn .Enieng. cmbnlro w -Ia121 ulmn>® 2wll Ne.4Rue Ce.o c'G Fs WA Cai.Gwslp Cm,,I [l VoA.tice .. IfiA Mu[®llarr..ec6bq.ban eeOM &YdGin.aOe.ur.laTl..p1b. pumw[a.Falea.Yn My '.. .1 4.M]II5 a'1NAt] 1.7 trnmb5..1 ca.e.ro.be-l'i" eau "Poel(wew rys1)M. Spe..b GYJ16]d15 bM1i.Ine.G fa WA Sbd nY.gtl®.bp�Aawryb F.Ybowry Nll.me�YeW� 6.t WA q.geebe..HMANR14A MVYy ebeq Yaaal e2mn s.YdwWp.nopnMarr.apFen &L GbeNN Rolm Ncbpi Rsl Mldr.arRbil II.M,Im weml] IO'N01) pOOe.].m G b.el W.s015NNW 09W 15)1 Rnn WA QAreeW owea-).m IalwdCwny WA Fa'WA XnY dial.®N.ut aq re[blrgwM IIT NMA&q Ne1/..b u.nad®..aaaee[a a..o.wane a l.wlaie ynN.[b1Y.dc.d veeaa..aM'0 e F.iaw,tlna aNr�vuane.M lOA InMpe. upEakO:MancN 201e Appendix DI Pepr 3d1 @• S S � 5 S S 5 El g � _ £ �bIle °.: E�_a y7 p t i �a y ¢ ig € p jppj Ld � k O � 4 to $ 5 5 ! a3fl58E3$5 � gs3g� � �1bsE�i§ss3E3�°? yy pl d {�i yy}" (( yy yy gg55 gg m V v (� 7 | !•.! 1.. � !r| |•r, � !.| \ | | | | ! , |�| | , ;; \\I � � � !|.l�r ! | ! |� • � | !�|/|!! �`�|!! � . W / \ } I . |!; |! ■ |!! |!� � / [ ! g JIV ail 9 8�'�� o f Wam SSSS !2 pp e a{gd& 1„� a agpVg ag } R GPAMTE Granite Construction Company 2017 Completed Job Greater Than$3 Million, Job Name of Engineer in Charlie Original Act.,il Name and Address of C,eddT Maine Locatim,of Project,and Kind of Wool Wopic Type, Contract Ettimaddl N�rdtde, Categor, (�merj.Phone Fall and Camille, E-mail(if anailable) Amount Completion D.e Date extm SYdWaWpm Db.b.XdT.�a.v�an SR.P...�.�I PdMm� o..lq¢ fe, u.'...r �eZa.Fw ulron IVIsNn Po as.]IM 11 Trt a Bi1SMNWSIPF-0U310I3) IMal Nf�la.a OIInpMwAMMN.AO CWIILLM WdtMkun(.onp¢i WA Fa WA Is oao]I+.w++e.Te.a.NP w. b.+.n®..m..w o]n srdw.InoFW OW.b.A dn.ryabm� vslzsPMA.rwrrm o..b,. . .A.P.E full I.,. Mloo, Po Ba.]I]a CmbclW 841] (awlltlFml' p.rp.WAq;gLlyp CMnv WA For WA ­i� In, PII.�wA MA F.+fa.xs Mo srd Ett..b dro Mw.. N91S aawM.P­Mi . dpq qu¢Ua.{In tl.Pry. Jm I..IA.A .01,11F MIMI' 1]A,.,? NPONE.1.ISb.L W.]W cmVMNo.:.111il IMJ1.16.WJ ..WWQ CwFL nni WA F.WA vY..00 C..FI.aF.A.fM LFWryw�AdFAM..d0.MOM I..�.p®W.p.. aFIUFIMIIY+p Alpert FYYtl W.Mpb Sr4GdaaWlA.l. 1. .11 IONM11 ed.. Caw.[I w.AF]W19aFM]a) FIp.WA IM{b WAAAAOA].A I.W G WA Fc WA tBnMdnigryWpralN�ab lll'NMA BMNC..�.b plyl.lA..}Axpn ¢M1>'F.M.A ry..WIfI.W.MCMY.MUPMp 4.Yn..aWMV 5 wHvrt MT�vu.M.N ADA 1cWY. APAA SIb.d W. ].=l Ywi7 WIMO1] Fpq.)1]O Cmbcl No a16 (w).11. O.n{Y WAaFAMIWI SFA MP a19 bGt.51,WA Fc WA zAMway..�.Aryr.abA.aaryr.a 1pdN..+Y Md.W..dA..p FAaw4 cidi M m"cinicM/onden PSLMbM.in .p.conWM A.W.On Wars" Idow11 .1MN.a EeIR]ns4e Cabal Nc.:MAIR PI..'.wA .apw.WAAFMsOl CM CVXy,WA FCWA Mbp Mtov I.s.M[Cv..Fjtl.k.wA> T%SAl cn.e. 3111]ENd10wrMp Ii1JMY/.n.y. ianlW I.MoA Amnsn .11 iW<vY S.a Condin.Pw]N1 (.1 E..a.Kohl SM.wA Co.YF.WA Fc WA TA baMv.N]LLO bvdIYA Ent WA IIQ4 eY.tlw.Npbi D.p.Ari.AdTT.ptl1n SPIHd MVYn bBRAl F.ip Pn.IVX Cdn Hail P.E. A.'d3lR PTMYJtI 1NIYA11 Mea.1110 Carden..:AM1B]Pd]10M, FIw.M' (AM11gMf4 OlFaa WAA6C4 1 LwH.clunn wA 1Aa)].OMOI On P..I.A.—eln.Mdapaw M.0Mbi NedIn ed....lbb. OMM..Wti9.bIP M/.MV�d.Gtl6aa.o�I..b. ll]NL BY.d WaWeV.(Ne. C.Yp[k tO't(I011 "Mod" Po!a(11A Wa1 M'.p11MLPOM�-Ottl (COI T31A1t oMlp.WAMM. , CM(onn WA is WA Q1bAPM iaiOatlAxpw upbateG manod mia AppMN[01 Pape7 p11 C�ppLM sA4 N City of Palm Springs Engineering Services Department 3200 East Tahquitz Canyon Way•Palm Springs,California 92262 g41FORN� Tel:(760)323-8253•Fax:(760)322-8360-Web:www.palmspringsca.gov ADDENDUM NUMBER 1 CITY OF PALM SPRINGS CONVENTION CENTER PARKING LOT PHASE 2 CITY PROJECT NO. 17-14 To all prospective bidders under Specifications for the Convention Center Parking Lot Phase 2 Project, City Project No. 17-14, which are to be received by the City of Palm Springs at the Office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on April 26, 2018: The intent of this Addendum No. 1 is to correct wording in the noted sections of the Project Special Provision and respond to requests for information received. I. The following changes shall be acknowledged in Part 2 — Prosecution, Progress and Acceptance of the Work of the Special Provisions — Section 6 In Section 6-7.1- Page 13, the third paragraph reads: Said work shall be diligently prosecuted to completion before the expiration of: 40 WORKING DAYS Shall be changed to read: Said Work shall be diligently prosecuted to completion before the expiration of: 35 WORKING DAYS II. The following changes shall be acknowledge in Part 3 — Construction Details of the Special Provisions — Section 10 In Section 10.6.3 — Payment —Page 12 reads as follows: 10-6.3 Payment— Payment for aggregate base material shall be made at the unit price bid per cubic yard for "Construct 2.5" AC Over 4" of Crushed Aggregate Base," and shall include full compensation for construction of aggregate base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the Standard Specifications and these Special Provisions. The volume of rejected pulverized base material shall be deducted from the final quantity of imported crushed aggregate base otherwise paid. Shall be changed to read: Convention.Center Parking Lot Phase 2 City Project No. 17-14 Addendum No. 1 April 10, 2018 Page 2 10-6.3 Payment—Payment for aggregate base material shall be made at the unit price bid per square foot for "Construct 2.5" AC Over 4" of Crushed Aggregate Base," and shall include full compensation for construction of aggregate 'base including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, in accordance with the Standard Specifications and these Special Provisions. The volume of rejected pulverized base material shall be deducted from.the final quantity of imported crushed aggregate base otherwise paid. In Section 10.7.7 — Payment - Page 16 reads as follows: 10-7.7 Payment— Payment for asphalt concrete pavement shall be shall be made at the contract unit price bid per ton for "Construct 2.5" AC Over 4" of Crushed Aggregate Base," and shall constitute full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, tack coat and grading for miscellaneous asphalt concrete in accordance with the standard specifications and these special provisions. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt concrete. Shall be changed to read: 10-7.7 Payment — Payment for asphalt concrete pavement shall be shall be made at the contract unit price bid per square foot for "Construct 2.5" AC Over 4" of Crushed Aggregate Base," and shall constitute full compensation for construction of asphalt concrete including all material, labor, plant, equipment, furnishing all transportation, hauling, spreading, compacting, and protecting, complete in place, and preparation of subgrade, tack coat and grading for miscellaneous asphalt concrete in accordance with the standard specifications and these special provisions. No separate payment will be made for asphalt or aggregate used in the asphalt concrete, and all costs therefore shall be included in the unit price bid for asphalt concrete. III. The following response to a Request for Information shall be acknowledged: Question 1: Does the City have a location where it needs any of the export material? Answer 1: No, the City does not have a location for export material. Question 2: Can Class II CMB or Class Aggregate Base be used in place of Crushed Aggregate Base for Item #7? Answer 2: 10-6.1 Material With the exception of pulverized base material meeting the material standards subject to materials testing coordinated by the Contractor, as identified in Section 10- Convention Center Parking Lot Phase 2 City Project No. 17-14 Addendum No. 1 April 10, 2018 Page 3 3.4 of these Special Provisions, and approved by the Engineer and incorporated into the Work, all base material shall be crushed aggregate base that has been imported to the site. Base material shall conform to the aggregate grading requirements in accordance with Section 200-2.2. of the Standard Specifications. Preparation of all base material shall conform to Section 301-2 "Untreated Base," of the Standard Specifications. Question 3: According to irrigation plan sheets L-1.1 and L-1.2 we are connecting into an existing irrigation system. Therefore the point of connection, the backflow device, and the pressure regulator listed in the irrigation legend would not be required as they should be existing. Please clarify. Answer 3: Yes that is correct, the backflow and pressure regulator are not required on Phase 2. Question 4: On irrigation plan sheets L1.1 and 1-1.2, is the irrigation controller listed in the irrigation legend existing? Are there enough remain open stations to accommodate this Phase 2? Are there any spare wires available within the Phase 2 project? Or do we need to pull wiring from the location of the controller? Please clarify. Answer 4: Yes, the existing controller has sufficient room on it to add the number of new valves called for in the plans. There are no spare wires existing so yes, new wires must be pulled from the existing controller to the new valves. Question 5: On the planting plan sheet L2.2 there is a symbol on the plans but not in the legend identifying 26 plants. What is their name and what size? Please clarify. Answer 5: The planting legend calls for 26 each Melampodium Leucanthum. The symbol on the plan for this plant is a plane round circle, however the symbol we use on the plant legend is a round circle with another small symbol inside the circle causing confusion. Date: April 10, 2018 BY ORDER OF THE CITY OF PALM SPRINGS By / Thdmas Garcia, P.E City Engineer RCE 48279 Recording Requested By: City of Palm Springs When Recorded Mail To: Name: Anthony J. Meiia. City Clerk Street Address: 3200 E Tahuuitz Canyon Way City & State: Palm Springs. CA 92262 2019-0065306 02/26/2019 03:56 PN Fee: $ 0.00 Page 1 of 2 Recorded in Official Records County of Riverside Peter Pldana Ossessoi—County Clerk-Recorder I ""f SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Leasehold (e.g. fee, leasehold, joint tenancy, ect.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co- owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 3. 4. 5. 7. 8. 9. 10. The name and address of the direct contractor for the work of improvement as a whole is: Granite Construction Company, 38000 Monroe Street, Indio, CA 92203 This notice is given for (check one): Completion of the work of improvement as a whole. Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code §8186). If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code §8186), the name and address of the direct contractor under that contract is: Not Applicable The name and address of the construction lender, if any, is: Not Applicable On the 20*^ day of February, 2019, there was completed upon the herein described property a work of improvement as a whole (or particular portion of the work of improvement as provided in CA Civ. Code §8186) a general description of the work provided: City Project 17-14, Convention Center Parking Lot Phase 2 The real property herein referred to is situated in the City of Palm Springs , County of Riverside, State of California, and is described as follows: Certain real property consisting of 9.3 acres identified by Assessor's Parcel Number 009-613-660. The street address of said property is: Not Applicable If this Notice of Completion is signed by the owner's successor in interest, the name and address of the successor's transferor is: Not Applicable I certify (or declare) under penalty of perjury the laws of the State of Califoj;fna^hat the foregoing is true and correct. \ /I By:, 1/ Signature of Owner or Owner's Authorized Agent Marcus Fuller, Assistant City Manager/City Engineer City of Palm Springs Date:2//7^/1 VERIFICATION I, Marcus Fuller , state: I am the Assistant City Manager/City Engineer ("Owner", "President", Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of peijury under the laws of the State of California that the foregoing is true and correct. Executed on. (date), at Palm Springs (Citv). CA (State) Signature of Owner or Owner's Authorized Agent Marcus Fuller, Assistant City Manager/City Engineer City of Palm Springs 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 , . (date), before me, Notary Pi^ic (name and title of officer) personally appeased yyir,re.KJS 4f) tieA _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 PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature 1KIMBERLY S. FLOYD Commission # 2127367 Notary Public • California 1 Riverside County ^Cojj[j^B(grMOcM7^01^ CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Granite Construction 3800 Monroe Street Indio Ca. 92203 Office: (760) 391-6275 Cell: (760) 574-6115 Attn: Sibel Salazar Date: CP.# Project: Change Order No: Purchase Order Account No. September 20,2018 17-14 Convention Center Parking Lot Phase II 1 (one) 261-4490-50^ 5'OS:\3 Changes in Work / Cost Change to Contract Quantities Items Description Quantity Cost Per Unit Totai Cost A Curb and Gutter +82 LF $45.00 +$3690.00 B Sidewalk +1410 SF $9.00 +$12,690.00 C Driveway +672 SF $11.00 +$7,392.00 D Bollards +2EA $750.00 +$1,500.00 E 2 Water Valves 1 LS $1,491.00 +$1,491.00 F Parking Lot island Infill With Rock 1 LS $1,020.00 +$1,020.00 SUBTOTAL +$27,783.00 7 Construct 2.5" over 4" Crushed Base 742.25 LF $2.20 $1,632.95 8 Construct A3 Curb & Gutter P.S Std. Dwg. No. 200 -2LF $45.00 -$90.00 9 Construct A1 Barrier Curb P.S Std. Dwg 200 -3LF $12.00 -$36.00 12 Install Thermoplastic Parking Stalls Striping 295 LF $2.00 $590.00 13 Install 4" Thermoplastic Parking Stripe -7 LF $3.00 -$21.00 14 Install Thermoplastic Striped Island per plan 118 $2.00 $236.00 19 Field Orders -$12,000.00 AL -$12,500.00 SUBTOTAL -$10,188.05 CP 17-14 Convention Center Parking Lot Phase II Contract Change Order No. I September 20, 2018 Page 2 TOTAL AMOUNT +$17.594.95 Reasons for Extra Work: Items A Thru D: Convention Center Staff requested an additional driveway approach on Amado Rd. for truck access. Concrete street improvements were extended to the Eastern property line. Item E: 2 water valves were added to the irrigation system to assist with the low water pressure within the longer irrigation runs. Item F: Added Decorative Rock to new parking lot island, rock was not called out on plans. Items 7 Thru 19 The actual Quantities to complete the work were more or less than the original estimate in the amounts indicated. This is a final/balancing Change Order Changes to Contract Time: 5 additional working days were added to the contract to complete the extra items A thru E. Source of Funds: Funds are available in the following account:261-4490-Se4^ 13 Summary of Costs: Original Contract Amount: This Change Order: Revised Contract Amount: $481,184.00 +$17,594.95 $498,778.95 Original Completion Days Added Revised Completion 25 Working Days 5 29 Working Days SIGNATURES ON NEXT PAGE **** CP 17-14 Convention Center Parking Lot Phase 11 Contract Change Order No. 1 September 20, 2018 Page 3 I have received a copy of this Change Order and the above AGREED PRiCES are acceptabie to Contractor Granite Construction Co. City of Pgim Springs RecomnRecommended By: Approved By: Attest By: ^/zi/zoiS Signature Date Printed Name and Titie Marcus Fuiler, Assistant City Manager/Dir. Engineering vid H, Ready. City Manager 1^1 /// ^ p-\ Date A Date Anthony /g/2.%l2Pt£> Date Distribution: Original Conformed Copv: Contractor (1) City Clerk (1) Conformed - File Copv: Engineering Pay File (1) City Proiect File (1) Purchasing (1) Finance (1) APPROVED BY OITY MMIAGER AW ■•V S !. 'i V. ■ V- ^ • J '\ t \ . ■:. h' " ■ •• /I' S33AI1/!M VTin Y3 OaVOflllft ■ AC R& CERTIFICATE OF LIABILITY INSURANCE P� I3b 09/18/20 3"' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED previsions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, Certain policies may require an endorsement. A statement on this Certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC MOC36861 1-415-403-1491 CONTACT Kimberly Laikem Alliant TnlDZADCe Services, Inc. MAIPHONE - FAX -- UVC.MNEML 615-603-1491 _ _ _ _ _(AIc,ti1 615-874-4818 560 Mission Street, 6th Floor RWNE$s- klaikamilalliant.ctm - _ INSURERLSLORDWG COVERAGE _ Nudes San Francisco, CA 94105 INSURERA: TRANSPORTATION INS CO 20494 INSURED INSURER B: VALLEY FORGE INS CO 20508 Granite Construction Company INSURER C : 585 West Beacb Street INSURER D: INSURER E� Watsonville, CA 95076 INSURER F: COVERAGES CERTIFICATE NUMBER- 69672948 RFVISInN N IMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN TYPE OF INSURANCE 1A06LBUBT 'PODGY EFF'-POLICY EXPT LTIR POLICY NUMBER (MMMOIYYYYI (MMIDDAYM LIMITS A E COMMERCIAL GENERAL LIABILITY X ., X OL2074978689 10/01/23 10/01/26 EACHOCCURRENCE f 2, 000, 000 S 2. 000.000 J CLAIMS-MADE X OCCUR DAMAGE TO RERT 4PREMMISES1 nm Nil X Contractual Liability_ MED UP(Any we pawn) _X XCD Hazards _ PERSONAL d ADV FLURY _If _f 2, 000, 000 5 30, 000, 000 GENT AGGREGATE LIMIT APPLIES PER: GENEMLAGGREGATE I I POLICY LX. JEC I I LOC PRODUCTS- COMPMP AGO 5 2,000,000 _- OTHER: S B AUTOMOBILEUMUTY X X DW074978692 10/01/23 1 10/01/261 COMBINddeselED SINGLE LIMIT If 2,000,000 X ANY AUTO NED jj �� _ AUOS ONLY AUTOS LED .R WDILYINJUW(Per T penanl S BODILY INJURY (Paraccident)f HIRED X NON-0WNEO _ _AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE --- acad n $---- S E Contractue UMSRELLALUIZ OCCUR EACH OCCURRENCE f _EXCESS LIAR - _ _ CLAIMS -DE MA AGGREGATE___ DED RETENTIONS S WORKERSCOMPENSARON ANO EMPLOYERS' B LIABILITY Y/ ANYPROPRIETORPRIEX ARTNEECUDVE A ❑N IE OFFIOERRMBER EXCLUDED? N NIA PER OTH- X 'WC274978630 (CA) 10/01/23 10/01/24 X�STATIITE ER E WC274978644 (AOS/Stop GaPIO/O1/23 10/01/24 E.LEACHACGDENT h $ 2.000,000 - — f 2,000,000 (MandMayInNH) nyn DESCdeacdN under RIPTIONOFOPEFATIONI ISEASE-EA EMPLOYE �-E-1. D- IEA. DISEASE -POLICY LIMIT f2,000,000 II DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, AddNbnal Ramada ScNaduH, may N aeacMd N papa apace Is Hevirem Job XTBD / IFS 23-39 / On -Call Pavement Repair Services - Palm Springs International Airport The City of Palm Springs, its officials, employees, and agents are named an en additional insured where required by written a executed contract and per the attached andoresmants. Coverage is primary 6 non-contributory and Waivers of subrogation apply. Thirty (30) flay notice of cancellation or material change in coverage provided. GL PER ISO PORN CG0001 10/01; AL PER ZSO FORM CAOODI 03/10 2250 RECEIVED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Palm Springs THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN SEP 2 6 2023 ACCORDANCE WITH THE POLICY PROVISIONS. 3200 Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE P D Box 2743 City Hall „n , Palm Springs, CA 92263-2743 Reception Desk USA ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD schultzv 69672948 A4325) A(974, A6-Ito, A566-7 ■ DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 09/18/2023 Granite Construction Cospany The named insured reserves its rights to provide any additional coverages under the policies above to only those expressly negotiated for by contract. CNA G-140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: a z SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by'written contract' per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory' of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for *bodily injury,' 'property damage,' or 'personal and advertising injury' caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the 'written contract'; or b. "Your work' that is specified in the 'written contract' but only for 'bodily injury' or 'property damage' included in the 'products -completed operations hazard,' and only 9: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. It the 'written contract' specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11 /85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above, the words'caused in whole or in part by are replaced by the words 'arising out of'. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the "written contract'; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section m, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) POLICY e: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2023 Copynght, CNA All Rights Reserved. G-140331-D (Ed. 01/13) any other basis. But if required by the 'written contract" to be primary and noncontributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. S. The insurance provided to the additional insured does not apply to "bodily injury; 'property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Dudes In The Event of Occurrence, Offense, Claim or Sutt condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or 'suit" under this insurance, and of any claim or "suit' that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit'; and (4) Tender the defense and indemnity of any claim or 'suit' to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnity an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the Insurance provided by this endorsement, SECTION V - DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional Insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. G-140331-D (Ed.01/13) Page 2 of 2 Material used with permission of ISO Properties, Inc. )LICY M: GL2074978689 EFFECTIVE: 10/01/2023 m 0 m Copyright, CNA All Rights Reserved. POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01 /2023 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 6'Id:I�rP11111� Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, it not shown above, will be shown in the Declarations. A For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the 'products - completed operations hazard," and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 P!2MM& 2 ■w B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the °products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 Payan1u.� THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Transfer of Rights of Recovery Against Others to Us x a This endorsement modifies insurance provided under the following: z Commercial General Liability Coverage Form Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the 'products completed operations hazard.' However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. POLICY NO. 26 GL 2074978689 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT: Granite Construction Incorporated 10/01/23 PaY. n-nv. 2 CNA (Ed.10/89)11 (Ed. 9) POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01 /2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of can- cellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contractor agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract G-15115-A Page 1 of 1 (Ed. 10/89) M26Vv i CHA CNA71527XX (Ed.10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Nam of AddBlonal insured Persons Or Orpanlzatlons Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A 1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: Granite Construction Incorporated Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: SUA2074978692 10/01/2023 r�1 • PSSbp1HUi III' Q POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA 04 44 10 13 x THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) W This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Granite Construction Incorporated Endorsement Effective Date: 10/01/2023 SCHEDULE Name(s) Of Person(s) Or Organlzatlon(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 1013 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 "2W. ,oz LL CO LL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. r Notice of Cancellation or Material Change — Designated Person or Organization This endorsement modifies insurance provided under the following: Business Auto Coverage Forth ,In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 0. Name Any person or organization you are required by written contract or agreement to mail prior i written notice of cancellation or material change 2. Address Per Certificates of Insurance on file with the broker 3. Number of days advance notice For non-payment of premium the greater of • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of • 60 days or • the number of days required in a written contract This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed Complete Only When This Endorsement Is Not Prepared I With the Policy Or Is Not to be Effective with the Policy E DT. N0. POLICY NO ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEM 19 BUA 2074978692 Granite Construction Incorporated 10l01120 SENT EAfM19EB18 G-39543A PSDnlen,. CNA Workers Compensation And Employers Liability Insurance Policy Endorsement t BLANK ET WAIVER OF OUR s RECOVER FROMOTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. !Form No: G-19160-B 111-19971 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 6; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: WC 2 74978630 Policy Effective Date: 10/012023 Policy Page: 53 of 83 m 0 n 0 Copyright CNA All Rights Reserved. PylVnlMin+ CHA Workers Compensation And Employers Liability Insurance Policy Endorsement 0 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 32; Page: 1 of 1 Underwriting Company: Transportation Insurance Company, 151 N Franklin St. Chicago, IL 60606 Policy No: WC 2 74978644 Policy Effective Date: 10101t2023 Policy Page: 296 of 442 Copyright 1983 National Council on Compensation Insurance. CMG20 (Ed. 10193)0/93) m WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY o ae NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1, Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract 2. Notice will be mailed to: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. Address: Per Certificates of Insurance on file with the broker This endorsement changes ina policy to which II Is attached and is effective on the date Issued unless otherwise stated (The information below Is required only when this endorsement Is issued subsequent to preparation of the policy) Endorsement Effective 10.1-23 Policy No VC274978630 Valley Forge Insurance Company M274978e44 Transportation insurance Company ITITi�t�!ili�lji G-20472-A Page 1 of 1 (Ed 10/93) ■ z AC a CERTIFICATE OF LIABILITY INSURANCE P� I �jDDATE 09/10//2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sj, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, Certain policies may require an endorsement. A statement on this Certificate does not confer rights to the certificate holder in lieu of such endomement(s). PRODUCER LIC 80C36861 1-415-403-1491 CONTACT ME Kimberly Leikem Allient Insurance Services, IBC. PHONE FAX WC Na ExU: 415-403-1691 __ pC11491; 874-4818 E-MAIL -- -- _ - 560 mission street, 6th Floor ADDREs, kleikamgnlliant.com INSURER(S)_AFFORUING COVERAGE_. _ NICs San Francisco, G 94105 INSURER A: TRANSPORTATION INS CO 20494 INSURED INSURERS: VALLEY FORGE INS CO 20508 Oran to Construction. Company -- INSURER C 585 Nest Beach Street IINSURER D INSURER E: Natsonville, CA95076 INSURER F: rt)VFRAr FS CFRTIFIr ATF NIIYRFD- 6967294E DNIRIr1N MIIumco. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. — ILTSRR AODCSUER? POUCY EFF POLICY E%P� TYPE OF INSURANCE pOLN;Y NUMBER � MIMO LIMITS A E OOMMERCL CENERALLIABILITY E x OL20749786B9 10/01/23 1 30/Ol/26 EACHOCCURRINCE S 2.000,000 1 CLAIMS -MADE X OCCUR ' DAMAGEETTORENTED m 5 2,000,000 f Nil E Contractual Liability MED EXP("fins Perni 3 7, 0001000 X . ECU Hazards _ '.PERSONAL&ADVPUURY S 10,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE_ POLICY X_. JEC L_I LOC PRODUCTS COMPIOP AGO S 2_000,000 — OTHER. S B AUTOMOBILE LIABILITY Z Z BWL2074970692 10/01/23 10/01/26 ii COMBINED SINGLE LIMIT 5 2,000,000 Ma secii S X ANY AUTO BODILY INJURY (Per pare.) OWNED -- -- - -- ISCHEDULED _ AUTOS ONLY L. AUTOS BODILY INJURY (Per emke0 n S x HIRED I X NON CANNED �pROPERTY DAMAGE AUTOS ONLY _'.AUTOS ONLY IPx eectlsml 3 x Contractual ____ S UMBRELULIAB .00CUR EACHOCCURRENCE _ $ f EXCESS LIAR CLA_IM_SMAD_E (AGGREGATE DED RETENTIONS $ WORKERS COMPENSATION B ANDEMPLOYERS' PER OTM E NC774970630 (G) 10/01/23 30/Ol/24 X STATUTE A ANYPROPEETOWPARTNE"1 XECUTIVE IS NIA( E IWC274978644 (AOS/Stop Gapl0/Ol/23 10/01/24 E.L. EACH ACCIDENT $ 2,000,000 - OFFICERIMEMBERE%CWpED] IMm4rNNyIn0 E.L. DISEASE -EA EMPLOYEE f 2, 000, 000 U yyeess rNrcnee unaer — -- --- DESCRIPTION OF OPERATONS pebw EL DISEASE - POLICY LIMIT 15 2, 000,000 DESCRIPTION OF OPERATION l LOCATIONS I VEHICLES JACORD tot, AckRIPnsl Primers S smie, mry Os rasPXs4 N mns spew Is rp„IrMi Sob BTBD / IFB 23-39 / On -Call Pavement Repair Services - Palm Springs International Airport The City of Palm Springs, its officials, employees, and agents are named as an additional insured where required by written & executed contract and per the attached endorsements. Coverage is primary & non-contributory and waivers of subrogation apply. Thirty (30) day notice of cancellation or material change in coverage provided. GL PER ISO POEM CG0001 10/01; Al, PER ISO PORN CA0001 03/10 ............. 2250 RECEIVED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Palm Springs THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN SEP 2 6 2023 ACCORDANCE WITH THE POLICY PROVISIONS. 3200 Tahquita Canyon Way AUTHORIZEDREPRESENTATIVE P D Box Springs, City Hall ,/ Palm Springs, G 92263-2743 Reception Desk T(/-IC/r_/i USA ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD schultsv 69672948 A02-61 A( 974, A0(o, A5661 Pf2@e2ae2 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 09/18/2023 Granite Construction Company The named insured reserves its rights to provide any additional coverage@ under the policies above to only those e2mrsssly negotiated for by contract. CNA G-140331-D (Ed. 01113) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by 'written contract' per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by 'written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," 'property damage,' or "personal and advertising injury' caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contras` or b. "Your work" that is specified in the 'written contras' but only for "bodily injury" or 'property damage" included in the "products -completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CO 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 1185), then in paragraph 9.1. above, the words'caused in whole or in part by are replaced by the words 'arising out of. 3. We will not provide the additional Insured any broader coverage or any higher limit of insurance than a. The maximum permitted by law; b. That required by the "written contract"; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) POLICY N: GL2074978689 Page 1 of 2 EFFECTIVE: 10/01/2023 Copyright, CNA All Rights Reserved. G-140331-D (Ed. 01/13) any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury,' 'property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Sult condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or 'suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit'; and (4) Tender the defense and indemnity of any claim or 'suit' to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the 'written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or Indemnify an additional Insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V - DEFINITIONS is amended to add the following definition: "Written contract' means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the tens of this policy; and 2. Was executed prior to: a. The "bodily injury' or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed.01/13) POLICY #: GL2074978689 Page 2 of 2 EFFECTIVE: 10/01/2023 m a 0 Copyright, CNA All Rights Reserved. %1dntPU3 P IIIIIIIIIIIII• POLICY NUMBER: GL2074978689 EFFECTIVE: 10101 /2023 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project as required by a written contract or agreement that was executed prior to the date of loss. Information required to complete this Schedule, If not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of 'bodily injury" or "property damage" included in the 'products - completed operations hazard," and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing 'suits.' 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by 'products -completed operations hazard' is o "occurrences" under Section I - Coverage A, and provided, any payments for damages because of < for all medical expenses caused by accidents 'bodily injury' or 'property damage" included in under Section I - Coverage C, which cannot be the 'products -completed operations hazard' will attributed only to ongoing operations at a single reduce the Products -completed Operations A designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or 'd the authorized Products -completed Operations Aggregate contracting parties deviate from plans, blueprints, Limit, whichever is applicable; and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 pa_v.Uw., THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. o Waiver of Transfer of Rights of Recovery Against Others to Us This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work' included in the "products completed operations hazard.' However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed ENDT. NO. POLICY NO. 26 GL 2074978689 Complete Only When This Endorsement is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO: EFFECTIVE DATE OF THIS ENDORSEMENT: Granite Construction Incorporated 10/01/23 � (Ed. 1 1089) /89) (Ed. x POLICY NUMBER: GL2074978689 EFFECTIVE: 10/01 /2023 x THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of can- cellation or material change to: SCHEDULE 1. Name: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. 2. Address: Per Certificates of Insurance on file with the broker. 3. Number of days advance notice: For non-payment of premium, the greater of: • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract G-15115-A Page 1 of 1 (Ed. 10/89) CHA CNA71527XX (Ed. 10112) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organlzations Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section If - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (1 Page 1 of 1 Insured Name: Granite Construction Incorporated copyright CNA All Rights Reserved. Policy No: BUA2074978692 Endorsement No: Effective Dale: 10/01/2023 N}'1AP1'_M,C POLICY NUMBER: BUA2074978692 COMMERCIAL AUTO CA 04 44 10 13 - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. _ WAIVER OF TRANSFER OF RIGHTS OF RECOVERY x AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Granite Construction Incorporated Endorsement Effective Date: 10/01/2023 VION141r1114 Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Notice of Cancellation or Material Change — Designated Person or Organization This endorsement modifies insurance provided under the following: Business Auto Coverage Form In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE r1. Name Any person or organization you are required by written contract or agreement to mail prior i written notice of cancellation or material change 2. Address Per Certificates of Insurance on file with the broker 3. Number of days advance notice For non-payment of premium, the greater of • the number of days required by slate statute or • the number of days required by written contract For any other reason, the lesser of 60 days or • the number of days required in a written contract This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed Complete Only When This Endorsement Is Not Prepared j With the Policy Or Is Not to be Effective with the Policy ENDT. N0. POLICY NO ISSUED TO: EFFECTIVE DATE OF THIS Granite Construction Incorporated ENDORSEMENT 19 BUA 207497BE92 10/01/2023 3 CNA 1 Workers Compensation And Employers Liability Insurance Policy Endorsement This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: G-19160 8 (11-1997) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 6; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: WC 2 74978630 Policy Effective Date: 10/01/2023 Policy Page: 53 of 83 0 Copyright CNA All Rights Reserved. CNA Workers Compensation And Employers Liability Insurance Policy Endorsement We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. Schedule Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: WC 00 03 13 (04-1984) Policy No: WC 2 74978644 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 10/01/2023 Endorsement No: 32; Page: 1 of 1 Policy Page: 296 of 442 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 80606 Copyright 1983 National Council on Compensation Insurance. w P1HL W2 CM(Ed. 10193) WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1, Number of days advance notice. For non-payment of premium, the greater of: • the number of days required by slate statute or • the number of days required by written contract For any other reason, the lesser of: • 60 days or • the number of days required in a written contract 2. Notice will be mailed to: Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change. Address: Per Certificates of Insurance on file with the broker This endorsement changes the policy to which It IS attached and s effective on the date Issued unless otherwise staled (The information below Is rest tired only when Nis endorsement Is issued subsequent to preparation of the policy I Endorsement Effective too-23 Policy No. WC274978630 Valley Forge hsurance Company WC 99 06 06 G-20472-A (Ed 10193) WC274978644 Transportation Insurance Company Page 1 of 1 Construction Notice Department P.O. Box 1389 Simi Valley, CA 93062 Address Service Requested 4/l/2024 City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 BCA116 14045871 IMPORTANT NOTICE PLEASE READ CAREFULLY Enclosed you will find-a`notice that is being sent to you on behalf of Saf-T-Co-Supply in regards to the construction project known as Palm Springs 2022 Overlay I C# 22-08 1 DIR#445638 I GC#1173512 2304 and located at various locations throughout the City of Palm Spri' , Palm Springs, CA 92262. PO # 24-6897. It is important to note that this notice is not a lien nor a claim on a bond. This is a routine procedure to comply with certain state requirements that may exist and should not reflect in any way on the integrity or credit standing of any of the known interested parties associated with this job. Our records indicate the following parties are associated with this job: OWNER: City of Palm Springs Palm Springs, CA GENERAL/DIRECT/ORIGINAL CONTRACTOR: Granite Construction Company Indio, CA LENDER/SURETY: Federal Insurance Co. .Whitehouse Station, NJ If any of this information is incorrect, or you are not associated with this job, please contact us immediately at myjobinfo@crfsolutions.com Please use this number, 14045871 in your email subject line. Thank you, CRF Solutions r V EXHIBIT B - OTHER LEGAL PARTIES PROJECT: Palm Springs 2022 Overlay I C# 22-08 1 DIR#445638 I GC#1173512 FILE #: 14045871 Other Lender/Surety Travelers Casualty & Surety Co of America One Tower Square Hartford CT 06183 107717863 Other Lender/Surety Continental Casualty Co. 151 N. Franklin Street Chicago IL 60606 306163780 Construction Notice Department P.O. Box 1389 Simi Valley, CA 93062 Address Service Requested 4/l/2024 City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 BCA116 14045871 IMPORTANT NOTICE PLEASE READ CAREFULLY Enclosed you will find-a`notice that is being sent to you on behalf of Saf-T-Co-Supply in regards to the construction project known as Palm Springs 2022 Overlay I C# 22-08 1 DIR#445638 I GC#1173512 2304 and located at various locations throughout the City of Palm Spri' , Palm Springs, CA 92262. PO # 24-6897. It is important to note that this notice is not a lien nor a claim on a bond. This is a routine procedure to comply with certain state requirements that may exist and should not reflect in any way on the integrity or credit standing of any of the known interested parties associated with this job. Our records indicate the following parties are associated with this job: OWNER: City of Palm Springs Palm Springs, CA GENERAL/DIRECT/ORIGINAL CONTRACTOR: Granite Construction Company Indio, CA LENDER/SURETY: Federal Insurance Co. .Whitehouse Station, NJ If any of this information is incorrect, or you are not associated with this job, please contact us immediately at myjobinfo@crfsolutions.com Please use this number, 14045871 in your email subject line. Thank you, CRF Solutions