Title
Proposed Change Order No. 2
Contract No. 2201142/SCN-0000149
Conveyance System Infrastructure Improvements: Sewer In-System Storage and Valve Remote Improvements
CIP #260701/BCE Score: 60.10
Body
Agenda of: August 27, 2025
Item No.: 2025-257
Amount: Original Contract $15,943,539.92
Change Order No. 1 0.00
Proposed Change Order No. 2 0.00
Total Contract Amount $15,943,539.92
TO: The Honorable
Board of Directors
Great Lakes Water Authority
FROM: Suzanne R. Coffey, P.E.
Chief Executive Officer
Great Lakes Water Authority
DATE: August 5, 2025
RE: Proposed Change Order No. 2
Contract No. 2201142/SCN-0000149
Conveyance System Infrastructure Improvements: Sewer In-System Storage and Valve Remote Improvements
Vendor: LGC Global, Inc.
Status: Amendment/Change Order
MOTION
Upon recommendation of Navid Mehram, Chief Operating Officer - Water and Field Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Chief Executive Officer (CEO) to enter into Contract No. 2201142/SCN-0000149, Proposed Change Order No. 2, Conveyance System Infrastructure Improvements: Sewer In-System Storage and Valve Remote Improvements with LGC Global, Inc, with no increase in cost, for a total cost not to exceed $15, 943,538.92 and an increased duration of 403 days for a total duration of 1,433 days; and authorizes the CEO to take such other action as may be necessary to accomplish the intent of this vote.
BACKGROUND
GLWA is responsible for the operation and maintenance of 16 In-System Storage Devices (ISDs) and 20 Valve Remote (VR) sites, and over 60 regulator/diversion sites. These sites are critical to the operation and maintenance of GLWA’s wastewater network. This contract includes improvements to 35 sites, which include the 16 ISD locations and 11 of the 20 VR sites, and rehabilitation of eight regulator/diversion chamber sites. The ISD sites are comprised of inflatable dams that are naturally in a deflated state but can be inflated during times of elevated flow to utilize GLWA’s in-system storage and reduce Combined Sewer Overflows (CSO). Typically, these devices are operated for smaller storms that produce peak flows less than the downstream regulator and/or existing sewer capacities.
Each ISD site comprises of a control vault or building that contains blower pumps, vacuum pumps, and valve actuators for inflating and deflating the dams, as well as instrumentation equipment for monitoring wastewater levels and the air pressure of the dam itself. The VR sites are comprised of electric actuators and sluice gates, which are used to divert flow throughout GLWA’s sewer system. The gates are operated to route the flow from trunk sewers to various interceptors, relief sewers, or CSO facilities to reduce the stress on the system during wet weather. The VR gates can also be used to divert flow for inspection and maintenance purposes.
Due to years of use and weathering, many of the structural, mechanical, and electrical aspects of these sites have become deteriorated and difficult to maintain or operate. The mechanical equipment in the ISD control rooms is original to their construction in the early 2000s and some of the dams have significant air leaks that affect their operations. The VR sites have gates and electric actuators that are corroding and in need of replacement and most of the electrical equipment is out-of-date and past its design life.
During construction, the Contractor experienced vendor supply chain issues that resulted in significant delays in approval and fabrication of valve remote gates and actuators that met GLWA requirements, thereby causing a delay in the associated work. Additionally, GLWA experienced equipment failures on VR-18 and 19 which required additional investigation and evaluation not anticipated in the contract bid. Therefore, replacement of the gate and actuator at VR-19 was added to the project scope by GLWA.
Associated costs are covered under contract allowances, so no change to the contract price is necessary.
JUSTIFICATION
This change order is required to provide sufficient contract time to allow the Contractor to procure long-lead time items, specifically the VR gates and actuators, from their supplier, as well as to perform additional investigation and evaluation made necessary by the unexpected failure of the VR-18 gate. This change order also provides time for the Contractor to perform the additional scope requested by GLWA to replace the VR-19 gate and extends the contract time beyond the final completion milestone to allow GLWA staff time to complete administrative efforts associated with contract closeout.
PROJECT MANAGEMENT STATUS
Original Contract Time 790 days (09/14/2022 - 11/12/2024)
Change Order No. 1 240 days (11/13/2024 - 07/11/2025)
Proposed Change Order No. 2 403 days (07/12/2025 - 08/19/2026)
New Contract Time 1,433 days (09/14/2022 - 08/19/2026)
PROJECT ESTIMATE
Original Contract Price $15,943,538.92
Change Order No. 1 0.00
Proposed Change Order No. 2 0.00
New Contract Total $15,943,538.92
FINANCIAL PLAN IMPACT
Summary: Sufficient funds are provided in the financial plan for this project.
Funding Source: 5421 - Wastewater Construction Bond
Cost Center: 880000 - Capital Improvement Program
Expense Type: Construction
Project Worktag: PRJ-260701
Estimated Cost by Year and Related Estimating Variance: See table below.
Original Contract Price $15,943,538.92
Change Order No. 1 0.00
Proposed Change Order No. 2 0.00
New Contract Total 15,943,538.92
Amended Financial Plan Estimate 15,943,538.92
Estimating Variance $ 0.00
This Proposed Change Order No. 2 is for an extension of time only and there is no substantive financial impact.
COMMITTEE REVIEW
This item was presented to the Operations and Resources Committee at its meeting on August 13, 2025.
SHARED SERVICES IMPACT
This item does not impact the shared services agreement between GLWA and DWSD.