Explanation
1. BACKGROUND
This ordinance authorizes the Director of Public Utilities to enter into a planned contract modification for professional engineering services with Jacobs Engineering Group, Inc. for the Jackson Pike Waste Water Treatment Plant (JPWWTP) renamed to Jackson Pike Water Reclamation Plant (JPWRP) Digester Improvements project, CIP #650240-100000, in an amount up to $11,446,186.00.
The initial phase of this contract provided Professional Engineering Services for Preliminary Design (Step 1). During Preliminary Design it was decided that Construction Manager at Risk (CMAR) would be used for the construction delivery method. As a result of that decision, the second phase will provide Professional Engineering Services for Detailed Design and Preconstruction Services (Step 2). The third phase will provide Professional Engineering Services During Construction ESDC (Step 3). Step 3 will be divided into two parts; one part will provide ESDC during the Preconstruction Services phase and the other part will provide ESDC during the Construction phase.
The scope of work for this project will generally include improvements to the six single stage anaerobic digesters (D01 thru D06) at the City’s Jackson Pike Wastewater Treatment Plant (JPWWTP).
Step 1 (Preliminary Design) of this project included the following tasks: A review of the existing facility; An evaluation of the existing digester process;. An alternative analysis of Class A and Class B Treatment Options; An evaluation of the Primary Holding Tank (PHT) and Waste Holding Tank (WHT) Mixing System; A condition assessment of Sludge Silo 2; A hazardous materials survey; Development of design criteria and basis of design; and Preparation of a Detailed Design Memorandum (DDM)/Preliminary Design Report (PDR).
Modification No. 1 will provide Step 2 (Detailed Design and Preconstruction Services). During Step 2, the consultant will prepare construction contract documents (including specifications and drawings) in accordance with City of Columbus Division of Water Reclamation standards, guidelines, and direction for the construction and implementation of the proposed facility. Step 2 will also include assisting the City to contract a CMAR entity, plan and specification review meetings, and assisting the CMAR in negotiations, permitting, and other matters with the Ohio EPA and other government agencies as necessary.
Work under this contract modification will also provide the beginning of Step 3 services which will include Technical Project Representation (TPR) duties, construction phase engineering, start-up and commissioning assistance, and record documentation. This mod will generally fund ESDC that occurs during the Preconstruction Services phase of the project.
A future contract modification (Modification No. 2) will be requested for the remainder of Step 3 (ESDC) Services which will include Technical Project Representation (TPR) duties, construction phase engineering, start-up and commissioning assistance, and record documentation. This second contract modification will generally fund ESDC that occurs during the Construction phase of the project.
The Columbus Community Area for this project is 99 Citywide.
1.1 Amount of additional funds to be expended: $11,446,186.00
Original Contract, Preliminary Design Services: (ORD 0838-2020; PO227994) $2,237,664.69
Modification No. 1, Detailed Design & Preconstruction Services: (This ordinance): $5,722,911.00
Modification No. 1, ESDC (Part 1 of 2) (This ordinance): $5,723,275.00
Future Modification No. 2, ESDC (Part 2 of 2): $5,723,275.00
CONTRACT TOTAL: $19,407,125.69
1.2. Reason other procurement processes are not used:
This contract was awarded through the City’s Request for Proposal process to provide engineering services for the entire contract scope. This contract modification is a planned modification to add funds for continued work. Another procurement process is not required.
1.3. How the cost of this modification was determined:
The consultant presented a proposal for the number of hours needed to accomplish tasks with the cost based upon existing contract job titles, hourly pay rates, and allowable expenses already established for this contract. The project team negotiated the final cost.
2. ECONOMIC IMPACT/ADVANTAGES; COMMUNITY OUTREACH; PROJECT DEVELOPMENT; ENVIRONMENTAL FACTORS/ADVANTAGES OF PROJECT:
With the planned improvements, JPWRP will have the necessary infrastructure to continue the digestion process which significantly reduces the volume of sludge solids that enter the plant and greatly reduces the need for further treatment and/or disposal. The digester process also rids the sludge of contaminants so that it can be thickened and land applied as an agricultural fertilizer or sent to the City’s compost facility where it is mixed with yard waste and wood chips to produce a soil amendment and mulch for area residents’ use. These items are beneficial environmental advantages of this project since the City of Columbus’ Green Action Plan specifically calls for expanded re-use of biosolids. These beneficial uses present an economic advantage.
Public informational meetings are not anticipated for this project, because all proposed work should be within the boundaries of the water reclamation plant. Regulatory agencies will be notified of the proposed work as appropriate.
3. CONTRACT COMPLIANCE INFORMATION
Jacobs Engineering Group, Inc contract compliance number is CC024514 and expired 12/6/2025.
As part of the modification of this contract, Jacobs Engineering Group, Inc. has proposed the following four subcontractors to perform contract work:
Company Name City/State ODI Certification Status
CDM Smith Inc. Columbus, Ohio MAJ
Prime AE Columbus, Ohio MAJ
Resource International, Inc Columbus, Ohio WBE
Advanced Engineering Consultants Columbus, Ohio MAJ
The certification of Jacobs Engineering Group, Inc and the above companies was in good standing at the time of the contract modification.
Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Jacobs Engineering Group or their subcontractors.
4. FISCAL IMPACT
Funding for this contract will be obtained through the Water Pollution Control Loan Fund (WPCLF), 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 3119-2025, passed by Council on 12/15/25. This loan is expected to be approved at the OWDA February Board meeting. This ordinance is contingent upon the loan being approved by OWDA. The Department of Public Utilities will inform the Auditor's Office when this loan has been approved.
The 2025 Capital Budget must be amended to match budget authority with the project. Funds must be appropriated within the WPCLF Loan Fund, Fund 6111. This is a reimbursement loan. The Department of Public Utilities must pay Jacobs Engineering Group, Inc., and then submit the paid invoices to OWDA for reimbursement.
Title
To authorize the Director of the Department of Public Utilities to modify and increase the contract with Jacobs Engineering Group for the JPWRP Digester Improvements project; to make this ordinance contingent upon the Ohio Water Development Authority approving a loan for this project; to amend the 2025 Capital Improvement Budget; to appropriate funds within the Water Pollution Control Loan Fund; and to authorize an expenditure of up to $11,446,186.00 from the Water Pollution Control Loan Fund to pay for the project. ($11,446,186.00)
Body
WHEREAS, the Department of Public Utilities is engaged in the JPWRP Digester Improvements project; and
WHEREAS, Contract No. PO227994 was authorized by Ordinance No. 0838-2020 for the JPWRP Digester Improvements project; and
WHEREAS, a planned contract modification is needed to add funding for continued engineering services during construction; and
WHEREAS, Ordinance 3119-2025, passed by Council on 12/15/25, authorized the use of loans from the Water Pollution Control Loan Fund (WPCLF) to finance Public Utilities projects; and
WHEREAS, this contract modification is planned to be financed with a WPCLF loan; and
WHEREAS, this ordinance is contingent upon that loan being approved; and
WHEREAS, the 2025 Capital Improvement Budget must be modified to align budget authority with the project; and
WHEREAS, it is necessary to appropriate and to expend funds from the from the Water Pollution Control Fund, Fund 6111, to pay for the contract modification;
WHEREAS, it has become necessary in the daily operation of the Department of Public Utilities to execute a planned contract modification with Jacobs Engineering Group, Inc., to provide additional professional engineering services for the Jackson Pike Water Reclamation Plant (JPWRP) Digester Improvements project, CIP #650240-100000, in an amount up to $11,446,186.00; NOW, THEREFORE,
BE IT ORDAINED BY THE COUNCIL OF THE CITY OF COLUMBUS:
SECTION 1. That the 2025 Capital Improvements 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
6111 / 650240-100000 / JPWRP Digester Improvements (WPCLF Loan) / $0.00 / $11,446,186.00 / $11,446,186.00 (to match loan)
SECTION 2. That the appropriation of $11,446,186.00, or so much thereof as may be needed, is hereby authorized in the Water Pollution Control Loan Fund, Fund 6111, per the accounting codes in the attachment to this ordinance.
SECTION 3. That the Director of Public Utilities is hereby authorized to enter into a contract modification for the JPWRP Digester Improvements project with Jacobs Engineering Group, 2 Easton Oval, Suite 500, Columbus, Ohio, 43219, in an amount up to $11,446,186.00, in accordance with the terms and conditions of the contract on file in the Department of Public Utilities.
SECTION 4. This ordinance is contingent upon a Water Pollution Control Loan Fund loan being approved to finance this contract modification with Jacobs Engineering Group for the JPWRP Digester Improvements project.
SECTION 5. That the expenditure of $11,446,186.00, or so much thereof as may be needed, is hereby authorized to pay for this contract modification per the accounting codes in the attachment to this ordinance.
SECTION 6. Funds are 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 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 this Ordinance shall take effect and be in force from and after the earliest period allowed by law.