Title
The Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6007141 with LGC Global, Inc., for Sewer Cleaning, Investigation/Inspection & Maintenance Services; for a total contract amount not-to-exceed $4,500,000.00 and a term of three (3) years. This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.
Body
Agenda of June 18, 2025
Item No.: 2025-115
Contract No.: 6007141
Contractor: LGC Global, Inc. (DBB),(DHB)
Address: 7310 Woodward Ave., Suite 500, Detroit, MI 48202
Contract Amount: $4,500,000.00
Contract Term: 7/1/25 - 6/30/28 (3 years)
TO: The Honorable
Board of Water Commissioners
City of Detroit, Michigan
FROM: Gary Brown, Director
Water and Sewerage Department
RE: Proposed DWSD Contract No. 6007141
Sewer Cleaning, Investigation/Inspection & Maintenance Services
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 6007141 with LGC Global, Inc., for Sewer Cleaning, Investigation/Inspection & Maintenance Services; for a total contract amount not-to-exceed $4,500,000.00 and a term of three (3) years. This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote
BACKGROUND / JUSTIFICATION
The Detroit Water and Sewerage Department (DWSD) is responsible for the ongoing maintenance, inspection, and repair of the City of Detroit’s sewer infrastructure to ensure public health, environmental protection, and regulatory compliance. Over time, sewer lines, catch basins, and manholes accumulate debris, sediment, and other foreign materials that obstruct flow and can lead to blockages, overflows, or structural failure. Routine and emergency cleaning, inspection, and maintenance are therefore critical to prolonging the life of these assets, ensuring their operational reliability, and minimizing service disruptions.
This contract is necessary to supplement DWSD’s internal resources with qualified and licensed contractors who can provide specialized sewer cleaning and inspection services on an as-needed basis. Given the unpredictable nature of sewer-related incidents and the vastness of the city’s sewer network, it is essential to have responsive, well-equipped, and experienced crews available for rapid mobilization. The use of modern video inspection and multi-sensor technologies ensures that all work complies with NASSCO (National Association of Sewer Service Companies) standards, supporting data-driven decision-making for infrastructure investment and repair planning.
PROJECT OBJECTIVES
The primary objectives of this contract are to:
1. Ensure the Reliability of Sewer Infrastructure
Provide professional cleaning services to remove blockages and debris from sewer systems to maintain unimpeded flow and reduce the risk of backups and overflows.
2. Enable Comprehensive, Standards-Based Inspections
Conduct internal inspections of sewer lines and manholes using NASSCO-compliant video, side scanning, and point cloud equipment to identify structural and service defects.
3. Provide Rapid Emergency Response Capability
Ensure Contractor availability and mobilization within 24 hours of notification to address urgent maintenance and inspection needs throughout the city.
4. Support Preventative and Corrective Maintenance
Clean and inspect catch basins and sewer infrastructure as part of ongoing preventative maintenance and support corrective maintenance activities including the removal of obstructions to access points.
5. Ensure Compliance and Documentation
Adhere to NASSCO standards for inspection and reporting to ensure accurate documentation and regulatory compliance.
6. Maintain Flexibility and Scalability of Services
Provide between one and four skilled work crews, as determined by DWSD, for flexible service deployment depending on the scope and urgency of work.
PROCUREMENT METHOD
This procurement was competitively solicited through a Request for Bids (RFB) per Requisition 530856, which was fully approved on 2/14/25. The RFB was advertised on the Michigan Inter-Governmental Trade Network (MITN) BidNet website for 32 calendar days (3/13/25 - 4/14/25). MITN published this opportunity to 1245 companies and 156 firms downloaded the bid package.
Two (2) bids were received.
Note: Total bid prices are based on the sum of the singular unit prices for each line item for the three-year term of the contract. The itemized prices for each vendor are included with this letter as an attachment.
Bidder |
Bid Total |
Equalizations |
Equal. Credits Applied |
Equal. Total |
LGC Global, Inc. |
$6,779.00 |
DHB - 2% |
($135.58) |
$6,643.42 |
Inland Waters Pollution Control, Inc. |
$369,050.00 |
DBB - 1% |
$3,690.50 |
$365,359.50 |
As the apparent equalized low bidder, LGC Global, Inc.’s bid was evaluated first. Upon review, Lakeshore’s bid included all required information and was determined to be responsive and met all other requirements. Therefore, it is recommended that LGC Global, Inc., as the lowest responsive and responsible bidder, be awarded the contract for Sewer Cleaning, Investigation/Inspection & Maintenance Services for a term of three years. The bid tab, responsiveness evaluation, equalization analysis, and the two (bids)were forwarded to the Field Services Division.
Lakeshore’s clearances expire 12/18/25 and the formal contract document has been sent to the vendor for review and signature.
SUMMARY
A. Contract No.: 6007141
B. Contractor: LGC Global, Inc.
C. Contract Term: 7/1/25 - 6/30/28 (3 years)
D. Contract Amount: $4,500,000.00
E. Anticipated FY Breakdown: FY 25-26: $1,500,000.00
FY 26-27: $1,500,000.00
FY 27-28: $1,500,000.00
F. Funding Source: O&M Funds
G. GL String: 5720-20167-482431-617900-000209-10680-0000-000000 - 50.5% Water
5820-20178-492431-617900-000230-15826-0000-000000 - 49.5% Sewer
This proposed contract was presented to the BOWC Finance Committee on June 4, 2025. Per DWSD procurement protocol, Mayoral Review will also be obtained.