Skip to main content
Contra Costa County Header
File #: 26-1077    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 3/2/2026 In control: BOARD OF SUPERVISORS
On agenda: 3/17/2026 Final action:
Title: AWARD and AUTHORIZE the Chief Engineer, or designee, to execute a construction contract with Granite Rock Company in the amount of $6,809,660 for the Grayson and Walnut Creek Levee Improvement at CCCSD Treatment Plant Project, Martinez area (50% Central Contra Costa Sanitary District Funds; 50% Flood Control Zone 3B Funds)
Date Ver.Action ByActionResultTallyAction DetailsMeeting DetailsVideo
No records to display.

To:                                          Board of Supervisors

From:                                          Warren Lai, Public Works Director/Chief Engineer

Report Title:                     Construction Contract for the Grayson and Walnut Creek Levee Improvement at CCCSD Treatment Plant Project.

Recommendation of the County Administrator Recommendation of Board Committee

 

RECOMMENDATIONS:

(1) APPROVE plans, specifications, and design for the Grayson and Walnut Creek Levee Improvement at CCCSD Treatment Plant Project. (County Project No. 7520-6B8348) (District V)

(2) DETERMINE that the bid submitted by Granite Rock Company (“Granite Rock”), 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 Granite Rock has submitted the lowest responsive and responsible bid for the project.

(3) AWARD the construction contract for the above project to Granite Rock in the listed amount ($6,809,660.77 Base Bid plus Additive Bid 2) and the unit prices submitted in the bid, and DIRECT that Granite Rock shall present two good and sufficient surety bonds, as indicated below, and that the Chief Engineer, or designee, shall prepare the contract.

(4) 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.

(5) 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.

(6) 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.

(7) AUTHORIZE the Chief Engineer, or designee, to order changes or additions to the work pursuant to Public Contract Code section 20142

(8) 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.

(9) 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.

(10) DECLARE that, should the award of the contract to Granite Rock 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 Board Order 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 50% Central Contra Costa Sanitary District Funds; 50% Flood Control Zone 3B 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 February 17, 2026 the Contra Costa County Flood Control and Water Conservation District received bids from the following contractors:

BIDDER, TOTAL AMOUNT, BOND AMOUNTS (Base Bid plus Additive Bid 2)

Granite Rock Company: $6,809,660.77; Payment: $6,809,660.77; Performance:$ 6,809,660.77

Carone and Company: $7,077,278.70

Bay Cities Paving & Grading, Inc.: $7,480,603.72

Ghilotti Bros., Inc.: $8,208,176.16

Odin Environmental Solutions, LLC.: $8,211,904.80

Ghilotti Construction Company, Inc.: $8,242,725.18

Teichert & Son, Inc. dba Teichert Construction: $8,530,150.00

Mountain Cascade, Inc.: $9,094,088.80

Marinship Development Interest LLC: $9,181,068.00

Gound Control Inc.: $10,457,284.00

The bidder listed above, Granite Rock Company, submitted the lowest responsive and responsible bid.

The Chief Engineer has reported that Granite Rock documented an adequate good faith effort to comply with the requirements of the County’s Outreach Program and exceeded the Mandatory Subcontracting Minimum, and the Chief Engineer recommends that the construction contract be awarded to Granite Rock.

The Chief Engineer recommends that the bid submitted by Granite Rock is the lowest responsive and responsible bid, which is $267,617.93 less than the next lowest bid, and this Board concurs and so finds.

The Board of Supervisors previously determined that the project is exempt from the California Environmental Quality Act (CEQA) as a Class 1 Categorical Exemption pursuant to Article 19, Section 15301, and a Notice of Exemption was filed with the County Clerk on July 13, 2022.

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.