DATE: June 10, 2025
TO: Board of Supervisors
SUBMITTED BY: Steven E. White, Director
Department of Public Works and Planning
SUBJECT: Award Contract 24-02-C Jensen Avenue Improvements
RECOMMENDED ACTION(S):
TITLE
1. Adopt plans and specifications for Contract 24-02-C Jensen Avenue Improvements, from West Avenue to Fig Avenue, Federal project numbers STPL-5942(296) and STPL-5942(289), and award to the lowest bidder Avison Construction, Inc., 40434 Brickyard Drive, Madera, CA 93636, in the amount of $6,084,522.50; and
2. Authorize the Director to execute contract change orders for Contract 24-02-C, not to exceed $210,000 for any one change order pursuant to Public Contract Code 20142, and not to exceed a total change order limit of $486,761 or approximately 8% of the total compensation payable under Contract 24-02-C.
REPORT
Approval of the recommended actions will authorize the award of two Federally funded Surface Transportation Block Grant Program (STBG) projects: the road reconstruction of Jensen Avenue between West Avenue and Fruit Avenue, STPL-5942(296) and Jensen Avenue from Fruit Avenue to Fig Avenue (also known as Martin Luther King Jr. Boulevard), STPL-5942(289), and pipeline replacement on Jensen Avenue from Fruit Avenue to Fig Avenue. This item pertains to a location in District 1.
ALTERNATIVE ACTION(S):
If the first recommended action is not approved, the project will be delayed or will not be constructed. If the second recommended action is not approved, some portions of construction could be delayed due to the time required to return to the Board for approval of individual change orders.
FISCAL IMPACT:
There is no Net County Cost associated with the recommended actions. The maximum anticipated construction cost for the project, based on the low bid and including the Director’s allowance for a maximum change order limit of $486,761, is $6,571,284. The road reconstruction portion for Federal project STPL-5942(296) is 89% within the jurisdiction of the City of Fresno (City) and construction is 100% federally funded through STBG up to $3,139,370 with no local match. Federal project STPL-5942(289) is 57% within the jurisdiction of the City and is 88.53% federally funded through STBG up to $1,009,242 with a local match of 11.47%. The local match of $62,553 will be paid out of the Road Fund 0010 through the County’s SB-1 Road Maintenance and Rehabilitation Account. Sufficient appropriations and estimated revenues are included in the Department of Public Works and Planning - Road Fund Org 4510 FY 2024-25 Adopted Budget. The City will pay their portion of the local match for the road project, $82,919, and the cost of pipeline replacement of $2,074,685, as defined under project specific cooperative agreements executed by the Department through the Master Agreement with the City. Fresno Metropolitan Flood Control District (FMFCD) will reimburse the County for the cost of the storm drain facilities of $160,545, as detailed in an agreement approved by your Board on March 11, 2025.
DISCUSSION:
The work to be done consists, in general, of reconstructing approximately 1.5 miles of Jensen Avenue from West Avenue to Fig Avenue (MLK Boulevard). The pavement will be rehabilitated using Full-Depth Reclamation with Cement. The road work also includes construction of new curb ramps, adjusting sewer manholes, and signage and striping. A new ductile iron water pipeline will also be installed, replacing an existing asbestos pipeline. Coordination with the City of Fresno Public Utilities Department will be necessary to arrange the tie-ins to the existing system. The pipe replacement also involves installation of new water meters, fire hydrants, and valves. FMFCD master storm drain facilities shall also be installed as part of the work, and FMFCD will take over operation and maintenance of the drainage facilities after construction is complete.
The project was advertised on April 1, 2025, and a bid opening was held on May 1, 2025. Seven bids were received. The low bid of $6,084,522.50, from Avison Construction, Inc., was $122,397.50 or 1.97% lower than the engineer’s estimate of $6,206,920. As a federally funded project, there was a Disadvantaged Business Enterprise (DBE) goal on the project. The DBE program is a federally mandated program that encourages participation by women and minority owned businesses. In preparing DBE goals, Department staff determine which items of work are likely to be subcontracted out, and the number of available DBE subcontractors available. For this project, Department staff prepared a goal of 9% and submitted to the California Department of Transportation (Caltrans) staff for review. Caltrans staff revised the goal upward to 17%.
The apparent low bidder was not able to meet this goal and submitted a DBE commitment of 4.8%, using DBE firms to provide traffic control and haul asphalt. The second and third low bidders were able to meet the goal, primarily by having a DBE firm purchase asphalt on their behalf. The three low bidders submitted Good Faith Effort (GFE) documentation showing outreach to DBE subcontractors through advertisements, e-mails, faxes, and follow-up phone calls. Department staff have completed an analysis of the GFE and consider it to be compliant with Caltrans’ guidelines for soliciting DBE subcontractors (attached Attachment A - Good Faith Effort). As of the date that this item was submitted to your Board, the Department is awaiting Caltrans’ review and concurrence of Department’s staff analysis, which was submitted on May 12, 2025. If Caltrans concurs, or no response is received by June 3, 2025, your Board may proceed with award to the low bidder. If Caltrans does not concur with the award, Department staff will pull this item from the consent agenda and provide Caltrans feedback, which your Board must take into consideration prior to the award of the contract. Due to seasonal constraints, a delay to a future Board date for award could have critical impacts to the schedule.
A list of bidders and their respective bid amounts is shown below:
Bidder Bid Amount DBE Commitment
Avison Construction, Inc. $6,084,522.50 4.8%
Cal Valley Construction, Inc. $6,107,262.50 17.4%
Yarbs Grading and Paving, Inc. $6,153,821.00 17.7%
Agee Construction Corporation $6,259,490.00 None submitted
Granite Construction Company $6,313,918.00 None submitted
Dawson-Mauldin, LLC $7,532,837.75 0%; no GFE submitted
Terra West Construction, Inc. $8,184,919.00 None submitted
Plans and Specifications were prepared by the Department’s Design Division staff. The pipeline segment plans were prepared by City and FMFCD staff. All are on file with the Department.
Since the project is federally funded through STBG, Caltrans, acting as the Federal lead agency, determined the project would not have a significant effect on the environment as defined by National Environmental Policy Act (NEPA) and is Categorically Excluded under 23 CFR 771.117(c)26. The project is Categorically Exempt from California Environmental Quality Act (CEQA), under section 15301, existing facilities.
It is anticipated that construction will begin in July 2025 and be completed in December 2025.
OTHER REVIEWING AGENCIES:
Caltrans provides oversight on federally funded projects. The City of Fresno Public Utilities Department will be coordinating on the pipeline replacement, and FMFCD will coordinate on work performed on the drainage facilities.
REFERENCE MATERIAL:
BAI #44, March 11, 2025
ATTACHMENTS INCLUDED AND/OR ON FILE:
Location Map
Bid Summary
Attachment A - Good Faith Effort Evaluation
CAO ANALYST:
Maria Valencia