Active SLED Opportunity · FLORIDA · CITY OF ST. AUGUSTINE, FL

    2026 HDPF Rehabilitation Project

    Issued by City of St. Augustine, FL
    cityRFPCity of St. Augustine, FLSol. 253780
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 27, 2026
    PUBLISHED
    Apr 22, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of St. Augustine seeks qualified contractors for repairs and waterproofing at the Historic Downtown Parking Facility. The project requires labor, materials, equipment, and supervision. Submission includes detailed qualifications, references, and certifications. Key dates include a pre-proposal meeting on April 29, 2026, and a proposal due date of May 27, 2026.

    Opportunity details

    Solicitation No.
    253780
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 22, 2026
    Due Date
    May 27, 2026
    NAICS Code
    236220AI guide
    State
    Florida
    Agency
    City of St. Augustine, FL

    Description

    The City of St. Augustine is soliciting for qualified Contractors to provide all labor, materials, equipment and supervision required to perform repairs and waterproofing in the Historic Downtown Parking Facility located at 1 Cordova Street, St. Augustine, Florida 32084 per the attached specifications and construction drawings.

    Project Details

    • Reference ID: 26017
    • Department: Community Services
    • Department Head: Jaime Perkins (Community Services Director)

    Important Dates

    • Questions Due: 2026-05-18T21:00:00.000Z
    • Answers Posted By: 2026-05-21T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-29T14:00:00.000Z — Historic Downtown Parking Facility 1 Cordova Street St. Augustine, Florida 32084

    Evaluation Criteria

    • Company/firm (including Subconsultants/Subcontractors) qualifications and capabilities to conduct work as presented in the Scope of Work (20 pts)
      1. Knowledge of subject and project area.
      2. Understanding of problems, objectives and work.
      3. Past performance of the firm in general and proposed key project personnel on performance of contracts of this type. Not limited to past work with the City.
      4. Ability to meet City needs and perform work.
      5. Equipment and availability.
      6. Provide a list of the firm’s projected workload for the duration of the project.
      7. Provide a list of at least three references for completed/similar projects similar in structure (structural steel and masonry) during the past five years and submit at least two letters of reference from those listed references.
    • Qualifications and ability of professional personnel (20 pts)
      1. Hours committed to project in relation to overall workload.
      2. Names and functions of personnel assigned and organizational setup.
      3. Special expertise of personnel.
      4. Training, experience and capabilities of the firm or organization, the principal investigator(s), primary staff and associated sub-consultant staff that will conduct this investigation.
      5. Organizational setup, names and functions of all key personnel (those persons who will be part of the Construction Management team) for this project. Key personnel must be committed to this project for its duration.
      6. List all consultants included as part of the proposed Construction Management team.
      7. Provide resumes that specifically outline the qualifications and work histories of key personnel provided above.
      8. Provide documentation of current professional registrations as required for execution of this work.
    • Past and/or present experience on projects of this type (20 pts)
      1. Provide a list of two (xx) projects, for which your firm has provided, or is providing, __________ services which are similar in nature and scope to the type of services required for this project. In determining which projects are similar, consider related size and complexity; how many members of the proposed team worked on the listed projects; and how recently the project was completed. List the projects in priority order, with the most similarly first.
      2. For each of the above five listed projects, provide the following information: location, construction cost (original GMP and final contract amount), current phase of development, original and actual (or projected) completion date, type of services provided, owner’s contact person and telephone number, and the architect’s project manager and telephone number. 
      3. Submit a brief summary (not-to-exceed three pages) of the approach Respondent typically uses to accomplish similar projects within similar project timeframes. The project approach summary should include an outline of the steps, methods, and procedures utilized to complete projects as described in the Scope of Work. The project approach should reflect previous experience and current knowledge of the software, conceptual models, input data, specifications, and other project components used in projects such as the one described in the Scope of Work. 
    • Project Management (10 pts)
      1. Staff allocation
      2. Management methods
      3. Willingness and ability to meet time/budget constraints
    • Volume of City work previously awarded to Respondent --DO NOT USE ON PUBLIC WORKS PROJECTS (10 pts)

      Submit documentation as to the volume of work (in dollars) awarded by the City to firm in the past three years, including contracts, work orders, and purchase orders. Points will be allocated from 0 to 10 with Respondents with higher previous awarded contract totals since __________________, through the submittal date of this RFQ, receiving fewer award points. Respondents with no previous work awards may receive the highest allocation of points (10), while the Respondent with the highest previous work awarded will receive zero points. The City shall rely on its official financial records to resolve any discrepancies. Checks issued by the City on or prior to the date submittals are received shall be included in this total even if Respondent has not yet received the payment.

      The formula for allocation of previous work award points will be calculated as follows: The Respondent with the highest total of previous work awarded represents the Allocation Basis Total (ABT); then, the ABT less the Previous Work Awarded divided by the ABT will be multiplied by 10 (the highest number of points awarded); the result will be rounded to the nearest hundredth of a point.

    • Location of Respondent’s Management Office/Project Manager to City Hall or the project area (decide which location applies) (10 pts)

      Location of managing firm/project manager relative to City Hall or the project area — higher consideration will be given to firms whose Managing Firm/Project Manager is located nearest to City Hall or the project area. The website maps.google.com (using the “Shortest” route type) should be utilized to determine mileage. The City will award points as follows:

      > 0 but ≤ 100 miles of the project area = 10 points

      > 100 but ≤ 200 miles from of the project area = 7 points

      > 200 but ≤ 300 miles from of the project area = 4 points

      > 300 miles from of the project area = 0 points

    • Cost Effectiveness (10 pts)

      The Respondent whose proposal is the lowest will receive a Cost Effectiveness score of 10.  The proposal with the next lowest will be awarded a score of 9 and so on. OR All other responses equal to or lower than the City’s budget will be scored proportionately.

    • Company/firm (including Subconsultants/Subcontractors) qualifications and capabilities to conduct work as presented in the Scope of Work (20 pts)
      1. Knowledge of subject and project area
      2. Understanding of problems, objectives and work
      3. Past performance of the firm in general and proposed key project personnel on performance of contracts of this type. Not limited to past work with the City.
      4. Ability to meet City needs and perform work
      5. Equipment and availability
      6. Provide a list of the firm’s projected workload for the duration of the project.
      7. Provide a list of at least three references for completed/similar projects similar in structure during the past five years and submit at least two letters of reference from those listed references.
      8. Is Respondent a certified minority business enterprise as defined by the Florida Small and Minority Business Assistance
    • Qualifications and ability of professional personnel (20 pts)
      1. Hours committed to project in relation to overall workload.
      2. Names and functions of personnel assigned and organizational setup.
      3. Special expertise of personnel.
      4. Training, experience and capabilities of the firm or organization, the principal investigator(s), primary staff and associated sub-consultant staff that will conduct this investigation.
      5. Organizational setup, names and functions of all key personnel (those persons who will be part of the Construction Management team) for this project. Key personnel must be committed to this project for its duration.
      6. List all consultants included as part of the proposed Construction Management team.
      7. Provide resumes that specifically outline the qualifications and work histories of key personnel provided above.
      8. Provide documentation of current professional registrations as required for execution of this work.
    • Past and/or present experience on projects of this type (20 pts)
      1. Provide a list of two (xx) projects, for which your firm has provided, or is providing, __________ services which are similar in nature and scope to the type of services required for this project. In determining which projects are similar, consider related size and complexity; how many members of the proposed team worked on the listed projects; and how recently the project was completed. List the projects in priority order, with the most similarly first.
      2. For each of the above five listed projects, provide the following information: location, construction cost (original GMP and final contract amount), current phase of development, original and actual (or projected) completion date, type of services provided, owner’s contact person and telephone number, and the architect’s project manager and telephone number. 
      3. Submit a brief summary (not-to-exceed three pages) of the approach Respondent typically uses to accomplish similar projects within similar project timeframes. The project approach summary should include an outline of the steps, methods, and procedures utilized to complete projects as described in the Scope of Work. The project approach should reflect previous experience and current knowledge of the software, conceptual models, input data, specifications, and other project components used in projects such as the one described in the Scope of Work. 
    • Project Management (10 pts)
      1. Staff allocation
      2. Management methods
      3. Willingness and ability to meet time/budget constraints
    • Volume of City work previously awarded to Respondent --DO NOT USE ON PUBLIC WORKS PROJECTS (10 pts)

      Submit documentation as to the volume of work (in dollars) awarded by the City to firm in the past three years, including contracts, work orders, and purchase orders. Points will be allocated from 0 to 10 with Respondents with higher previous awarded contract totals since __________________, through the submittal date of this RFQ, receiving fewer award points. Respondents with no previous work awards may receive the highest allocation of points (10), while the Respondent with the highest previous work awarded will receive zero points. The City shall rely on its official financial records to resolve any discrepancies. Checks issued by the City on or prior to the date submittals are received shall be included in this total even if Respondent has not yet received the payment.

      The formula for allocation of previous work award points will be calculated as follows: The Respondent with the highest total of previous work awarded represents the Allocation Basis Total (ABT); then, the ABT less the Previous Work Awarded divided by the ABT will be multiplied by 10 (the highest number of points awarded); the result will be rounded to the nearest hundredth of a point.

    • Location of Respondent’s Management Office/Project Manager to City Hall or the project area (10 pts)

      Location of managing firm/project manager relative to City Hall or the project area — higher consideration will be given to firms whose managing firm/project manager is located nearest to City Hall or the project area. The website maps.google.com (using the “Shortest” route type) should be utilized to determine mileage. The City will award points as follows:

      >     0 but ≤ 100 miles of the project area = 10 points

      > 100 but ≤ 200 miles from of the project area = 7 points

      > 200 but ≤ 300 miles from of the project area = 4 points

      > 300 miles from of the project area = 0 points

    • Cost Effectiveness (10 pts)

      The Cost Effectiveness score will be based on a maximum of 10 points, distributed evenly across the total number of qualified responses.

      • The point spread is determined by dividing 10 by the number of qualified responses. Scores will be rounded to two (2) decimal places.
        • Example: If four (4) qualified responses are received, the spread is 2.5 points. The Respondent with the lowest total cost will receive 10 points; the next lowest will receive 7.5 points; the following will receive 5.0 points; and so on.
      • The Respondent with the highest total cost will always receive a score of 0.

    Submission Requirements

    • RESPONDENT CONFIRMATION (required)

      RESPONDENT:

      The undersigned, as Respondent, hereby declares and certifies that the only person(s) or entities interested in this Solicitation as principal(s), or as persons or entities who are not principal(s) of the Respondent but are substantially involved in performance of the Work, is or are named herein, and that no person other than herein mentioned has any interest in this Solicitation Response or in the Agreement to be entered into; that this Response is made without connection with any other person, company, or parties submitting a Solicitation Response; and that this Response is in all respects fair and in good faith without collusion or fraud. 

      Respondent represents to the City that, except as may be disclosed in an addendum hereto, no officer, employee or agent of the City has any interest, either directly or indirectly, in the business of Respondent to be conducted under the Agreement, and that no such person shall have any such interest at any time during the term of the Agreement, should it be awarded to Respondent.

      Respondent further declares that it has examined the Agreement and informed itself fully in regard to all conditions pertaining to this solicitation; it has examined the specifications for the Work and any other Agreement documents relative thereto; it has read all of the addenda furnished prior to the Solicitation opening, as acknowledged below; and has otherwise satisfied itself that it is fully informed relative to the Work to be performed.

      Respondent agrees that if its Response is accepted and an Agreement negotiated, if applicable, with the City, Respondent shall contract with the City in the form of the attached Agreement and shall furnish everything necessary to complete the Work in accordance with the time for completion specified in the Agreement and shall furnish the required evidence of the specified insurance.

    • Are you registered to perform Buisness in the State of Florida? (required)

      The City requires Respondents to be authorized to perform buisness in the State of Florida. Respondent is acknowledging  an Active SunBiz registration.

    • Copy of Certificate to do Business in the State of Florida (required)

      Attache a copy of a certificate to do Business in the State of Florida (Print Out from SunBiz). An active certifcation must be maintained throughout the life of the contract.

    • Current Authorized State to perform Business and SunBiz application (required)

      The City requires Respondents to be authorized to perform buisness in the State of Florida. Please attach the out-of-state documentation along with the copy of the application and status through SunBiz.

    • Affidavit of Non-Collusion (required)
      1. I am the owner or duly authorized officer, representative, or agent of  the Respondent that has submitted the Solicitation Response.
      2. The attached Solicitation Response is genuine. It is not a collusive or sham Solicitation Response.
      3. I am fully informed respecting the preparation and contents of, and knowledgeable of all pertinent circumstances respecting the attached Solicitation Response.
      4. Neither Respondent nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Solicitation Response in connection with the Agreement for which the attached Solicitation Response has been submitted, or to refrain from bidding in connection with such Agreement, or has in any manner, directly or indirectly, sought by agreement, collusion, communication, or conference with any other Respondent, firm, or person to fix the price or prices in the attached Solicitation Response of any other Respondent, or to fix any overhead, profit, or cost element of the Solicitation Response prices or the Letter of Interest price of any other Respondent, or to secure through collusion, conspiracy, connivance, or unlawful agreement any advantage against the City or any other person interested in the proposed Agreement. 
      5. No official or other officer or employee of the City, whose salary or compensation is payable in whole or in part by the City, is directly or indirectly interested in this Solicitation Response, or in the supplies, materials, equipment, work, or labor to which it relates, or in any of the profits therefrom. 

      Please indicate yes to confirm or no to not confirm.

    • Owner or duly authorized officer, representative, or agent of Respondent (required)

      Please supply the full name and title of the  owner or duly authorized officer, representative, or agent completing the Solicition Response as evidenced in SunBiz.

    • Additional Firm / Trade names (required)

      Has Respondent previously been engaged in the same or similar business under another firm or trade name?

    • Additional Firm / Trade names (required)

      Please describe each such instance. 

    • Bankruptcy (required)

      Has Respondent ever been adjudicated bankrupt, initiated bankruptcy, or been the subject of bankruptcy proceedings on behalf of the current entity submitting this Letter of Interest or a prior entity that Respondent substantially operated or controlled?

    • Please Describe (required)

      Please describe the nature and result of those proceedings and the entity involved. 

    • Drug-Free Workplace (required)

      The Respondent in accordance with Section 287.087, F.S., hereby certifies that Respondent satisfies the following requirements:

      1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

       

      1. Notifies employees, via the statement specified in paragraph 1, above, that, as a condition of working on the contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, F.S., or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five days after such conviction.

       

      1. Gives each employee engaged in providing the contractual services that are under bid a copy of the statement specified in paragraph 1, above.

       

      1. Informs employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations

       

      1. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted.

       

      1. Makes a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, F.S.

       

      As the person authorized to confirm this statement, I certify that this firm complies fully with the above requirements.

    • Do you intend to use Subcontractors on this project? (required)
    • Proposed Subcontractors / Subconsultants (required)

      Please provide the following for each Subcontractors  (Excluding Debris Removal Services) :

      1. Name
      2. Address 
      3. Description of Work
    • Subcontractor Similar Projects (required)

      The subcontractor must have performed at least one (1) project of similar nature for a government entity in Florida in the last three (3) years.  Please submit the following  information:

      • Subcontract Contact name, telephone and email address
      • Project Name and Location (Government entity) 
      • Project Description
      • Project Value
      • Project Start and End dates.
    • Do you intend to use Debris Removal Services? (required)

      If self performing, please answer yes.

    • Please list name of City Authorized Franchise Hauler to be used. (required)

      Please also list if self-performing the task.

      List of authorized franchise haulers can be found on the City's website. 

    • Qualifications - General (required)

      Please provide the following information:

      1. Respondent's tax identification number
      2. Year company was organized/formed
      3. Number of years the Respondent has been engaged in buisness under the present firm or trade name
      4. Number of years Respondent has experience in similar work described in the Scope of Work of this solicitation
    • Qualifications - Similar Projects (required)

      Respondent must have successfully completed at least two (2) projects of a similar nature within the past five (5) years.

      Please provide the following information:

      • Client Contact Information ( Name, phone and email address)
      • Project Name
      • Project Description
      • Project Value
      • Start and end dates
      • Respondent's Project Manager assigned to the project
      • Any other proposed personnel for the City project assigned to the project
    • Certified General Contractor License (required)

      Respondent must be a Certified General Contractor licensed to do business in the State of Florida.  A copy of the license must be included in the bid submittal.

    • Letters of Reference (required)

      Respondent must provide three (3) letters of reference. At least one (1) of the references must arise out of the similar projects listed in response to  above. No more than one (1) of the references may arise out of completed City projects.

    • Bond Form (required)

      Respondent can download the below document, complete, and upload or may use Bid Bond form supplied by surety company.

      When submitting electronically, a hard copy of the Bid bond or cashier’s check must still be received in the Purchasing Office no later than two (2) business days after the due date and time per the terms above.

    • What type of Solicitation (required)
    • Will this be a multiple contract award? (required)
    • What funds are being utilized for this project/contract (City Funds or Grant)? (required)
    • For the purposes of this solicitation, a Bid/Proposal/Letter of Interest guaranty ________ required (required)
    • Is federal funding involved in this project? (required)
    • Is this a FEMA reimbursement project? (required)

    Key dates

    1. April 22, 2026Published
    2. May 27, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.