Skip to main content
header-left
File #: 1363-2025    Version: 1
Type: Ordinance Status: Second Reading
File created: 5/14/2025 In control: Public Utilities & Sustainability Committee
On agenda: 6/30/2025 Final action:
Title: To authorize the Director of Public Utilities to enter into a service contract with Mid State Basement Systems, LLC and J&D Home Improvement, LLC for the Division of Sewerage & Drainage’s Volunteer Sump Pump “2025” Project; to authorize a transfer and expenditure of up to $2,116,343.00 within the Sanitary Bond Fund; to provide for payment of prevailing wage services to the Department of Public Service; and to authorize an amendment to the 2024 Capital Improvements Budget. ($2,116,343.00)
Indexes: MBE Participation, WBE Participation
Attachments: 1. ORD 1363-2025 Accounting Template, 2. CIP Authority Worksheet, 3. ORD 1363-2025 Utilization Mid-State, 4. ORD 1363-2025 Utilization J&D, 5. Business_Details (16) Mid State, 6. Business_Details (17) J&D

Explanation

 

1. BACKGROUND:  This legislation authorizes the Director of Public Utilities to enter into a service contract with Mid State Basement Systems, LLC and J&D Home Improvement, LLC for the Volunteer Sump Pump “2025” Project; in an amount up to $2,114,343.00; for Division of Sewerage & Drainage Capital Improvements Project No. 650876-129992. Funds in the amount of $2,000.00 will also be encumbered with the Department of Public Service for Prevailing Wage services.

 

Work consists of installing sump pumps in homes and redirect foundation drains away from the sanitary lateral to the sump pit. This project will cover 500 properties that represent the 25% target participation rate in the following areas:  Clintonville 1, Phase 4 Clintonville 3, Phase 1 Hilltop 1, Phase 3 Hilltop 4, and Phase 1.

 

The Community Planning Area is “99 - Citywide”.

 

TIMELINE:  Contract work is required to be completed in a manner acceptable to the City within 900 days from the date that a Notice to Proceed (NTP) is given by the City.

 

ESTIMATED COST OF PROJECT:  The proposed award amount is $2,114,343.00, including a 15% construction contingency amount that will be utilized to fund needed and approved changes in the work.  Contract modifications are anticipated at this time as follows:

 

Cost summary:

 

Original Contracts                                       $2,114,343.00

Future Anticipated Needs                            $2,000,000.00

Prevailing Wage Services                            $      2,000.00

CONTRACT TOTAL                                $4,116,343.00

 

 

2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:

This project is one of the four main pillars of the Blueprint process and consists of residents volunteering for installation of sump pumps in their homes in the Clintonville and Hilltop areas to reduce excess stormwater entering the City's sanitary sewer system.

 

3. SERVICE CONTRACT AWARD: 

An Invitation for Bids for the Volunteer Sump Pump “2025” project was advertised on the Vendor Services and Bid Express websites from 02/07/25 through 03/05/25.  Two bids were received for the project and were opened on 03/05/25.  The following companies submitted bids:

 

Company                                        Bid Amount                        Compliance Number       ODI Status

1. Mid State Basement Systems, LLC      $1,050,095.75                         CC030954                          MAJ

2. J&D Home Improvement, LLC            $1,064,247.25                         CC028672                          MAJ                   

 

It was the intention of the City to award multiple vendors for this project. Mid State Basement Systems, LLC and J&D Home Improvement, LLC bids were both deemed the lowest, best, most responsive and responsible bids.

 

4.  CONTRACT COMPLIANCE INFORMATION

Mid State Basement Systems, LLC’s contract compliance number is CC030954 and expires 2/18/27. J&D Home Improvement, LLC’s contract compliance number is CC028672 and expires 6/29/24.  

 

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Mid State Basement Systems, LLC and J&D Home Improvement, LLC

 

Mid State Basement Systems, LLC and J&D Home Improvement, LLC listed the following companies as subcontractors for this project:

 

Company Name                                                                             City/State          ODI Certification Status

Mid State Basement Systems LLC                

Tatum Landscaping LLC                         .                           Columbus, Ohio                                      MBE

All For the Green dba AFG Truck Force                               Columbus, Ohio                                      MBE

Fortress Management Group LLC DBA Ready Mix Go        Columbus, Ohio                                      MBE

J&D Home Improvement LLC                

Wireman Electric LLC                                                         Reynoldsburg, Ohio                                WBE

 

The certification of Mid State Basement Systems, LLC and J&D Home Improvement, LLC, and the above companies was in good standing at the time the bid was awarded.

 

6.  PRE-QUALIFICATION STATUS

Mid State Basement Systems, LLC and J&D Home Improvement, LLC and all subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.

 

5. FISCAL IMPACT:  A transfer of funds within the Sanitary Bond Fund, Fund No. 6109 will be necessary as well as an amendment to the 2024 Capital Improvements Budget.

 

 

Title

 

To authorize the Director of Public Utilities to enter into a service contract with Mid State Basement Systems, LLC and J&D Home Improvement, LLC for the Division of Sewerage & Drainage’s Volunteer Sump Pump “2025” Project; to authorize a transfer and expenditure of up to $2,116,343.00 within the Sanitary Bond Fund; to provide for payment of prevailing wage services to the Department of Public Service; and to authorize an amendment to the 2024 Capital Improvements Budget.  ($2,116,343.00)

 

 

Body

 

WHEREAS, two bids for the Volunteer Sump Pump “2025” Project were received and publicly opened in the offices of the Director of Public Utilities on March 5, 2025; and

 

WHEREAS, the lowest, best, most responsive and responsible bids were from Mid State Basement Systems, LLC and J&D Home Improvement, LLC; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to award and execute a service contract for the Volunteer Sump Pump “2025” Project; and

 

WHEREAS, it is necessary to authorize a transfer and expenditure of funds within the Sanitary Bond Fund,  Fund No. 6109, for the Division of Sewerage & Drainage; and

 

WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to encumber funds for payment of prevailing wage services associated with said project; and

 

WHEREAS, it is necessary to authorize an amendment to the 2024 Capital Improvements Budget for the purpose of providing sufficient spending authority for the aforementioned project expenditures; and

 

WHEREAS, it has become necessary in the usual daily operation of the Division of Sewerage & Drainage, Department of Public Utilities, to authorize the Director to enter into a service contract for the Volunteer Sump Pump “2025” Project, with J&D Home Improvement LLC, for the preservation of the public health, peace, property and safety; now therefore,

 

BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:

 

SECTION 1.  That the 2024 Capital Improvement Budget authorized by Ordinance 1907-2024 be amended as follows to establish sufficient budget authority for this project:

 

Fund / Project Number / Project Name (Funding Source) / Current Authority / Revised Authority / Change

 

6109 / P650870-100001 / Blenheim/Glencoe Integrated Solution (Voted Sanitary Carryover) / $125,000.00 / $0.00 / ($125,000.00)

6109 / P650870-100004 / Overbrook/Chatham Integrated Solution (Voted Sanitary Carryover) / $56,493.00 / $0.00 / ($56,493.00)

6109 / P650870-100005 / Cooke/Glenmont Integrated Solution (Voted Sanitary Carryover) / $21,233.00 / $0.00 / ($21,233.00)

6109 / P650870-100802 / Blueprint Hilltop - Eureka/Fremont (Voted Sanitary Carryover) / $330,030.00 / $2,000.00 / ($328,030.00)

6109 / P650870-101201 / Blueprint Miller Kelton - Newton/Bedford (Voted Sanitary Carryover) / $160,355.00 / $0.00 / ($160,355.00)

6109 / P650870-101202 / Blueprint Miller Kelton - Kelton/Fairwood (Voted Sanitary Carryover) / $190,354.00 / $0.00 / ($190,354.00)

6109 / P650870-110163 / Blueprint Fredonia / Piedmont Area Integrated Solutions (Voted Sanitary Carryover) / $136,547.00 / $0.00 / ($136,547.00)

6109 / P650870-122172 / Blueprint Near South - Champion/Roberts Area Integrated Solutions (Voted Sanitary Carryover) / $8,448.00 / $0.00 / ($8,448.00)

6109 / P650870-153001 / Blueprint Hilltop 1 Palmetto / Westgate Permeable Pavers (Voted Sanitary Carryover) / $287,742.00 / $0.00 / ($287,742.00)

6109 / P650870-158191 / Plum Ridge Integrated Solutions (Voted Sanitary Carryover) / $281,303.00 / $0.00 / ($281,303.00)

6109 / P650871-141007 / Roof Redirection - Blueprint North Linden 1, Hudson McGuffey Area 3 (Voted Sanitary Carryover) / $218,452.00 / $0.00 / ($218,452.00)

6109 / P650871-153001 / Blueprint Hilltop 1 Palmetto / Westgate Roof Redirection Project 1 (Voted Sanitary Carryover) / $57,045.00 / $0.00 / ($57,045.00)

6109 / P650872-110173 / Lateral Lining - Clintonville 1 Blenheim / Glencoe (Voted Sanitary Carryover) / $13,543.00 / $0.00 / ($13,543.00)

6109 / P650872-110174 / Lateral Lining - Clintonville 1 Morse / Dominion (Voted Sanitary Carryover) / $80,397.00 / $0.00 / ($80,397.00)

6109 / P650872-153001 / Blueprint Hilltop 1 Palmetto / Westgate Lateral Lining Project 1 (Voted Sanitary Carryover) / $18,678.00 / $0.00 / (18,678.00)

6109 / P650876-157001 / Volunteer Sump Pump Program - Blueprint James Livingston 5, Phase 1 (Voted Sanitary Carryover) / $24,347.00 / $0.00 / ($24,347.00)

6109 / P650016-100000 / Hoover Farms Subtrunk (Voted Sanitary Carryover) / $120,093.00 / $11,717.00 / ($108,376.00)

 

6109 / P650876-129992 / Volunteer Sump Pump Program “2025” (Voted Sanitary Carryover) / $214,836.00 / $2,331,179.00 / ($2,116,343.00)

 

SECTION 2.  That the Director of Public Utilities be and hereby is authorized to execute a service contract for the Volunteer Sump Pump “2025” Project with Mid State Basement Systems, LLC, 2219 Westbrooke Dr Suite E6, Columbus, OH 43228 and with J&D Home Improvement, LLC, 13659 National Rd SW, Reynoldsburg, OH 43068; in an amount up to $2,114,343.00; in accordance with the terms and conditions of the contract on file in the Office of the Division of Sewerage & Drainage; and to obtain the necessary prevailing wage related services from the Department of Public Service and to pay up to a maximum amount of $2,000.00.

 

SECTION 3.  That said contractors shall conduct the work to the satisfaction of the Director of Public Utilities and the Administrator of the Division of Sewerage & Drainage.

 

SECTION 4. That the transfer of $ $2,091,995.92 or so much thereof as may be needed, is hereby authorized between projects within Fund 6109 - Sanitary Bond Fund, per the account codes in the attachment to this ordinance. 

 

SECTION 5. That the expenditure of $2,116,343.00 or so much thereof as may be needed, is hereby authorized in the Sanitary Bond Fund, Fund 6109 per the accounting codes in the attachment to this ordinance.

 

SECTION 6.  That the funds necessary to carry out the purpose of this Ordinance are hereby deemed appropriated, and the City Auditor shall establish such accounting codes as necessary.

 

SECTION 7.  That the City Auditor is hereby authorized and directed to transfer any unencumbered balance in the project account to the unallocated balance within the same fund upon receipt of certification by the Director of the Department administering said project that the project has been completed and the monies no longer required for said project; except that no transfer shall be made from a project account by monies from more than one source.

 

SECTION 8.  That the City Auditor is authorized to establish proper project accounting numbers as appropriate.

 

SECTION 9.  That the City Auditor is authorized to make any accounting changes to revise the funding source for all contracts or contract modifications associated with this Ordinance.

 

SECTION 10.  That this Ordinance shall take effect and be in force from and after the earliest period allowed by law.