Title
Proposed Change No. 7
Contract No. GLWA-CON-197/SCN-0000097
Construction Agreement for the Modifications to Incinerator Sludge Feed Systems in Complex II WRRF
CIP #213007/BCE: 96.20
Body
Agenda of: January 28, 2026
Item No.: 2025-427
Amount: Original Contract $18,631,083.00
Change Order No. 1 905,731.00
Change Order No. 2 850,000.00
Change Order No. 3 0.00
Change Order No. 4 0.00
Change Order No. 5 0.00
Change Order No. 6 0.00
Proposed Change Order No. 7 0.00
Total Contract Amount: $20,386,814.00
TO: The Honorable
Board of Directors
Great Lakes Water Authority
FROM: Suzanne R. Coffey, P.E.
Chief Executive Officer
Great Lakes Water Authority
DATE: December 29, 2025
RE: Proposed Change Order No. 7
Contract No. GLWA-CON-197/SCN-0000097
Construction Agreement for the Modifications to Incinerator Sludge Feed Systems in Complex II WRRF
Vendor: Weiss Construction Co., LLC
Status: Amendment/Change Order
MOTION
Upon recommendation of Navid Mehram, Chief Operating Officer - Wastewater Operating Services, the Board of Directors (Board) of the Great Lakes Water Authority (GLWA), authorizes the Chief Executive Officer (CEO) to enter into Contract No. GLWA-CON-197/SCN-0000097, Proposed Change Order No. 7, “Modifications to Incinerator Sludge Feed Systems in Complex II WRRF” with Weiss Construction Co., LLC, with no increase in cost for a total cost not to exceed $20,386,814.00 and an increase in duration of 180 days for a total duration of 3,042; and authorizes the CEO to take such other action as may be necessary to accomplish the intent of this vote.
BACKGROUND
GLWA awarded Weiss Construction Company (Weiss) a Construction Agreement, Contract No. GLWA-CON-197. The Notice to Proceed date was April 2, 2018. The purpose of this Contract is to complete improvements for the Dewatered Sludge Cake Conveyance System (Package A), replacement of Electrical Building-26 Substation (Package B), and replacement of nine Motor Control Centers (Package C) as per the design drawings and specifications issued with the Contract.
The original contract required Substantial Completion of the project (all packages) July 31, 2020, and the original required Final Completion of the project January 30, 2021. As a result of the previous Change Orders identified below, the current contractual Substantial and Final Completion dates of the contract are March 30, 2023, and July 16, 2024, respectively.
Change Order No. 1 added to the contract value and extended both the Substantial and Final Completion dates. Screw conveyor structural support steel was relocated from above the fifth floor of incineration Complex II to a location below the fifth-floor plating.
Change Order No. 2 added to the contract value and further extended both the Substantial and Final Completion dates, due to Covid related impacts to the base contract work schedule, along with additional requested modifications to the conveyor guard assemblies.
Change Order No. 3 further extended both the Substantial and Final Completion dates. Additional time was used by the contractor to make corrections to provide proper functioning of the conveyors and chutes.
Change Order No. 4 extended only by the Final Completion date. Additional time was used by the contractor to install abrasion resistant high density polyethylene piping and valves to serve the new strainers, in place of the previous piping which was susceptible to abrasion and frequent leakage. Additional modifications were made to the conveyor chutes, plows, plow tables, and spray nozzles that were installed in an effort to eliminate excessive and unsustainable sludge spillage and water leakage from the conveyors.
Change Order No. 5 extended only the Contract Completion date. Additional time was used by the contractor to continue the remaining work under Package A, including modifying the conveyor belt and strainers, investigating the root cause of previous motor failures, and running a second 30-day performance test.
Change Order No. 6 extended only the Contract Completion date. Additional time was used to engage third parties to investigate the system failures during performance tests of the conveyance system, collect and test oil samples from various motors on the north side conveyance system, rehabilitate several motors on the north side conveyance system, and install resistance temperature detectors and thermal protection devices.
This Proposed Change Order No. 7 is required to allow the time needed to complete the root cause analysis of the system failures, restart the 30-day performance test, complete all contractual required work, resolve outstanding disputes, finalize closeout documentation, and closeout the project.
JUSTIFICATION
Based on the current status of the project, it will not be completed by February 1, 2026. The Contractor, along with the engaged third parties, have been unable to successfully complete the root cause analysis for the conveyance system motor failures. This analysis is a prerequisite for restarting the 30-day performance test, which is essential to validating long-term system reliability.
The project will close out once the root cause analysis of the system failures is completed, the 30-day performance test and all other contractually required work are successfully completed, all outstanding disputes are resolved, and closeout documentation is finalized.
PROJECT MANAGEMENT STATUS
Original Contract Time 1,035 days (04/02/2018 - 01/30/2021)
Change Order No. 1 364 days (01/31/2021 - 01/29/2022)
Change Order No. 2 365 days (01/30/2022 - 01/29/2023)
Change Order No. 3 243 days (01/30/2023 - 09/29/2023)
Change Order No. 4 291 days (09/30/2023 - 07/16/2024)
Change Order No. 5 183 days (07/17/2024 - 01/15/2025)
Change Order No. 6 381 days (01/16/2025 - 01/31/2026)
Proposed Change Order No. 7 180 days (02/01/2026 - 08/01/2026)
New Contract Time 3,042 days (04/02/2018 - 08/01/2026)
PROJECT ESTIMATE
Original Contract Price $18,631,083.00
Change Order No. 1 905,731.00
Change Order No. 2 850,000.00
Change Order No. 3 0.00
Change Order No. 4 0.00
Change Order No. 5 0.00
Change Order No. 6 0.00
Proposed Change Order No. 7 0.00
New Contract Total $20,386,814.00
FINANCIAL PLAN IMPACT
Summary: Sufficient funds are provided in the financial plan for this project.
Funding Source: Sewer Construction Fund
Cost Center: Wastewater
Expense Type: Construction (5421-892211.000-616900-213007)
Estimated Cost by Year and Related Estimating Variance: See table below.
Original Contract Price $18,631,083.00
Change Order No. 1: 905,731.00
Change Order No. 2: 850,000.00
Change Order No. 3: 0.00
Change Order No. 4: 0.00
Change Order No. 5: 0.00
Change Order No. 6: 0.00
Proposed Change Order No. 7: 0.00
New Contract Total: $20,386,814.00
Amended Financial Plan Estimate: $20,386,814.00
Estimating Variance: $0.00
COMMITTEE REVIEW
This item was presented to the Operations and Resources Committee at its meeting on January 14, 2026.
SHARED SERVICES IMPACT
This item does not impact the shared services agreement between GLWA and DWSD.