Interior's $13.7M Wastewater Treatment Plant Contract Awarded to JMG Constructors LLC
Contract Overview
Contract Amount: $13,658,654 ($13.7M)
Contractor: JMG Constructors LLC
Awarding Agency: Department of the Interior
Start Date: 2023-09-19
End Date: 2026-01-30
Contract Duration: 864 days
Daily Burn Rate: $15.8K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 2
Pricing Type: FIRM FIXED PRICE
Sector: Construction
Official Description: SEKI 317446, REHAB ASH MTN & BUCKEYE WWTP
Place of Performance
Location: THREE RIVERS, TULARE County, CALIFORNIA, 93271
Plain-Language Summary
Department of the Interior obligated $13.7 million to JMG CONSTRUCTORS LLC for work described as: SEKI 317446, REHAB ASH MTN & BUCKEYE WWTP Key points: 1. Contract awarded for critical wastewater treatment plant upgrades in SEKI. 2. JMG Constructors LLC secured the definitive contract. 3. The project falls under Water and Sewer Line and Related Structures Construction. 4. Spending is within the typical range for similar infrastructure projects.
Value Assessment
Rating: good
The contract value of $13.7 million appears reasonable for a project of this scope, involving significant construction and rehabilitation of wastewater treatment facilities. Benchmarking against similar NPS infrastructure projects suggests competitive pricing.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating a robust price discovery process. This method generally leads to more competitive pricing and better value for taxpayers.
Taxpayer Impact: The competitive bidding process is expected to ensure taxpayer funds are used efficiently for essential infrastructure improvements.
Public Impact
Enhances water quality and public health in the SEKI region. Supports the National Park Service's environmental stewardship goals. Creates local construction jobs and stimulates economic activity.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns due to unforeseen site conditions.
- Schedule delays impacting park operations or visitor access.
Positive Signals
- Addresses critical infrastructure needs for long-term sustainability.
- Utilizes a competitive procurement process for value.
- Supports national park infrastructure modernization.
Sector Analysis
This contract falls within the Construction sector, specifically related to heavy civil infrastructure. Spending benchmarks for water and sewer line construction vary widely based on project complexity, location, and scale, but this award appears aligned with typical project costs.
Small Business Impact
The contract was awarded to JMG Constructors LLC, and there is no indication of specific provisions or set-asides for small businesses in the provided data. Further analysis would be needed to determine the extent of small business participation.
Oversight & Accountability
The Department of the Interior, through the National Park Service, is responsible for oversight. The definitive contract structure with a fixed price suggests clear accountability for project delivery and cost.
Related Government Programs
- Water and Sewer Line and Related Structures Construction
- Department of the Interior Contracting
- National Park Service Programs
Risk Flags
- Potential for unforeseen site conditions impacting cost and schedule.
- Environmental risks associated with construction in a park setting.
- Coordination challenges with ongoing park operations.
- Dependency on contractor's specialized expertise for complex rehabilitation.
Tags
water-and-sewer-line-and-related-structu, department-of-the-interior, ca, definitive-contract, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $13.7 million to JMG CONSTRUCTORS LLC. SEKI 317446, REHAB ASH MTN & BUCKEYE WWTP
Who is the contractor on this award?
The obligated recipient is JMG CONSTRUCTORS LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (National Park Service).
What is the total obligated amount?
The obligated amount is $13.7 million.
What is the period of performance?
Start: 2023-09-19. End: 2026-01-30.
What are the specific performance metrics and quality assurance measures in place to ensure the successful rehabilitation of the wastewater treatment facilities?
The contract likely includes detailed specifications and performance standards for the rehabilitation work. Quality assurance would typically involve regular site inspections, material testing, and progress reviews by NPS engineers to ensure compliance with the contract requirements and industry best practices for wastewater treatment infrastructure.
What is the potential environmental impact during the construction phase, and what mitigation strategies are included in the contract?
Construction activities can pose risks such as soil erosion, water contamination, and noise pollution. The contract should outline specific mitigation measures, including sediment control plans, waste management protocols, and adherence to environmental regulations to minimize disruption to the park's ecosystem and surrounding environment.
How does the contract address potential schedule delays, and what are the penalties or incentives associated with meeting the project timeline?
The contract likely includes provisions for managing schedule delays, such as liquidated damages for late completion or mechanisms for time extensions due to approved reasons. Incentives for early completion might also be included, though less common in fixed-price contracts. The duration of 864 days suggests a significant project timeline.
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 NONBUILDINGS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Offers Received: 2
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 3910 NW LAKENESS RD, POULSBO, WA, 98370
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $13,658,654
Exercised Options: $13,658,654
Current Obligation: $13,658,654
Actual Outlays: $13,631,164
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED
Cost or Pricing Data: NO
Timeline
Start Date: 2023-09-19
Current End Date: 2026-01-30
Potential End Date: 2026-01-30 00:00:00
Last Modified: 2025-12-22
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.)