SLED Opportunity · SOUTH CAROLINA · COUNTY OF DORCHESTER, SC
AI Summary
Dorchester County seeks bids for the Pump Station 11 Rehabilitation Project located in North Charleston, SC. This IFB provides necessary background for qualified firms to submit proposals.
Dorchester County (the County) invites qualified firms to submit bids for the Pump Station 11 Rehabilitation Project. Pump station is located at 6739 Bent Creek Drive, North Charleston, SC 29420.
This Invitation for Bids (IFB) document provides background and general information for Respondents and should be used in the development of bids.
Please see attached Addendum No. 1, including all attachments.
Questions 38 and 39 were not included in Addendum No. 4; however, they were answered online on March 24, 2026, and are incorporated into this solicitation.
Please see attached Addendum No. 2. The only changes are extensions of the deadline for questions and the bid opening date. Please use the See What Changed link to view all the changes made by this addendum.
Please see attached Addendum No. 3, including all attachments. Electronic bid table has been revised.
Addendum 4 includes answers to Questions 40 and 41, and Unit Pricing Bid Table has been updated.
Any bid over $25,000 must be accompanied by a bid bond acceptable to the County. Bid bonds must be issued by a corporate surety registered and authorized to do business in the State of South Carolina. Bid bonds shall be payable to the County, shall be for at least five (5%) percent of the total amount of the bid, and shall serve as a guarantee deposit that the bid will be carried out to the complete satisfaction of the County. In lieu of a bond, Bidder may submit a certified check or cashier’s check in aforesaid amount payable in U.S. funds. Faxed bid bonds will not be acceptable.
Nonperformance by the successful Bidder, or its failure to execute the Contract and meet performance and payment bond requirements and insurance requirements within Five (5) Business Days after issuance of Notice of Award, shall result in its bid security being forfeited as liquidated damages, and the Notice of Award and Contract will be rescinded and awarded to another Bidder. Withdrawal of a bid after the opening date and time but prior to final award after the opening date, may also result in forfeiture of bid security.
Bid security will be returned to all bidders after the successful Bidder has executed the Contract and delivered all required bonds and insurance certificates and endorsements. Bidders will not be entitled to any interest earnings on returned funds, and in the case of bid security by check, such will be returned to bidder.
The successful Bidder shall provide performance and payment bonds, in a form satisfactory to the County, in the following amounts:
| Payment Bond: | 100% of the total amount of the Contract. |
| Performance Bond: | 100% of the total amount of the Contract. |
The aforesaid payment and performance bonds must be issued by a corporate surety, registered and authorized to do business in South Carolina, and must be counter-signed by a licensed, authorized South Carolina agent.
Attorneys-in-fact who sign bid bonds or performance bonds must file with each bond a certified and effective, dated copy of their power of attorney.
By clicking below, Offeror acknowledges that downloadable forms must be accessed through this section on the website. They are not accessible from an exported document.
Please download the below documents, complete, and upload.
Please include the following information:
If applicable, please download the below documents, complete, and upload. If subcontractors will not be used for this solicitation, please skip this question.
By submitting a response to this solicitation, the Bidder/Offeror certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of South Carolina Code of Laws and agree to provide to the State upon request any documentation required to establish either; (a) that Title 8, Chapter 14 is inapplicable to the Bidder/Offeror and its subcontractors or sub-subcontractors; or (b) that the Bidder/Offeror and its subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14.
Pursuant to Section 8-14-60, “A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and, upon conviction, must be fined within the discretion of the Court or imprisoned for not more than five years, or both.”
Bidder/Offeror agrees to include in any contracts with subcontractors, language requiring subcontractors to (a) comply with applicable requirements of Title 8, Chapter 14, and (b) include in its contracts with the sub-contractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14.
By submitting a response to this solicitation, the Offeror certifies, represents, and affirms that:
1. Non-Collusion
The Offeror’s response is genuine and not collusive or sham; the Offeror has not colluded, conspired, or agreed with any other vendor, supplier, contractor, or person to fix prices, restrict competition, or otherwise undermine the competitive procurement process. The Offeror has not induced or solicited any other firm to submit a false or non-competitive response.
2. Independent Pricing
The prices, terms, and conditions contained in this response have been determined independently and without consultation, communication, or agreement with any other Offeror or competitor for the purpose of restricting competition.
3. Authority to Bind
The individual submitting this response certifies that they are authorized to bind the Offeror to the representations, certifications, and contractual obligations contained in this submission.
4. Compliance with Laws
The Offeror certifies compliance with all applicable federal, state, and local laws, ordinances, and regulations, including antitrust laws and procurement integrity requirements.
5. No Conflict of Interest
The Offeror certifies that no employee, officer, or agent of the County has a financial or other interest in the Offeror’s firm that would constitute a conflict of interest under applicable ethics laws or County policy.
6. Debarment and Suspension
The Offeror certifies that it is not debarred, suspended, or otherwise ineligible to participate in public procurement by any federal, state, or local governmental entity.
7. Truthfulness of Submission
The Offeror certifies that all information provided in its response is true, accurate, and complete to the best of its knowledge.
Dorchester County requires compliance with State and Federal regulations governing Equal Employment Opportunity, External Equal Opportunities (EO), External On-the-Job Training (OJT), Title VI & VII, and the Americans with Disabilities Act (ADA) programs.
Sub-recipients of federal-aid contracts must include notifications in all solicitations for bids of work or material and agreements subject to Title VI of the Civil Rights Act of 1964 and other nondiscrimination authorities. Sub-recipients, contractors and subcontractors may not discriminate in their employment practices or in the selection and retention of any subcontractor.
By submitting a response to this solicitation, the Contractor/Vendor hereby certifies its commitment to assure nondiscrimination in its programs and activities to the effect that no person shall on the grounds of race, color, national origin, sex, age, disability or income status be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination or retaliation under any federally or non-federally funded program or activity administered by the sub-recipient and/or its contractors.
Please upload your bid bond here.
Enter the name of the location of the project.
Example: The Hills
Please enter the address of the location for your project.
Example: 1 Meadowbrook Street, Mount Pleasant, SC 29464
Insert information regarding the importance or significance of this solicitation to the County.
Select the types of insurance required for your project.
Q (DIP Lining): Good afternoon, Could you please confirm that Permox-CTF ductile iron lining will be accepted as an equal to the specified "Permashield 431 by Tnemec" for DI pipe and fittings?
A: Yes, Permox-CTF ductile iron lining is accepted as an equal to the specified "Permashield 431 by Tnemec" for DI pipe and fitting.
Q (Bid bond form): Will a standard bid bond form suffice?
A: Yes.
Q (Engineer's estimate / Budget cost): What is the Engineer's estimate / Budget cost?
A: This information is not available.
Q (SBEs / DBEs): Please confirm if there are any SBEs/DBEs requirements
A: There are no SBE/DBE requirements for this project.
Q (No subject): Can you confirm the discharge piping size?
A: The new discharge piping shall be 8 inches in diameter.
Q (No subject): Scope calls for electrical and generator pad, can you provide size and reinforcement details. S-17 doesn't show a pad.
A: Generator's concrete pad dimensions shall be 12’x6, and the concrete pad for the electrical panel shall be 14’ x 8’. Location of both pads shall be field adjusted. Concrete pad detail will be included in addendum.
Q (No subject): Can you provide specifications for the generator?
A: Generator specifications will be provided in addendum.
Q (No subject): Can you confirm wet well dimensions?
A: Diameter = 10 feet; depth = 26.47 feet
Q (Odor Control sizing): In regard to the Wager Model 1800 Vertical Odor Control that is called out in plans. The rep for Wager said this model is way too small for this pump station and wouldn't do what is supposed to do and we would need to jump up in size. Wager Rep contact: Steve Carter 908-804-4029. Please advise.
A: Based on the average daily flow and the measured concentration of hydrogen sulfide in the wetwell, the specified vertical odor control will suffice.
Q (Wet Well Coating): Would the owner consider Quadex Structure Guard an approved epoxy coating for wet wells? Quadex® Structure Guard® is a 100% solids, high-build epoxy coating that provides both long-term corrosion protection and structural enhancement for critical wastewater infrastructure. This includes manholes, pump stations, treatment plants, and any other facilities that experience high levels of corrosion and abrasion. Whether in municipal or industrial applications, Structure Guard is formulated to withstand the most aggressive and turbulent environments, ensuring that your infrastructure remains reliable and effective. https://vortexinfrastructure-my.sharepoint.com/:f:/g/personal/zwalter_vortexcompanies_com/IgBN3gPtSCrkQ5PZTq64KsjcAQuoHDve-yaXsINRZox42Yk?e=r8IdLT
A: No.
Q (Generator): Is the new generator for this project to be owner supplied?
A: No.
Q (Pipe Coating): Would Sherwin Williams Macropoxy 646 be acceptable for the ductile iron pipe coatings located for both inside the wet well and above ground?
A: No.
Q (Concrete Pad and Hatch): Is the concrete top for the wet well to be replaced along with the hatch? Or should contractors look to cut out the existing concrete top area around the wet well just large enough for the new hatch to be installed and reuse the existing concrete slab for the new above ground piping?
A: Yes, the existing concrete top slab and access hatches will need to be replaced. Drawings are included in Addendum No. 3.
Q (New Haliday Hatch): Should the new hatch from have H20 loading capacity? Should the new hatch be series F flood tight? Should the new hatch have series X retro grating?
A: The new access hatches (with safety grating) shall be H20 loading capacity. Flood-tight hatches are not required.
Q (SCADA): Contractor is to re-use the existing RTU panel on site correct? DCWS will do their own SCADA programming for this project correct? Will the contractor need anything from Dorsett regarding the SCADA work on this project?
A: Yes, Contractor shall reuse the Dorsett RTU Panel and be responsible for all proper wiring and connections. The County will program and provide the Input/Output (I/O) list.
Q (Wet Well Coatings): It will not be possible to accurately identify how much area of the wet well has infiltration on it before the bid. Would the owner consider excluding the cost for the wet well coating work from bid line item # 1 and have the cost of that work on separate line items in a unit cost per SF format for both the chemical grout and the Raven 405?
A: Delete the removal and installation of Raven 405 Epoxy from bid line item #1. Add silt fencing, gravel entrance, and grassing to bid line item #1. The unit cost per square foot for both chemical grout and Raven 405 Epoxy has been added. Electronic bid table has been revised.
Q (New Fence): The new fence for the pump station will have only one 20ft double door gate correct? No other pedestrian gates correct?
A: The new fence shall have a 20-foot-wide double swing gate and a 3-foot-wide access gate. See attached drawings in Addendum No. 3.
Q (Piping Diagram ): The plans provided shows a piping diagram for a duplex pump station. The station in question is a triplex. Can plans be provided to show the piping assembly for a (3) pump system? We are not able to send our material requests until this diagram is provide. Pending the date the diagram is released is possible to push the bid date back to allow time for suppliers to provide proposals?
A: See attached drawings in Addendum No. 3.
Q (Bypass Pumping): Is the existing 6” bypass connection able to be used during construction? If not, should the contractor anticipate installing a new bypass connection? Can daily/hourly flow rates be provided so that contractor can get the appropriately sized bypass pumps.
A: Yes, the 6-inch bypass connection can be used during construction. The average daily flow at the lift station is approximately 0.5 MGD.
Q (Bypass Pumping ): Do the bypass pumps need to be monitored in person? Or will an auto-dialer be sufficient? Do either of the bypass pumps need to be critically silenced?
A: The bypass pumps need to be critically silenced with an auto-dialer. Contractor shall monitor during construction.
Q (Fencing): Does the existing site fencing need to be removed, replaced, or modified? If so, can a site layout diagram of the proposed replacement/modifications and specifications be provided?
A: The existing chain link fence will be removed and replaced with new fencing (see DCWS detail). The drawing that shows the new fencing layout is attached.
Q (Owner Supplied Equipment): Is there any owner supplied equipment on this project?
A: No.
Q (Flow data): Can we get the most recent flow data from the system and do you know what the TDH is of the FM?
A: The pumps are operating around 520 gpm at 23 feet (TDH). Based on the pump start-up drawdown report (dated May 6, 2015), the flow rate was 825 gpm with the TDH of 79 feet.
Q (Electrical Service): Will general contractor be responsible for any power company fees?
A: Yes.
Q (Discharge Header): Can a drawing be provided to show a triplex header discharge configuration?
A: Yes. See attached drawings in Addendum No. 3.
Q (Existing Concrete Slabs.): Will all top slab & electrical pad be required to be removed?
A: Yes. See attached drawings in Addendum No. 3.
Q (Bypass Pumping): Can you provide current flow & TPH rates for bypass pumping requirements? Will existing Bypass connection on force main handle current flow? Will bypass system be required to be quite type?
A: The pumps are operating around 520 gpm at 23 feet (TDH). Given the flow and size of the bypass connection on the force main, the velocity meets the scouring requirements for the pipe. Yes, the bypass system needs to include a critically silenced enclosure.
Q (Existing Bypass Suction & Discharge): Will existing bypass suction in wet well & existing Discharge on FM be required to be deleted with new piping configuration?
A: Yes. See attached drawings.
Q (Wet Well Coating): Existing Wet Well has been coated in the past. Will all existing coating be required to be removed before new coating is installed? Will new piping in wet well be required to be coated?
A: Yes, the existing coating must be removed before applying the new one. The new piping in the wet well will also need to be coated.
Q (Fencing): Can you provide a layout of new fencing with sizes and layout of gates?
A: Yes. See attached drawings in Addendum No. 3.
Q (Statement of Qualifications): Is this a requirement as a part of the bid process or is this requested of the winning bidder?
A: This is a requirement for all bidders.
Q (Requirements): Are there any AIS or BABBA requirements?
A: No. However, Dorchester County requires all materials to be made in the US.
Q (Generator Location): Will the owner provide a site layout plan showing the location of the proposed generator?
A: Yes. See attached drawings in Addendum No. 3.
Q (Pipe diameter of pump discharge piping): Can you please clarify the pipe diameters of the pump discharge piping?
A: The new discharge piping is an 8-inch diameter. See attached drawings in Addendum No. 3.
Q (DIP Lining): Will Protecto 401 be accepted for the lining of DIP?
A: No.
Q (Electrical Layout): Can a plan view drawing be created to show the location of the new electrical rack, the new generator, and where they will sit in proximity to the wet well.
A: Yes. See attached drawings in Addendum No. 3.
Q (Electrical): What is the amperage required for the pump station?
A: Total FLA = 132; 480V.
Q (Bypass Pumping): What is the top elevation of the receiving manhole as well as the invert elevation?
A: Receiving manhole rim elevation of 17.81 with the invert elevation of 4.81 (manhole depth of 13 feet).
Q (Wet Well Epoxy Substitutions): We would like to request approval to use Sherwin Williams Dura-Plate 6100 as a substitution for the specified manhole liner material for the above mentioned project. It offers excellent chemical resistance, surface tolerance, and long term durability, making it a suitable alternative for manhole rehabilitation and protection applications. https://industrial.sherwin-williams.com/na/us/en/protective-marine/catalog/product/products-by-industry.11543396/dura-plate-6100.9752910.html
A: No.
Q (Wet Well Coatings - Chemical Grout Injection): Can the bid item unit cost for chemical grout injection be per Gallon? This would be more accurate to calculate than per SF.
A: Yes. Delete the unit "per sq. ft" for chemical grout line item and replace with the unit "per Gallon."
Q (Bypass Pumping): Are there any material requirements for the bypass discharge piping?
A: For the bypass discharge piping, there are no special material requirements beyond standard temporary bypass piping. PVC or HDPE is acceptable as long as it can handle the required flow and pressure for the bypass setup.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.