Loading...
Matich CorporationSECTION 1200 BID DATE: April 23, 2026 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2023-01, Miles Avenue Pavement Rehabilitation, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # NK Date Received Initials 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, Class A & B Contractor's License No. California State of Incorporation (909) 382-7400 Bidder's Telephone Number Jjones@matichcorp.com Bidder's Email Address Nov. 30, 2027 Contractor's Expiration Date i /,/,- C,4- Sig tuff Bidder Witn ss Jacob O. Reade Jason G.Jones Printed Name of Signatory Vice President of Estimating Title of Signatory Vice President of Construction Operations Title of Witness Bid 1200-2 CONTRACTORS dCa STATE LICENSE BOARD �< >-- ACTIVE LICENSE �( N-b-149783 -,CORP a°a� „yam MATICH CORPORATION Cl—ficrt—ok A B Eaorenon DMe tjq 11/30/2027 www csIb. ca. 9ov +. F_"A CH L_L"O PORATION SINCE 1918 Corporate Resolution At a meeting of the Board of Directors of MATICH CORPORATION, a California corporation duly called and held on the 15' 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 SECTION 1210 BID SCHEDULE PROJECT NO. 2023-01 MILES AVENUE PAVEMENT REHABILITATION City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for 2023-01, Miles Avenue Pavement Rehabilitation in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. BASE BID — MILES AVENUE PAVEMENT REHABILITATION Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $e45-0, Wo °—° $ pop. t7O 2 Traffic Control 1 LS $ G?S, tko. °O oa $1-t ` I 000. 3 Dust Control 1 LS $ g , Opp, $ 4 Earthwork 1 LS $1>50 i 0CD. -0-0 $ 000. Sawcut, Remove, and Dispose 5 of Existing Concrete Curb; Curb 675 LF $ �"j . $ L9->, a95; and Gutter Bid Schedule 1210-1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Sawcut, Remove, and Dispose 6 of Existing Concrete Sidewalk, 9,570 SF $ $0,° $ Cross -Gutter, and Ram Construct 6"-8" Curb and Gutter per City of La Quinta Std. No. 7 201 Mod, 3" Dowel into 45 LF $ ga. ®°" $ 3 00.a Adjacent Existing Concrete Curb and Gutter Construct 6" Median Curb per 8 City of La Quinta Std. No. 210, 15 LF $ 8a $ 0' ate' 00 3" Dowel into Adjacent Existing -' Concrete Curb Construct Cross -Gutter per City 9 of La Quinta Std. No. 230 Mod. 2,100 SF $ ((� , 0 $ 3q , m ' and 231 Mod. 10 Construct Sidewalk per City of 1,325 SF $ $ �0' 0�0 La Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per City of La Quinta Std. No. 00 11 250 Mod., Case A or B 10 EA $ $ &S', 000. o (Including Curb or Curb and Gutter) — Limits BCR to ECR Construct Concrete Curb Ramp per City of La Quinta Std. No. 12 250 Mod., Case C (Including 3 EA $ j, 109. —vo $ r I CO.� Curb or Curb and Gutter) — Limits BCR to ECR (Dual Curb Rams paid as single ram Sawcut, Remove, and Dispose 13 of Existing Concrete Ramp; Furnish and Install Truncated 25 SF $ 41 L4 Dome Concrete Tile per City of La Quinta Std. 250 Mod. Salvage to City Existing Pull Box and Furnish and Install 14 New No. 6(T) Traffic Pull Box 22 EA $ ��iD. �' $ , 19 per CALTRANS Std. Plan ES- 8B Grade Parkway, Remove, 15 Modify, and Replace 1 LS $ C boo, 0-0 o0 $ 61, 4 p Landscape and Irrigation in Bid Schedule 1210-2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Kind to Furthest Extent Possible to Join Proposed Curb Ram 2" Grind and Asphalt Concrete 16 Overlay; Fill All Cracks %" and 3,960 SF $ $ 01 5-13. ( Larger Prior to Overlay 17 Pulverize 12" of Road Section — 533,840 SF $ �,�•- $3-�a,02(p. Three Step Process 18 4.5" Asphalt Concrete Over Pulverized Base 533,840 SF $ $ Q, (off! �SaO• Adjust Storm Drain Manhole 19 Frame and Cover to Grade per 1 EA $ A , 030. $ 0-1 030,, CVWD Standard Plan S-1 B , 20 Signing and Striping, Including 1 LS $ °O 61.E $ b� aOO All Incidentals Total Amount of Bid Items 1 — 20 $ 3, N'a,951., City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Lower Water Valve to Grade 67 EA $ Q alp, $ per CVWD Standards 2 Raise Water Valve to Grade per00 67 EA $ Q 3Zp, 0 $ q J CVWD Standards ,1 , Total Amount of Bid Items 1 — 2 $Q'%"j,S50 ADDITIVE ALTERNATE NO. 2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Sewer Manhole to Grade 1 EA $ uoo .� , $ I DO, 00 per CVD Standards CVWD 2 Raise Sewer Manhole to Grade09 1 EA $ '� 000 $ per CVWD Standards Total Amount of Bid Items 1 — 2 $ a(� Bid Schedule 1210-3 �—M ADDITIVE ALTERNATE NO.3 — VIA ROSA CURB RAMPS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Sawcut, Remove, and Dispose 1 of Existing Concrete Curb; Curb 120 LF $ and Gutter ' Sawcut, Remove, and Dispose 2 of Existing Concrete Sidewalk 1,120 SF $ Z7-- and Ram ' 3 Construct Sidewalk per City of 110 SF $ ° $ 2J(p La Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per City of La Quinta Std. No. tv = 4 250 Mod., Case A (Including 2 EA $ (p, 000. $ ODD. Curb or Curb and Gutter) — Limits BCR to ECR Furnish and Install 3/8" Minus o® 5 w/ 20% Fines -Decomposed 670 SF $ d 3 . 0O Granite -Desert Gold 2" Thick Grade Parkway, Remove, 6 Modify, and Replace Landscape and Irrigation in 1 LS $-� Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove Existing AC, Compact qO— 7 Existing Base, and Variable 395 SF $ d $ Vol Overla Total Amount of Bid Items 1 — 7 $ 5�5_1 Bid Schedule 1210-4 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ <�t 15118, 1519(e.-2-10- GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): Threes rnIR;on �k-ye �Jandve4 -u!�Jht fkovsand -,`Vey 6rdYed testy -sty do Ilgt� Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. n An Jason 410r1ice President of Estimating Signature of Bidder (Ink) Matich Corporation Name of Bidder (Printed or Typed) (909) 382-7400 Bidder Telephone Number Jjones@matichcorp.com Bidder Email Address Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Liberty Mutual Insurance Company, as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2023-01 MILES AVENUE PAVEMENT REHABILITATION NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 20th day of April , 2026. Matich Corporation Liberty Mutual Insurance Company Vi Ce Ne!;idw t of fSti mati!�q Leigh McDonough, Attorney -in -Fact Title of Si natory Title of Signatory *J'_ t /V"�n Signat e Krincipal -JAS0,1 6t•-Jo✓e-5 Signatu of Surety 1596 Harry Sheppard Blvd. 790 The City Drive South, Suite 200 San Bernardino, CA,�QOrange, CA 92868 Address �®` ; . -'- '. Address IS ti Note: SignatcrrO�`,' 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 4/21/2026 before me, G.M.Bernal Kleespies Notary Public , are insert name and tirie or me o cer personally appeared Jason G. Jones who proved to me on the basis of satisfactory evidence to be the person whose J/s/ 6 tyme )6%are subscribed to the within instrument and acknowledged tome that /hhethey executed the same in /her/their authorized capaci), and that by er/their signature( on the instrument the person, or the entity upon behalf of which the persono 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. la C. M. BERNAL KLEESPIES WITNESS m hd d fficial l. Notary Public -California yananoseaSan Bernardino CountyCommission # 2516628 My Comm. Expires May 4, 2029 o ry ublic Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Section 1220 (Title or description of attached document) Bid Guaranty 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 www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to the document. Acknowledgments from other slates 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 /ere ) 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 ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 APR 10 2026 before me, Date personally appeared Leigh McDonough Vincent Jara, Notary Public Here Insert Name and Title of the Officer 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. i0my VINCENT JARANotary Public • Californiaorange CountyCommission p 2541854 Comm. Expires Dec 16, 2029 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ature of Notary Public Place Notary Seat 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: _ _ y_ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): s Partner — Limited General Individual x Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: l� 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 It5907 Liberty POWER OF ATTORNEY Mutual. Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company Certificate No: 8215828 - 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, Alicia Cortez, Christine D. Widmer, Elizabeth Santos, Heather Saltarelli, .Jared Marchbanks, Jeri Apodaca, Jonathan Batin, Karen Gonzalez, Karina Fuentez, Kevin Cathcart, Kim Luu, Leigh McDonough, Maria Guise, Mark Richardson, Michael D. Parizino, Rochelle Rheault, Terah Lane, Vincent Jara 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 24th day of March , 2026 . ay c to `N State of PENNSYLVANIA rn County of MONTGOMERY ss do 0 0) C N ,,)in 0) o.SC E _: Liberty Mutual Insurance Company P� INSt/R4 POSY INS& %14sub The Ohio Casualty Insurance Company hJ G°aPOPq y� — G°µvog4r'Pgyn 4°µP0/�r y0 West American Insurance Company J3 Foci Q3 FoQ. r Fot� 1912yo 0 1919 1991 0✓�/% rdJ19sS.4c 13S� da SO �HAMP`�aa VS "NOIAW' ,aa * By: Nathan J. Zangerle, Assistant Secretary On this 24th day of March , 2026 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 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 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 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. 9P PAS, F NW Commonwealth of Pennsylvania - Notary Seal �CyCIrY Teresa Pasleller Notary Public OF Montgomery County My commission expires March 28, 2029 By P Commission number 1126044 01 'G Member, Pennsylvania Association of Notanes Teresa Pastella, Notary Public qer tit' 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 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Liberty Mutual ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 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 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 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 Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 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 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. 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 attorneys -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 Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF; I have hereunto set my hand and affixed the seals of said Companies this 20th day of April 2026 v INSuR �ZY IN d CNSU& ti"Pc°eP°R4rgYr yJPooavort4r Pqy VV c°avow �y(+ 1912 0 o c 1919 LU1991 By r�v�A�s"cMam�� a� y0 NAMPs� as Ys "NOIANP aa3 * yl Renee C. Llewellyn, Assistant Secretary * �� d6t * >a 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: 2025 Pavement Rehabilitation Owner: City of Palm Springs Construction Cost: $ 7,903,649.40 Construction Time: 84 Owner's Representative: Vonda Teed Owner's Telephone No.: (760) 232-8253 Date of Substantial Completion: Dec. 19, 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 1, 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 Owner's Representative: Shawn Matejcek Owner's Telephone No.: (909) 350-7649 Date of Substantial Completion: Feb. 11, 2025 4. Project Name: PMP 2024 Street Resurfacing Project Owner: City of Redlands Construction Cost: $ 4,677,377.00 Construction Time: 154 Owner's Representative: Goutam Dobey Owner's Telephone No.: (909) 798-7584 Date of Substantial Completion: Feb. 6, 2025 Calendar Days Calendar Days Signed this 23rd day of April 2026. Matich Corporation 149783, Class A & B Name of Bidder Contractor's License No. I IPA Sig t f Bidder Jason G. Jones Matich Corporation Printed Name of Bidder 1000004260 DIR Reg No. License: November 30, 2027 DIR: June 30, 2028 Expiration Date Vice President of Estimating Title of Signatory Bidders Experience & Qualifications 1230-2 A►TI CH ;ORPORATION Recent Completed Projects: 2025 Pavement Rehabilitation Description: Pavement Rehabilitation Contract: 25-01 Agency: City of Palm Springs - 3200 E. Tahquitz Canyon Way - Palm Springs, CA 92262 Contact: Vonda Teed - (760) 232-8253 - vonda.teed0palmspringsca.gov Contract Amount: $7,903,649.40 Completion: DEC 2025 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@cityofhighland.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.teedPl2almspringsca.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 - imcgivern@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 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 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 - gdobey@cityofredlands.org Contract Amount: $4,677,377.00 Completion: FEB 2025 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@dRw.sbcounty.gov Contract Amount: $3,116,434.00 Completion: July 2024 P.O. Box 10, Highland, CA. 92346 0 1596 Harry Sheppard Blvd. San Bernardino, CA, 92408 Phone (909) 382-7400 0 Fax (909) 382-0113 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.or- Contract Amount: $4,381,606.00 Completion: June 2024 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@yucaipa.gov 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 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 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 - larry.white@dpw.sbcounty.gov Contract Amount: $3,336,334.00 Completion: August 2023 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.sbcounty.gov 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@talmspringsca.g_ov 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 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 PM 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 - gdobey@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. 3111 W 51 I K- vt"e- CW. L-,YGStehay- iw«c,►.cs�ev,c��'as�(� coNce>:rF 0-?y,7• `94iqW.-a V 00-M3X,(" a3Nsp�txvy,� 4t.x�lo( �135 G1�i�i�leS Mronu,c-t 4a0zR Mn-NIHA ES 14g i. 9Wft j00000k}6!o P.p.Bo� alqs�- PAV-V9iz1FQ illyi Pnter�t i a>t cater. c� w3s�1 r; pjwtt-t w V .�'� 7. 93 I fora d �004713-7�3 V l i,oMIKe�0cc� /tvG. CU �1YuuCi SIG R�yprc �c11_ , c� a01 ` (�; �%o H q I I a2 V d 000 (11,F0 j- /1� - Sign to f Bidder Jason G. Jones Vice President of Estimating Matich Corporation Name of Bidder Proposed Subcontractors 1240-1 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. j;,., Sign Uf Blddef 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 I 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. Sign1u Matich Corporation Name of Bidder Jason G. Jones, Vice President of Estimating Title April 23, 2026 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Matich Corporation Address: 1596 Harry Sheppard Blvd. City: San Bernardino ST: CA Zip: 92408 Project Manager: Jason G. Jones Email: Jjones@matichcorp.com Phone: (909) 382-7400 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-VVorks/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-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 4/7/26, 9:57 AM State of California Department of Industrial Relations 1000004260 - Matich Corporation Home Services How To Guides Search. Your information. HQ.me > .5tQ.mQrArf~Qhut.Lo.QkuR > 1000004260 - Matich Corporation Search 1000004260 - Matich Corporation Customer Account Lookup PWCR 1000004260 Contractor Status [D:l Approved VG FEN 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 j hftps://services.dir.ca.gov/pw?id=dir_public_form&table=x_cdoi2_csm_portal_customer account_lookup&sys_id=786e5ecic34f425OfO79d9ecO5013l... 1/3 4/7/26, 9:57 AM 1000004260 - Matich Corporation Business Structure -- None -- President Robert M. Matich Email rmatich@matichcorp.com Registration End Date 2028-06-30 Crafts Operating Engineer Laborer and Related Classifications Teamster (Work on a construction site) Cement Mason Address Mailing Address 1596 E HARRY SHEPPARD BLVD Mailing Address - City SAN BERNARDINO Mailing Address - State CA Mailing Address - Zip 92408 Mailing Address - Country United States Physical Address P.O. Box 10 Physical Address - City Highland Physical Address - State https://services.dir,ca.gov/pw?id=dir_public_form&table=x_cdoi2_Gsm_portal_customer_account_lookup&sys_id=786e5ecl c34f4250f079d9ec050131... 2/3 4/7/26, 9:57 AM California Physical Address - Zip 92346 Physical Address - Country United States Related Lists Rf:giatratjau atca. Terms.& Privacy Conditions Policy 1000004260 - Matich Corporation Disclaimer Nondiscrimination Accessibility dirca.gov_ .. ...._.... .__.--_...-..- Notice Copyright 2026 State of California hftps:llservices.dir.ca.gov/pw?id=dir_public_form&table=x_cdoi2_csm_portal_customer account_lookup&sys_id=786e5ecic34f4250f079d9ec050131... 3/3 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) i Federal ID Number (or n/a) Matt Co ration 1 95-1810911 ByTe-d � Signature) Prnd Title of Person Signing Js, Vice President of Estimating 'Date Executed I April 23, 2026 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. Vendor Name/Financial Institution (Printed) By (Authorized Signature) f'nntea Name and i the of FYerson ederal ID Number (or n/a) Date Executed 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 Policy Statement — Equal Opportunity Affirmative Action Program Matich Corporation is committed to the concept of Affirmative Action which is to provide equal opportunities to all; regardless of race, color, religion, sex, national origin, age, disability, or veteran status. Further, it is our policy to provide a working environment that is free from harassment. Harassment of any kind is intolerable and will be dealt with as a serious violation which could result in appropriate sanctions, including termination. Harassment, in general, is defined as unwelcome or unsolicited verbal, physical, or sexual conduct which substantially interferes with the employee's job performance or which creates an intimidating, hostile or offensive working environment. Employees who feel they are victims of harassment or discrimination should notify their supervisor or any corporate officer. Any observed violations should also be reported. If you have any questions, please contact Robert Matich or Randy Valadez at (909) 382-7400, located at 1596 Harry Sheppard Blvd., San Bernardino, CA 92408. Copies of the Affirmative Action Program may be viewed or requested between hours of 8.00 AM and 5.00 PM, Monday through Friday at the above mentioned office. Robert A. Matich President �1 r • i � 1 w , 1 • �Y rat 1�L1��I.�i :�;��;tl�rrfiti.�.'.' :••�litFlltitlt� ��i�: :�•��t,�fil111�1�t��d� L V N c c Q) IDCL C g c n: -C stce j • • Q) a) = y ra � coV Lf) C_ w 7 OkD Z V 038 U Q)n K - co AL 0 Ln C y m cn Lp o 3 Lll O Q) N C a -C N k 0 U cz � o ° O_ Y cV O cm Comas � cz 0 V,., D L 7-3 Q O O 7 � ��. Q Q) LY .L, m u C j O V L u ..+ coU 4 Q�i � -o (V N r. 0 (� N K3 E .6.1 y Ccz k- 1 CL Q) +..0 Qy CC Q? N m .czZ7' c u ' QA (� L M V -C 0 V .. M N N _ O E 1 a1 ro C Q C CL R 0 O= < V C N Q) O rt3 6 V C C V L -. lLkn L 0 � Qi Q) II V .c as -C c t- flu O (a 1F S1p qI