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
CHARLES MASTERS, Engineer II
Capital Projects Department, Utilities Project Management Division
SUBJECT
Title
Actions pertaining to the Leaky Acres Groundwater Recharge Facility Improvement Project (Bid File 12601278) (Council District 4):
1. Adopt a finding of Categorical Exemption pursuant to Section 15301/Class 1 (Existing Facilities) and Section 15302/Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act Guidelines, Environmental Assessment No. WC00022-GNL;
2. Award a Construction Contract in the amount of $5,213,388.00 to Floyd Johnston Construction Co., Inc., of Clovis, California, as the lowest responsive and responsible bidder;
3. Approve the Second Amendment to the Consultant Services Agreement with Provost & Pritchard Engineering Group, dba Provost & Pritchard Consulting Group, of Fresno, California, to increase the total contract by an amount not to exceed $71,000.00, for a revised total contract amount not to exceed $481,512.00 paid on a time and materials basis, for engineering services during construction.
Body
RECOMMENDATION
Staff recommends City Council (1) adopt a finding of Categorical Exemption pursuant to Section 15301/Class 1 (Existing Facilities) and Section 15302/Class 2 (Replacement or Reconstruction) of the California Environmental Quality Act (CEQA) Guidelines, Environmental Assessment No. WC00022-GNL, (2) award a Construction Contract in the amount of $5,213,388 to Floyd Johnston Construction Co., Inc., as the lowest responsive and responsible bidder for the Leaky Acres Groundwater Recharge Facility Improvement Project (Project), and (3) approve the Second Amendment to the Consultant Services Agreement (Agreement) with Provost & Pritchard Engineering Group Inc., dba Provost & Pritchard Consulting Group, (Consultant), to increase the total contract by an amount not to exceed $71,000, for a revised total contract amount not to exceed $481,512 paid on a time and materials basis, for engineering services during construction, 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 Construction Contract to Floyd Johnston Construction Co., Inc., of Clovis, California, following a competitive bidding process which identified them as the lowest responsive and responsible bidder in the amount of $6,798,600. The Second Amendment with the Consultant is also necessary to provide construction support for an amount not to exceed $71,000, for a revised total contract amount not to exceed $481,512. The Project will improve groundwater recharge rates and increase operational efficiency at the Leaky Acres Groundwater Recharge Facility. The scope of work includes replacement of the intake structure, regrading of basins, and installation of distribution pipeline and turnout structures for increase in operational efficiency of the site. The Project is funded by a State of California Department of Water Resources (DWR) Urban Community Drought Relief Grant.
BACKGROUND
The Leaky Acres Groundwater Recharge Facility (Leaky Acres) was constructed in the early 1970s and expanded over the years to include approximately 200 acres of silt removal and groundwater recharge basins. Fresno Irrigation District delivers surface water to Leaky Acres through Gould Canal No. 97 that runs parallel to Ashlan Avenue. The timing and quantities of deliveries are dependent on surface water allocations, FID operational demands, and availability of storm water flows. Groundwater recharge rates initially ranged from approximately 0.6 feet per day to approximately 0.4 feet per day, and rates have declined to an average of approximately 0.2 feet per day in recent years.
The Department of Public Utilities completed the Leaky Acres Groundwater Recharge Facility Master Plan (Plan) in 2023 to evaluate improvements to restore recharge rates and increase operational efficiencies. The City was awarded a DWR Urban Community Drought Relief Grant in the amount of $5,240,428 for design and construction of the improvements identified in the Plan.
On September 12, 2024, the City entered into an Agreement with the Consultant to provide engineering design services for an amount not to exceed $310,567. The scope of services included the design and construction of improvements to silt bays, spill structures, and recharge basins, and construction of additional distribution pipelines. The existing basins are currently filled sequentially by gravity overflow. The improvements will allow basins to be filled independently by pipeline, allow more accurate tracking of water delivery to each basin, and improve access for operation and maintenance by City staff. The proposed Project components include approximately 5,170 linear feet of gravity flow pipeline installation and construction/replacement of approximately 30 small diversion structures. On October 16, 2025, the City entered a First Amendment with the Consultant to increase the total contract by an amount not to exceed $99,945, for a revised total contract amount not to exceed $410,512 to design additional intake and distribution facilities. A Second Amendment is now needed to fund engineering consulting services during construction.
Upon completion of the design, the Project was advertised for construction. The bid package was advertised as a base bid package with six (6) additive alternates. A Notice Inviting Bids was advertised and published on the City’s website and Planet Bids on January 23, 2026. The Project plans and specifications were distributed to 43 prospective bidders and posted at four (4) Building Exchanges. Five (5) sealed bid proposals were received and publicly opened on February 24, 2026, with bids including all six additive alternates, ranging from $6,529,912 to $7,407,798. The lowest bidder was found non-responsive. The second lowest bidder, Floyd Johnston Construction Co., Inc. is found to be the lowest responsive and responsible bidder in the amount of $6,798,600. The base bid and only one additive alternate were selected for a total award of $5,213,388. The bids are set to expire on May 6, 2026. If the bids are rejected or expire, the Project will experience delays that extend beyond the funding deadline.
Staff now recommends City Council adopt a finding of Categorical Exemption pursuant to Section 15301/Class 1 (Existing Facilities) and Section 15302/Class 2 (Replacement or Reconstruction) of the CEQA Guidelines, Environmental Assessment No. WC00022-GNL, and approve a construction contract in the amount of $5,213,388 to Floyd Johnston Construction Co., Inc. as the lowest responsive and responsible bidder for the Project. Staff further recommends approval of the Second Amendment to the Agreement to increase the total contract by an amount not to exceed $71,000, for a revised total contract amount not to exceed $481,512 paid on a time and materials basis, and authorization of the Capital Projects Director or designee to sign these agreements on behalf of the City.
The Community Workforce Agreement (PLA) will be in effect for this project.
The City Attorney’s Office has reviewed and approved the proposed Amendment as to form.
ENVIRONMENTAL FINDINGS
Staff has reviewed the scope and nature of this Project and determined that it is categorically exempt from the requirements of CEQA pursuant to Section 15301/Class 1 (Existing Facilities) and Section 15302/Class 2 (Replacement or Reconstruction) of the CEQA Guidelines. These exemptions apply because the improvements to the Project serve the existing purpose of the facility, and do not provide any expansion of existing use. The Project does not have the potential to have an adverse effect on the environment and will be compliant with CEQA §15300.2.
LOCAL PREFERENCE
Local Preference is not applicable due to State of California funding requirements.
FISCAL IMPACT
The proposed Project is in Council District 4. The Project is funded by a DWR Urban Community Drought Relief Grant. Any overage not covered by the grant may be paid from the Water Enterprise Fund. This project has no impact to the general fund.
Attachments:
Environmental Assessment
Bid Evaluation and Fiscal Impact Statement
Standardized Construction Contract
Vicinity Map
Location Map
Second Amendment to Consultant Agreement
First Amendment to Consultant Agreement
Original Consultant Agreement