To: Board of Supervisors
From: Warren Lai, Public Works Director/Chief Engineer
Report Title: Construction Contract for the Rodeo Creek Bank Erosion Repair.
☒Recommendation of the County Administrator ☐ Recommendation of Board Committee

RECOMMENDATIONS:
(1) APPROVE plans, specifications, and design for the Rodeo Creek Bank Erosion Repair. (County Project No. 7531-6D9N04) (District V)
(2) DETERMINE that Gaub Trucking Corp. (“Gaub”), the lowest monetary bidder, submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and REJECT the bid on that basis
(3) DETERMINE that Carone and Company, Inc. (“Carone”), the second lowest monetary bidder, submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and REJECT the bid on that basis
(4) DETERMINE that B and D Excavation and Construction (“B&D”), the third lowest monetary bidder, submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications; and REJECT the bid on that basis
(5) DETERMINE that W.R. Forde Associates, Inc. (“WR Forde”), the fourth lowest monetary bidder, has complied with the requirements of the County’s Outreach Program and has exceeded the Mandatory Subcontracting Minimum for this project, as provided in the project specifications; and FURTHER DETERMINE that W R Forde has submitted the lowest responsive and responsible bid for the project.
(6) AWARD the construction contract for the above project to WR Forde in the listed amount ($694,060.00) and the unit prices submitted in the bid, and DIRECT that WR Forde shall present two good and sufficient surety bonds, as indicated below, and that the Chief Engineer, or designee, shall prepare the contract.
(7) ORDER that, after the contractor has signed the contract and returned it, together with the bonds as noted below and any required certificates of insurance or other required documents, and the Chief Engineer has reviewed and found them to be sufficient, the Chief Engineer, or designee, is authorized to sign the contract for this Board
(8) ORDER that, in accordance with the project specifications and/or upon signature of the contract by the Chief Engineer, or designee, bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned
(9) ORDER that, the Chief Engineer, or designee, is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300.
(10) AUTHORIZE the Chief Engineer, or designee, to order changes or additions to the work pursuant to Public Contract Code section 20142
(11) DELEGATE, pursuant to Public Contract Code Section 4114, to the Chief Engineer, or designee, the Board’s functions under Public Contract Code Sections 4107 and 4110.
(12) DELEGATE, pursuant to Labor Code Section 6705, to the Chief Engineer, or to any registered civil or structural engineer employed by the County, the authority to accept detailed plans showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection during trench excavation covered by that section
(13) DECLARE that, should the award of the contract to WR Forde be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing in this Staff Report shall prevent the Board from re-awarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract, or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107).
FISCAL IMPACT:
The Project will be funded by 100% Flood Control Funds.
BACKGROUND:
The above project was previously approved by the Board of Supervisors, plans and specifications were filed with the Board, and bids were invited by the Chief Engineer. On March 24, 2026 the Public Works Department received bids from the following contractors:
BIDDER, TOTAL AMOUNT, BOND AMOUNTS
Gaub Trucking Corp.: $593,340.00
Carone and Company, Inc.: $635,575.00
B and D Excavation and Construction: $661,175.00
W. R. Forde Associates Inc.: $694,060.00; Payment: $694,060.00; Performance: $694,060.00
Kerex Engineering Inc.: $698,900.00
Ground Control Inc.: $708,888.00
Mathews G.E.C. Inc.: $748,102.00
Granite Rock Company: $837,931.00
Kamalani Construction, Inc.: $851,891.36
Saboo Inc.: $1,586,790.00
The Chief Engineer has determined that Gaub submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and the Chief Engineer recommends rejection of the bid submitted by Gaub.
On April 10, 2026, Gaub was notified in writing of the Chief Engineer’s determination. A copy of the letter is attached listing the bid deficiencies is attached to this Staff Report (see Attachment A). Gaub did not appeal the determination.
The Chief Engineer has determined that Carone submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and the Chief Engineer recommends rejection of the bid submitted by Carone.
On April 10, 2026, Carone was notified in writing of the Chief Engineer’s determination. A copy of the letter listing the bid deficiencies is attached to this Staff Report (see Attachment B). Carone did not appeal the determination.
The Chief Engineer has determined that B&D submitted a non-responsive bid by failing to comply with the requirements of the County’s Outreach Program for this project, as provided in the project specifications, and the Chief Engineer recommends rejection of the bid submitted by B&D.
On April 10, 2026, B&D was notified in writing of the Chief Engineer’s determination. A copy of the letter listing the bid deficiencies is attached to this Staff Report (see Attachment C). B&D did not appeal the determination.
The Chief Engineer has reported that WR Forde complied with the requirements of the County’s Outreach Program and exceeded the Mandatory Subcontracting Minimum (MSM) goal for this project.
Chief Engineer has determined that the bid submitted by WR Forde, which is $4,840.00 less than the next lowest bid, is the lowest responsive and responsible bid and recommends that the construction contract for this project be awarded to WR Forde; and this Board concurs and so finds.
The Board of Supervisors previously adopted a Categorical Exemption in compliance with the California Environmental Quality Act (CEQA) and a Notice of Exemption was filed with the County Clerk on August 3, 2023.
The general prevailing rates of wages, which shall be the minimum rates paid on this project, have been filed with the Clerk of the Board, and copies will be made available to any party upon request.
CONSEQUENCE OF NEGATIVE ACTION:
Construction of the project would be delayed, and the project might not be built.