Loading...
Matich CorporationSECTION 1200 BID DATE: Nov. 6, 2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials 1 Oct. 29, 2025 ou , ao3S Ulf Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Matich Corporation Name of Bidder (909) 382-7400 Bidder's Telephone Number Bid 1200-1 If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Matich Corporation Name of Bidder 1596 Harry Sheppard Blvd. San Bernardino, CA 92408 Bidder's Address 149783 Contractor's License No. California State of Incorporation Z., /)., Signa re efidder Jason G. Jones Printed Name of Signatory ``��111111///>� Vice President of Estimating %%%% CjO P���', Title of Signatory _}—: 11/12l1954 (909)382-7400 Bidder's Telephone Number jjones@matichcorp.com Bidder's Email Address Nov. 30, 2027 Contractor's Expiration Date itne S Jacob O. Reade Vice President of Construction Operations Title of Witness Bid 1200-2 CONTRACTORS dca STATE LICENSE BOARD -,� ACTIVE LICENSE ; - 149783 E°- CORP ="_"._—. MATICH CORPORATION firma"„AB oa« 11/30/2027 www cslb ca ov jjq 9 4SINCE H PORATION 1918 Corporate Resolution At a meeting of the Board of Directors of MATICH CORPORATION, a California corporation duly called and held on the 15`h day of October 2021, a quorum being present the following RESOLUTION was adopted: Resolved, the Corporate Officers for Matich Corporation are: PRESIDENT ROBERT M. MATICH VICE PRESIDENT & TREASURER RANDALL S. VALADEZ VICE PRESIDENT & CORPORATE SECRETEARY RANDALL S. VALADEZ VICE PRESIDENT— ESTIMATING JASON G. JONES VICE PRESIDENT — CONSTRUCTION OPERATIONS JACOB 0. READE FURTHER RESOLVED, that the above listed Corporate Officers are duly authorized to sign document (bids, contracts, etc.) as may be necessary on behalf of MATICH CORPORATION. I, Randall S. Valadez, Secretary of MATICH CORPORATION have compared the foregoing RESOLUTION with original thereof, as it appears in the records of the Board of Directors of said company, and do so certify that the same is true and correct transcript there from, and of the whole said original RESOLUTION. I further certify that said RESOLUTION has not been amended or revoked and is still in full force and effect. IN WITNESS THEREOF, I hereunto set my hand as such Secretary thi `h day of October 2021. Randall S. Valadez, Secretary 1596 HARRY SHEPPARD BLVD, SAN BERNARDINO 92408 • TELEPHONE (909) 382-7400 • FAX (909) 382-0191 www.matichcorp.com W �GNNW ADDENDUM NUMBER 01 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ay6n, Assistant Construction Manager DATE: October 29, 2025 SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements Project The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ CLARIFICATIONS Question 1 Response: Question 2 Response: Question 3 Response: Question 4 Response: Sheet 13 Sec 7.0 States the basis of award shall be the lowest combined price of the Base Bid area plus all Additive Alternates, Sheet 27 states Grand Total is Base Bid plus all Additive Alternates and Deductive Alternates. Please clarify the Award. See the following for updated clarification language hereon this addendum. Per Sheet 2 of the plans (Detail: existing pavement repair), is the intent to match the existing AC pavement section table or raise the grade per the AC Overlay Table? The intent is to match the existing asphalt concrete surface, with potential minor variations in overlay thickness due to compaction. The intent is also to maintain and match existing grades. If Additive Alternates are awarded, will additional working days be added to the contract? 40 working days for the amount of scope for the project appears to be a short time line. Working days have been revised to 50, no additional working days shall be considered for additive alternates or deductive alternates. Additive Alternate 4 does not have a Mobilization or Traffic Control line item. Please Advise. See attached Section 1210 Bid Schedule for revised Additive Alternate 4 bid items. WQa (& f \I 1MRN1 % - ■ PROJECT SPECIFICATIONS Section 1100 Sheet 1100-1, Replace paragraph three with the following: As Reads This project shall be completed within 40 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". Is Amended to Read: This project shall be completed within 50 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". Section 1110 Sheet 1110-3, Subsection 7.0: Preparation of Bid Forms, Replace paragraph one with the following: As Reads: Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: (.V IPORNI% - Is Amended to Read: Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: Section 1210 Sheet 1210-1, Replace paragraph one with the following: As Reads: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25126 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Is Amended to Read: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. 0 x 4q ra CALIFORNIA - Section 1300 Sheet 1300-1, Replace paragraph four with the following: As Reads: 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 40 working days from the date of Notification to Proceed. Is Amended to Read: 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 50 working days from the date of Notification to Proceed. Rartinn �nnn Sheet 3000-2, Subsection 1.6: Time Allowed for Construction, Replace paragraph one with the following: As Reads: In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall be completed within 40 working days from the date specified in the Notice to Proceed. Is Amended to Read: In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall be completed within 50 working days from the date specified in the Notice to Proceed. ■ PROJECT PLANS Sheets 13 - 14 are replaced with the attached. The addendum includes additional pavement markings. ta 06(ra c \I IFORNIA --- The Contractor is hereby notified; Addendum No. 9 must be acknowledged and initialed as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive." APPROVED: Digitally signed by Ubaldo Ayon Date: 2025.10.29 08:59:37 -07'00' Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Bid Schedule Dated 10/29/2025 2. Revised Plan Sheets 13 - 14 END OF ADDENDUM NUMBER 01 ta�QaiAra r1L.IF(7RNiA - ADDENDUM NUMBER 02 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: November 04, 2025 SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements Project The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ CLARIFICATIONS Question 1. Can you please clarify the intent of added item #7 (Localized Dig Out and AC Pavement Repair). Is this item for the spot repairs on the slurry streets? If this is the intent, with having full depth repairs at 1.5" repairs in these areas there is no way to quantify this item in sqft. Please advise. Response: Another bid item of work has been added to separate the spot repairs. See attached revised Section 1210 Bid Schedule. ■ PROJECT SPECIFICATIONS Section 1210: Section 1210 is replaced; the following is a summary of the changes: • Bid Item 5 quantity revised to separate spot repair work • Bid Item 7 description revised • Bid Item 8 added for 1.5" grind and overlay spot repairs • Bid item sequential numbering revised accordingly Section 4000 Sheet 4000-20, add Section 15.0: Adjust to Grade, Water Valve Frame and Cover after section 14.0 with the following: 15.0 ADJUST TO GRADE, WATER VALVE FRAME AND COVER (ADDITIVE ALTERNATE) Adjust water valve can and lid to grade shall conform the latest Coachella Valley Water District Standard Specifications for Construction of Domestic Water Systems and these Special Provisions. ta "fra Al 11 ORM 1 - The Contractor shall excavate to the top of the existing valve, remove the existing PVC pipe and place a new C-900 PVC pipe and valve well frame in accordance with CVWD Standard Drawing No. W-17. Payment for Lower/Raise Water Valve Frame and Cover to Grade per CVWD Standards shall be measured and paid for at the contract unit price per Each and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in excavation, removal of the existing valve can and frame, placement of a new PVC well, frame, valve cover and concrete collar, backfill and compaction per the plan and standard drawings and no additional compensation will be allowed therefore. Section 4000 Add Section 16.0: Adjust to Grade, Sewer Manhole Frame and Cover after section 15.0 with the following: 16.0 ADJUST TO GRADE, SEWER MANHOLE FRAME AND COVER (ADDITIVE ALTERNATE) Adjust Sanitary Sewer Manhole to Grade shall include all work necessary to adjust the sanitary sewer manhole from its current location to the final location and grade shown per the plans and specifications, these specifications, and Coachella Valley Water District (CVWD) requirements. Adjust Sanitary Sewer Manhole to Grade shall include excavation and backfill, and adjusting the sanitary sewer manhole to final grade elevations in accordance with CVWD standards including replacing damaged covers, rings and frames. Work includes all correspondence with CVWD for completion of the work. The contract unit price paid for Lower/Raise Sanitary Sewer Manhole Frame and Cover to Grade per CVWD Standards shall include the per Each price to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting the manhole, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer with no additional compensation allowed. Section 4000 Add Section 17.0: Adjust to Grade, Sewer Clean -Out Frame and Cover after section 16.0 with the following: 17.0 ADJUST TO GRADE, SEWER CLEAN -OUT FRAME AND COVER (ADDITIVE ALTERNATE) Adjust Sanitary Sewer Clean -Out to Grade shall include all work necessary to adjust the sanitary sewer clean -out from its current location to the final location and grade shown per the plans and specifications, these specifications, and Coachella Valley Water District (CVWD) requirements. ta Qal�fra C_' I1 - Adjust Sanitary Sewer Clean -Out to Grade shall include excavation and backfill, and adjusting the sanitary sewer clean -out to final grade elevations in accordance with CVWD standards including replacing damaged covers, v.c.p., and frames. Work includes all correspondence with CVWD for completion of the work. The contract unit price paid for Lower/Raise Sewer Clean -Out Frame and Cover to Grade per CVWD Standards shall include the per Each price to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting the clean -out, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer with no additional compensation allowed. ■ PROJECT PLANS The following changes are made to the plans: • Sheet 13: Revised Striping notes and callouts. • Sheet 14: Revised pavement delineation and signs for bike lanes between Blackhawk Way and Miles. Revised Striping notes and callouts. • Sheet 15: Revised pavement delineation and signs for bike lanes between Blackhawk Way and Miles. Revised Striping notes. • Sheet 16: Revised Striping note. The Contractor is hereby notified; Addendum No. 02 must be acknowledged and initialed as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive. " APPROVED: Digitally signed by Ubaldo Ayon Date: 2025.11.03 14 56.17 -08,00' Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Revised Bid Schedule Dated 11/04/2025 2. Revised Plan Sheets 13 - 16 END OF ADDENDUM NUMBER 02 Addendum 02 — 11/04/2025 SECTION 1210 BID SCHEDULE PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 Addendum 02 — 11/04/2025 BASE BID - FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $)q, Mo;-'° $;,5t,000-4 2 Traffic Control 1 LS $gaxoip .1 $ ga,gpo, 00 3 Dust Control 1 LS $ &, 400. -0-a $ (,400.00 4 Crack Seal and Type II, Latex Emulsion Aggregate Slur 2,761,010 SF $0,aa $�p-i y�� a� ,._. , Pavement Repair Type I: 1 1/2" 5 Grind and Asphalt Concrete 662,770 SF $ Overlay Pavement Repair Type II: 6 Remove Ex. A.C., Compacting Ex. Base, and Variable Overlay 66,360 SF $0 3 $;laa,a(o •� `( (Depth Per Plan Localized Dig Out and AC 7 Pavement Type II Repair per 1,130 SF $ ap ,W $ a3105D .= Plan Localized Dig Out and AC 8 Pavement Type I Repair per 1,250 SF $ 8. So $ 10 , (va5: 2- Plan 9 Lower and Raise Drainage Manhole 6 EA a, $ a 550, — oa $ 10 Signing and Striping, Including 1 LS $ yiQ,00°p $ 3gq,OW All Incidentals Total Amount of Bid Items 1 -10 $a. 5qq 003 q0 , City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Lower Water Valve Frame and Cover Per CVWD Standards 88 EA $ 6c1D 0 $ 2 Raise Water Valve Frame and °o Cover Per CVWD Standards 88 EA $ I, yS0 ao $ lad (oGb Total Amount of Additive Alternate No. 1 Items 1 - 2 $ �� 3�, 00 Bid Schedule 1210-2 Addendum 02 — 11/04/2025 ADDITIVE ALTERNATE NO. 2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Lower Sewer Manhole Frame 1 and Cover Per CVWD 33 EA $ -7 0 00 $ o1S,H10. Standards Raise Sewer Manhole Frame 2 and Cover Per CVWD 33 EA $ if, aLl0.= $ 140, ql as vO Standards Total Amount of Additive Alternate No. 2 Items 1 - 2 $ 00 ADDITIVE ALTERNATE NO. 3 - Hidden River Road Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ (Q(� i $ 1(,1000 , 1- 2 Traffic Control 1 LS $ (,pp0, $ i l , (p00, °—O 3 Dust Control 1 LS $ 0 $ TS0 , Pavement Repair Type II: -I , 15� 4 Remove Ex. A.C., Compacting 7 540 SF $ �.—�' $ Ex. Base, And Variable Overlay (Depth Per Plan 5 Lower Water Valve Frame and Cover Per CVWD Standards 12 EA $ -ape $ 6 Raise Water Valve Frame and 12 EA $ j �o $0 ea Cover Per CVWD Standards ,� Total Amount of Additive Alternate No. 3 Items 1 - 6 � I t'-1 , 3q ('• 'Irs Bid Schedule 1210.3 Addendum 02 — 11/04/2025 ADDITIVE ALTERNATE NO. 4 - La Quinta Hiqhlands Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ qa001D,O' $ ga,0002-' 2 Traffic Control 1 LS $gq,DOD,_V__ $ gg1000, °O 3 Dust Control 1 LS $ q5b. X- $ ey50. 00 Pavement Repair Type II: 4a . go (t(6s,3a4. v 4 Remove Ex. A.C., Compacting 423,330 SF $ Ex. Base, And Variable Overlay (Depth Per Plan 5 Lower Water Valve Frame and Cover Per CVWD Standards 73 EA $ (vq0 � $ 170, 370. 6 Raise Water Valve Frame and 73 EA $ c{5'� o0 $ I0Sr 8.�. °- Cover Per CVWD Standards , Lower Sewer Manhole Frame 7 and Cover Per CVWD 31 EA $'1-)p 00 QO Standards Raise Sewer Manhole Frame 8 and Cover Per CVWD 31 EA $ j, a W. $ 38 ISD.-- ° Standards r Lower Sewer Clean -Out Frame 9 and Cover Per CVWD 3 EA $ &;,0, 00 $ (, S&0. o0 Standards Raise Sewer Clean -Out Frame 10 and Cover Per CVWD 3 EA $ pp � 00 $ 3 ,�{80. Standards , Total Amount of Additive Alternate No. 4 Items 1 -10 $ . — DEDUCTIVE ALTERNATE NO. 1 - La Quinta Highlands Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Crack Seal and Type II, Latex 423,330 SF S o Emulsion Aggregate Slurry� Total Amount of Deductive Alternate No. 1 Items 1: $ -11, *S, a� Bid Schedule 1210-4 �S _S Addendum 02— 11/04/2025 GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES (Figures): $ OPa 30 - GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES (Words): 0 Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, s��ject to such adjustments and alterations as elsewhere provided herein. // Jason G. Jones/TiFe�?�j¢sident of Estimating Signature of Bidder (Ink) Matich Corporation Name of Bidder (Printed or Typed) (909) 382-7400 Bidder Telephone Number ijones@matichcorp.com Bidder Email Address Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Liberty Mutual Insurance Company s SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 3rd day of November , 2025. Principal: Matich Corp oratgn,,,,,����' Title of Signatory SEAL`'_ F-. 11/12/1954 _ s Sig at f Principal% 1 6 a Sheppard San Bernardino, CA 92408 Address Surety: Liberty Mutual Insurance Company Leigh McDonough, Attorney -in -Fact Title of Signatory SignatuYe of Surety 790 The City Drive South, Suite 200 Orange, CA 92868 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of SAN BERNARDINO On 11/5/2025 before me, G.M.Bernal Kleespies Notary Public , (Here insert name and title of [ e officer) personally appeared Jason G Jones who proved to me on the basis of satisfactory evidence to be the person) whose name(49)&are subscribed to the within instrument and acknowledged to me that /she/they executed the same in is her/their authorized capacitykies�, and that by i her/their signatureWon the instrument the personal, or the entity upon behalf of w ich the person(g) 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. )Fmy G. M. BERNAL KLEESPIES WITNESS my hand and official seal. Notary Public • California San Bernardino County Commission d 2516628 Comm. Expires May 4, 2029 Notary Public Signature (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION Thisform complies with current California statutes regarding notary wording and, (Title or description of attached document) Bid Guarantv Bond (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 4»rww.NotaryClasses.com 800-873-9865 if needed, should be completed and attached to the document. Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. CALIFORNIA• . •D 4\l.t� A(✓rif.T(.T Tt,i� T2.T T<,T .ff.Ff Tt T 4i(.Tf/ </f.\f �\ :�l.T -Tl.4\ .i\!!'AL!i\(�i\N.4\Cr4\<!Pi.T .T(!Nf.T .T .N ,M . 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 Orange } On NOV 4 &2025 before me, Kim Heredia, Notary Public Date Here Insert Name and Title of the Officer personally appeared Leigh McDonough Name(s) of Signer(s) 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 Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KIM HEREDIA Notary Public • California Orange County 9 Commission * 2455107 F Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date. Number of Pages: ___ _Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signers Name: Corporate Officer — Title(s): Partner — Limited General Individual x Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: _ Signer's Name: Corporate Officer — Title(s): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: _ 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Liberty POWER OF ATTORNEY Mutual. Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8214743 - 977460 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Heather Saltarelli, Jeri Apodaca, Kevin Cathcart, Kim Luu, Leigh McDonough, Maria Guise, Mark Richardson, Michael D. Parizino, Rachelle Rheault, Terah Lane all of the city of Irvine state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of September , 2025 . IState of PENNSYLVANIA County of MONTGOMERY ss Liberty Mutual Insurance Company PX, INS URq P�ZY INS& NX \NSUgq The Ohio Casualty Insurance Company �J °oriPOf+ar y0 5J °ORPDRvrfy SOP °°RPO/Lo> 'yp West American Insurance Company gJ 3 °bey 3Q3 Fo m W 3 Foci Y;1912010 c 1919 1991 30 : o a ra;A, Se4CNU8�.da yO �NAMPB'f�� By: Nathan J. Zangerle, Assistant Secretary On this 12th day of September , 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 10 iv Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes E n therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i @ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. a0 � 0p PAS,, 2 QFi N,oNWF F� Commonwealth of Pennsylvania - Notary Seal T_ U°�r . 9 Teresa Pastella, Notary Public Montgomery County v ` OF My commission expires March 28, 2029 By • Oil) Commission number 1126044 Member, Pennsylvania Association of Notanes eresa Pastella, Notary Public ORy O 0 O 04 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: f0 M ARTICLE IV —OFFICERS: Section 12. Power of Attorney.°O Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a o President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety m CO any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall -o M have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a> instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the -2 to provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. l0 n ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorneyexecuted said Companies, is in full force and effect and has not been revoked. N9V 0 3 2025 i IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of P� 1NSU/pq AS`! INS& 1NSURq ?o° 0Rgroy�ln �'ZoP&PORgTo'Pgy� \VP2 °RPO2yT�y� tt o A d 1912 c 1919 C 1991 C-1 `Lly�s s m � By. O 6 O dJ1 Ss4CHJg.da3 y0RAMP`+a �RDIANP' a� ._— a�) * �a �yl * s* " Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 !, ,. SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name: Airport Taxiway Rehabilitation Owner: City of Palm Springs Construction Cost: $ 7,281,225.00 Construction Time: 210 Owner's Representative:yonda Teed Owner's Telephone No.: (760) 323-8253 Date of Substantial Completion: June 2025 2. Project Name: FY 23-24 Asphalt Paving Project Owner: City of Colton Construction Cost: $ 2,414,229.00 Construction Time: 126 Owner's Representative: Jim McGivern Owner's Telephone No.: (909) 370-6108 Date of Substantial Completion: May 2025 Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Jurupa Avenue Pavement Rehabilitation Owner: City of Fontana Construction Cost: $ 2,016,716.00 Construction Time: 84 Calendar Days Owner's Representative: Shawn Matejcek Owner's Telephone No.: (909) 350-7649 Date of Substantial Completion: Feb. 2025 4. Project Name: PMP 2024 Street Resurfacing Project Owner: City of Redlands Construction Cost: $ 4,677,377.00 Construction Time: 154 Calendar Days Owner's Representative: Goutam Dobey Owner's Telephone No.: (909) 798-7584 Date of Substantial Completion: Feb. 2025 Signed this 6th day of November 2025. Matich Corporation 149783 1000004260 Name of Bidder Contractor's License No. DIR Reg No. SignfTfiridder Jason G. Jones Printed Name of Bidder License: Nov. 30, 2027 DIR: Jun. 30, 2028 Expiration Date Vice President of Estimating Title of Signatory Bidders Experience & Qualifications 1230-2 ATIII CH -L�ORPORATION Recent Completed Projects: Highland Regional Connector Project Description: Pavement Rehabilitation Contract Number: STR22002 Agency: City of Highland - 27215 Base Line, Highland, CA 92346 Contact: Octavio Duran Jr. - (909) 864-6861 - oduran@cityotbighland.org Contract Amount: $792,659.22 Completion: AUG 2025 Airport Taxiway Rehabilitation Description: Pavement Rehabilitation Contract Number: 21-27 Agency: City of Palm Springs - 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262 Contact: Vonda Teed - (760) 323-8253 - vonda.teed0palmspringsca.gov Contract Amount: $7,281,225.00 Completion: JUN 2025 FY 23-24 Asphalt Paving Project Description: Pavement Rehabilitation Contract Number: FY 23-24 Agency: City of Colton - 160 South 10th Street, Colton, CA 92324 Contact: Jim McGivern - (909) 370-6108 - jtncgivern@coltonca.gov Contract Amount: $2,414,229.00 Completion: MAY 2025 Jurupa Avenue Pavement Rehabilitation Description: Pavement Rehabilitation Contract Number: DE-24-87-SB Agency: City of Fontana - 8353 Sierra Avenue, Fontana, CA 92335 Contact: Shawn Matejcek - (909) 350-7649 - smatejcek@fontanaca.gov Contract Amount: $2,016,716.00 Completion: FEB 2025 PMP 2024 Street Resurfacing Project Description: Pavement Rehabilitation Contract Number: 211010 Agency: City of Redlands - 35 Cajon Street, Suite 15A, Redlands, CA 92373 Contact: Goutam Dobey - (909) 798-7584 - gdobcey@cityofredlands.org Contract Amount: $4,677,377.00 Completion: FEB 2025 P.O. Box 10, Highland, CA. 92346 0 1596 Harry Sheppard Blvd. San Bernardino, CA, 92408 Phone (909) 382-7400 0 Fax (909) 382-0113 AOA Vehicle Access Road Project Description: Pavement Rehabilitation Agency: San Bernardino International Airport Authority - 1601 E. 3rd Street, Suite 100, San Bernardino, CA 92408 Contact: Jeff Barrow - (909) 677-2010 - jbarrow@sbdairport.com Contract Amount: $1,341,626.00 Completion: OCT 2024 Randall Avenue Project Description: Pavement Rehabilitation Contract Number: DE-24-88-SB Agency: City of Fontana - 8353 Sierra Avenue, Fontana, CA 92335 Contact: Shawn Matejcek - (909) 350-7649 - smatejcek@fontanaca.gov Contract Amount: $923,094.00 Completion: OCT 2024 Southridge Grid 53 Pavement Rehabilitation Description: Pavement Rehabilitation Contract Number: SB-152-DE-23 Agency: City of Fontana - 8353 Sierra Avenue, Fontana, CA 92335 Contact: Shawn Matejcek - (909) 350-7649 - smatejcek@fontanaca.gov Contract Amount: $1,306,547.00 Completion: OCT 2024 Sierra Lakes Pavement Rehabilitation Project Description: Pavement Rehabilitation Contract Number: DE-24-42-SB Agency: City of Fontana - 8353 Sierra Avenue, Fontana, CA 92335 Contact: Shawn Matejcek - (909) 350-7649 - smatejcek@fontanaca.gov Contract Amount: $1,647,818.00 Completion: SEP 2024 Bloomington Avenue Description: Pavement Rehabilitation Contract Number: 24-33 Agency: County of San Bernardino DPW - 825 East 3rd Street, San Bernardino, CA 92415 Contact: Thomas Bustamonte (909) 387-7922 - Thomas.Bustamonte@dpw.sbcounty.gov Contract Amount: $3,116,434.00 Completion: July 2024 PMP 2023 Street Resurfacing Project Description: Pavement Rehabilitation Contract Number: 211008 Agency: City of Redlands - 35 Cajon Street, Suite 15A, Redlands, CA 92373 Contact: Goutam Dobey - (909) 798-7584 - gdobey cityofredlands.org Contract Amount: $4,381,606.00 Completion: June 2024 P.O. Box 10, Highland, CA. 92346 0 1596 Harry Sheppard Blvd. San Bernardino, CA, 92408 Phone (909) 382-7400 0 Fax (909) 382-01 l3 PMP 2022 Street Resurfacing Project Description: Pavement Rehabilitation Contract Number: 211006 Agency: City of Redlands - 35 Cajon Street, Suite 15A, Redlands, CA 92373 Contact: Goutam Dobey - (909) 798-7584 - gdobey@cityofredlands.org Contract Amount: $4,970,068.00 Completion: February 2024 2022/2023 Pavement Rehabilitation Program Description: Pavement Rehabilitation Contract Number: 11186 Agency: City of Yucaipa - 34272 Yucaipa Boulevard, Yucaipa, CA 92399 Contact: Daniel Meisenbach - (909) 797-2489 - dmeisenbach a�. ucaipa.goy Contract Amount: $1,173,357.00 Completion: January 2024 Fred Waring Rehab, Project No. 752-23/MST00008 Description: Pavement Rehabilitation Contract Number: C45240 Agency: City of Palm Desert - 73510 Fred Waring Drive, Palm Desert, CA 92260 Contact: Ryan Gayler - (760) 776-6393 - rgayler@palmdesert.gov Contract Amount: $3,264,473.00 Completion: December 2023 Highway 111 Phase 2 and Local Street Pavement Rehabilitation Project Description: Pavement Rehabilitation Contract Number: 9331 Agency: City of Indian Wells - 44-950 Eldorado Drive, Indian Wells, CA 92210 Contact: Ken Seumalo - (760) 346-2489 - kseumalo@indianwells.com Contract Amount: $2,143,000.00 Completion: October 2023 Foothill Blvd. from East Ave. to Hemlock Ave. Street Rehabilitation Project Description: Pavement Rehabilitation Contract Number: SB-117-DE-23 Agency: City of Fontana - 8353 Sierra Avenue, Fontana, CA 92335 Contact: Shawn Matejcek - (909) 350-7649 - smatejcek@fontanaca.gov Contract Amount: $3,161,930.00 Completion: October 2023 Wabash Ave. & Other Roads Description: Pavement Rehabilitation Contract Number: 22-796 Agency: County of San Bernardino DPW - 825 East 3rd Street, San Bernardino, CA 92415 Contact: Larry White - (909) 387-7924 - Iarry.white@dpw.sbcounty_.gov Contract Amount: $3,336,334.00 Completion: August 2023 P.O. Box 10. Highland, CA. 92346 0 1596 Harry Sheppard Blvd. San Bernardino, CA, 92408 Phone (909) 382-7400 0 Fax (909) 382-0113 Phelan Road Intersection Improvement Description: Pavement Rehabilitation Contract Number: 22-728 Agency: County of San Bernardino DPW - 825 East 3rd Street, San Bernardino, CA 92415 Contact: Larry White - (909) 387-7924 - larry.white@dpw.sbcounty.gov Contract Amount: $2,056,154.00 Completion: January 2023 Street Rehabilitation at Various Locations Description: Pavement Rehabilitation Contract Number: C00759 Agency: City of Banning - 99 E. Ramsey St., Banning, CA 92220 Contact: Kevin Sin D. - (951) 922-3140 - ksin@banningca.gov Contract Amount: $848,796.00 Completion: January 2023 Rosena Ranch Road Description: Pavement Rehabilitation Contract Number: 22-317 Agency: County of San Bernardino DPW - 825 East 3rd Street, San Bernardino, CA 92415 Contact: Carlos Seanez - (909) 387-7920 - carlos.seanez@dpw.sbcountygov Contract Amount: $1,074,185.00 Completion: August 2022 2021 Pavement Rehabilitation Description: Pavement Rehabilitation Contract Number: 21-01 Agency: City of Palm Springs - 3200 E. Tahquitz Canyon Way - Palm Springs, CA 92262 Contact: Vonda Teed - (760) 232-8253 - vonda.teed@palmspringsca.gov Contract Amount: $5,758,200.00 Completion: August 2022 City/County Cooperative Pavement Rehabilitation Description: Pavement Rehabilitation Contract Number: STR20003 Agency: City of Highland - 27215 Base Line - Highland, CA 92346 Contact: Carlos Zamano - (909) 864-6861 - czamano@cityofhighland.org Contract Amount: $2,315,112.00 Completion: May 2022 PMP 2021 Street Resurfacing Project Description: Pavement Rehabilitation Contract Number: 211003 Agency: City of Redlands - 35 Cajon Street, Suite 15A - Redlands, CA 92373 Contact: Goutam Dobey - (909) 798-7584 - gdobePy@cityofredlands.org Contract Amount: $9,235,780.00 Completion: April 2022 P.O. Box 10, Highland, CA. 92346 0 1596 Harry Sheppard Blvd. San Bernardino, CA, 92408 Phone (909) 382-7400 0 Fax (909) 382-0113 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. EBS Utilities 1345 Quarry St. #101 Adjusting, Inc. Corona, CA 92879 Manholes 10. B( % 932798 1000004286 afar COA Aye aR110 r+4cx-s st 60 vf h R►y¢4z�rat, cR 1a%3 %LVrq �Al $ , ° 7� � 8�{gfe�I I0o0000(,y5 5upexid� t��¢rirrht P. o � � a-,9� -� MorKr S t3�+urrw► ,cr► ��2'� `�Xi P� gs 7 I(qI by g00015- Nqo Sign f idder Jason G. Jones Vice President of Estimating Matich Corporation Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of San Bernardino ) Jason G. Jones , being first duly sworn, deposes and say that he or she is Vice President of Estimating of Matich Corporation the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signu Matich Corporation Name of Bidder Jason G. Jones, Vice President of Estimating Title Nov. 6, 2025 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Matich Corporation Address: 1596 Harry Sheppard Blvd. Project Manager: Jason G. Jones Phone: (909) 382-7400 City: San Bernardino ST, CA Zip: 92408 Email: jjones@matichcorp.com CSLB/Certification Number: 149783 Public Works Registration No.: 1000004260 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons V Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers V Millwrights Operating Eng V Painters Pile Drivers Pipe Trades Plasterers _ Roofer SheetMetal Sound/Com Surveyor Teamster V Tile Worker Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at- http://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 11/3/25, 10:57 AM 1000004260 - Matich Corporation X, IR5�of Public Works Support Osp rUnrd of VG I�dn hL. rAhd m vG Veronica Gallegos eCPR Search Logout Knowledge Contractor Registration Search Project Registration Search Services Your information w Home i CustomerAcco.uM L.00ku.p i 1000004260 - Matich Corporation Search D 1000004260 - Matich Corporation Customer Account Lookup PWCR 1000004260 Contractor Status ittps://services.dir.ca.gov/gsp?id=d it_public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=786e5ecl c34f425OfO79d9ecO50131... 1 /4 11 /3/25, 10:57 AM DIR Approved CSLB 149783 Business Phone 909-382-7400 Ext Registration Start Date 2025-07-01 Legal Entity Name Matich Corporation Doing Business As (DBA) Matich Corporation Business Structure -- None -- President Robert M. Matich Email rmatich@matichcorp.com Registration End Date 2028-06-30 Crafts 1000004260 - Matich Corporation Operating Engineer Laborer and Related Classifications Teamster (Work on a construction site) Cement Mason ittps://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=786e5ecl c34f425OfO79d9ecO5Ol3l ... 214 11/3/25, 10:57 AM 1000004260 - Matich Corporation Address Mailing Address 1596 E HARRY SHEPPARD BLVD Mailing Address - City SAN BERNARDINO Mailing Address - State WT. Mailing Address - Zip 92408 Mailing Address - Country United States Physical Address P.O. Box 10 Physical Address - City Highland Physical Address - State California Physical Address - Zip 92346 Physical Address - Country United States Related Lists Rv,gi5trataorJ?atQ5.(�) ttps:llservices.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_Csm_portal_customer_ account_ lookup&sys_id=786e5ecl c34f4250f079d9ec050131... 3/4 SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 -CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Matic Cor ation By (A o 7Signature) Print and Title of Person Signing Ja n C . ones, Vice President of Estimating Federal ID Number (or n/a) 95-1810911 Date Executed Nov. 6, 2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. I Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) ' By (Authorized Signature) Printed Name and Title of Person Signing Date Executed k Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Compliance 1280-1 � ► ��tR4;""`�'rl�,'+t . ,ttittr,w.,�,441��. � �-�'t�tt"'�a�tt`"it;t ; �t�1¢�jb(YSL `ntdl rfj ...: y�R�tRils+si3tlltdy � * t f t� t+It+ r� tRR r '+its `• �•t tf `+ it �, it 1{ l§7�&pt^ tr/�� ti �R �� {i i f +i y MIX r ,t r:La im �• �C�.� t • co IL W LL 0-4 LL „e �# `�.,, 4 '• . i /�^,r!• 711�11t " 1\�� , �,,'l++li7 f t1 ]i �\ �i"•.'of tj`�'�f1 tf�aNW{.►,N/',''\Rt, R •' r Ir^s iI"r�{{ �1\``.: ,� �r rJ�i,� /1tj��1� �. �..; � r`',"d���I�y`{���.1.�` ; �, is �` .�`� II IrI ��•9i��'��t\R tet� ,t lll����l l�ll�,tlt tts �fJlll ���'f�m' �R tti�:,Ir lr �•1����51��1Pir irII ��711��jiR��RR R,i•:«•I II'Q�RR Rt�•I� c'`. � � !4 �rdla,'dadpit��RRt.. .•f�aa�Id �!1*�Rte• l�a�4� �f��i:� ::4+t�4Q1�4tRR1��.: :41tj�ol/NJt�►�R�. r:itJl�I" t�Rti: 'l�''1l'� ,. .��iiltis�=�.!a:�_ `_'7.r!I]rr_• rs,�"�..5 ice:}a.aaM�.i;ro!r.±aN;��:�= W %� �fi.� Z° m Qf Ln Li Ou LL _o C) J W ax Of 4— O V i — _ t V c O W T- U) U O O CL O U L� IRt CD r— Nt N i L CALIFORNIA AIR RESOURCES BOARD Affirmation of Fleet Wide Compliance This certificate affirms that Entity ID: E10096 Matich Corporation 3231 E 3rd St San Bernardino, CA 92408-0217 '� CLEAN TRUCK CHECK 13 i•L•. rX :.I-m • O has attested in the Clean Truck Check electronic reporting system to report a complete list of vehicles subject to Heavy -Duty Inspection and Maintenance (HD I/M) Regulation and the California Air Resources Board (GARB) hereby verifies that as of 7/30/2025, all of the attested vehicles are compliant with the Clean Truck Check.* A complete list of the attested vehicles is listed in the following page(s). 'This Affirmation of Fleet Wide Compliance shall be used for the fleet's purposes of proving their fleet compliance status with their freight contractors and brokers. This Affirmation of Fleet Wide Compliance shall not constitute proof of a vehicle compliance with the Clean Truck Check beyond the issued date. Page 1 S.No VIN Numbers 1 1 HTLDUGN2GHA54427 2 1 XKDAU8XO6R144597 3 1 XKDAU8X26R144598 4 1 NPTLP9X5CD142024 5 1 NPTLPDX9DD202918 6 1NPTLPDX2FD262834 7 1 NPTLPDX4FD262835 8 1 NPTLPDX6FD262836 9 1 NPTLPDX8FD262837 10 1 NPTLPDX2FD282257 11 1 NPTLPDX4FD282258 12 1 NPTLPDXOFD282256 13 1NPTLPDX6FD282259 14 1 NPTLPDX2FD282260 15 1 NPTLPDX4FD282261 16 1NPTLPDX6FD282262 17 1 NPTLPDX8FD282263 18 1 NPTL70X9KD604709 19 1 NPTL70X5KD604710 20 1 NPTL70X7KD604711 21 1 NPTL70X9KD604712 22 1 NPTL70XOKD604713 23 1 NPTL70X2KD604714 24 1 NPTL70X4KD604715 25 1 NPTL70X6KD604716 26 1 NPTL70X8KD604717 27 1 NPTL70XXKD604718 28 1 NPTL70X1 KD604719 29 1 NPTL70X8KD604720 30 1 NPTL70XXKD604721 31 1 NPTL70Xl KD604722 32 1 NPTL70X3KD604723 33 1 NPSL70X9LD661019 34 1 NPSL70X5LD661020 35 1 NPSL70X7LD661021 Page 2 36 1 NPSL70X9LD661022 37 1 NP3LJOXXMD735387 38 1 NP3LJOX1 MD735388 39 1 NP3LJOX3MD735389 40 1 NP3LJOXXMD735390 41 1 NP3LJOX1 MD735391 42 1 NP3LJOX3MD735392 43 1 NP3LJOX5MD735393 44 1 NP3LJOX7MD735394 45 1 NP3LJOXXND771128 46 1 NP3LJOX1 ND771129 47 1 NP3LJOX8ND771130 48 1 NP3LJOXXND771131 49 1 NP3LJOX1 ND771132 50 1 NPCLJOX6PD856504 51 1 NPCLJOX8PD856505 52 1 NPCLJOXXPD856506 53 1 NPCLJOXl PD856507 54 1 NPCLJOX3PD856508 55 1 NPCLJOX5RD606397 56 1 NPCLJOX7RD606398 57 1 NPCLJOX9RD606399 58 1 NPCLJOX1 RD606400 59 1 NPCLJOX3RD606401 60 1 XPXD49X2ND769480 61 1 XPXD49X2RD606396 62 1 NKMHD7XXYS844078 63 1 FVACXFE7MHMG9908 64 1 NPCLJ9X4PD860764 65 2NP3LJ9XXJM477039 66 2NK5LJOX4PM159700 67 2NK5LJOX6PM159701 68 1 FDOW5GT8JEB75186 69 1 FDXF46F2YED33617 70 1 FDFF6KT2PDA01846 71 1 FDOW5GT9PED41370 Page 3 72 2NKMHD6X53M395417 73 1 FUWHJBA9XHB32485 74 1 FDGF5GT9CEC14918 75 1 FDUF5GT7JEB42990 76 1 FDUF5HTOLEE49970 77 1 FDFF6LT9NDA17702 78 2NP2HJ7X1 NM672470 79 1 FDOW5GT3PED41428 80 1 FDOW5GT1 PED41704 81 1 FDOW5GT6PED41763 Page 4