Central Southern Construction Corp. awarded $8.2M for North Carolina highway repairs, including slide and culvert work

Contract Overview

Contract Amount: $8,221,300 ($8.2M)

Contractor: Central Southern Construction Corp.

Awarding Agency: Department of Transportation

Start Date: 2025-05-27

End Date: 2026-07-07

Contract Duration: 406 days

Daily Burn Rate: $20.3K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: PROJECT NC ERFO NP BLRI 2024-1(5) THE PROJECT CONSISTS OF SLIDE REPAIRS, CULVERT REPLACEMENT, STONE MASONRY HEADWALL REPAIR, PAVEMENT RECONSTRUCTION, PAVEMENT MARKINGS AND OTHER MISCELLANEOUS WORK.

Place of Performance

Location: MARION, MCDOWELL County, NORTH CAROLINA, 28752

State: North Carolina Government Spending

Plain-Language Summary

Department of Transportation obligated $8.2 million to CENTRAL SOUTHERN CONSTRUCTION CORP. for work described as: PROJECT NC ERFO NP BLRI 2024-1(5) THE PROJECT CONSISTS OF SLIDE REPAIRS, CULVERT REPLACEMENT, STONE MASONRY HEADWALL REPAIR, PAVEMENT RECONSTRUCTION, PAVEMENT MARKINGS AND OTHER MISCELLANEOUS WORK. Key points: 1. The contract focuses on essential infrastructure maintenance, addressing critical repairs like slide stabilization and culvert replacement. 2. The project's scope includes pavement reconstruction and marking, aiming to improve road safety and longevity. 3. The firm-fixed-price contract type suggests a defined cost structure, potentially limiting contractor risk and budget overruns. 4. The duration of 406 days indicates a substantial project timeline, requiring careful project management. 5. The contract is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) vehicle, suggesting potential for future task orders. 6. The project is located in North Carolina, benefiting the state's transportation network.

Value Assessment

Rating: good

The contract value of $8.2 million for highway, street, and bridge construction appears reasonable given the scope of work, which includes slide repairs, culvert replacement, and pavement reconstruction. Benchmarking against similar infrastructure projects of this scale would provide a more precise value assessment. The firm-fixed-price structure helps control costs, but the absence of detailed cost breakdowns makes a granular value-for-money assessment challenging without further data.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which indicates that while full and open competition was intended, certain sources were excluded. This suggests a potentially limited competitive landscape compared to unrestricted full and open competition. The specific reasons for excluding sources would be critical to understanding the true level of competition and its impact on pricing and innovation.

Taxpayer Impact: A limited competition may result in less aggressive pricing for taxpayers compared to a scenario with broader participation from all qualified vendors.

Public Impact

Residents and commuters in North Carolina will benefit from improved road safety and reduced travel disruptions due to infrastructure repairs. The project will deliver critical repairs to highway infrastructure, enhancing the durability and functionality of the state's road network. The geographic impact is concentrated within North Carolina, specifically along the affected highway segments. The project is expected to create or sustain jobs in the construction sector within the region.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the Highway, Street, and Bridge Construction sector, a significant segment of the broader construction industry. This sector is characterized by large-scale projects often funded by government entities to maintain and expand transportation networks. Spending in this area is crucial for economic activity and public safety. Comparable spending benchmarks would typically involve analyzing other federal or state DOT projects for similar types of repairs and scale.

Small Business Impact

The data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract. This suggests that the prime contractor, Central Southern Construction Corp., is likely a larger entity. There is no explicit information on subcontracting plans for small businesses, which would be a key area to monitor for their inclusion in the project's execution.

Oversight & Accountability

Oversight for this contract would typically be managed by the Federal Highway Administration (FHWA), a division of the Department of Transportation. Accountability measures are inherent in the firm-fixed-price contract type, which obligates the contractor to complete the work within the agreed-upon price. Transparency would be facilitated through contract award notices and potentially through public reporting on project progress, though specific oversight mechanisms like regular site inspections or progress reports are standard but not detailed here.

Related Government Programs

Risk Flags

Tags

construction, highway-street-and-bridge, department-of-transportation, federal-highway-administration, north-carolina, firm-fixed-price, delivery-order, limited-competition, infrastructure, road-repair

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $8.2 million to CENTRAL SOUTHERN CONSTRUCTION CORP.. PROJECT NC ERFO NP BLRI 2024-1(5) THE PROJECT CONSISTS OF SLIDE REPAIRS, CULVERT REPLACEMENT, STONE MASONRY HEADWALL REPAIR, PAVEMENT RECONSTRUCTION, PAVEMENT MARKINGS AND OTHER MISCELLANEOUS WORK.

Who is the contractor on this award?

The obligated recipient is CENTRAL SOUTHERN CONSTRUCTION CORP..

Which agency awarded this contract?

Awarding agency: Department of Transportation (Federal Highway Administration).

What is the total obligated amount?

The obligated amount is $8.2 million.

What is the period of performance?

Start: 2025-05-27. End: 2026-07-07.

What is the track record of Central Southern Construction Corp. on similar federal highway repair contracts?

A review of Central Southern Construction Corp.'s past performance on federal contracts, particularly those involving slide repairs, culvert replacements, and pavement reconstruction, would be essential. Analyzing their history with the Department of Transportation and other agencies can reveal their ability to manage projects of this scope and complexity, adhere to schedules, and maintain quality standards. Examining past contract awards, completion records, and any reported disputes or performance issues would provide critical insights into their reliability and expertise in executing similar infrastructure projects.

How does the awarded amount compare to the estimated cost or other bids for this project?

Without access to the bid tabulation or the government's cost estimate for this specific project, a direct comparison is difficult. However, the contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' implying that multiple bids were likely received, but some potential bidders were excluded. Analyzing the number of bids received and the variance between them, if available, would indicate the level of price competition. Comparing the final award amount to industry benchmarks for similar repair work in North Carolina could also provide a sense of value, though specific project conditions can significantly influence costs.

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

Key risks for this contract include potential delays due to unforeseen site conditions (e.g., unstable soil, underground utilities), weather impacts on construction schedules, and fluctuations in material costs, especially given the project's 406-day duration. Mitigation strategies likely involve detailed site investigations prior to award, robust project management by the FHWA, contingency planning within the contract, and the firm-fixed-price structure which places some cost risk on the contractor. The exclusion of certain sources might also introduce risks if it limits the pool of experienced contractors capable of handling specific challenges.

What is the expected impact of these repairs on traffic flow and safety in the short and long term?

In the short term, the repairs will likely cause temporary traffic disruptions, including lane closures and detours, as work progresses. However, these are necessary to address immediate safety concerns related to slides and deteriorating pavement. In the long term, the project is expected to significantly improve traffic flow by creating smoother, more reliable pavement, enhancing visibility with new markings, and crucially, stabilizing potential slide areas that pose a direct safety hazard. Reduced maintenance needs and fewer unexpected closures due to infrastructure failure are also anticipated long-term benefits.

How does this contract fit into the broader context of federal highway infrastructure spending in North Carolina?

This $8.2 million contract represents a specific investment in maintaining and improving critical highway infrastructure within North Carolina. It aligns with the Federal Highway Administration's mission to ensure the safety and efficiency of the nation's roads. Such projects are often funded through federal-aid highway programs, potentially augmented by initiatives like the Infrastructure Investment and Jobs Act. The contract's value should be considered alongside other federal awards for highway, bridge, and transit projects in the state to understand the overall federal contribution to North Carolina's transportation network.

Industry Classification

NAICS: ConstructionHighway, Street, and Bridge ConstructionHighway, Street, and Bridge Construction

Product/Service Code: CONSTRUCT OF STRUCTURES/FACILITIESCONSTRUCTION OF BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Solicitation ID: 693C7325R000059

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2410 HARPER ST, JACKSONVILLE, FL, 32204

Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, HUBZone Firm, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $8,221,300

Exercised Options: $8,221,300

Current Obligation: $8,221,300

Actual Outlays: $2,620,771

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 693C7320D000015

IDV Type: IDC

Timeline

Start Date: 2025-05-27

Current End Date: 2026-07-07

Potential End Date: 2026-07-07 00:00:00

Last Modified: 2026-01-02

More Contracts from Central Southern Construction Corp.

View all Central Southern Construction Corp. federal contracts →

Other Department of Transportation Contracts

View all Department of Transportation contracts →

Explore Related Government Spending