Skip to main content
File #: A 25-345    Name: Award Contract Proj 1175
Type: BoS Agreement Status: Public Works, Facilities & Parks - Consent
File created: 8/8/2025 In control: Board of Supervisors
On agenda: 8/26/2025 Final action:
Title: a. Award a contract to Granite Rock Company, the lowest responsible bidder for the Salinas Road and Pajaro Project, Project No. 1175 (Project), in the total amount of $735,253; b. Approve the Performance and Payment Bonds executed and provided by Granite Rock Company; c. Authorize a contingency, not to exceed 10% of the contract amount or $73,525 to provide funding for approved contract change orders; d. Authorize the Director of Public Works, Facilities and Parks to execute the contract subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed 10% of the original contract amount or $73,525 do not significantly change the scope of work, and not to exceed the maximum contract amount of $808,778; and e. Authorize the Director of Public Works, Facilities and Parks to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director determines that the contr...
Attachments: 1. Board Report, 2. Attachment A – Contract, Bonds and Insurance, 3. Attachment B - Project Budget Project 1175, 4. Attachment C - Bid Summary, 5. Attachment D - Location Map, 6. Completed Board Order Item No. 43
Date Action ByActionResultAction DetailsSearchable Meeting DetailsVideo
No records to display.

Title

a. Award a contract to Granite Rock Company, the lowest responsible bidder for the Salinas Road and Pajaro Project, Project No. 1175 (Project), in the total amount of $735,253;

b. Approve the Performance and Payment Bonds executed and provided by Granite Rock Company;

c. Authorize a contingency, not to exceed 10% of the contract amount or $73,525 to provide funding for approved contract change orders;

d. Authorize the Director of Public Works, Facilities and Parks to execute the contract subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed 10% of the original contract amount or $73,525 do not significantly change the scope of work, and not to exceed the maximum contract amount of $808,778; and

e. Authorize the Director of Public Works, Facilities and Parks to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the Salinas Road and Pajaro Project, Project No. 1175.

California Environmental Quality Act (CEQA) Action:  A Notice of Exemption was filed on March 19, 2025, pursuant to CEQA Guidelines, California Code of Regulations (CCR) Section 15301 Existing Facilities. The Project has been determined to be categorically exempt (Class 1) because the Project is to perform repair and maintenance of existing streets and similar facilities which involve no expansion of an existing use (See CEQA Guidelines, California Code of Regulations (CCR) Section 15301 Existing Facilities).

Report

RECOMMENDATION:

It is recommended that the Board of Supervisors:

a.  Award a contract to Granite Rock Company, the lowest responsible bidder for the Salinas Road and Pajaro Project, Project No. 1175 (Project), in the total amount of $735,253;

b.  Approve the Performance and Payment Bonds executed and provided by Granite Rock Company;

c.  Authorize a contingency, not to exceed 10% of the contract amount or $73,525 to provide funding for approved contract change orders;

d.  Authorize the Director of Public Works, Facilities and Parks to execute the contract subject to the provisions of the Public Contract Code and Board Policies as applicable, approve change orders to the contract that do not exceed 10% of the original contract amount or $73,525 do not significantly change the scope of work, and not to exceed the maximum contract amount of $808,778; and

e.  Authorize the Director of Public Works, Facilities and Parks to execute a Certificate of Completion and record a Notice of Completion with the County Recorder when the Director determines that the contract is complete in all respects in accordance with the Plans and Special Provisions for the construction of the Salinas Road and Pajaro Project, Project No. 1175.

 

SUMMARY/DISCUSSION:

 

The Salinas Road and Pajaro Project is a safety improvement project in the Pajaro community, along Porter Drive and Salinas Road, from the County limit at the Pajaro Bridge to Railroad Avenue. Safety improvements include installing Class II bike lanes (with a three-foot buffer where feasible), improving crosswalks and sidewalks at selected locations, and installing dynamic speed warning signs for traffic calming.

 

The 2018 Transportation Agency for Monterey County (TAMC) Pajaro to Prunedale G12 Corridor Study (Study) identified this Project as a top safety priority for the County due to the high number of collisions, increasing traffic, and resulting safety concerns.

 

The County received a grant to partially fund the design and construction from the Local Highway Safety Improvement Program (HSIP). The HSIP is a core federal-aid program (23 U.S.C §148), codified under the Infrastructure Investment and Jobs Act (IIJA) signed into law on November 15, 2021. It aims to significantly reduce fatalities and serious injuries on all public roads.

 

Community meetings were held for both the G-12 Corridor Study and this Project. During a community meeting for the project, residents expressed concerns regarding certain components, particularly the proposed road diet (a technique that reconfigures a road by reducing vehicle travel lanes and repurposing space for bicyclists and pedestrians). Based on community feedback, the need for these features were then further investigated and deleted from the final Project design. Removing safety countermeasures from an HSIP-grant funded project typically reduces its competitiveness and eligibility score for the grant. Staff consulted with Caltrans Local Assistance, who confirmed the County remained eligible for the grant despite the countermeasure removal. The final design incorporates feedback from the community.

 

On June 17, 2025, the Board of Supervisors adopted the Plans and Special Provisions for the project. It was subsequently advertised, and bids were received and opened on July 10, 2025. Only one bid was received from Granite Rock Company, the apparent lowest responsible and responsive bidder, at $735,253. This amount is 27.7% under the Engineer’s Estimate of $1,017,520. Construction is expected to begin in late September and end in November of 2025.

 

On March 19, 2025, the Public Works, Facilities, and Parks Department (PWFP) filed a Notice of Exemption for the project with the State Clearinghouse (SCH) in accordance with the California Environmental Quality Act (CEQA). The SCH, a division of the Governor’s Office of Planning and Research (OPR), coordinates State-level review of CEQA documents. The project was determined to be categorically exempt (Class 1) under CEQA Guidelines (California Code of Regulations [CCR] Section 15301 Existing Facilities) as it involves repair and maintenance of existing streets and facilities with no expansion of use.

 

By approving the recommendations in this board report, the Board will enable the construction of these important safety improvements.

 

 

OTHER AGENCY INVOLVEMENT:

The Office of the County Counsel-Risk Management and the Auditor-Controller’s Office have reviewed and approved the proposed contract as to form, insurance and indemnification provisions and fiscal terms, respectively.

 

FINANCING:

The total estimated cost of the Project, including design engineering, environmental, right-of-way, and construction is $1,165,621. The County has secured HSIP funds for the Project as outlined in Attachment B, Project Budget. The Project is funded by HSIP funds in the amount of $690,963 and Measure X local funds in the amount of $474,658. There are sufficient appropriations adopted in the FY 2025-26 Road Fund 002, Appropriation Unit PFP004 budget to finance the construction phase of the Project.

 

Prepared by:   Jose Miguel Sanchez, Assistant Engineer

Reviewed by: Chad Alinio, PE, Senior Civil Engineer

                       Enrique Saavedra, PE, Chief of Public Works, Facilities and Parks

                       Crystal Corpuz, Finance Manager II

                       Mary Grace Perry, Deputy County Counsel, Office of the County Counsel

Approved by: Randell Ishii, MS, PE, TE, PTOE, Director of Public Works, Facilities and Parks

 

The following attachments are on file with the Clerk of the Board:

Attachment A - Contract, Bonds, & Insurance

Attachment B - Project Budget

Attachment C - Bid Summary

Attachment D - Location Map