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