Legislation Details

File #: 26-0256    Version: 1
Type: Agenda Item Status: Adopted
File created: 4/6/2026 In control: Procurement Committee
On agenda: 4/16/2026 Final action: 4/16/2026
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 $153,609.66, from an amount of $32,386,330.37, to an amount not to exceed $32,539,940.03, Account 401-50000-645750, Purchase Order 4000091
Attachments: 1. Change Order Log - Purchase Order 4000091

TRANSMITTAL LETTER FOR BOARD MEETING OF APRIL 16, 2026

 

COMMITTEE ON PROCUREMENT

 

Mr. John P. Murray, 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 $153,609.66, from an amount of $32,386,330.37, to an amount not to exceed $32,539,940.03, 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 March 22, 2027.

 

As of April 3, 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 (4/3/2026)                     $5,266,330.37

% Change of Original Contract Value                     19.42%

Current Contract Value                     $32,386,330.37

Requested Increase                     $153,609.66

New Contract Value                     $32,539,940.03

% Change of Current Contract Value                     0.47%

Total % Change of Original Contract Value                     19.99%

 

The contract includes rehabilitation of forty-three existing manhole structures. The contractor identified field conditions at certain structures, such as pipe misalignment, that differ from the conditions detailed on the contract plans. The engineer field verified the contractor’s observations and proposed corrective action via Formal Communication FC-25. The contractor submitted three change orders, CO-26, CO-29, and CO-30 to address the field conditions.

 

Item 1: The contractor submitted cost proposal CO-26 to address pipe misalignment in 31 structures. The proposed scope of work includes labor and materials for the installation of one additional 18” restrained coupling in each of the 31 identified structures and labor to field-cut spool pieces to accommodate the installation of the additional restrained coupling. The contractor submitted cost proposal (CO-26) for an extra in the amount of $70,587.00 and a credit in the amount of $0.00, for a net extra in the amount of $70,587.00. The engineer reviewed the proposal, found it to be reasonable and stated via correspondence CO26, that the Engineering Department would recommend its approval.

 

Item 2: The contractor submitted cost proposal CO-29 to address pipe misalignment and embedded pipe and fittings at five structures, Manholes 14, 16, 17, 18, and 36. The proposed scope of work includes labor, material, and equipment to remove embedded pipe and fittings from the five structures, and restoration of the concrete walls of the structures. The scope also included furnishing and installing additional restrained couplings at four of the structures and installing flange adapters at two of the structures. The contractor submitted cost proposal (CO-29) for an extra in the amount of $94,747.40. The engineer reviewed the proposal, found it to be unacceptable and submitted a counterproposal  for an extra in the amount of $80,517.96 and a credit in the amount of $0.00, for a net extra in the amount of $80.517.96, which the engineer found to be reasonable and stated via correspondence CO29, that Engineering Department would recommend its approval.

 

Item 3: The contractor submitted cost proposal CO-30 to address pipe misalignment in Manhole 22. This structure was not included in CO-26 for the 31 structures that required an additional restrained coupling. Upon further investigation it was determined that this structure required an additional restrained coupling due to the misalignment of the wall collars. The contractor submitted cost proposal (CO-30) for an extra in the amount of $2,504.70 and a credit in the amount of $0.00, for a net extra in the amount of $2,504.70. The engineer reviewed the proposal, found it to be reasonable and stated via correspondence CO30, that the Engineering Department would recommend its 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 $153,609.66 (0.47% of the current contract value), from an amount of $32,386,330.37, to an amount not to exceed $32,539,940.03.

 

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 April 16, 2026

 

Attachment