DOT awards $3.45M for Eisenhower and Snell Lock shotcrete repair, emphasizing full and open competition

Contract Overview

Contract Amount: $3,454,500 ($3.5M)

Contractor: Patterson Stevens Inc

Awarding Agency: Department of Transportation

Start Date: 2024-11-21

End Date: 2026-03-17

Contract Duration: 481 days

Daily Burn Rate: $7.2K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 3

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: EISENHOWER AND SNELL LOCK SHOTCRETE REPAIR

Place of Performance

Location: MASSENA, SAINT LAWRENCE County, NEW YORK, 13662

State: New York Government Spending

Plain-Language Summary

Department of Transportation obligated $3.5 million to PATTERSON STEVENS INC for work described as: EISENHOWER AND SNELL LOCK SHOTCRETE REPAIR Key points: 1. Contract value appears reasonable given the scope of concrete repair work. 2. Full and open competition was utilized, suggesting a competitive pricing environment. 3. The contract duration of 481 days allows for phased execution and quality control. 4. Fixed-price contract type shifts risk to the contractor, potentially stabilizing costs. 5. The contractor, Patterson Stevens Inc., has experience in construction and repair services. 6. This repair is critical for maintaining the operational integrity of the locks.

Value Assessment

Rating: good

The contract value of $3.45 million for shotcrete repair at the Eisenhower and Snell Locks seems aligned with the scope of work for critical infrastructure maintenance. While specific benchmarks for lock repair are not readily available, the fixed-price nature of the contract provides cost certainty. The number of bidders (3) suggests a moderate level of competition, which typically leads to fair pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

This contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating that while full and open competition was intended, certain sources were excluded prior to solicitation. Three bids were received, suggesting a moderate level of competition. The exclusion of sources might limit the pool of potential bidders, potentially impacting the ultimate price competitiveness.

Taxpayer Impact: The use of full and open competition, even with exclusions, generally benefits taxpayers by encouraging multiple firms to bid, driving down prices. However, the exclusion of specific sources warrants further scrutiny to ensure it did not unduly restrict competition and lead to higher costs.

Public Impact

The primary beneficiaries are the users of the Saint Lawrence Seaway, including commercial shipping companies and industries relying on efficient waterborne transport. The services delivered include essential structural repairs to the Eisenhower and Snell Locks, ensuring their continued functionality. The geographic impact is localized to the Saint Lawrence Seaway in New York, but the economic impact extends to regional and national trade. The contract supports skilled labor in the construction and concrete repair trades.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the construction and heavy civil engineering sector, specifically focusing on infrastructure repair. The market for specialized concrete repair services for large-scale public works like locks and dams is competitive but requires significant expertise and bonding capacity. Comparable spending benchmarks for similar lock and dam repair projects can vary widely based on scale, complexity, and location, but this $3.45 million award appears to be within a typical range for significant structural rehabilitation.

Small Business Impact

The data indicates this contract was not specifically set aside for small businesses, and the prime contractor, Patterson Stevens 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 focus was on securing the most qualified bidder through full and open competition, rather than prioritizing small business participation at the prime contract level.

Oversight & Accountability

Oversight for this contract will likely be managed by the Saint Lawrence Seaway Development Corporation (SLSDC), a subsidiary of the Department of Transportation. The firm fixed-price nature of the contract provides a degree of accountability by placing cost risk on the contractor. Transparency is expected through contract award notices and performance reporting. The Inspector General of the Department of Transportation may have jurisdiction for audits and investigations if any irregularities are suspected.

Related Government Programs

Risk Flags

Tags

construction, infrastructure, transportation, saint-lawrence-seaway, department-of-transportation, firm-fixed-price, full-and-open-competition, new-york, patterson-stevens-inc, lock-repair, shotcrete

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $3.5 million to PATTERSON STEVENS INC. EISENHOWER AND SNELL LOCK SHOTCRETE REPAIR

Who is the contractor on this award?

The obligated recipient is PATTERSON STEVENS INC.

Which agency awarded this contract?

Awarding agency: Department of Transportation (Saint Lawrence Seaway Development Corporation).

What is the total obligated amount?

The obligated amount is $3.5 million.

What is the period of performance?

Start: 2024-11-21. End: 2026-03-17.

What is the track record of Patterson Stevens Inc. in performing similar large-scale concrete repair projects for federal agencies?

Patterson Stevens Inc. has a documented history of performing construction and repair services. While specific details on their experience with shotcrete repair on locks and dams for federal agencies are not provided in this data snippet, their general construction background suggests they possess the foundational capabilities. Further investigation into their past performance on similar projects, including client feedback and project complexity, would be necessary to fully assess their suitability and track record for this specific contract. Reviewing federal procurement databases for past awards and performance evaluations would provide a more comprehensive understanding of their capabilities and reliability in executing critical infrastructure repairs.

How does the awarded amount of $3.45 million compare to the estimated cost or historical spending for similar lock repair projects?

Direct comparison of the $3.45 million award to similar lock repair projects is challenging without specific project details and market data. However, the award falls within a reasonable range for significant structural repairs on major infrastructure like locks. Factors influencing cost include the extent of damage, the type of concrete repair needed (shotcrete in this case), accessibility, and the overall complexity of the project. Historical spending on the Saint Lawrence Seaway system or similar Army Corps of Engineers projects could provide a benchmark, but variations in scope, inflation, and specific repair techniques mean direct comparisons should be made cautiously. The fixed-price nature of this contract suggests the government has secured a defined cost for the specified work.

What are the primary risks associated with this shotcrete repair contract, and how are they being mitigated?

The primary risks include potential unforeseen structural issues discovered during the repair process, which could lead to cost overruns or schedule delays, despite the fixed-price contract. Weather-related disruptions are also a significant risk given the nature of outdoor infrastructure work. Mitigation strategies include the firm fixed-price contract, which shifts financial risk to the contractor, and the contract duration of 481 days, which allows for scheduling flexibility. The selection of a contractor with relevant experience (Patterson Stevens Inc.) also serves as a risk mitigation factor. Detailed inspection and planning prior to and during the repair are crucial for identifying and addressing unforeseen issues.

What is the expected impact of this repair on the operational capacity and efficiency of the Eisenhower and Snell Locks?

This shotcrete repair is critical for maintaining the structural integrity and operational capacity of the Eisenhower and Snell Locks. By addressing deteriorating concrete, the repairs will prevent further damage, ensure the locks can continue to operate safely and efficiently, and avoid potential service disruptions. This directly supports the primary function of the locks in facilitating navigation and commerce on the Saint Lawrence Seaway. The successful completion of this project is expected to enhance the reliability and longevity of this vital piece of infrastructure, thereby supporting the economic activity dependent on the waterway.

How does the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' procurement method affect price discovery and taxpayer value?

The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' method aims to balance the benefits of broad competition with specific procurement needs. By initially soliciting from all responsible sources but then potentially excluding certain ones based on defined criteria (e.g., past performance, technical capability, or specific security requirements), the government seeks to ensure that only qualified and capable contractors participate. While this can lead to a competitive environment among the remaining bidders, the exclusion of sources could theoretically limit the number of offers received, potentially impacting the downward pressure on prices compared to a truly unrestricted full and open competition. The key for taxpayer value lies in ensuring the exclusion criteria are justified, transparent, and do not unduly stifle competition, thereby securing a fair market price.

Industry Classification

NAICS: ConstructionFoundation, Structure, and Building Exterior ContractorsPoured Concrete Foundation and Structure Contractors

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

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: TWO STEP

Solicitation ID: 6923G524Q1528

Offers Received: 3

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 400 SAWYER AVE, TONAWANDA, NY, 14150

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,454,500

Exercised Options: $3,454,500

Current Obligation: $3,454,500

Actual Outlays: $432,945

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2024-11-21

Current End Date: 2026-03-17

Potential End Date: 2026-03-17 00:00:00

Last Modified: 2026-03-10

More Contracts from Patterson Stevens Inc

View all Patterson Stevens Inc federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending