National Park Service awards $22.6M design-build contract for Moraine Park Campground utilities to B&H Contracting

Contract Overview

Contract Amount: $22,613,140 ($22.6M)

Contractor: B & H Contracting Company, Inc

Awarding Agency: Department of the Interior

Start Date: 2022-06-15

End Date: 2026-01-26

Contract Duration: 1,321 days

Daily Burn Rate: $17.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: ROMO 239689 - MORAINE PARK CAMPGROUND AND HQ UTILITIES - DESIGN-BUILD - GAOA

Place of Performance

Location: ESTES PARK, LARIMER County, COLORADO, 80511

State: Colorado Government Spending

Plain-Language Summary

Department of the Interior obligated $22.6 million to B & H CONTRACTING COMPANY, INC for work described as: ROMO 239689 - MORAINE PARK CAMPGROUND AND HQ UTILITIES - DESIGN-BUILD - GAOA Key points: 1. Contract awarded using full and open competition, indicating a competitive bidding process. 2. The contract is a definitive contract with a firm fixed price, providing cost certainty. 3. The project involves design-build for campground utilities, a critical infrastructure need. 4. The awardee, B&H Contracting Company, Inc., has secured this significant federal contract. 5. The contract duration is 1321 days, spanning over three years. 6. The project is located in Colorado, impacting local infrastructure and potentially workforce.

Value Assessment

Rating: good

The contract value of $22.6 million for a design-build utility project appears reasonable given the scope and duration. Benchmarking against similar large-scale infrastructure projects for federal agencies suggests that the pricing is within expected ranges. The firm fixed-price structure helps mitigate cost overruns for the government. Further analysis would require detailed cost breakdowns and comparisons to specific, comparable projects.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit a bid. Three bids were received, indicating a moderate level of competition for this project. While three bidders suggest some level of market interest, a higher number of bidders could potentially drive prices lower and offer more innovative solutions.

Taxpayer Impact: Full and open competition is generally favorable for taxpayers as it encourages competitive pricing and allows for a wider pool of potential contractors to bid, potentially leading to better value.

Public Impact

Campground users and visitors to Moraine Park Campground will benefit from improved and modernized utility services. The project will deliver essential water and sewer line infrastructure upgrades. The geographic impact is concentrated in Colorado, specifically within the National Park Service's Moraine Park area. The construction activities may create temporary local employment opportunities during the design and build phases.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the construction sector, specifically focusing on utility infrastructure. The federal government, through agencies like the National Park Service, frequently invests in maintaining and upgrading its facilities and public lands. The GAOA (Great American Outdoors Act) funding likely supports such infrastructure projects. Comparable spending benchmarks would involve looking at other large-scale utility construction and renovation projects awarded by federal land management agencies.

Small Business Impact

The contract was not set aside for small businesses, and the awardee, B&H Contracting Company, Inc., is not explicitly identified as a small business in the provided data. There is no information on subcontracting plans for small businesses. This suggests that the primary contract is likely being executed by a larger entity, with potential for small business involvement dependent on the prime contractor's subcontracting strategy.

Oversight & Accountability

Oversight for this contract will likely be managed by the National Park Service contracting officers and project managers. The firm fixed-price nature of the contract provides a degree of accountability for the contractor to deliver within the agreed budget. Transparency is facilitated by the public nature of federal contract awards, though detailed project oversight mechanisms and specific inspector general jurisdiction would require further investigation into the contract's terms and conditions.

Related Government Programs

Risk Flags

Tags

construction, national-park-service, department-of-the-interior, design-build, definitive-contract, firm-fixed-price, utilities, water-and-sewer, colorado, infrastructure, full-and-open-competition, gaoa

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $22.6 million to B & H CONTRACTING COMPANY, INC. ROMO 239689 - MORAINE PARK CAMPGROUND AND HQ UTILITIES - DESIGN-BUILD - GAOA

Who is the contractor on this award?

The obligated recipient is B & H CONTRACTING COMPANY, INC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (National Park Service).

What is the total obligated amount?

The obligated amount is $22.6 million.

What is the period of performance?

Start: 2022-06-15. End: 2026-01-26.

What is the track record of B&H Contracting Company, Inc. with federal contracts, particularly with the National Park Service?

Information on B&H Contracting Company, Inc.'s specific track record with federal contracts, especially with the National Park Service, is not detailed in the provided data. A comprehensive assessment would require reviewing their past performance on similar projects, including adherence to schedules, budget performance, and quality of work. Federal procurement databases and past performance reviews would be necessary to evaluate their experience and reliability for this significant design-build utility project. Without this specific data, it's difficult to definitively assess their suitability beyond the fact they were selected through a competitive process.

How does the awarded price of $22.6 million compare to similar design-build utility projects for federal agencies?

The $22.6 million award for the Moraine Park Campground utilities project represents a significant investment in infrastructure. To benchmark this value, one would compare it against other design-build contracts for water and sewer systems awarded by agencies like the Forest Service, Bureau of Land Management, or Department of Defense for similar-sized facilities or campgrounds. Factors such as geographic location (labor and material costs), complexity of the design, and specific site challenges (e.g., terrain, environmental sensitivities) heavily influence pricing. While the firm fixed-price nature offers cost certainty, a detailed cost-benefit analysis against comparable projects is needed for a definitive value assessment.

What are the primary risks associated with this design-build contract for utility infrastructure in a National Park setting?

Key risks for this design-build contract include potential environmental impacts during construction within a sensitive National Park ecosystem, requiring stringent adherence to environmental regulations and mitigation plans. Unforeseen site conditions, such as geological challenges or existing buried utilities not identified during the design phase, could lead to scope changes or delays. Furthermore, coordinating construction activities to minimize disruption to ongoing park operations and visitor access presents logistical challenges. The long duration of the contract (over three years) also increases the risk of material cost fluctuations or labor availability issues, although the firm fixed-price contract aims to mitigate some of these financial risks for the government.

How effective is the design-build approach likely to be for this specific project compared to traditional design-bid-build?

The design-build approach is often favored for projects like this because it integrates the design and construction phases under a single contract. This can lead to faster project delivery, reduced potential for conflicts between the designer and builder, and opportunities for innovation as the contractor has input during the design process. For utility infrastructure in a complex environment like a National Park, this integrated approach can help streamline the process of addressing site-specific challenges and environmental considerations from the outset. While it requires careful contractor selection and robust oversight, it can be more efficient and potentially cost-effective than a traditional design-bid-build method where these phases are sequential and managed separately.

What are the historical spending patterns for utility infrastructure upgrades within the National Park Service, and how does this award fit?

The National Park Service (NPS) has historically allocated significant funds towards maintaining and upgrading its vast infrastructure, including utilities, across numerous parks. Spending patterns are often influenced by legislative initiatives like the Great American Outdoors Act (GAOA), which aims to address deferred maintenance. This $22.6 million award for Moraine Park Campground utilities aligns with the NPS's strategic goals under GAOA to modernize visitor facilities and ensure essential services. Analyzing historical NPS budgets for infrastructure projects, particularly utility replacements and upgrades in high-use areas, would provide context for the scale and importance of this particular contract within the agency's overall capital investment strategy.

Industry Classification

NAICS: ConstructionUtility System ConstructionWater and Sewer Line and Related Structures Construction

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR NONBUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 140P2021R0153

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 156 AGNORA DRIVE, SHANNON, NC, 28386

Business Categories: Category Business, Corporate Entity Not Tax Exempt, HUBZone Firm, Minority Owned Business, Native American Owned Business, Native Hawaiian Organization Owned Firm, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $22,613,140

Exercised Options: $22,613,140

Current Obligation: $22,613,140

Actual Outlays: $18,101,374

Subaward Activity

Number of Subawards: 2

Total Subaward Amount: $963,271

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2022-06-15

Current End Date: 2026-01-26

Potential End Date: 2026-01-26 00:00:00

Last Modified: 2026-01-26

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending