DOT awards $4.3M for North Carolina highway repairs to Central Southern Construction Corp

Contract Overview

Contract Amount: $4,309,500 ($4.3M)

Contractor: Central Southern Construction Corp.

Awarding Agency: Department of Transportation

Start Date: 2025-07-01

End Date: 2026-06-16

Contract Duration: 350 days

Daily Burn Rate: $12.3K/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(6) THE PROJECT CONSISTS OF SLIDE REPAIRS, GUARDRAIL REPLACEMENT, REPLACEMENT AND/OR CLEANING OF CULVERTS, 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 $4.3 million to CENTRAL SOUTHERN CONSTRUCTION CORP. for work described as: PROJECT NC ERFO NP BLRI 2024-1(6) THE PROJECT CONSISTS OF SLIDE REPAIRS, GUARDRAIL REPLACEMENT, REPLACEMENT AND/OR CLEANING OF CULVERTS, PAVEMENT RECONSTRUCTION, PAVEMENT MARKINGS AND OTHER MISCELLANEOUS WORK. Key points: 1. Contract focuses on essential infrastructure maintenance including slide repairs and pavement reconstruction. 2. The project is a delivery order under a larger indefinite-delivery/indefinite-quantity (IDIQ) contract. 3. Competition was full and open after exclusion of sources, indicating a broad but potentially specific search. 4. The contract type is Firm Fixed Price, which shifts cost risk to the contractor. 5. Project duration is 350 days, suggesting a focused scope of work. 6. The award is for North Carolina, indicating a specific geographic focus for infrastructure improvements.

Value Assessment

Rating: good

The contract value of $4.3 million for highway repairs appears reasonable given the scope of work, which includes slide repairs, guardrail replacement, culvert work, and pavement reconstruction. Benchmarking against similar Federal Highway Administration (FHWA) projects in North Carolina would provide a more precise value-for-money assessment. The firm-fixed-price structure is standard for this type of construction and helps control costs.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under 'full and open competition after exclusion of sources.' This suggests that while the competition was broad, certain sources may have been excluded based on specific criteria, possibly related to pre-qualification or prior performance on the parent IDIQ contract. The exact number of bidders is not provided, but the 'full and open' designation implies multiple interested parties were considered.

Taxpayer Impact: This competitive approach aims to ensure that the government receives the best possible pricing and quality by allowing a wide range of qualified contractors to bid, ultimately benefiting taxpayers through cost efficiency.

Public Impact

Residents and commuters in North Carolina will benefit from improved road safety and reduced travel disruptions. Services delivered include critical infrastructure repairs to maintain the integrity of the highway system. The geographic impact is concentrated in North Carolina, specifically within the area covered by the project. Workforce implications include job creation for construction workers and related support personnel during the project's duration.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the Highway, Street, and Bridge Construction sector, a significant segment of the broader construction industry. Federal spending in this area is crucial for maintaining the national transportation network. Comparable spending benchmarks would involve analyzing other FHWA contracts for similar repair and reconstruction projects across different states, considering regional cost variations and project complexity.

Small Business Impact

The data indicates that small business participation (ss: false, sb: false) was not a specific set-aside for this particular delivery order. However, the prime contractor, Central Southern Construction Corp., may engage small businesses as subcontractors. Further analysis of subcontracting plans would be needed to assess the impact on the small business ecosystem.

Oversight & Accountability

Oversight for this contract is likely managed by the Federal Highway Administration (FHWA) contracting officers and project managers. Accountability measures are embedded in the firm-fixed-price contract terms and performance requirements. Transparency is facilitated through public contract databases, though detailed project-specific oversight reports may not be publicly available unless an Inspector General investigation is initiated.

Related Government Programs

Risk Flags

Tags

construction, highway-infrastructure, department-of-transportation, federal-highway-administration, north-carolina, firm-fixed-price, delivery-order, full-and-open-competition, infrastructure-maintenance, road-repair

Frequently Asked Questions

What is this federal contract paying for?

Department of Transportation awarded $4.3 million to CENTRAL SOUTHERN CONSTRUCTION CORP.. PROJECT NC ERFO NP BLRI 2024-1(6) THE PROJECT CONSISTS OF SLIDE REPAIRS, GUARDRAIL REPLACEMENT, REPLACEMENT AND/OR CLEANING OF CULVERTS, 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 $4.3 million.

What is the period of performance?

Start: 2025-07-01. End: 2026-06-16.

What is the track record of Central Southern Construction Corp. with the Department of Transportation and similar infrastructure projects?

Central Southern Construction Corp. has a history of performing construction work, including infrastructure projects. A detailed review of their past performance with the Department of Transportation (DOT) and specifically the Federal Highway Administration (FHWA) would be necessary to assess their reliability, quality of work, and adherence to schedules and budgets on similar projects. This would involve examining contract histories, past performance evaluations, and any documented disputes or claims. Understanding their experience with slide repairs, guardrail replacement, and pavement reconstruction is particularly relevant for this specific contract.

How does the $4.3 million award compare to the average cost of similar highway repair projects in North Carolina?

To benchmark the $4.3 million award, one would need to compare it against the average cost of similar highway repair projects in North Carolina undertaken by the state's Department of Transportation or other federal agencies. Factors such as project scope (e.g., linear feet of repairs, square footage of pavement, complexity of slide stabilization), material costs, labor rates, and the specific year of the contract award would need to be normalized. Without access to a comprehensive database of comparable North Carolina projects, a precise comparison is difficult, but the value appears within a reasonable range for substantial infrastructure work.

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

The primary risks for this contract include unforeseen geological conditions during slide repairs, potential weather delays impacting the 350-day schedule, and material cost fluctuations. Mitigation strategies are likely embedded within the contract's firm-fixed-price structure, which shifts cost overrun risk to the contractor. The 'full and open competition after exclusion of sources' may also imply pre-qualification steps that reduce contractor-related risks. The contract's duration and specific scope should also help manage risk by defining clear deliverables and timelines.

What is the expected effectiveness of these repairs in improving highway safety and longevity in North Carolina?

The repairs, including slide stabilization, guardrail replacement, culvert maintenance, and pavement reconstruction, are expected to significantly improve highway safety and longevity. Stabilizing slides prevents potential road collapses and hazards. New guardrails enhance vehicle containment. Functional culverts ensure proper drainage, preventing subsurface damage and erosion. Pavement reconstruction addresses surface integrity, improving ride quality and reducing wear and tear. Collectively, these measures should enhance the overall resilience and safety of the affected highway sections for an extended period.

What has been the historical spending pattern for similar highway repair and maintenance contracts by the Federal Highway Administration in North Carolina?

Historical spending patterns for similar highway repair and maintenance contracts by the FHWA in North Carolina would reveal the typical scale and frequency of such awards. Analyzing past contracts would show the average value of delivery orders under IDIQ vehicles, the number of contractors frequently awarded work, and the types of repairs most commonly funded. This data helps establish a baseline for current spending and identify any significant deviations or trends in federal investment in North Carolina's highway infrastructure.

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: 693C7325R000062

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: $4,309,500

Exercised Options: $4,309,500

Current Obligation: $4,309,500

Actual Outlays: $652,489

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: 2025-07-01

Current End Date: 2026-06-16

Potential End Date: 2026-06-16 00:00:00

Last Modified: 2026-01-13

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