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 #: 25-0850    Version: 1
Type: Agenda Item Status: PC Increase PO/Change Order
File created: 11/7/2025 In control: Procurement Committee
On agenda: 11/20/2025 Final action:
Title: Authority to increase Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp. in an amount of $3,887,183.92, from an amount of $28,506,018.50, to an amount not to exceed $32,393,202.42, Account 401-50000-645750, Purchase Order 4000091
Attachments: 1. Change Order Log - Purchase Order 4000091
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

TRANSMITTAL LETTER FOR BOARD MEETING OF NOVEMBER 20, 2025

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, Acting Executive Director

 

Title

Authority to increase Contract 07-027-3SR North Side Sludge Pipeline Replacement - Section 1, NSA, Rebid, to Joel Kennedy Constructing Corp. in an amount of $3,887,183.92, from an amount of $28,506,018.50, to an amount not to exceed $32,393,202.42, 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 scheduled contract completion date is November 30, 2026.

 

As of November 7, 2025, the attached list of change orders has been approved.

 

Original Contract Amount                                                               $27,120,000.00

Date of Board Approval                                                               06/16/2022

Cumulative Change Order (11/7/2025)                     $1,386,018.50

% Change of Original Contract Value                                          5.11%

Current Contract Value                                                               $28,506,018.50

Requested Increase                                                                                    $3,887,183.92

New Contract Value                                                                                    $32,393,202.42

% Change of Current Contract Value                                          13.64%

Total % Change of Original Contract Value                     19.44%

 

Item 1: The scope of the project included the installation of concrete vault structures for clean-out at low points and air blow-off at high points when draining and filling the force main pipeline, respectively. Upon constructing the structures, it was discovered that the soil at the location of the structures is soft to medium gray silty clay. This soil type does not provide adequate safety factors against plastic clay heaving, whereby the structure may move upon ground freezing. To address this, change order CO-16, approved by the Director of Engineering on January 3, 2025, authorized the installation of one concrete mud mat at station 170+25 after unsuitable soils were identified at that location. As construction work continued, it was discovered that the soil at the location of two additional structures has unconfined compressive strength below or at minimally acceptable limits. This change order, CO-21 is for the installation of concrete mud mats at stations 177+25 and 188+65. The contractor submitted a cost proposal (CO-21) for an extra in the amount of $14,661.54 and a credit in the amount of $0.00, for a net extra in the amount of $14,661.54. In good faith, the contractor has performed this additional work at their own risk to help expedite construction.

 

 

Item 2: Upon inspection, it was determined that the existing sludge pipeline extending from the O’Brien Water Reclamation Plant Process Control Building to Station 0+00 (Structure A) of the North Side Sludge Pipeline, within the plant grounds, should be rehabilitated to match the condition of the new pipeline. This section of pipeline extends from the Process Control Building and connects to the new high-density polyethylene pipeline being installed at Structure A. The existing 14-inch and 18-inch ductile iron pipelines will be replaced with 16-inch and 20-inch ductile iron pipelines, respectively, and the existing pipelines will be abandoned in place. The scope of work also includes the removal and abandonment of approximately 330 linear feet of existing 18-inch ductile iron pipe and approximately 55 linear feet of existing 14-inch ductile iron pipe, along with the installation of approximately 385 linear feet of new 20-inch ductile iron force main and approximately 20 linear feet of new 16-inch ductile iron force main with an internal epoxy lining and external corrosion protection. Finally, the scope of work also includes rehabilitation of Structure A, consisting of the replacement of the internal piping and associated couplings, as well as installation of a new isolation valve to facilitate maintenance of the force main. The contractor submitted a cost proposal (CO-22) for an extra in the amount of $3,870,542.38 and a credit in the amount of $0.00, for a net extra in the amount of $3,870,542.38.

 

Item 3: The Illinois Department of Transportation conducted a field assessment to evaluate the implementation of a Temporary Traffic Control Plan to remedy discrepancies in the temporary pavement markings, which were incorrectly shown in the approved Maintenance of Traffic Plan. The scope of work included installing 345 feet of pavement markings, removing 54 feet of dashed line, and painting over 46 feet of dashed line. The contractor proceeded with the corrective action at their own risk and completed the work. The contractor submitted a cost proposal (CO-23) for an extra in the amount of $1,980.00 and a credit in the amount of $0.00, for a net extra in the amount of $1,980.00

 

The Engineer reviewed the cost proposals (CO-21, CO-22, and CO-23), 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 increase Contract 07-027-3SR in an amount not to exceed $3,887,183.92 (13.64% of the current contract value), from an amount of $28,506,018.50, to an amount not to exceed $32,393,202.42.

 

Funds are available in 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 November 20, 2025

 

Attachment