Skip to main content


To watch the live meeting proceedings, please refresh this page at the scheduled meeting time, a link labeled "In Progress" will appear under the Video column
File #: 26-0195    Version: 1
Type: Agenda Item Status: Adopted
File created: 3/9/2026 In control: Procurement Committee
On agenda: 3/19/2026 Final action: 3/19/2026
Title: Authority to decrease Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp. in an amount of $6,872.05, from an amount of $32,393,202.42, to an amount not to exceed $32,386,330.37, Account 401-50000-645750, Purchase Order 4000091
Attachments: 1. Change Order Log - Purchase Order 4000091

TRANSMITTAL LETTER FOR BOARD MEETING OF MARCH 19, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Executive Director

 

Title

Authority to decrease Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp. in an amount of $6,872.05, from an amount of $32,393,202.42, to an amount not to exceed $32,386,330.37, Account 401-50000-645750, Purchase Order 4000091

Body

 

Dear Sir:

 

On June 16, 2022, the Board of Commissioners authorized the Director of Procurement and Materials Management to award Contract 07-027-3SR, North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp., in an amount not to exceed $27,120,000.00, plus a five (5) percent allowance for change orders in an amount of $1,356,000.00 for a total amount not to exceed $28,476,000.00. The anticipated contract completion date is April 30, 2027.

 

As of March 06, 2026, the attached list of change orders has been approved.

 

Original Contract Amount                     $27,120,000.00

Date of Board Approval                     6/16/2022

Cumulative Change Order (3/6/2026)                     $5,273,202.42

% Change of Original Contract Value                     19.44%

Current Contract Value                     $32,393,202.42

Requested Decrease                     $6,872.05

New Contract Value                     $32,386,330.37

% Change of Current Contract Value                     -0.02%

Total % Change of Original Contract Value                     19.42%

 

Item 1: As part of the work under this contract, all piping, valves, and fittings within the Howard and McCormick structure were to be removed. The contractor requested permission, through RFI-68, to leave the existing 16-inch diameter piping in place and fill the pipe with controlled low-strength material. The District had no objection to this approach and requested a credit proposal for the labor and equipment associated with removing the existing piping. The contractor submitted cost proposal CO-24 for this work for an extra in the amount of $0.00 and a credit in the amount of $4,748.08, for a net credit of $4,748.08.

 

Item 2: Work under CO-19, approved by the Board of Commissioners on September 18, 2025, included removal of the landscaped median on Devon Avenue between Cicero Avenue and Station 190+82. Following removal of the median and pavement restoration performed at the direction of the Illinois Department of Transportation, an existing electrical handhole located at Devon Avenue and Cicero Avenue was exposed to vehicular traffic. The handhole was not vehicle-rated and was deemed unsafe, requiring replacement to meet Illinois Department of Transportation standards. The work included labor, equipment, and materials necessary to remove and replace the existing electrical handhole with a vehicle-rated electrical handhole. The contractor submitted cost proposal CO-27 for this work for an extra in the amount of $4,816.03 and a credit in the amount of $0.00, for a net extra of $4,816.03.

 

Item 3: The contract required removal of all piping, valves, and fittings within the existing Emergency Sludge Diversion Structure. Through RFI-87, the contractor proposed installing a 16-inch blind flange with a 2-inch tap for pipeline testing in lieu of the specified 16-inch by 12-inch reducing elbow. Upon completion of testing, the tapped blind flange was replaced with a solid 16-inch blind flange to remain permanently installed. The District requested a credit proposal for the labor and materials associated with no longer installing the reducing elbow. The contractor submitted cost proposal CO-31 for this work for an extra in the amount of $0.00 and a credit in the amount of $6,940.00, for a net credit of $6,940.00.

 

The above items result in a net credit to the contract in the amount of $6,872.05.

 

The Engineer reviewed the cost proposals (CO-24, CO-27 and CO-31), found them to be reasonable, and stated the Engineering Department would recommend their approval.

 

These change orders are in compliance with the Illinois Criminal Code since the changes are due to circumstances not reasonably foreseeable at the time the contract was signed and are in the best interest of the District.

 

It is hereby recommended that the Board of Commissioners authorize the Director of Procurement and Materials Management to execute these change orders to decrease Contract 07-027-3SR in an amount not to exceed $6,872.05 (-0.02% of the current contract value), from an amount of $32,393,202.42, to an amount not to exceed $32,386,330.37.

 

Funds will be restored to Account 401-50000-645750.

 

Requested, Catherine A. O’Connor, Director of Engineering, KMF:LS

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management

Respectfully Submitted, Precious Brady-Davis, Chairperson Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for March 19, 2026

 

Attachment