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