Reclamation's $34.1M Pump-Plant Rehabilitation Contract Awarded to Hartman-Walsh Painting Company
Contract Overview
Contract Amount: $34,109,131 ($34.1M)
Contractor: Hartman-Walsh Painting Company
Awarding Agency: Department of the Interior
Start Date: 2020-09-01
End Date: 2026-09-10
Contract Duration: 2,200 days
Daily Burn Rate: $15.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: JOHN W. KEYS III PUMP-GENERATING PLANT DISCHARGE TUBE COATING-LINING REHABILITATION
Place of Performance
Location: GRAND COULEE, GRANT County, WASHINGTON, 99133
Plain-Language Summary
Department of the Interior obligated $34.1 million to HARTMAN-WALSH PAINTING COMPANY for work described as: JOHN W. KEYS III PUMP-GENERATING PLANT DISCHARGE TUBE COATING-LINING REHABILITATION Key points: 1. Significant investment in critical infrastructure for water management. 2. Competition was full and open, suggesting potential for competitive pricing. 3. Contract duration of 2200 days indicates a long-term, complex project. 4. NAICS code 237110 points to heavy civil construction, a specialized sector.
Value Assessment
Rating: good
The contract value of $34.1 million for rehabilitation is substantial. Benchmarking against similar large-scale infrastructure projects would be necessary for a precise value assessment, but the firm-fixed-price structure aims to control costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, which typically fosters competitive bidding and can lead to more favorable pricing for the government. The process likely involved multiple bids, allowing the agency to select the most advantageous offer.
Taxpayer Impact: Taxpayer funds are being used for essential infrastructure maintenance, ensuring the continued operation of a vital water resource facility. Competitive bidding aims to maximize the value of this investment.
Public Impact
Ensures continued operation of the John W. Keys III Pump-Generating Plant, crucial for water supply and management. Rehabilitation of discharge tubes will prevent potential failures and costly emergency repairs. Supports the Bureau of Reclamation's mission to manage, develop, and protect water and related resources.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Long contract duration (2200 days) increases risk of cost overruns due to inflation or unforeseen issues.
- Firm Fixed Price contract can be disadvantageous if unforeseen complexities arise requiring significant change orders.
- Lack of small business participation noted (sb: false).
Positive Signals
- Awarded under full and open competition, indicating a robust bidding process.
- Rehabilitation addresses critical infrastructure, mitigating future failure risks.
- Firm Fixed Price contract provides cost certainty if scope remains stable.
Sector Analysis
This contract falls within the heavy civil construction sector, specifically related to water and sewer infrastructure. Spending in this sector is often driven by the need to maintain and upgrade aging public works and critical resource management facilities.
Small Business Impact
The data indicates no specific small business participation in this contract (sb: false). For large infrastructure projects, agencies often aim to include small businesses through subcontracting opportunities, which does not appear to be explicitly detailed here.
Oversight & Accountability
The Bureau of Reclamation, under the Department of the Interior, is responsible for this project. Oversight would involve monitoring contract performance, adherence to specifications, and financial management throughout the project's extensive duration.
Related Government Programs
- Water and Sewer Line and Related Structures Construction
- Department of the Interior Contracting
- Bureau of Reclamation Programs
Risk Flags
- Long contract duration increases risk exposure.
- Potential for unforeseen conditions in rehabilitation projects.
- Lack of explicit small business participation.
- Firm Fixed Price may not accommodate significant scope changes efficiently.
Tags
water-and-sewer-line-and-related-structu, department-of-the-interior, wa, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $34.1 million to HARTMAN-WALSH PAINTING COMPANY. JOHN W. KEYS III PUMP-GENERATING PLANT DISCHARGE TUBE COATING-LINING REHABILITATION
Who is the contractor on this award?
The obligated recipient is HARTMAN-WALSH PAINTING COMPANY.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Reclamation).
What is the total obligated amount?
The obligated amount is $34.1 million.
What is the period of performance?
Start: 2020-09-01. End: 2026-09-10.
What is the estimated cost per linear foot or per unit of work for the discharge tube rehabilitation, and how does it compare to industry benchmarks?
The provided data does not detail the specific scope of work or unit costs for the discharge tube rehabilitation. A precise per-unit cost benchmark is not available without further breakdown of the contract's line items. However, the total contract value of $34.1 million suggests a significant investment per unit, typical for large-scale, specialized infrastructure rehabilitation projects.
What are the primary risks associated with a 2200-day firm-fixed-price contract for rehabilitation, and what mitigation strategies are in place?
The primary risks include potential cost escalation due to inflation over the long duration, unforeseen site conditions requiring change orders, and contractor performance issues. Mitigation strategies typically involve robust contract language, contingency planning, detailed site investigations prior to award, and active project management and oversight by the agency to address issues promptly.
How will the effectiveness of the rehabilitation be measured to ensure long-term performance and prevent future failures of the discharge tubes?
Effectiveness will likely be measured through rigorous testing and inspection protocols during and after rehabilitation, including hydrostatic testing, material analysis, and non-destructive testing. Long-term performance will be monitored through the plant's operational data, regular inspections, and adherence to warranty provisions specified in the contract.
Industry Classification
NAICS: Construction › Utility System Construction › Water and Sewer Line and Related Structures Construction
Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTY › MAINT, ALTER, REPAIR BUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: 140R1020R0003
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Parent Company: Hartman-Walsh Corp
Address: 7144 N MARKET ST, SAINT LOUIS, MO, 63133
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $34,249,531
Exercised Options: $34,109,131
Current Obligation: $34,109,131
Actual Outlays: $28,207,661
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2020-09-01
Current End Date: 2026-09-10
Potential End Date: 2026-09-10 00:00:00
Last Modified: 2026-02-17
More Contracts from Hartman-Walsh Painting Company
- Grand Coulee DAM Left&right Powerplants G1-G18 Penstock Lining Rehabilitation — $20.1M (Department of the Interior)
- TAS::96 3135TAS Recoveryproject#::140568::rp# Rehab Tainter Gates AT FT Gibson and John Redmond Arra — $15.4M (Department of Defense)
- Upper NV Penstock Recoating — $5.5M (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)