Planroom Options

Bidroom Homepage

Public Projects
Password Projects
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
Seabrook Island Utility Commission - WWTP Effluent Storage and Pumping Improvements (CWSRF #727-02) (20200025.00.CH)

The work will consist of construction of a new integrated Intermediate/Effluent Pump Station and expansion of the existing Effluent Holding Pond as follows:

Division I
1. One integrated, cast-in-place concrete structure with internal wall, including two separate wet wells, pumping equipment, piping and accessories for an Intermediate Pump Station and Effluent Pump Station. Intermediate Pump Station equipment will include four constant speed submersible pumps, and Effluent Pump Station equipment will include three vertical turbine pumps with variable frequency drives.

2. One pre-manufactured concrete modular building for enclosure of pump control panels and SCADA telemetry.

3. All related yard piping, process piping, instrumentation, electrical equipment and wiring, and site improvements.


Division II
1. Modify and raise the existing earthen dikes in the Effluent Holding Pond, including piping and accessories.

2. Demolition of existing Effluent Pump Station, including structure, equipment, piping and accessories.

3. All related yard piping, process piping, fencing and site improvements.

This project is being funded by a loan from the State Revolving Fund (SRF) and bidders must comply with all applicable state and federal requirements identified in the bid documents, including Davis-Bacon and “American Iron and Steel” provisions.

            

 

    

Contact:   Nancy Lee
PreBid Date:   06/15/2021 10:00 AM EST
PreBid Info:   A non-mandatory pre-bid meeting will be conducted at the Seabrook Island Utility Commission WWTP located at 2902A Seabrook Island Road, Johns Island, SC 29455. Contact the Owner for a gate pass (Tommy West, 843.768.0102, twest@siuc.org).

Company:   W. K. Dickson & Co. Inc.
Bid Date:   07/01/2021 02:00 PM EST
Bid Info:   Sealed bids will be received by Seabrook Island Utility Commission for construction of WWTP Effluent Storage and Pumping Improvements (CWSRF Project No. 727-02), at which time they will be publicly opened and read aloud at the Seabrook Island Town Hall, 2001 Seabrook Island Road, John’s Island, SC 29455.

Bids must be submitted on the complete project and must be enclosed in a sealed envelope, addressed to Seabrook Island Utility Commission, 2001 Seabrook Island Road, John’s Island, SC 29455. Outside of the envelope must be marked “WWTP Effluent Storage and Pumping Improvements (CWSRF Project No. 727-02), Division ____, or Divisions ______.” Envelope must also bear, on the outside, the name of the bidder, bidder’s address, and bidder’s license number. All bids must be made on blank forms provided and included in the bound document or as provided by Addendum prior to bid.

Project Location: Seabrook Island, SC

Public Notes:
For information regarding this project please contact:

Nancy Lee
W.K. Dickson & Co., Inc.
162 Seven Farms Drive, Suite 210, Charleston, SC 29492
Phone: 843-416-5560
Email: nlee@wkdickson.com

Each proposal shall be accompanied by a cash deposit or certified check, drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation, in an amount equal to not less than five percent of the proposal. In lieu thereof, the bidder may offer a bid bond of five percent of the bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company's Standard Bid Bond form, duly executed by the Bidder as principal and executed by a surety company licensed under the laws of South Carolina to execute such bonds and listed in the latest issue of U. S. Treasury Circular 570, conditioned that the surety will, upon demand, forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. Said deposit shall be retained by the Owner as liquidated damages in event of failure of the successful bidder to execute the contract within ten days after the award or to give satisfactory surety as required by law.

No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of 90 days.

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.



Job Purchase Information:
Bid Closed


Addenda