North Charleston, SC - Mulberry and Powerhouse Pump Station Upgrades (20240394.00.WK)

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.
You need to register or login to view files and more project information.

Status

Accepting Bids

Prebid Date 5/29/25 10:00am
Bid Date 6/12/25 2:00pm

Company & Contacts

WK Dickson & Co., LLC.
Nan Lee  

Location

North Charleston, SC

For information regarding this project please contact:

Nan Lee

nlee@wkdickson.com

W.K. Dickson LLC

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.

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 shall 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.