Skip to main content
Detroit Water and Sewerage Department
File #: 2026-38    Version: 1 Name:
Type: Contract Status: Agenda Ready
In control: Financial Services
On agenda: 2/18/2026 Final action:
Title: The Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6007662 (Project WS-754) with LGC Global, Inc. for Lead Service Line Replacements in the neighborhood of Cadillac Heights, for a total contract amount not-to-exceed $7,977,955.00 and a term of two (2) years. This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.
Indexes: Board of Water Commissioners, Finance Committee
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

Title

The Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6007662 (Project WS-754) with LGC Global, Inc. for Lead Service Line Replacements in the neighborhood of Cadillac Heights, for a total contract amount not-to-exceed $7,977,955.00 and a term of two (2) yearsThis also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.

 

Body

Agenda of February 20, 2026

Item No. 2026-38

Contract No.  541645 / WS-754

Contractor: LGC Global, Inc., 7310 Woodward Avenue, Suite 500, Detroit, MI 48202

Contract Amount: $7,977,955.00

Contract Term: Two (2) years

 

TO:                                          The Honorable

                                          Board of Water Commissioners

                                          City of Detroit, Michigan

 

FROM:                     Gary Brown, Director

                                          Water and Sewerage Department

 

RE:                     Proposed DWSD Contract 6007662 / WS-754

Lead Water Service Line Replacement - Cadillac Heights

LGC Global, Inc.

 

MOTION

 

Upon recommendation of Marqaicha Welch, Procurement Manager, the Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6007662 (Project WS-754) with LGC Global, Inc. for Lead Service Line Replacements in the neighborhood of Cadillac Heights, for a total contract amount not-to-exceed $7,977,955.00 and a term of two (2) years. This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.

 

BACKGROUND / JUSTIFICATION

 

Detroit has an estimated 80,000 lead service lines (LSLs), connected to an aged and historically under-maintained water network, with high incidences of water main breaks. Main breaks and service leaks frequently affect LSLs and require disconnecting the LSL to make a repair.  As part of the DWSD Capital Improvement Program (CIP) for the replacement of water mains, Lead (Pb) service lines are converted to new copper service lines along with the provision of water filters and pitchers to the customer for the benefits the public health and safety. Given the potential negative health impacts due to Lead service lines to water system customers, DWSD has been undertaking efforts in the replacement of these services.  In addition to the replacement of LSLs along with water main replacement work, DWSD is undertaking dedicated LSL replacement from the existing water main to the customer meter without water main replacement. 

 

Per EPA and MI-EGLE requirements, Lead services are to be replaced from the water main all the way to the customer meter within their property (residence, commercial space, other). Normally, Lead replacements are integrated into water main replacement capital work, but not all water mains can be replaced over the next handful of years to capture all the outstanding Lead services. Under Contract WS-754, DWSD proposes to develop a dedicated Lead water service replacement project whose scope does not have the necessity of a full water main replacement. Through this contract, up to 1000 Lead services will be replaced within two years with a combination of excavation and directional boring.  

 

The work consists of replacing Lead water services of up to 1.5 inches in diameter with copper services and road/curb boxes at up to 1000 locations throughout the City of Detroit. These locations are not known at this time and services will be located through hydro excavation work by the contractor as part of the project scope.  The space near the shutoff box at the sidewalk will be excavated to the depth of the existing water service and visual confirmation made of Lead or copper in place. If a copper service is found, then the site will be backfilled and restored at established unit costs; if Lead, then the contractor will coordinate its replacement.  Also, other locations of LSL work may be assigned to the Contractor identified by the Engineer and assigned to the Contractor on an “as-needed” basis pursuant to the terms and conditions of the Contract Documents.

 

There is no guarantee as to the number of replacement locations that will be assigned. However, about 1000 Lead service line replacements are expected to be assigned throughout the life of this Contract. No design drawings will be provided by DWSD.  The contractor will be responsible for following the DWSD Full Lead Service Line Replacement (FLSLR) Standard Operating Procedures (SOPs) and Lead Water Services specification to efficiently, effectively, and safely remove and replace LSLs.

 

PROCUREMENT METHOD

 

This procurement was competitively solicited through a Request for Bids (RFB) per Requisition 541645, which was fully approved on 11/12/2025. The RFB was advertised on the Michigan Inter-Governmental Trade Network (MITN) BidNet website for 47 calendar days 11/21/25 - 1/7/26). MITN published this opportunity to 4017 companies and 147 firms downloaded the bid package. In addition to posting on MITN, Procurement sent email notices to approximately 144 firms. Eleven (11) bids were received:

BIDDER

Bid Total

Equalizations

Equal. Credits Applied

Equalized Total

LGC Global, Inc.

$7,977,955.00

N/A

N/A

$7,977,955.00

Miller Pipeline LLC

$8,432,242.50

N/A

N/A

$8,432,242.50

Major Contracting Group

$8,925,000.00

N/A

N/A

$8,925,000.00

Inner City Contracting Group

$8,990,750.00

N/A

N/A

$8,990,750.00

Precision Pipeline LLC

$9,415,000.00

N/A

N/A

$9,415,000.00

Five Star Energy Services, LLC.

$9,527,500.00

N/A

N/A

$9,527,500.00

DMC Consultants, Inc.

$10,917,348.50

N/A

N/A

$10,917,348.50

Bidigare Contractors, Inc.

$12,123,750.00

N/A

N/A

$12,123,750.00

Murphy Pipeline Contractors

$12,854,610.00

N/A

N/A

$12,854,610.00

L. D'Agostini and Sons, Inc

$15,137,500.00

N/A

N/A

$15,137,500.00

Presidential Construction Inc.

$20,792,625.00

N/A

N/A

$20,792,625.00

The evaluation of the bids was based on the lowest bid price. As the apparent equalized low bidder, LGC Global, Inc., was evaluated and determined to be responsive. The bid tab and responsiveness evaluation, and LGC Global’s bid was forwarded to the Engineering Division. Therefore, it is recommended that LGC Global, Inc. be awarded the contract resulting from RFB WS-754 in the amount of $7,977,955.00.

LGC Global, Inc.’s clearances expire on 1/6/27.  A formal contract document will be sent to the vendor for signature; it is anticipated to be signed prior to the board meeting.

 

SUMMARY

 

A.                     Contract No.:                      6007662 / WS-754

B.                     Contractor:                      LGC Global, Inc.

C.                     Anticipated Contract Term:                       2 years

D.                     Contract Amount:                     $7,977,955.00

E.                     Anticipated FY Breakdown:                     

 

FY 25-26:                      $  700,000.00

FY 26-27:          $5,000,000.00

FY 27-28:          $2,277,955.00

 

F.                     Funding Source:                     Bond Funding

 

G.                     GL String:    5740-20334-487801-617900-900451-30129-0000-000000- 100% Water

 

This proposed contract was presented to the BOWC Finance Committee on February 6, 2026.  Per DWSD procurement protocol, Mayoral Review will also be obtained.