Skip to main content
Fresno Logo
To access live translation services for all City Council meetings through Wordly AI scan the QR code or click the link during any City Council meeting. https://attend.wordly.ai/join/OKUS-5089

Wordly AI QR Code
File #: ID 26-306    Version: 1 Name:
Type: Action Item Status: Passed
File created: 3/5/2026 In control: City Council
On agenda: 3/26/2026 Final action: 3/26/2026
Title: Actions pertaining to the Sunnyside between Church and Jensen Water Main Replacement Project (Bid File 12600949) (Council District 5): 1. Adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 (Existing Facilities) and 15302/Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act Guidelines; 2. Award a Construction Contract in the amount of $1,160,865.00 to Dawson-Mauldin, LLC as the lowest responsive and responsible bidder.
Sponsors: Capital Projects Department, Department of Public Utilities
Attachments: 1. 26-306 Environmental Assessment, 2. 26-306 Formal Procurement Evaluation, 3. 26-306 Standardized Contract, 4. 26-306 Vicinity Map, 5. 26-306 Location Map

REPORT TO THE CITY COUNCIL

 

 

FROM:                     DENIX D. ANBIAH, PE, Director

Capital Projects Department

 

                                          PAUL AMICO, PE, Director

                                          Department of Public Utilities

 

BY:                                          CASSIE L. SCHOLZ, PE, Assistant Director

                                          Capital Projects Department, Utilities Project Management Division

 

ANTHONY AQUINO, Engineer II

                                          Capital Projects Department, Utilities Project Management Division

 

SUBJECT

Title

Actions pertaining to the Sunnyside between Church and Jensen Water Main Replacement Project (Bid File 12600949) (Council District 5):

1.                     Adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 (Existing Facilities) and 15302/Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act Guidelines;

2.                     Award a Construction Contract in the amount of $1,160,865.00 to Dawson-Mauldin, LLC as the lowest responsive and responsible bidder.

 

Body

RECOMMENDATION

 

Staff recommends that the City Council adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 (Existing Facilities) and 15302/Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act (CEQA) Guidelines, award a Construction Contract in the amount of $1,160,865 to Dawson-Mauldin, LLC as the lowest responsive and responsible bidder for the Sunnyside between Church and Jensen Water Main Replacement Project (Project), and authorize the Capital Projects Director or designee to sign and execute all documents on behalf of the City of Fresno (City).

 

EXECUTIVE SUMMARY

 

The Capital Projects Department seeks to award a water main replacement Construction Contract in the amount of $1,160,865 to Dawson-Mauldin, LLC following a competitive bidding process which identified them as the lowest responsive and responsible bidder. The scope of work includes replacement of existing thin-walled 14-inch DR-25 polyvinylchloride (PVC) pipe, with minimum pressure Class 200 pipe to mitigate risk of future water main failure. This includes mainline construction, water service transfers, trenching, excavation, pavement restoration, reconstruction of existing improvements affected by the Project, and incidentals for complete construction. Funding for this project is included in the Fiscal Year 2026 Capital Improvement Budget within the Water Enterprise Fund.

 

BACKGROUND

 

The Department of Public Utilities has identified a 14-inch diameter DR-25 PVC water main within South Sunnyside Avenue between East Church Avenue and East Jensen Avenue that requires replacement. DR-25 PVC is a thin-walled pipe material associated with multiple past water main failures throughout the City. The City has prioritized replacement of 14-inch diameter DR-25 PVC with pressure Class 200 pipe or greater, such as C900 PVC or ductile iron pipe. This project includes the replacement of approximately 35 linear feet of 14-inch DR-25 PVC pipe with 12-inch Class 350 ductile iron pipe and approximately 2,700 linear feet of existing 14-inch DR-25 PVC pipe with 16-inch Class 250 ductile iron pipe, connection to adjacent existing water mains and transfer of all connected water services. The Project will mitigate the risk of future water main failure in the local service area, preventing service interruptions and property damage.

 

A Notice of Inviting Bids was advertised and published on the City’s website, Planet Bids, and the Business Journal on January 12, 2026. The Project plans and specifications were distributed to 42 prospective bidders and posted at three (3) Building Exchanges. Nine (9) sealed bid proposals were received and publicly opened on February 10, 2026, with bids ranging from $1,160,865.00 to $2,325,052.27. Dawson-Mauldin, LLC submitted a bid in the amount of $1,160,865.00 and was determined to be the lowest responsive and responsible bidder. The bids are set to expire on April 15, 2026. If the bids are rejected or expire, the Project must be rebid which will result in a delay to the Project.

 

This Contract is covered by the Community Workforce Agreement (PLA), adopted by Council in September 2021. Dawson-Mauldin, LLC., shall become signatory to the PLA by executing the Agreement to be Bound.

 

Staff recommends City Council adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 (Existing Facilities) and 15302/Class 2 (Replacement or Reconstruction) of the CEQA Guidelines, award a Construction Contract in the amount of $1,160,865 to Dawson-Mauldin, LLC as the lowest responsive and responsible bidder and authorize the Capital Projects Director or designee to sign and execute all documents on behalf of the City.

 

The City Attorney’s Office has reviewed and approved the contract documents as to form.

 

ENVIRONMENTAL FINDINGS

 

Staff have reviewed the scope and nature of this Project and determined that it is categorically exempt from the requirements of CEQA pursuant to Sections 15301/Class 1 (Existing Facilities) and 15302/Class 2 (Replacement or Reconstruction) of the CEQA Guidelines. Existing water mains will be replaced, and water service connections re-established between existing water service lines, meter boxes and adjacent water mains. The existing water main will be replaced within existing right of way. These facilities will be located on the same site, will have substantially the same purpose and capacity as the facility replaced, and will include only negligible expansion of existing use.

 

None of the exceptions to Categorical Exemptions set forth in the CEQA Guidelines, Section 15300.2 apply to the Project.

 

LOCAL PREFERENCE

 

Dawson-Mauldin, LLC is a local business, as defined by the Fresno Municipal Code.

 

FISCAL IMPACT

 

The Sunnyside between Church and Jensen Water Main Replacement Project is located in Council District 5 and will have no impact to the General Fund. Funding for this Project is included in the Fiscal Year 2026 Capital Improvement Budget within the Water Enterprise Fund.

 

Attachments:                     

Environmental Assessment

Formal Procurement Evaluation

Standardized Contract

Vicinity Map

Location Map