HomeMy WebLinkAboutGranite Construction Company 2022-07-25 COU 2223-078
CITY OF UKIAH
Mendocino County, California
AGREEMENT
FOR
STATE ST.AND DORA ST. REHABILITATION PROJECT
SPECIFICATION NO. 21-04
THIS AGREEMENT, made this 25th day of July , 20 22 , by and between the City of
Ukiah, Mendocino County, California, hereinafter called the City and Granite Construction Company hereinafter
called the Contractor,
WITNESSETH:
WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other
contract documents for the work herein described and shown and has approved and adopted these contract
documents,specifications and drawings and has caused to be published in the manner and for the time required
by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this
contract and
WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal
accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction
of the proposed work in accordance with the terms of this contract and
WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the
proposals submitted and as a result has determined and declared the Contractor to be the lowest and best
regular responsible bidder for the work and for the sums named in the proposal,
NOW, THEREFORE, THIS AGREEMENT WITNESSETH:
Article 1._ Work to be Done and Contract Days Allowed.
That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction,
shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature
necessary for completion of the work in conformity with the Special Provisions and other contract documents
hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall
complete the work within fifty (50) working days. Contract days shall be counted starting with the 10th day
following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may
begin work prior to start of counting contract days, however, in no event shall the Contractor start work without
giving notification to the Engineer at least 72 hours prior to the start of work,without obtaining an encroachment
permit from the City,orwithout having submitted certificates of insurance that have been accepted and approved
by the Engineer
STATE ST.AND DORA ST.REHABILITATION PROJECT 6f Spec.NO.21-04
Article II. Contract Prices.
That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor,for complete
performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full
compensation for all material and appliances necessary to the work, for all labor and use of tools and other
implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of
the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties
which may be encountered in the prosecution of the work;for all risks of every description connected therewith;
for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other
expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the
instructions and the requirements of the City.
Article III. Labor Discrimination.
Attention is directed to Section 1735 of the Labor Code,which reads as follows:
"No discrimination shall be made in the employment of persons upon public works because of the race,
color, national origin or ancestry, or religion of such persons and every contractor for public works
violating this section is subject to all the penalties imposed for a violation of this chapter."
In connection with the performance of work under this contract, the Contractor agrees as follows,
(a) The Contractor will not willfully discriminate against any employee or an applicant for employment
because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative
action to ensure that applicants are employed and that employees are treated during employment
without regard to their race, color, religion, ancestry, or national origin. Such action 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. The Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by the
awarding authority setting forth the provisions of this Fair Employment Practice section.
(b) The Contractor will send to each labor union or representative of workers with which he or she has
a collective bargaining agreement or other contract or understanding, a notice, to be provided by
the awarding authority, advising the said labor union or worker's representative of the Contractor's
commitments under this section,to employees and applicants for employment.
(c) The Contractor will permit access to his or her records of employment, employment
advertisements, application forms and other pertinent data and records by the Fair Employment
Practices Commission, City of Ukiah or any other appropriate agency of the State of California
designated by the awarding authority, for the purposes of investigation to ascertain compliance
with the Fair Employment Practices section of this contract.
(d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair
Employment Practices Act shall be regarded by the awarding authority as a basis for determining
the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor
may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to
establish, reestablish or renew a pre-qualification rating for the Contractor.
The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment
Practices Act to have occurred upon that It has investigated and determined that the Contractor
has violated the Fair Employment Practices Act and has issued an order under Labor Code Section
1426 or obtained an injunction under Labor Code Section 1429.
STATE ST.AND DORA ST.REHABILITATION PROJECT 58 Spec.NO.21-04
Upon receipt of such written notice from the Fair Employment Practices Commission,the City shall
notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding
authority within a stated period that the violation has been corrected, his or her pre-qualification
rating will be revoked at the expiration of such period.
(e) The Contractor agrees that should the City determine that the Contractor has not complied with the
Fair Employment Practices section of this Contract,then pursuant to Labor Code Section 1735 and
1775 the Contractor shall, as a penalty to the City,forfeit for each calendar day or portion thereof,
for each person who was denied employment as a result of such non-compliance, the penalties
provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered
from the Contractor.The City may deduct any such damages from any monies due the Contractor.
(f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of
fashion so as to prevent the City or the State of California from pursuing any other remedies that
may be available at law.
(g) Prior to awarding the Contract,the Contractor shall certify to the awarding authority that he or she
has or will meet the following standards for affirmative compliance, which shall be evaluated in
each case by the awarding authority:
(1) The Contractor shall provide evidence, as required by the City that he or she has notified all
supervisors,foremen and other personnel officers in writing of the content of the anti-discrimination
clause and their responsibilities under it.
(2) The Contractor shall provide evidence, as required by the City, that he or she has notified all
sources of employees' referrals (including unions, employment agencies, advertisements,
Department of Employment)of the content of the anti-discrimination clause.
(3) The Contractor shall file a basic compliance report, as required by the City. Willfully false
statements made in such reports shall be punishable as provided by law. The compliance report
shall also spell out the sources of the work force and who has the responsibility for determining
whom to hire, or whether or not to hire.
(4) Personally, or through his or her representatives, the Contractor shall, through negotiations
with the unions with whom he or she has agreements,attempt to develop an agreement which will:
a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training.
b. Otherwise implement an affirmative anti-discrimination program in terms of the unions'
specific areas of skill and geography to the end that qualified minority workers will be available
and given and equal opportunity for employment.
(5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals,
firms or organizations during the period of its pre-qualification.
(h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in every first tier
subcontract so that such provisions will be binding upon each such subcontractor.
(i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of
submitting the bid.
STATE ST.AND DORA ST.REHABILITATION PROJECT 59 Spec.NO.21-04
Article IV. Parts of the Contract.
That the complete contract consists of the following documents, all of which shall be considered a part of this
agreement.
1. Notice to Bidders
2. Wage Rates
3. General Conditions
4. Technical Specifications
5. Proposal
6. Fair Employment Practices Certification
7. Agreement
8. Contract Bonds
9. Contract Drawings and Construction Details
10. Standard Drawings
11. Indemnification Agreement
IN WITNESS WHEREOF,this contract being executed in duplicate and the parties having caused their names
to be signed by authority of their duly authorized office this day of , 20
CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA
By: do—t
CITY M AGER, CI OF UK
Attest: W�
Granite Construction CompanyITY CLERK, CITY OF UKIAH
By: Kenneth B.Olson,Senior Vice President of Corporate Finance
- ,
0 voic?..0.- CONTRACTOR
�� •'� ry
. ? # ee Attached Certificate r
y O r
r U jop
�.
rW `e A
'100010 oing contract is approveLasto rm and legality this day ofA u L. se , 20 Z 2-
CITY Y, C
STATE ST.AND DORA ST.REHABILITATION PROJECT 130 Spec.NO.21-04
INDEMNIFICATION AGREEMENT
This Indemnification Agreement is made and entered in Ukiah, California, on July 25 20 22
by and between the City of Ukiah (Ukiah)and Granite Construction Company (Contractor).
Contractor is
performing work as per Spec 21-04 State Street and Dora Street Rehabilitation Project
for Ukiah.
As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect
Ukiah from damage or damage claims which arise from its performance of the work.
Accordingly, Contractor agrees as follows:
1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and
employees from and against any claim,loss,or damage, including the legal and other costs of defending against
any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the
work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive
negligence or other wrongful conduct of Ukiah or its officers,agents and employees.
't%tOo11/t"4F�
. ,�aucr�O'0,
CONTRACTOR Granite Construction Company ' p
. rj
W �
TITLE: Kenneth B.Olson,Senior Vice President of Corporate Finance
STATE ST.AND DORA ST.REHABILITATION PROJECT 91 Spec.NO.21-04
CITY OF UKIAH
Mendocino County, California
PERFORMANCE BOND
BOND No.107611646
KNOW ALL PERSONS BY THESE PREESNTS:
THAT WHEREAS, the City of Ukiah, organized and operating under the laws of the State of California,
(hereinafter referred to as the"City°)has awarded to Granite Construction Company ,(hereinafter referred
to as the "Contractor") an agreement for Contract No. Spec No. 1- (hereinafter referred to as the
"Project").
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract for the
Project dated 07/25/2022 , (hereinafter referred to, together with all attachments and exhibits
thereto, as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by
reference;and
WHEREAS,the Contractor is required by the Contract Documents to perform the terms thereof and to fumish a
bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, Granite Construction Company_ the undersigned Contractor and
Travelers Casualty and Surety Company of America, as Surety, a corporation organized and duly authorized to transact business
under the laws of the State of California, are held firmly bound until the City in the sum of
One Million Fire H,ndred El*%"Thousand FAA Hgdred In=Nine Ind 9a100 ($1.511.529.90 ),for which amount well and truly to be made,we
bind ourselves,our heirs,executors and administrators,successors and assigns,jointly and severally,firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, if the Contractor, his or its heirs, executors,
administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and
perform the covenants,conditions and agreements in the Contract Documents and any alteration thereof made
as therein provided,on its part,to be kept and performed at the time and in the manner therein specified,and in
all respects according to their intent and meaning; and shall faithfully fulfill all obligations; and shall indemnify
and save harmless the City, its officials, officers, employees, and authorized volunteers, as stipulated in said
Contract Documents,then this obligation shall become null and void;otherwise it shall be and remain in full force
and effect.
As part of the obligation secured hereby and in addition to the face amount specified therefore, there shall be
included costs and reasonable expenses and fees including reasonable attorneys'fees, incurred by the City in
enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided
for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the
acceptance of the work by the City, during which time if Contractor shall fail to make full, complete, and
satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused
by defective materials or faulty workmanship.The obligations of Surety hereunder shall continue so long as any
obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's
obligations under the Contract Documents, law or equity, including, but not limited to, California Code of Civil
Procedure Section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents,the
Surety shall remedy the default pursuant to the Contract Documents,or shall promptly, at the City's option:
i. Take over and complete the Project in accordance with all terms and conditions in the Contract
Documents;or
STATE ST.AND DORA ST.REHABILITATION PROJECT 62 Spec.NO.21-04
ii. Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the
Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder,
arrange for a contract between such bidder, the Surety and the City, and make available as work
progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term "balance of the
contract price"as used in this paragraph shall mean the total amount payable to Contractor by the City
under the Contract and any modification thereto, less any amount previously paid by the City to the
Contractor and any other set offs pursuant to the Contract Documents.
Ill. Permit the City to complete the Project in any manner consistent with California law and make
available as work progresses sufficient funds to pay the cost of completion of the Project, less the
balance of the contract price, including other costs and damages for which Surety may be liable. The
term "balance of the contract price"as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any amount previously paid
by the City to the Contractor and any other set offs by the City pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by
Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for
completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's
objection to Contractor's further participation in the completion of the Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way
affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
STATE ST.AND DORA ST.REHABILITATION PROJECT Spec.NO.21-04
IN WITNESS WHEREOF,we have hereunto set our hands and seals this 26th day of July
202%`,,`I v O
( 'ems Granite Construction Company
C�►�Z Contrara�L-
101
V
BY
* �� Title Kenneth B.Olson,Senior Vice President of Corporate Finance
� J 100
"o�S yI 11fro"1
01
% sun
�$cporate Seal) '° Travelers Casualty and Surety Company of America
a. HARTFORD, ' = Surety
Ni CONN.
BY ,.. .� .!
'y''S> •. ;�y* Attomey-in-Fact
{Atta( i, to>A a�y•typOact Certificate) Title Isabel Barron Attorney In Fact
I Onll%nI
The rate of premium on this bond is 2.20 per thousand.The total amount of premium charges
is$ 3,325.00
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM.
Any claims under this bond may be addressed to:
(Name and Address of Surety) Travelers Casualty and Surety Company of America
Hartford,CT 06183
1 Tower Square
(Name and Address of Agent or Alliant Insurance Services,Inc.
Representative for service of process in 560 Mission Street,6th Floor ,
California, if different from above) San Francisco,CA 94105
(Telephone number of Surety and Agent (415)403-1427
or Representative for service of process in California)
STATE ST.AND DORA ST.REHABILITATION PROJECT 64 Spec.NO.21-04
A notary public or other officer completing this
certificate verifies only the identity oftheindividual 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 Cruz }
On July 26, 2022 before me, Maria Gomez,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.
MARIA GOMEI
COMM #2259567 z
WITNESS my hand and official seal. Nah
Notary Public-California
Santa Cruz County
Ctxnrn E)VmSeP 24 2022
Signature (Seal)
Maria Gomez, Notary Public
CITY OF UKIAH
Mendocino County, California
PAYMENT BOND
BOND No. I mi i 64b
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City of Ukiah ("City") has awarded to Granite Construction Company ("Contractor/Principal') a
contract (City Agreement No. Spec No.21-04 , dated July 25 , 2022 , referred to as the
"Agreement") for the work described as -..u.A"dD—q Reh.IdwonPewea'necN 21-N . The Agreement Is incorporated by this
reference into this Payment Bond("Bond');and
WHEREAS, Contractor/Principal is required to furnish a bond in connection with the Agreement and pursuant
to California Civil Code section 9550;
NOW, THEREFORE, we Granite Construction Company the undersigned
ContractortPrincipal, and%vekrsC, Itv aM SwenCanpan,o_fAwrka ("Surety"), a corporation organized and existing under the
laws of the State of ronnecl;c„t , and duly authorized to transact business under the laws of the
State of California, as Surety, are held firmly bound until the City, and to any and all persons, companies, or
corporations entitled by law to file stop payment notices under California Civil Code Section 9100,or any person,
company,or corporation entitled to make a claim on this bond, in the sum of$ 1,511,529.90 ,
for which payment will and truly be made,we bind ourselves,our heirs,executors and administrators,successors
and assigns,jointly and severally,firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if Contractor/Principal, its heirs, executors,
administrators, successors, or assigns, or subcontractor, shall fail to pay any person or persons named in Civil
Code section 9100;or fail to pay for any materials,provisions,or other supplies,used in, upon,for,or about the
performance of the work contracted to be done,or for any work or labor thereon of any kind,or for amounts due
under the Unemployment Insurance Code, with respect to work or labor thereon of any kind; or shall fail to
deduct, withhold, and pay over to the Employment Development Department, any amounts required to be
deducted,withheld, and paid over by Unemployment Insurance Code Section 13020 with respect to work and
labor thereon of any kind, then Surety will pay for the same, in an amount not exceeding the amount herein
above set forth,and In the event suit is brought upon this bond,also will pay such reasonable attorneys'fees as
shall be fixed by the court,awarded and taxed as provided in California Civil Code Section 9550, at seq.
It is further stipulated and agreed that the Surety of this bond shall not be exonerated or released from the
obligation of the bond by any change, extension of time for performance, addition, alteration or modification in,
to, or of any contract, plans, or specifications, or agreement pertaining or relating to any scheme or work of
improvement herein above described;or pertaining or relating to the furnishing of labor, materials,or equipment
therefor; nor by any change or modification of any terms of payment or extension of time for payment pertaining
or relating to any scheme or work of improvement herein above described; nor by any rescissions or attempted
rescission of the contract, agreement or bond; nor by any conditions precedent or subsequent in the bond
attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or
agreement or under the bond; nor by any fraud practiced by any person other than the claimant seeking to
recover on the bond;and that this bond be construed most strongly against the Surety and in favor of all persons
for whose benefit such bond is give; and under no circumstances shall the Surety be released from liability to
those for whose benefit such bond has been given, by reason of any breach of contract between the Owner and
Contractor/Principal or on the part of any oblige named in such bond; that the sole condition of recovery shall
be that the claimant is a person described in California Civil Code section 9100,and who has not been paid the
full amount of his or her claim; and that the Surety does hereby waive notice of any such change, extension of
time, addition, alteration or modification herein mentioned, including but not limited to the provisions of section
2819 and 2845 of the California Civil Code.
STATE ST.AND DORA ST.REHABILITATION PROJECT 55 Spec.NO.21-04
Any notice to Surety may be given in the manner specified in the Agreement and delivered or transmitted to
Surety as follows:
Attn: Travelers Casualty and Surety Company of America
Address: 1 Tower Square
City/State/Zip: Hartford,CT 06183
Phone: 860-277-8170
Fax: NIA
Email: Jamoore2@travelers.com
IN WITNESS WHEREO,two identical counterparts of t
osgMidj4pch of which shall for all purposes be deemed
an original thereof, have been duly executed by CO i� ,1�nd Surety above named,on the zom day of
July ,202�. ••,r
Granite Construction Companyt71� Q
Contractor/Principal (S '.,� � t •�
��flllll��
By;;;� nrwlh B.Olson,Senior Vice President of Corporate Finance
Contractor's Representative
585 West Beach Street ,,►��t►uf+n�p+rf���i
Contractor/Principal's Address ``v��V. SUREryco,��,'
Watsonville CA 95076 +
City,State,Zip
HARTFORD,
CONN. o
Travelers Casualty and Surety Company of America
Surety
By &A�-bel Barron,Attorney In Fact 4a 61111 Nl 00
Surety's Representative
I Tower Square
Surety's Address
Hartford,CT 06183
City,State,Zip
860-277-8170
Telephone Number
NOTE: Signatures of those executing for Surety must be properly acknowledged, The bond must be
accompanied by a properly acknowledged Power of Attorney from the Surety authorizing its agent to bind it to
this bond.A copy of such Power of Attorney must be in file with the City.
STATE ST.AND DORA ST.REHABILITATION PROJECT H Spec.NO.21-04
A notary public or other officer completing this
certificate verities 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 Cruz
On July 26, 2022 before me, Maria Gomez,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.
MARIA GOMEZ
COMM. #2259567Public-
z
WITNESS my hand and official seal. Notar
San a Cruz County Californto
116hMyCma.Exi*nSeP.24.20221
Signature rI (Seal)
Maria Gomez,Notary Public
Bond No: 107611646
CITY OF UKIAH
Mendocino County, California
DEFECTIVE MATERIAL AND WORKMANSHIP(MAINTENANCEI BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Granite Construction Company
as PRINCIPAL
and Travelers Casualty and Surety Company of America
as SURETY,
are held and firmly bound unto the City of Ukiah as Obligee, in the penal sum of
Seventy Five Thousand Five Hundred Seventy Six and 50'100 ($ 75,576.50 )
(5 PERCENT OF THE FINAL CONTRACT AMOUNT)
to which payment well and truly to be made, we do bind ourselves, our and each of our heirs, executors,
administrators successors and assigns jointly and severally,firmly by these presents.
WHEREAS,the said Principal entered into a Contract with the City of Ukiah
dated 07 25 2022
for State St And Dora St Rehabilitation Project Spec No-21-04
WHEREAS, said Contract has been completed, and was approved on the day of
.
NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall guarantee
that the work will be free of any defective materials or workmanship which become apparent during the period
of one(1)year following completion of the Contract,then this obligation shall be void,otherwise to remain in full
force and effect, provided however, any additional warranty or guarantee whether expressed or implied is
extended by the Principal or Manufacturer only, and the surety assumes no liability for such a guarantee.
Signed, sealed, and dated this 26th day of July , 2022
Granite Construction Company F� 1f11�
--- .r.TKO `
Kcrtucth B.Otson.S niuz.YiQu
Principal r� iw ��
Travelers Casualty and Surety Company of America llll�! aaaa�,
BY: tnuf,,y�
Isabel Barron, Attorney In Fact }'� P
r($eal} CO?�+i
Surety 7QFI.. •o
HARTFORD,
CONN. o
STATE ST.AND DORA ST.REHABILITATION PROJECT 61�, �I6%�1•.*.•�;�\'� J` Spec.NO.21-04
���If Hf if 11111111�y`,
A notary public or other officer completing this
certificate verifies only the identity oftheindividual 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 Cruz }
On July 26, 2022 before me, Maria Gomez,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.
MARIA GOMEZ
COMM #2259567
WITNESS m hand and official seal. $ Notary Public-California o
y z Santa Cruz County —
Camrn S 24 2022
Signature (Seal)
Maria Gomez,Notary Public
Travelers Casualty and Surety Company of America
TRAVELERS Travelers Casualty and surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Isabel Barron of
WATSONVILLE , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April,
2021.
Ir/.
"Kuman
Corr+r DOS
tS �iL4
Y
State of Connecticut
By: '444�e
City of Hartford ss. Robert L.Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF,I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2026
P1�10 Anna P.Nowik,Notary Public
This Power of Attorney is granted under and by the authority of the fallowing resolutions adopted by the Boards of Directors of each of
the Companies,which resolutions are now in full force and effect,reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bands, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her;and it Is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President,any Assistant Vice President, any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect.
Dated this 26th day of July 2022
t VA
ry► Kevin E Hughes,Assistant Secretary
To verily We aui henddty of this Power ofAttorney,please call us at 1800-421-3"0.
Please refer to the above-named Attorneys)In-Fact and the detalls of the bond to which drls Powerof Attorney Is attached.
GRANITE CONSTRUCTION COMPANY
CERTIFICATE OF SECRETARY
I, M. Craig Hall, Secretary of GRANITE CONSTRUCTION COMPANY, a California
corporation (the"Company"), do hereby certify that the following is a true and correct copy of
resolutions duly adopted effective June 27, 2022 by a Unanimous Written Consent of the Board
of Directors 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 resolutions
adopted have not been repealed and are still in full force and effect:
AUTHORIZATION To EXECUTE DOCUMENTS AND AGREEMENTS
RESOLVED,that the below listed officers are authorized to execute and deliver on behalf
of the Company all documents, agreements and undertakings required in connection with
construction contract formation and operations of the Company:
Kyle T. Larkin President&Chief Executive Officer
Elizabeth L. Curtis Executive Vice President,Chief Financial Officer&Assistant Secretary
James A. Radich Executive Vice President, Chief Operating Officer&Assistant Secretary
Brian R. Dowd Senior Vice President, Group Manager&Assistant Secretary
Timothy W. Gruber Senior Vice President, Human Resources&Assistant Secretary
M. Craig Hall Senior Vice President, General Counsel, Corporate Compliance Officer&
Secretary
Kenneth B. Olson Senior Vice President of Corporate Finance, Treasurer, Assistant Financial
Officer&Assistant Secretary
Michael G.Tatusko Senior Vice President, Group Manager&Assistant Secretary
Bradley J. Williams Senior Vice President, Group Manager&Assistant Secretary
Michael W. Barker Vice President, Investor Relations
James D. Nickerson Vice President&Assistant Secretary
Nicholas B. Blackburn Vice President,Tax&Assistant Secretary
Staci M. Woolsey Chief Accounting Officer&Assistant Secretary
RESOLVED>'MTHER, 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.
Page 1 of 2
L 4ukRn_000ALLVOkF CwpoaeM OOU Mva pU®d Sbddimy Rs9J fi"&202M"kr GOM 06.22,FkmLcbc
AUTHORIZATION To ATTEST DOCUMENTS AND AGREEMENTS
RESOLVED,that the below listed officers are authorized to attest documents, agreements
and undertakings required in connection with construction contract formation and operations of
the Company:
Kyle T. Larkin President&Chief Executive Officer
Elizabeth L. Curtis Executive Vice President, Chief Financial Officer&Assistant Secretary
James A. Radich Executive Vice President, Chief Operating Officer&Assistant Secretary
Brian R. Dowd Senior Vice President,Group Manager&Assistant Secretary
Timothy W. Gruber Senior Vice President,Human Resources &Assistant Secretary
M. Craig Hall Senior Vice President, General Counsel,Corporate Compliance Officer&
Secretary
Kenneth B. Olson Senior Vice President of Corporate Finance,Treasurer,Assistant Financial
Officer&Assistant Secretary
Michael G. Tatusko Senior Vice President, Group Manager&Assistant Secretary
Bradley J. Williams Senior Vice President, Group Manager&Assistant Secretary
Michael W. Barker Vice President, Investor Relations
James D.Nickerson Vice President&Assistant Secretary
Nicholas B. Blackburn Vice President,Tax&Assistant Secretary
Staci M.Woolsey Chief Accounting Officer&Assistant Secretary
Jordy L. Murray Deputy General Counsel &Assistant Secretary
Kenneth M. Smith Group Counsel &Assistant Secretary
Jason M. Jasper Group Counsel &Assistant Secretary
Clinton R. Clark Assistant Secretary
Todd N. Burford Assistant Secretary
Dated: June 30, 2022 _ :_ vow t
raig Hall ���% C Ti,*��,
(.-� ~.,� �'��.�•x.�,.��y �*ter
Z O
�rJWL
IF
title ItO�t,``
Page 2 of 2
j-%&mArtPLOo"LL%WRp CaWmsft-0WZS►mkWh =u SvbW*r leoh iostt022Ce fu OCCO.06-Uf"Ldw