Current Bid Opportunities
Last updated: 3/13/2025
Invitations to Bid
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 |
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 |
Request for Proposals
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.
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.
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