Explanation    
1.  BACKGROUND
This ordinance authorizes the Director of Public Utilities to enter into a construction contract with JLD Construction Services, LLC, via the City’s Invitation For Bid Process for the Lead Service Line Replacement-Part 2 project, CIP No. 690236-110001, in an amount up to $10,000,000.00, and to encumber funds with the Department of Public Service for prevailing wage services in an amount up to $2,000.00, for a total expenditure of $10,002,000.00.  
 
The Department of Public Utilities is required by the United States Environmental Protection Agency and the Ohio Environmental Protection Agency (OEPA) to eliminate all lead water service lines in the Division of Water’s distribution system within the next ten years.  This project will provide for the replacement of a portion of the known, existing lead water service lines in the distribution system by replacing taps and service lines in order to meet the OEPA requirements.  Work consists of open-cut installation of approximately 10,652 linear feet of 6-inch and 8-inch, water mains, connecting to existing water taps, as well as the replacement of privately owned lead and galvanized water service lines, and other such work as may be necessary to complete the contract, in accordance with the drawings, technical specifications, special provisions, and City of Columbus Construction and Material specifications set forth in the Invitation For Bid (IFB).  The work is to be performed with minimal disturbance and restoration work.   
 
The Columbus Community is 99-Citywide.
 
TIMELINE:  
All work shall be complete within 550 calendar days from the Notice to Proceed, although the work will continue until the project is completed and accepted by the City.  The City anticipates issuing a Notice to Proceed in January 2026.
  
ESTIMATED COST OF PROJECT:  
The bid amount is $7,049,317.00.  The bid documents contained a special provision allowing the contract amount to be increased to the budgeted amount of $10,000,000.00 while utilizing the same unit prices contained in the bid to perform the increased work.   The Department of Public Utilities intends to exercise this special provision and issue the contract for $10,000,000.00.  No contract modifications are anticipated at this time; however, construction exigency might later compel modification of this contract, if unforeseen difficulties are encountered.
 
Cost summary: 
 
                     Original Contract                                                                                       $10,000,000.00                                          
                     Future Anticipated Needs                                                               $              0.00
                             CONTRACT TOTAL                                                               $10,000,000.00
                     DPS Prevailing Wage Administration                                $         2,000.00
                                                                                                                                                   $10,002,000.00
 
2.  ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT
The goal of this project is to replace a portion of the known, existing lead water service lines in the distribution system to eliminate this health hazard.  The Neighborhood Liaison(s) has been contacted and informed of this project during the design phase.  Further community outreach may result through the Neighborhood Liaison Program.
 
3.  CONSTRUCTION CONTRACT AWARD
An Invitation for Bids for the Lead Service Line Replacement-Part 2 Project was advertised on the Vendor Services and Bid Express websites from August 4, 2025, through September 10, 2025.  Three bids were received for the project and opened on September 10, 2025.  The following companies submitted bids:
 
Company                                                                               Bid Amount                        Compliance Number 
JLD Construction Services, LLC                                          $7,049,317.00                                                               CC041179
Travco Construction, Inc.                                                                $8,150,176.27                                                               CC009944
George J. Igel & Co., Inc.                                                                $8,808,956.75                                                               CC006024
 
JLD Construction Services, LLC's bid was deemed the lowest, best, most responsive and responsible bid in the amount of $7,049,317.00.  The bid documents contained a special provision allowing the contract amount to be increased to the budgeted amount of $10,000,000.00 while utilizing the same unit prices contained in the bid to perform the increased work.   The Department of Public Utilities intends to exercise this special provision and issue the contract for $10,000,000.00.  
 
4.  CONTRACT COMPLIANCE INFORMATION
JLD Construction Services, LLC’s contract compliance number is CC041179 and expires 5/23/26.   
 
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against JLD Construction Services, LLC or their proposed subcontractors. 
 
As part of their proposal, JLD Construction Services, LLC, has proposed the following subcontractors to perform contract work:
 
Company Name                                             City/State                Contract Compliance Status
614 Drains                                                                                             Johnstown, OH                                                                   MAJ                 
Faber Enterprises                                                                        Hillsboro, OH                               MAJ
Strawser Paving Co.                                                                        Columbus, OH                                                                MAJ
The Shelly Co.                                                                                             Thornville, OH                                                               MAJ
Bituminous Pavement Sealing                                                    Columbus, OH                                                                MAJ
Traffic Detectors & Signs                                                    Youngstown, OH                                                                MAJ
 
The certification of JLD Construction Services, LLC, and all proposed subcontractors are in good standing at the time the bid was awarded with the exception of Traffic Detectors & Signs.  Traffic Detectors & Signs has an  expired contract compliance number that needs to be renewed.
 
5.  PRE-QUALIFICATION STATUS
JLD Construction Services, LLC and all subcontractors have met code requirements with respect to pre-qualification, pursuant to relevant sections of Columbus City Code Chapter 329.  
 
6.  FISCAL IMPACT
The construction portion of this project is anticipated to be financed with a loan from the Water Supply Revolving Loan Account (WSRLA), a program jointly administered by the Ohio EPA's Division of Environmental and Financial Assistance and the Ohio Water Development Authority (OWDA).  City Council authorized this loan application and acceptance of funding via Ordinance 0348-2025, passed by Council on 4/28/25.  The loan is expected to be approved in December of 2025.  This ordinance is contingent upon the loan being approved by OWDA and the Department of Public Utilities will inform the Auditor's Office when this loan has been approved.  
The 2025 Capital Improvement Budget must be amended to align funds with the proper project.  Funds will also need to be appropriated in the Water Supply Revolving Loan Account Fund, Fund 6011, in the amount of $10,000,000.00.  The WSRLA program is now a reimbursement program.  Invoices must be paid to JLD by the City and then submitted to OWDA for reimbursement.
Funds in the amount of $2,000.00 are budgeted, available, and appropriated within the Water Bond Fund, Fund 6006, Project 690236, to pay the Department of Public Service to perform prevailing wage services for the project.  An amendment to the 2025 Capital Improvement Budget is needed to align budget authority with the proper project. 
 
7.  EMERGENCY DESIGNATION
Emergency designation is requested for this ordinance.  The use of lead water lines is a public health hazard that must be eliminated as quickly as possible.
 
Title
To authorize the Director of Public Utilities to enter into a construction contract with JLD Construction Services, LLC, for the Lead Service Line Replacement-Part 2 Project; to amend the 2025 Capital Improvement Budget; to authorize the appropriation and expenditure of up to $10,000,000.00 from the Water Supply Revolving Loan Account Fund for the contract; to make this ordinance contingent upon the Ohio Water Development Authority approving a loan for the project; to authorize the expenditure of up to $2,000.00 from the Water Bond Fund to pay for prevailing wage services; and to declare an emergency. ($10,002,000.00)
 
Body
WHEREAS, the Department of Public Utilities is engaged in the Lead Service Line Replacement-Part 2 Project; and
 
WHEREAS, three bids for the Lead Service Line Replacement-Part 2 Project were received and opened on September 10, 2025; and
 
WHEREAS, the lowest, best, most responsive and responsible bid was from JLD Construction Services, LLC; and
 
WHEREAS, it is necessary to authorize the Director of the Department of Public Utilities to enter into a construction contract with JLD Construction Services, LLC for the Lead Service Line Replacement-Part 2 Project; and
 
WHEREAS, Ordinance 0348-2025, passed by Council on 4/28/25, authorized this project to be funded by a loan to be obtained through the Water Supply Revolving Loan Account (WSRLA); and 
 
WHEREAS, it is necessary to amend the 2025 Capital Improvement Budget to align budget authority with the proper project; and 
 
WHEREAS, it is necessary to appropriate and expend funds from the Water Supply Revolving Loan Account Fund, Fund 6011, to pay for the construction of this project; and 
 
WHEREAS, this ordinance is contingent upon loan approval for construction of the Lead Service Line Replacement-Part 2 project by the Ohio Water Development Authority which is anticipated to occur in December of 2025; and
 
WHEREAS, it is necessary to expend funds from the Water Bond Fund, Fund 6006, to pay the Department of Public Service for prevailing wage services for this project; and
 
WHEREAS, an emergency exists in the usual daily operation of the Department of Public Utilities in that it is immediately necessary to authorize the Director of the Department of Public Utilities to execute this contract as quickly as possible as the use of lead water lines is a public health hazard that must be eliminated as quickly as possible, all for the immediate preservation of the public health, peace, property, safety and welfare; and NOW, THEREFORE,
 
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
 
SECTION 1.  That the 2025 Capital Improvement Budget authorized by Ordinance 1790-2025 be amended as follows to establish sufficient budget authority for this project:
 
Fund / Project Number / Project Name (Funding Source) / Current Authority / Revised Authority / Change 
6011 / 690236-110001 / Lead Service Line Replacement-Part 2 (WSRLA Loan) / $1,261,687.00 / $11,261,687.00 / $10,000,000.00 (To match the loan amount)
 
6006 / 690236-100161 / Old Beechwold Private Water Services & Water Line Abandonment (Voted Water Carryover) / $17,347.00 / $15,347.00 / ($2,000.00)
6006 / 690236-110001 / Lead Service Line Replacement-Part 2 (Voted Water Carryover) / $0.00 / $2,000.00 / $2,000.00
 
SECTION 2.  That from the unappropriated monies and from all monies estimated to come into said fund from any and all sources, and unappropriated for any other purpose during the fiscal year ending December 31, 2025, the sum of $10,000,000.00 is appropriated in the Water Supply Revolving Loan Account Fund, Fund 6011, per the account codes in the funding attachment to this ordinance.
 
SECTION 3.  That the Director of Public Utilities is hereby authorized to enter into a construction contract for the Lead Service Line Replacement-Part 2 Project with JLD Construction Services LLC, 1110 North Cassady Avenue, Columbus, Ohio  43219, in an amount up to $10,000,000.00; in accordance with the terms and conditions of the contract on file in the Department of Public Utilities; and to obtain the necessary prevailing wage services for this project from the Department of Public Services in an amount up to $2,000.00.
 
SECTION 4.  That this ordinance is contingent upon the Ohio Water Development Authority approving a Water Supply Revolving Loan Account loan for this project.
 
SECTION 5.  That the expenditure of $10,002,000.00, or so much thereof as may be needed, is hereby authorized to pay for this contract per the accounting codes in the attachment to this ordinance. 
 
SECTION 6.  Funds are hereby deemed appropriated and expenditures and transfers authorized to carry out the purposes of this ordinance and the City Auditor shall establish such accounting codes as necessary.
 
SECTION 7.  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 8.  That the City Auditor is hereby authorized to transfer the unencumbered balance in a project account to the unallocated balance account 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 are no longer required for said project.
 
SECTION 9.  That for the reasons stated in the preamble hereto, which is hereby made a part hereof, this ordinance is hereby declared to be an emergency measure and shall take effect and be in force from and after its passage and approval by the Mayor or ten days after passage if the Mayor neither approves nor vetoes the same.