REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY
AND RECORD OF ACTION
March 24, 2026
FROM
NOEL CASTILLO, Director, Department of Public Works - Transportation
SUBJECT
Title
Contract with Matich Corporation for the Old Waterman Canyon Road and Other Roads Project in the San Bernardino Area
End
RECOMMENDATION(S)
Recommendation
1. Approve Addendum No. 1, issued on January 14, 2026, to the bid documents for the Old Waterman Canyon Road and Other Roads Project in the San Bernardino area.
2. Award a construction contract to Matich Corporation in the amount of $707,358 for the Old Waterman Canyon Road and Other Roads Project in the San Bernardino area.
3. Authorize a contingency fund of $70,735 for the Old Waterman Canyon Road and Other Roads Project in the San Bernardino area.
4. Authorize the Director of the Department of Public Works to approve the expenditure of the contingency fund of $70,735 for verified quantity overruns for this unit priced construction contract.
5. Authorize the Director of the Department of Public Works to order any necessary changes or additions in the work being performed under the construction contract for a total amount not to exceed $47,867 of the $70,735, pursuant to Public Contract Code section 20142.
6. Authorize the Director of the Department of Public Works to accept the work when 100% complete and execute and file the Notice of Completion.
(Presenter: Noel Castillo, Director, 387-7906)
Body
COUNTY AND CHIEF EXECUTIVE OFFICER GOALS & OBJECTIVES
Promote and Fulfill the Countywide Vision.
Provide for the Safety, Health and Social Service Needs of County Residents.
FINANCIAL IMPACT
Approval of this item will not result in the use of Discretionary General Funding (Net County Cost). The Old Waterman Canyon Road and Other Roads Project in the San Bernardino area (Project) is funded with the Measure “I” Local Streets Program - Mountains Subarea funds. Sufficient appropriation and revenue are included in the Department of Public Works (Department) 2025-26 Measure “I” Local Streets Program - Mountains Subarea budget (6650002141 TX1821).
BACKGROUND INFORMATION
On August 19, 2025 (Item No. 50), the Board of Supervisors (Board) authorized the Project as part of the Measure “I” Local Streets Pass-Through Funds Five-Year Capital Improvement Plan Project List for 2025-26 through 2029-30 with an estimated cost of $1,800,000.
The Project consists of various road treatments, including mill and overlay, and slurry seal for approximately 2.77 miles of road in the San Bernardino area.
On April 25, 2025, the Department’s environmental staff reviewed this Project and determined that a categorical exemption in accordance with the California Environmental Quality Act Guidelines, Title 14 of the California Code of Regulations, Section 15301(c) Class 1 and Section 15302(c) Class 2 is appropriate. The Class 1 exemption allows for repair and maintenance activities on existing roads, sidewalks, gutters, and similar facilities that involve negligible or no expansion of use beyond that existing at the time of the lead agency’s determination. The Class 2 exemption allows for the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. The Notice of Exemption was filed and posted by the Clerk of the Board on May 2, 2025.
This Project will have a 10% contingency fund of $70,735 to compensate the contractor for verified quantity overruns, as well as changes in the contract under certain circumstances. Under an established formula based on the contract amount, Public Contract Code section 20142 allows the Board to authorize the Director of the Department to order changes in the contract, including for unforeseen conditions or design shortfalls, should they become necessary in the future, for a total amount not to exceed $47,867 of the $70,735 contingency fund.
Following the Board’s approval of this item, construction is anticipated to commence in April 2026 and be completed by May 2026.
PROCUREMENT
On November 25, 2025, the Assistant Executive Officer approved the Project’s plans and specifications, as well as authorized the Director of the Department to advertise the Project for bids. This Project was advertised in the San Bernardino County Sun newspaper on December 17, 2025, and released on the County electronic procurement network (ePro) on December 16, 2025. A notice inviting bids was also provided to specified construction trade journals identified pursuant to Public Contract Code section 22036.
The following addendum was issued during the bidding phase.
Addendum No. 1: Amend the green pages, revise the bid sheet, and provide answers to questions asked by bidders
On January 22, 2026, the following 11 bids were received:
|
Contractor |
Location |
Total Bid |
|
Matich Corporation |
San Bernardino, CA |
$707,358.00 |
|
Vance Corporation |
Beaumont, CA |
$838,616.80 |
|
Calmex Engineering, Inc. |
Bloomington, CA |
$852,293.48 |
|
All American Asphalt |
Corona, CA |
$1,049,261.20 |
|
Bear Valley Paving |
Big Bear Lake, CA |
$1,072,291.68 |
|
Van Engineering, Inc. |
Wildomar, CA |
$1,126,208.00 |
|
LCR Earthwork & Engineering Corp. |
Jurupa Valley, CA |
$1,219,442.50 |
|
Triple H Construction |
San Bernardino, CA |
$1,335,830.90 |
|
COPP Contracting, Inc. |
Buena Park, CA |
$1,483,234.30 |
|
Onyx Paving Company, Inc. |
Yorba Linda, CA |
Non-Responsive |
|
Hardy & Harper, Inc. |
Lake Forest, CA |
Non-Responsive |
Upon receipt of the bids, the Department determined that the bid submission from Onyx Paving Company, Inc., was non-responsive because the bid was not submitted on the revised bid sheet per Addendum 1 as required by the bidding instructions. Hardy & Harper, Inc.’s, bid was also determined to be non-responsive because it was missing the California Air Resources Board certification of compliance.
The Department has reviewed all remaining bids received and determined that they are responsive, and recommends awarding a construction contract to Matich Corporation, the responsive, lowest responsible bidder. No appeal/protest letters were received.
REVIEW BY OTHERS
This item has been reviewed by County Counsel (Aaron Gest, Deputy County Counsel, 387-5455) on February 10, 2026; Purchasing (Dylan Newton, Buyer III, 387-3377) on February 13, 2026; and County Finance and Administration (Kathleen Gonzalez, Administrative Analyst, 387-5412) on March 6, 2026.