stats-bars users calendar arrow-right location facebook twitter linkedin2 home file-pdf
  • Home
  • Contact
  • Online Bill Pay
  • Home
  • Contact
  • Online Bill Pay
MENUMENU
  • Home
  • Customer Service
    • Customer Service Contacts
    • Start Services
    • Freedom of Information Act
    • Online Bill Pay
  • Development
    • Doing Business with Us
    • Capital Projects
    • Schedule an Inspection
    • Design Specifications
    • Development Design Detail
  • Purchasing
    • Doing Business with Us
    • Current Bid Opportunities
      • Invitations to Bid
      • Request for Proposals
      • Request for Qualifications
      • Future Bid Openings
  • Employment
    • Job Opportunities
    • Employment Application
    • Summer Intern Job Opportunities
    • Summary of Rights
    • Employee Benefits
    • FAQ
  • Fats,Oils and Grease
    • What is FOG
    • Environmental Education
    • Food Service Establishments
    • Homeowners and Residents
    • Other Businesses
  • Industrial Pretreatment
    • What is Industrial Pretreatment
    • Industrial Users
    • Breweries and Distilleries
    • Dental Regulations
    • Resources
  • Financials
    • Annual Budget Report
    • Annual Comprehensive Financial Report
  • About Us
    • Who We Are
    • Strategic Plan
    • Commission
  • Contact

Purchasing

  • Doing Business with Us
  • Current Bid Opportunities
    • Invitations to Bid
    • Request for Proposals
    • Request for Qualifications
    • Future Bid Openings

Current Bid Opportunities

Last updated: 6/26/2025

Invitations to Bid

Project

Mulberry and Powerhouse Pump Station Upgrades Project

PROJECT: Mulberry and Powerhouse Pump Station Upgrades
Hazard Mitigation Grant Program (HMGP) #4492-0008
FEMA #DR-4492-SC
North Charleston Sewer District Located in
North Charleston, Charleston County, South Carolina

OWNER: North Charleston Sewer District
PO Box 63009
7225 Stall Road
North Charleston, SC 29419

This project is being funded in whole or in part by funding provided by programs of the Federal Emergency Management Agency (FEMA). Contractor shall at all times comply with all applicable FEMA regulations, policies, procedures, and directives, including without limitation those listed directly or by reference, as they may be amended or promulgated from time to time during the term of the Contract. Contractor’s failure to comply shall constitute a material breach of the Contract.

All contractors and subcontractors are required to be registered in the federal System for Award Management (SAM) and may not be debarred from doing business with the federal government. Respondents on this work will be required to comply with all applicable federal regulations.

A non-mandatory pre-bid meeting will be held Thursday, May 29, 2025, at10:00 am at the District Headquarters, 7225 Stall Road, North Charleston, SC 29406.

RECEIPT OF BIDS:
North Charleston Sewer District seeks separate sealed bids from qualified Contractors licensed in the State of South Carolina that are fully insured and bondable. Bids will be received until 2:00p.m., June 12, 2025, at the office of North Charleston Sewer District at 7225 Stall Road in North Charleston and publicly opened and read aloud immediately thereafter.

PROJECT DESCRIPTION:
The Mulberry and Powerhouse Pump Stations are being upgraded with the intent of replacing aged equipment, adding standby generators, and installation of new electrical equipment, controls, and generator on new raised platforms to flood-proof the pump stations. The project will include construction of the raised concrete platform, installation of Owner-provided generators, pump controls, and electrical equipment. Owner-provided new or refurbished pumps will be installed in each station. New stainless-steel piping will be installed in each station, each wet well will be thoroughly cleaned and the Mulberry Pump Station wet well will be structurally rehabilitated. Site improvements will include asphalt paving and new fencing at the Powerhouse Pump Station.

DOCUMENT EXAMINATION:
Bidding documents will be on file for inspection in the office of the engineer, W.K. Dickson & Co., LLC, An Ardurra Company, at 4105 Faber Place Drive, Suite 410, North Charleston, South Carolina, 29405.

DOCUMENTS AVAILABLE:
Plans, Specifications, and Contract Documents are available for purchase on and after May 15, 2025, by going to Plan Room at www.wkdickson/planroom.com and registering as a Vendor. Please note that only registered plan holders may bid as a General Contractor.

ELIGIBILITY:
To be eligible for consideration, bids must comply with the laws of South Carolina, all conditions of the specifications, and must be made on the form provided, enclosed in an opaque sealed envelope bearing the name and license number of the bidder and marked: “Mulberry and Powerhouse Pump Station Upgrades”

SECURITY:
Each bid must be accompanied by a bid guarantee of five Percent (5 %) of the base bid, which must be a bid bond, issued by a bonding company licensed to do business in South Carolina that is on the approved list of the Treasury of the United States. The successful bidder will be required to furnish Performance, and Payment Bonds each in the full amount of the contract sum, issued by a bonding company licensed to do business in South Carolina, and on the approved list of the Treasury of the United States.

OWNER’S RIGHTS:
The Owner, North Charleston Sewer District, reserves the right to reject any, and all bids and
award the job in the best interest of the Owner. No bid shall be withdrawn for a period of ninety
(90) days from the opening of the bid.

The Owner hereby notifies all Bidders that it will affirmatively ensure that in any Contract entered into pursuant to this advertisement will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an Award. The Owner is an Equal Opportunity Employer. Any Contract that uses federal funds to pay for construction work is a “federally assisted construction contract” and must include the equal opportunity clause found in 2 C.F.R. Part 200, unless otherwise stated in 41 C.F.R. Part 60, and encourages all small and minority owned firms and women’s business enterprises to participate. No Bidder may withdraw his/her Bid within (90) days after the actual date of the opening thereof.

The Copeland “Anti-Kickback” Act is also applicable, which prohibits workers on construction projects from giving up wages that they are owed. The Contractor must not appear on the SAM.gov disbarment list.

A detailed listing of all Subcontractors shall be provided by the Bidder. In accordance with the Contract Documents, documentation that the prospective General Contractor and its Subcontractors meet minimum qualifications shall be provided and submitted. Subcontractors must also not appear on the SAM.gov disbarment list. Mark-ups on Subcontractor work or Cost-Plus Overhead will be disallowed for reimbursement.

Bidders must comply with the President’s Executive Order No. 11246, as amended, which prohibits discrimination in employment regarding race, creed, color, sex, or national origin.

The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91 596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91 54), or latest revisions.

All Equipment/Manufacturer “Or-Equal” Qualification Packages, per the Instructions to Bidders Document 00 21 13, must be submitted at least ten days prior to the advertised bid date.

The Owner reserves the right to reject any or all bids and to waive informalities and technicalities.
Bids opened June 12, 2025 were:

BIDDER BID
Triad Engineering and Contracting $1,351,450.50
Bishop & Sons Plumbing & Piping, Inc $1,435,700
MJL, Inc $2,015,705
Bohicket Construction $2,077,587
Project

Sunnyside Pump Station Replacement Project

The North Charleston Sewer District is seeking combined sealed bids from qualified Contractors licensed
in the State of South Carolina to replace their existing Sunnyside Pump Station. This project will involve the upgrade of a duplex pump station known as Sunnyside Pump Station Replacement. This project involves the installation of a new 1.7 MGD pump station adjacent to the existing Sunnyside Pump Station. The project will involve some gravity sewer replacement, installation of a manhole, a new wet well, new pumps, header piping, electrical equipment, bypass pumping, and site improvements. A non-mandatory pre-bid conference will be held on May 6, 2025, at 1:30 p.m. at the Sunnyside Pump Station located at 2228 Sunnyside Ave, North Charleston, SC 29403. Bids will be received until 2:00 p.m. May 29, 2025, at the office of North Charleston Sewer District at 7225 Stall Road in North Charleston and publicly opened and read aloud immediately thereafter. All documents related to this project may be obtained here North Charleston Sewer District reserves the right to reject any and all bids.
Addendum 1.
Addendum 2.
Addendum 3.
Bids opened May 29, 2025 were:

BIDDER BID Adder 1 Adder 2
Bishop & Sons Plumbing & Piping, Inc $1,617,000
$138,000 $95,000
Triad Engineering and Contracting $1,862,300
$202,000 $178,000
MJL, Inc $2,604,858 $56,200 $76,800
Project

Roof Replacement Sludge Thickener Bldg Project

North Charleston Sewer District is seeking to replace the existing roof covering on the Sludge Thickener Building at the Felix C. Davis Wastewater Treatment Plant, 1000 Herbert Street. The goal of this project is to remove and replace the existing mineral surfaced roll (MRS) roof covering and roof insulation with a new Thermoplastic Polyolefin Roof (TPO) over new roof insulation. Additionally, the existing roof drains and cast iron conductor piping and insulation will be removed and replaced with new cast irons piping and insulation.

There is a mandatory pre-bid meeting at 10:00 AM on April 7, 2025 at the Felix C. Davis Wastewater Treatment Plant, 1000 Herbert Street. This meeting will include an opportunity to view the existing roof covering and the interior of the Sludge Thickener Building. Attendance at this meeting is a prerequisite to submitting a bid.

Bids will be received at the North Charleston Sewer District Administrative offices at 7225 Stall Road until 9:00AM, May 1, 2025, at which time all bids received will be publicly opened and read aloud.
Contract documents related to this project may be obtained here. Plans documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all bids.
Addendum 1.
Addendum 2.
Bids opened May 1, 2025 were:

BIDDER BID
Tecta America Carolinas, LLC $318,653
AAR of North Carolina $378,700
Land Roofing Company $423,800
Heritage Roofing Company, Inc $433,085
Southern Roofing Services, Inc $479,620
WxTite, LLC $481,096
Bone Dry Roofing $575,769
Awarded to Tecta America Carolinas, LLC on May 12, 2025
Project

Turkey Creek Pump Station Upgrade Project

The North Charleston Sewer District is accepting Bids from qualified licensed Contractors to upgrade their Turkey Creek Pump Station. This project will involve the upgrade of this regional pump station, including: influent channel and wetwell partial rehabilitation, valve and suction/header, piping replacements, painting/aesthetic improvements, ventilation, electrical improvements, and
plumbing improvements. Site improvements include new pavement and a new fence. The project will also include bypass pumping and other appurtenant activities. A non-mandatory pre-bid conference will be held on April 9, 2025 at 1:30 p.m. at the pump station site located at 1900 Hawthorn Drive, North Charleston, SC 29406. Bids will be received until 2:00 p.m. May 1, 2025, at the office of North Charleston Sewer District at 7225 Stall Road in North Charleston and publicly opened and read aloud immediately thereafter. Contract documents related to this project may be obtained here. Plans documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all bids.
Addendum 1.
Addendum 2.
Bids opened May 1, 2025 were:

BIDDER BID
Bohicket Construction LLC $2,560,095
Triad Engineering and Contracting $4,604,200
Awarded to Bohicket Construction LLC on May 12, 2025
Project

WWTP Felix C Davis HVAC Project

The North Charleston Sewer District is accepting Bids from qualified licensed Contractors to install two new dedicated outside air units (DOAUs) to the existing HVAC system at our Felix C. Davis WWTP Administration Building, located at 1000 Herbert St, North Charleston, SC 29405. The project is an HVAC renovation to existing administration building, adding two DOAUs and associated distribution ductwork. The existing structure shall be supplemented structurally, and electrical systems shall be modified to accommodate the new units as indicated in the documents. A non-mandatory pre-bid conference will be held on April 8, 2025, at 1:30 p.m., in the Felix C. Davis WWTP Administration Building training room at 1000 Herbert St, North Charleston, SC 29405. Bids will be received until 2:00 p.m. April 22, 2025, at the office of North Charleston Sewer District at 7225 Stall Road in North Charleston and publicly opened and read aloud immediately thereafter. Contract documents related to this project may be obtained here. Plans documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all bids.
Addendum 1.
Bids opened April 22, 2025 were:

BIDDER BID
Hoyt’s Heating & A/C, Inc $220,650
WB Guimarin $303,497
Triad Mechanical Contractors $330,000
Awarded to Hoyt’s Heating & A/C, Inc on May 12, 2025
Project

Construction Turkey Creek PS Upgrade (Valve Procurement) CIP# 2451000

The North Charleston Sewer District has budgeted funds to replace station valving as part of the overall Turkey Creek Pump Station upgrade. This project is needed for the procurement of:

• Three (3) 24” Extended Service Knife Gate Valves valves,
• Three (3) 20” Rubber Flapper Swing Check Valves
• Three (3) 20” Full Port Eccentric Plug Valves

Bids will be accepted until 2:00 PM, September 18, 2024, at which time all bids received will be publicly opened and read aloud at the NCSD Administrative Offices, 7225 Stall Road, North Charleston. All documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all bids.

Addendum 1.
Bids opened September 18, 2024 were:

BIDDER BID
Carotek $103,749
Fortiline Waterworks $115,048.41
Seacoast Supply $116,539.53
Core & Main $118,374.02
CAASI $142,101.41
Project

Construction Popperdam PS Upgrade (Valve Procurement) #2450000

The North Charleston Sewer District has budgeted funds to replace station valving as part of the overall Popperdam Pump Station upgrade. This project is needed for the procurement of:

• Four (4) 16” Rubber Flapper Swing Check Valves
• Eight (8) 16” Full Port Eccentric Plug Valves
• Two (2) 6” Full Port Eccentric Plug Valves

Bids will be accepted until 2:00 PM, September 3, 2024, at which time all bids received will be publicly opened and read aloud at the NCSD Administrative Offices, 7225 Stall Road, North Charleston. All documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all bids.
Bids opened September 3, 2024 were:

BIDDER BID
Seacoast Supply $99,717.56
Fortiline Waterworks $107,840.24
Core & Main $115,278.40
Awarded to Seacoast Supply on September 9, 2024

Request for Proposals


Project

Uniform Services RFP

The North Charleston Sewer District (District) is now accepting Proposals from qualified firms interested in providing Employee Uniform services. Submission of Responses will be extended until 2:00 PM on July 8, 2025, at which time all respondents to this request will be publicly identified at the District Administrative Offices, 7225 Stall Road, North Charleston. No information will be released other than the name of the respondents at the opening. All documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all offers.
Addendum 1.
Addendum 2.

Project

Felix C. Davis WWTP Aeration Improvements Project RFP

The North Charleston Sewer District is accepting Request for Proposals (RFPs) from contractors interested in the opportunity to submit a proposal based on the following Scope of Work.
1. The Work to be performed under this Contract includes, but is not limited to, constructing the Work described below and all appurtenances related to the Work. The Work shall be as follows:
a) Replace existing blowers with pre-selected multistage centrifugal blowers.
b) Replace existing air distribution piping, diffusers, and control valves.
c) Replace existing MV electrical gear, channel mixing and instrumentation equipment.
d) Implement structural repairs in the aeration tanks.
2. Using the CMAR Phase I Preconstruction Scope of Services:
a) The Proposer must recommend revisions to the minimum Scope of Work as outlined in the Agreement, that the Proposer feels would be advantageous to NCSD. This will include any additional subcontractor services that the Proposer would recommend. An estimate of the associated costs for any recommended revisions will be required. In addition, the Proposer must submit a schedule of preconstruction tasks and activities to occur within a 9-month timeframe from NTP that corresponds with the proposed revised Preconstruction Scope of Work.
b) A detailed narrative of the proposed services, meetings and interactions will be required in the CMAR Contractor’s proposed Scope of Work. The Proposer must identify methods and approaches that will be used to promote collaboration between the CMAR Contractor, the Engineer and NCSD. Information regarding the CMAR Contractor’s project management software available to the Engineer and NCSD to increase efficiency for management and exchange of contract documents will be required. The Proposer must describe the approach that will be used to develop the GMPs, along with the appropriate levels and types of contingencies recommended. The Proposer will be asked to address the level of design completion required for various contingency options.
3. Design and Constructability Reviews
Design and constructability review comments on the Preliminary Design Package will be required. At a minimum, design and constructability comments shall focus on management of risk, minimizing interference and disruption of plant operations, cost savings, and safety. The selected Proposer will be required to provide design and constructability reviews to help the design team incorporate efficient construction details. This initial information submitted by the Proposers will be used to develop an opinion of the Proposer’s capability in this category.
4. Value Engineering
Based on the project information provided in the Preliminary Design Package, the Proposer will be asked to describe “Value Engineering” ideas involving materials, manufacturers, and design details which, if accepted by the NCSD, would result in the delivery of an equal or better facility.
As an important element of the preconstruction scope of work, the selected Proposer will be required to provide value engineering ideas to reduce costs and / or improve schedule. This initial value engineering information submitted by the Proposers will be used to develop an opinion of the Proposer’s capability in this category.
5. Construction Scheduling
Based on the project information provided in the Preliminary Design Package, the Proposer will be required to develop a recommended construction schedule for the Project. This must include a detailed narrative describing the key factors and assumptions used in developing the construction timelines and sequence. Current construction sequence information will be provided to the Proposers. The recommended schedule shall be efficient and achievable, but not so aggressive to require a cost premium.
As an important element of the preconstruction scope of work, the selected Proposer will be required to develop construction schedules. This initial scheduling information submitted by the Proposers will be used to develop an opinion regarding the Proposer’s scheduling methods and formats used for developing and presenting project construction schedules during the preconstruction phase.
6. Construction Cost Estimating
The Proposer shall provide an opinion of the estimated total cost of the Project as represented in the Preliminary Design Package using the provided construction cost estimate summary form.
This construction cost estimate shall be developed incorporating the Proposer’s best judgment and recommendations regarding a project schedule and recommended construction phase project staffing requirements. Proposers will be required to incorporate provided predetermined cost values of certain allowances and equipment in the submitted cost estimate.
As an important element of the preconstruction scope of work, the selected Proposer will be required to develop construction cost estimates. This initial cost estimating information submitted by the Proposers will be used to develop an opinion of the Proposer’s estimating methods, assumptions, and formats used for developing and presenting estimates. This information will also serve as a means to compare the Proposers’ estimates with the Engineer’s preliminary construction cost opinion and NCSD’s budget. The Proposers will be encouraged to provide genuine cost information and cautioned against submitting unrealistically low construction cost estimates as an effort to obtain a more favorable rating from the Evaluation Committee.
Award of this project will be made to the offeror whose proposal is determined in writing to be the most advantageous to the District using the evaluation factors set forth in the RFP documents. This project will be funded by a loan from the State Revolving Fund, therefore all offers must comply with all applicable state and federal requirements identified in the RFP.
Submissions will be accepted until March 17th, 2025, at 2:00PM EST, at which time all respondents to this request will be publicly identified at the NCSD Administrative Offices, 7225 Stall Road, North Charleston. No information will be released other than the name of the respondents at the opening.
Submissions may be:
Mailed to: Purchasing Department, North Charleston Sewer District, PO Box 63009, North Charleston, South Carolina 29419 (MAIL IS ONLY PICKED UP FROM THE US POSTAL SERVICE ON MONDAYS AND THURSDAYS AROUND 10:30 A.M. (EXCLUDING WEEKENDS AND HOLIDAYS))
OR
Hand delivered to: Purchasing Department, North Charleston Sewer District, 7225 Stall Road, North Charleston, South Carolina 29406.
Addendum No. 1 – 20250207.

Addendum No. 2 – 20250225.

Addendum No. 3 – 20250312.

Proposals received March 17, 2025, were:

OFFEROR
Ruby Collins
Harper GC
Garney
Awarded to Harper GC on May 12, 2025

Request for Qualifications

Project

Collection System Odor and Corrosion Control Study RFQu

The North Charleston Sewer District is seeking to retain professional engineering services for the study and evaluation of existing odor and corrosion control practices utilized by NCSD and is seeking odor and corrosion control recommendations for our largest thirteen (13) pump station locations which range in average daily flows from .5 MGD to approximately 12 MGD dependent upon location. Responses will be accepted until 2:00 PM on February 13, 2025, at which time all respondents to this request will be publicly identified at the NCSD Administrative Offices, 7225 Stall Road, North Charleston. No information will be released other than the name of the respondents at the opening. All documents related to this project may be obtained here. North Charleston Sewer District reserves the right to reject any and all offers.
Supplemental Material – 2006 Odor Control Report
Addendum 1.
Addendum 2.

Proposals received February 13, 2025, were:

OFFEROR
Weston & Sampson
Hazen and Sawyer
WK Dickson
Awarded to Weston & Sampson on April 14, 2025


Future Bid Openings

Contact Us

Phone
843-764-3072

Address
7225 Stall Road, Bldg C
North Charleston, SC 29406
Location map

Office Hours
Mon-Fri: 7:00am – 4:00pm

Email
Purchasing@ncsd.sc.gov

Administrative Offices

North Charleston Sewer District
7225 Stall Road
North Charleston, SC 29406

Location map

OFFICE HOURS

Mon-Thu: 7am – 4pm

Phone

Office & Emergency (24 x 7)
843-764-3072

FAX

Admin Fax 843-764-2659
Human Resources Fax 843-574-3242
Accounting Fax 843-764-2651

Mailing Address

North Charleston Sewer District
P.O. Box 63009
North Charleston, SC 29419-3009

© 2025 North Charleston Sewer District. All rights reserved | Design Credit | Privacy Policy


Website by Rocquett Websites