City of Beaufort Sealed Solicitation
Title: WASHINGTON STREET PARK PHASE 2
Deadline: 10/1/2025 3:00 PM (UTC-05:00) Eastern Time (US & Canada)
Status: Deadline Expired
Solicitation Number: IFB 2026-104
Description: The City of Beaufort is seeking bids from licensed and experienced contractors for the procurement and construction of Washington Street Park Phase 2, located at 1003 Washington Street, Beaufort SC.
Pre-Bid Meeting Date: 9/4/2025 2:00 PM
Pre-Bid Meeting Details: • Pre-Bid Meeting: September 4, 2025, 2:00 PM, Planning Department Conference Room
Documents:
Addition 1
Posted: 9/15/2025
Type of Addition: Addendum 1 EXTENSION DUE DATES
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 1: DATE EXTENSIONS
This Addendum No. 1 to IFB 2026-104 is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
• The due date for answers to pre-bid meeting questions is extended to Friday, September 19, 2025, at 4:00 PM.
• The due date for bid submissions is extended to Thursday, September 25, 2025, 2:00 PM.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Deadline: 9/25/2025 2:00 PM
Solicitation #: IFB 2026-104
Documents:
Addition 2
Posted: 9/15/2025
Type of Addition: Addendum 2 PRE-BID MEETING ATTENDANCE ROSTER
Overview: SEE ATTACHEMENT
Documents:
Addition 3
Posted: 9/17/2025
Type of Addition: Addendum 2 CITY OF BEAUFORT GENERAL TERMS & CONDITIONS
Overview: SEE DOCUMENT ATTACHED
Documents:
Addition 4
Posted: 9/19/2025
Type of Addition: Addendum 4 QUESTIONS & ANSWERS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 4: QUESTIONS & ANSWERS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
1. Is a bid bond required?
Yes, a bid bond equal to 10% of the total bid amount is required.
2. The scope of work calls for mural walls and the plans show “Future mural walls” but there are no details provided for the construction of the mural walls. Are these part of the Phase 2 project or will they be added at a later date. If they are part of the project can details be provided for their construction.
There is an allowance for the mural walls. A design will be developed and provided to the contractor as part of the allowance.
3. Play mounds are shown on the plans but the only details shown are for a play mound balance beam. Can more detail be provided for the play mounds such as size, height, materials to be used for the mounds themselves and the surface coverings.
Yes, see additional play mound details on Sheet C820.
4. What ground covering materials are to be used around the play mounds and toddler swing set?
The ground covering around the play mounds is sod and around the toddler swing set is wood chip mulch that is IPEMA-certified, meeting ASTM, ADA, & CPSC standards at federal, state, & local levels for playground safety. In addition, the toddler swing set will be bordered with an 8” rubber curb. See details on Sheet C820.
5. Is there a detail for how and where the water fountains are to be drained?
Yes, there is a Water Fountain Underdrain detail on Sheet C821.
6. Will BJWSA be involved in this phase of the project for the water connection to the existing water meter?
Yes. The water meter is past BJWSA’s point of demarcation, but brief coordination with BJWSA is expected from the contractor. The contractor is also expected to comply with BJWSA standards and backflow devise inspections.
7. Can PVC pipe be used instead of HDPE for the water service to the water fountains?
No, HDPE pipe must be used. All materials must meet BJWSA standards.
8. On the utility plan it calls for hollow core posts for the security camera. Is there a specification for these or are they being supplied and installed by a security contractor for the city?
No, there is no specification as the city will be responsible for supplying and installing the security camera post.
9. Who is responsible for the installation of the security camera system?
The city will be responsible for supplying and installing the security camera system.
10. Can details and specifications be provided for the security camera post weatherproof boxes and power requirements.
No, details and specifications are needed as city will be responsible for supplying and installing the security camera.
11. Is a new gate to be installed at the new heavy duty concrete driveway?
No, the existing double gate at Newcastle Street will be re-installed by phase 1 contractor.
12. Can clarification be provided for the pervious concrete sidewalk detail? It shows a 6” thick subbase but does not specify a material to be used. Is the thickness of the pervious concrete on the detail correct at 3-1/8” thick, typically the minimum thickness for this is 4”.
The pervious concrete sidewalk has a 4” subbase of washed #57 stone and is wrapped in non-woven geotextile fabric. The thickness of the pervious concrete is 6”. See detail on Sheet C821
13. There are multiple models and manufacturers for the benches shown on the drawings. Which manufacturer and model should be used for the single and double sided benches?
The single bench is a Kirby Built, Sterling, Model: 6’ Bench. The double-sided bench has been removed from the plans, and replaced with a double Kirby Built, Sterling, Model: 8’ Bench. See details on Sheet C820.
14. Can you please provide more information on the toddler swing set? Is there a particular manufacturer, model number, or style that is required?
The toddler swing is a Full Bucket Swing with Chains by Landscape Structures. See detail on Sheet C820. Color shall be selected by the city.
15. Can you please provide more information on the trellis panels? Are these supposed to be from a specific vendor, or do they need to be custom fabricated?
The planter is the Modern Fiberglass Rectangular Planter with Trellis by Planters Unlimited or approved equal. See detail Sheet C820.
16. Who is providing the security cameras? If the contractor is to provide, please provide product data. The city will be responsible for supplying and installing the security camera.
The city will be responsible for supplying and installing the security camera system.
17. Please provide a detail for the mural walls.
No details are available for the mural walls currently. An allowance has been made available for the mural walls, and a design will be available as construction is underway.
18. Please provide the product data for the bioretention cell media.
There is no bioretention cell media needed in Phase 2, as it will be installed in Phase 1.
19. Please provide a detail for the single and double entry gates.
There is no detail for the single and double entry gates as both existing gates are being re-installed.
20. Should the price for the “fence to be added” shown on sheet C200 be included in one of the gate line items?
Yes, the fence to be added is a separate line item on the bid tab. See revised bid tab.
21. What line item should the cost for the irrigation system be applied?
The cost for irrigation system should be applied to line item C. Landscape - C1.10.
22. Murals: The bid form has notations 2.03 & 2.04 (Mural details) however the Sheet C200 has notations that murals are ‘Future’. Additionally, there are no details for murals. Please advise if the murals are or are not to be priced in this bid.
No details are available for the mural walls currently. An allowance has been made available for the mural walls, and a design will be available as construction is underway.
If they are, please furnish additional plans/details.
See above
If not, please update bid sheet to remove these details.
See above
23. Planter with Trellis Panel: The Bid form has notation A3.03 (Trellis 4’x10’) – 6 each. However, Sheet C200 shows ‘Planter with Trellis Wall that is 30’L x 5’W but Sheet C822 shows a 48”L x 18”W planter with trellis. Please confirm which dimensions and location’s the ‘Planter w/ Trellis Panel’.
Each Planter is 84”L x 36”W x 36” H with a 48”H x 84”L Trellis Panel. See detail sheet C820.
24. Security Cameras: Sheet C400 shows generalized details for security cameras, however, are there any brand(s), model(s) that the City of Beaufort typically uses in other locations that are preferred? If so, please provide any additional detail available so we can make certain that future integration into existing monitoring system is smooth.
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for installing the double row of 2” SCH 80 pvc conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
25. RFI 5) The Bid Sheet states “ A4.01 – ¾ Inch Water Services w/ Associated Fittings for Drinking Fountains” however Plan C400 Shows approx. 180LF of 1” HDPE SDR11 Water Service line for this water fountain service.
Approximately 180 LF of 1” HDPE SDR11 with associated fittings with backflow device will service the water fountains.
26. 5.1) Please confirm which quantity is to be followed ….. plan quantity OR bid sheet quantity?
Bid sheet quantities shall be used.
27. 5.2) Please confirm which size of water service line to use – ¾” (Bid Sheet) or 1” (C400)? Approximately 180 LF of 1” HDPE SDR11 with associated fittings with backflow device will service the water fountains.
28. RFI 6) Sheet C400: Utility Plan Notes: #7 ‘CONTRACTOR SHALL COORDINATE ELECTRICAL SERVICE TO BUILDING WITH DOMINION ENERGY AND PROVIDE UNDERGROUND ELECTRICAL SERVICE CONDUITS AS APPLICABLE.
No power is required. See revised notes on sheet C400.
29. 6.1) Please provide Photometric Plan that clearly shows conduit locations OR provide an allowance to use.
No site lighting or photometric plans are required.
30. 6.2) There is not a location on the bid sheet to place any Lighting Conduit Costs. Advise what location on the bid sheet we are to place this cost.
See revised bid sheet.
31. 6.3) Provide confirmation of the type/size of conduit that is to be installed.
Contractor shall be responsible for providing and installing the double row of 2” SCH 80 PVC electrical conduit and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Security pole provided and installed by City security camera contractor. Contractor shall provide coordination with the City’s security camera contractor.
32. RFI 7) We respectfully request that General Conditions/Fee be broken into a separate line item in the bid sheet so that unit prices can be actual pricing items for the owner to review. Blending all general conditions costs into unit prices will drastically skew the bid.
Please provide bidding as shown in the bid tab.
33. For the Washington Street Park Phase 2 project for the 'playground amenities' section; do you all have a specific vendor you all would like to use.
See revised detail sheets with specific equipment vendors.
34. Do you have any specific toddler swing set and drinking fountain brand or color or style?
See revised detail sheets with specific equipment vendors.
35. Where can we place the NVR & POE Switch?
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for providing and installing the double row of 2” SCH 80 PVC conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
36. We can see trenching for fiber optic, do we have to provide the fiber or if it’s provided by others?
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for providing and installing the double row of 2” SCH 80 conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
37. Do we have to provide the power on the poles or do we need to provide a cell system for data?
No, the city will be responsible for supplying and installing the security camera system.
38. Do we have to provide solar kits to the pole?
No
39. RFI 8) There is now power/electrical plan with the current bid set. Need electrical details (where power is intended to originate and panel indications). Please provide a clear electrical plan that will service the security cameras.
Power is not required. The city will be responsible for supplying and installing the security camera system.
40. Please confirm if Builder’s Risk Insurance is to be included or excluded from the bid?
Builder’s risk insurance is not required.
41. There are 2 types of benches noted on this page C200 – Single Sided Bench (2 Each) & 5’x10’ Double Sided Bench (14 Each) – 16 total
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
42. Page C820 shows 2 different bench manufacturers & Both companies sell double sided & single sided benches.
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
43. Please confirm which we are to use as specified seating. Zano Stree Furniture Pluris OR Velopa Raya?
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
Documents:
Addition 5
Posted: 9/19/2025
Type of Addition: Addendum 5 REVIUSED PLANS SET
Overview: SEE ATTACHED
Documents:
Addition 6
Posted: 9/19/2025
Type of Addition: Addendum 6 REVISED BID FORM
Overview: SEE ATTACHED
Documents:
Addition 7
Posted: 9/24/2025
Type of Addition: Addendum 7 UPDATED BID FORM
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 7
UPDATED BID FORM
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
The bid form (Exhibit 7.1) has been updated with the following changes.
• Section D is removed. Line items D1.01, Small Mural Walls at Entrance and D1.02 Large Mural Wall are moved to the Site Amenities & Playground section A, line items A3.12 and A3.13.
• The 20% contingency has been removed.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents:
Addition 8
Posted: 9/24/2025
Type of Addition: Addendum 8 EXTENSION OF DUE DATE FOR BIDS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 8
EXTENSION OF DUE DATE FOR BIDS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
The due date for bids is extended to Wednesday, October 1, 2025, at 3:00 PM. A public bid opening will be held at City Hall, 1911 Boundary Street, 2nd Floor, Executive Conference Room #2.
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 292 679 671 319 1
Passcode: Zs9fD3H5
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents:
Addition 9
Posted: 9/26/2025
Type of Addition: Addendum 9 UPDATED BID FORM & ADDITION OF MURAL WALL PLANS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 9
UPDATED BID FORM & ADDITION OF MURAL WALL PLANS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the IFB not specifically mentioned in or affected by this addendum, shall remain unchanged.
• (Exhibit 9.1) See item numbers A3.12 and A3.13 for the mural walls bid amounts.
• (Exhibit 9.2) Mural Wall plan details.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents:
Posted: 9/15/2025
Type of Addition: Addendum 1 EXTENSION DUE DATES
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 1: DATE EXTENSIONS
This Addendum No. 1 to IFB 2026-104 is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
• The due date for answers to pre-bid meeting questions is extended to Friday, September 19, 2025, at 4:00 PM.
• The due date for bid submissions is extended to Thursday, September 25, 2025, 2:00 PM.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Deadline: 9/25/2025 2:00 PM
Solicitation #: IFB 2026-104
Documents:
Posted: 9/15/2025
Type of Addition: Addendum 2 PRE-BID MEETING ATTENDANCE ROSTER
Overview: SEE ATTACHEMENT
Documents:
Posted: 9/17/2025
Type of Addition: Addendum 2 CITY OF BEAUFORT GENERAL TERMS & CONDITIONS
Overview: SEE DOCUMENT ATTACHED
Documents:
Posted: 9/19/2025
Type of Addition: Addendum 4 QUESTIONS & ANSWERS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 4: QUESTIONS & ANSWERS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
1. Is a bid bond required?
Yes, a bid bond equal to 10% of the total bid amount is required.
2. The scope of work calls for mural walls and the plans show “Future mural walls” but there are no details provided for the construction of the mural walls. Are these part of the Phase 2 project or will they be added at a later date. If they are part of the project can details be provided for their construction.
There is an allowance for the mural walls. A design will be developed and provided to the contractor as part of the allowance.
3. Play mounds are shown on the plans but the only details shown are for a play mound balance beam. Can more detail be provided for the play mounds such as size, height, materials to be used for the mounds themselves and the surface coverings.
Yes, see additional play mound details on Sheet C820.
4. What ground covering materials are to be used around the play mounds and toddler swing set?
The ground covering around the play mounds is sod and around the toddler swing set is wood chip mulch that is IPEMA-certified, meeting ASTM, ADA, & CPSC standards at federal, state, & local levels for playground safety. In addition, the toddler swing set will be bordered with an 8” rubber curb. See details on Sheet C820.
5. Is there a detail for how and where the water fountains are to be drained?
Yes, there is a Water Fountain Underdrain detail on Sheet C821.
6. Will BJWSA be involved in this phase of the project for the water connection to the existing water meter?
Yes. The water meter is past BJWSA’s point of demarcation, but brief coordination with BJWSA is expected from the contractor. The contractor is also expected to comply with BJWSA standards and backflow devise inspections.
7. Can PVC pipe be used instead of HDPE for the water service to the water fountains?
No, HDPE pipe must be used. All materials must meet BJWSA standards.
8. On the utility plan it calls for hollow core posts for the security camera. Is there a specification for these or are they being supplied and installed by a security contractor for the city?
No, there is no specification as the city will be responsible for supplying and installing the security camera post.
9. Who is responsible for the installation of the security camera system?
The city will be responsible for supplying and installing the security camera system.
10. Can details and specifications be provided for the security camera post weatherproof boxes and power requirements.
No, details and specifications are needed as city will be responsible for supplying and installing the security camera.
11. Is a new gate to be installed at the new heavy duty concrete driveway?
No, the existing double gate at Newcastle Street will be re-installed by phase 1 contractor.
12. Can clarification be provided for the pervious concrete sidewalk detail? It shows a 6” thick subbase but does not specify a material to be used. Is the thickness of the pervious concrete on the detail correct at 3-1/8” thick, typically the minimum thickness for this is 4”.
The pervious concrete sidewalk has a 4” subbase of washed #57 stone and is wrapped in non-woven geotextile fabric. The thickness of the pervious concrete is 6”. See detail on Sheet C821
13. There are multiple models and manufacturers for the benches shown on the drawings. Which manufacturer and model should be used for the single and double sided benches?
The single bench is a Kirby Built, Sterling, Model: 6’ Bench. The double-sided bench has been removed from the plans, and replaced with a double Kirby Built, Sterling, Model: 8’ Bench. See details on Sheet C820.
14. Can you please provide more information on the toddler swing set? Is there a particular manufacturer, model number, or style that is required?
The toddler swing is a Full Bucket Swing with Chains by Landscape Structures. See detail on Sheet C820. Color shall be selected by the city.
15. Can you please provide more information on the trellis panels? Are these supposed to be from a specific vendor, or do they need to be custom fabricated?
The planter is the Modern Fiberglass Rectangular Planter with Trellis by Planters Unlimited or approved equal. See detail Sheet C820.
16. Who is providing the security cameras? If the contractor is to provide, please provide product data. The city will be responsible for supplying and installing the security camera.
The city will be responsible for supplying and installing the security camera system.
17. Please provide a detail for the mural walls.
No details are available for the mural walls currently. An allowance has been made available for the mural walls, and a design will be available as construction is underway.
18. Please provide the product data for the bioretention cell media.
There is no bioretention cell media needed in Phase 2, as it will be installed in Phase 1.
19. Please provide a detail for the single and double entry gates.
There is no detail for the single and double entry gates as both existing gates are being re-installed.
20. Should the price for the “fence to be added” shown on sheet C200 be included in one of the gate line items?
Yes, the fence to be added is a separate line item on the bid tab. See revised bid tab.
21. What line item should the cost for the irrigation system be applied?
The cost for irrigation system should be applied to line item C. Landscape - C1.10.
22. Murals: The bid form has notations 2.03 & 2.04 (Mural details) however the Sheet C200 has notations that murals are ‘Future’. Additionally, there are no details for murals. Please advise if the murals are or are not to be priced in this bid.
No details are available for the mural walls currently. An allowance has been made available for the mural walls, and a design will be available as construction is underway.
If they are, please furnish additional plans/details.
See above
If not, please update bid sheet to remove these details.
See above
23. Planter with Trellis Panel: The Bid form has notation A3.03 (Trellis 4’x10’) – 6 each. However, Sheet C200 shows ‘Planter with Trellis Wall that is 30’L x 5’W but Sheet C822 shows a 48”L x 18”W planter with trellis. Please confirm which dimensions and location’s the ‘Planter w/ Trellis Panel’.
Each Planter is 84”L x 36”W x 36” H with a 48”H x 84”L Trellis Panel. See detail sheet C820.
24. Security Cameras: Sheet C400 shows generalized details for security cameras, however, are there any brand(s), model(s) that the City of Beaufort typically uses in other locations that are preferred? If so, please provide any additional detail available so we can make certain that future integration into existing monitoring system is smooth.
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for installing the double row of 2” SCH 80 pvc conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
25. RFI 5) The Bid Sheet states “ A4.01 – ¾ Inch Water Services w/ Associated Fittings for Drinking Fountains” however Plan C400 Shows approx. 180LF of 1” HDPE SDR11 Water Service line for this water fountain service.
Approximately 180 LF of 1” HDPE SDR11 with associated fittings with backflow device will service the water fountains.
26. 5.1) Please confirm which quantity is to be followed ….. plan quantity OR bid sheet quantity?
Bid sheet quantities shall be used.
27. 5.2) Please confirm which size of water service line to use – ¾” (Bid Sheet) or 1” (C400)? Approximately 180 LF of 1” HDPE SDR11 with associated fittings with backflow device will service the water fountains.
28. RFI 6) Sheet C400: Utility Plan Notes: #7 ‘CONTRACTOR SHALL COORDINATE ELECTRICAL SERVICE TO BUILDING WITH DOMINION ENERGY AND PROVIDE UNDERGROUND ELECTRICAL SERVICE CONDUITS AS APPLICABLE.
No power is required. See revised notes on sheet C400.
29. 6.1) Please provide Photometric Plan that clearly shows conduit locations OR provide an allowance to use.
No site lighting or photometric plans are required.
30. 6.2) There is not a location on the bid sheet to place any Lighting Conduit Costs. Advise what location on the bid sheet we are to place this cost.
See revised bid sheet.
31. 6.3) Provide confirmation of the type/size of conduit that is to be installed.
Contractor shall be responsible for providing and installing the double row of 2” SCH 80 PVC electrical conduit and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Security pole provided and installed by City security camera contractor. Contractor shall provide coordination with the City’s security camera contractor.
32. RFI 7) We respectfully request that General Conditions/Fee be broken into a separate line item in the bid sheet so that unit prices can be actual pricing items for the owner to review. Blending all general conditions costs into unit prices will drastically skew the bid.
Please provide bidding as shown in the bid tab.
33. For the Washington Street Park Phase 2 project for the 'playground amenities' section; do you all have a specific vendor you all would like to use.
See revised detail sheets with specific equipment vendors.
34. Do you have any specific toddler swing set and drinking fountain brand or color or style?
See revised detail sheets with specific equipment vendors.
35. Where can we place the NVR & POE Switch?
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for providing and installing the double row of 2” SCH 80 PVC conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
36. We can see trenching for fiber optic, do we have to provide the fiber or if it’s provided by others?
The city will be responsible for supplying and installing the security camera. Contractor shall be responsible for providing and installing the double row of 2” SCH 80 conduits and a 12 x 18-inch hand hole enclosure (ANSI Tier 8 Rating) at the base of the security pole. Contractor shall provide coordination with the City’s security camera contractor.
37. Do we have to provide the power on the poles or do we need to provide a cell system for data?
No, the city will be responsible for supplying and installing the security camera system.
38. Do we have to provide solar kits to the pole?
No
39. RFI 8) There is now power/electrical plan with the current bid set. Need electrical details (where power is intended to originate and panel indications). Please provide a clear electrical plan that will service the security cameras.
Power is not required. The city will be responsible for supplying and installing the security camera system.
40. Please confirm if Builder’s Risk Insurance is to be included or excluded from the bid?
Builder’s risk insurance is not required.
41. There are 2 types of benches noted on this page C200 – Single Sided Bench (2 Each) & 5’x10’ Double Sided Bench (14 Each) – 16 total
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
42. Page C820 shows 2 different bench manufacturers & Both companies sell double sided & single sided benches.
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
43. Please confirm which we are to use as specified seating. Zano Stree Furniture Pluris OR Velopa Raya?
See revised site plan sheet C200 for location of benches and detail sheet C820 for bench specifications.
Documents:
Posted: 9/19/2025
Type of Addition: Addendum 5 REVIUSED PLANS SET
Overview: SEE ATTACHED
Documents:
Posted: 9/19/2025
Type of Addition: Addendum 6 REVISED BID FORM
Overview: SEE ATTACHED
Documents:
Posted: 9/24/2025
Type of Addition: Addendum 7 UPDATED BID FORM
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 7
UPDATED BID FORM
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
The bid form (Exhibit 7.1) has been updated with the following changes.
• Section D is removed. Line items D1.01, Small Mural Walls at Entrance and D1.02 Large Mural Wall are moved to the Site Amenities & Playground section A, line items A3.12 and A3.13.
• The 20% contingency has been removed.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents:
Posted: 9/24/2025
Type of Addition: Addendum 8 EXTENSION OF DUE DATE FOR BIDS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 8
EXTENSION OF DUE DATE FOR BIDS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the RFP not specifically mentioned in or affected by this addendum, shall remain unchanged.
The due date for bids is extended to Wednesday, October 1, 2025, at 3:00 PM. A public bid opening will be held at City Hall, 1911 Boundary Street, 2nd Floor, Executive Conference Room #2.
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 292 679 671 319 1
Passcode: Zs9fD3H5
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents:
Posted: 9/26/2025
Type of Addition: Addendum 9 UPDATED BID FORM & ADDITION OF MURAL WALL PLANS
Overview: WASHINGTON STREET PARK PHASE 2
IFB 2026-104
ADDENDUM 9
UPDATED BID FORM & ADDITION OF MURAL WALL PLANS
This Addendum is issued by the City of Beaufort Finance Department. Except as modified by this addendum, all areas of the IFB not specifically mentioned in or affected by this addendum, shall remain unchanged.
• (Exhibit 9.1) See item numbers A3.12 and A3.13 for the mural walls bid amounts.
• (Exhibit 9.2) Mural Wall plan details.
All Bidders shall acknowledge receipt and acceptance of this addendum by signing in the space provided in the RFP Signature Page. Bids submitted without this Addendum may be considered non-responsive.
Documents: