SLED Opportunity · FLORIDA · CITY OF PORT ST. LUCIE

    Development of Hotel Site #1 Within the Walton & One Mixed-Use Development

    Issued by City of Port St. Lucie
    cityRFPCity of Port St. LucieSol. 231818
    Closed
    STATUS
    Closed
    due Apr 18, 2026
    PUBLISHED
    Feb 17, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Port St. Lucie seeks qualified proposers for the development of Hotel Site #1 within the Walton & One Mixed-Use Development. This RFP aims to establish a contract for hotel development services under city ordinance.

    Opportunity details

    Solicitation No.
    231818
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    February 17, 2026
    Due Date
    April 18, 2026
    NAICS Code
    236220AI guide
    State
    Florida
    Agency
    City of Port St. Lucie

    Description

    Pursuant to the Port St. Lucie City Code of Ordinance 35.07, this electronic Request for Proposals (RFP) is being issued to establish a contract with a qualified proposer who will provide Development of Hotel Site #1 Within the Walton & One Mixed-Use Development to the City of Port St. Lucie (hereinafter, “City”) as further described in this RFP.

    Project Details

    • Reference ID: 20260136
    • Department: Community Redevelopment Agency (CRA)
    • Department Head: Jennifer Davis (Director)

    Important Dates

    • Questions Due: 2026-03-27T21:00:56.052Z
    • Answers Posted By: 2026-04-03T21:00:37.219Z
    • Pre-Proposal Meeting: 2026-02-25T14:00:26.402Z — In Person: MIDFLORIDA Event Center Ruby Ballroom 9211 SE Event Center Place Port St. Lucie, FL 34984 Virtual: Microsoft Teams meeting Join: https://teams.microsoft.com/meet/24828467035757?p=zngVVNosPhRh8o8VSy Meeting ID: 248 284 670 357 57 Passcode: 3LM2XJ3B Dial in by phone +1 561-437-3554,,895569865# United States, West Palm Beach Phone conference ID: 895 569 865#

    Addenda

    • Official Notice #1: Pre-Proposal Meeting Sign-in Sheet (released 2026-03-02T17:05:06.775Z)

    Evaluation Criteria

    • Proposal Vision, Design, and Components (50 pts)
    • Demonstrated Quality, Capability, and Experience (100 pts)
    • Proposed Financial Plan (100 pts)
    • Operating Partner Experience (75 pts)
    • Integration of Restaurants/Retail into Hotel Design and the Public Realm (75 pts)
    • Local Vendor Preference (25 pts)
    • Presentation (75 pts)

    Submission Requirements

    • Mandatory Forms
    • Proposal Upload (required)
    • Contractor's General Information Worksheet (required)

      It is understood and agreed that the following information is to be used by the City to determine the qualifications of prospective Contractor to perform the work required. The Contractor waives any claim against the City that might arise with respect to any decision concerning the qualifications of the Contractor.

      The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, the undersigned hereby authorizes any public official, Engineer, Surety, bank, material or equipment manufacturer, or distributor, or any person, firm or corporation to furnish the City any pertinent information requested by the City deemed necessary to verify the information on this questionnaire.

      Please download the below documents, complete, and upload.

    • E-Verify Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Debarment Form (required)

      Please download the below documents, complete, and upload.

    • Lobbying Form (required)

      Please download the below documents, complete, and upload.

    • Supplier Location Certification

      Please download the below documents, complete, and upload.

    • Copy of W-9 (required)
    • Copy of Certificate of Insurance (required)
    • Copy of Bid Bond (required)
    • Electronic Confirmation
    • Cone of Silence and Communication Document (required)

      To ensure fair consideration is given for all Proposers, it must be clearly understood that upon release of the proposal and during the proposal process, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact with City employees, department heads or elected officials, up to and including the Mayor and City Council. The “Cone of Silence” is in effect for this solicitation from the date the solicitation is advertised on the OpenGov Portal, until the time an award decision has been approved by City Council and fully executed by all parties. Information about the Cone of Silence can be found under the City Code of Ordinances, Section 35.13. Contact with anyone other than the Issuing Officer may result in the vendor being disqualified. All contact must be coordinated through the Issuing Officer, for the procurement of these services.

    • Drug Free Workplace (required)

      The undersigned Contractor in accordance with section 287.087, Florida Statutes, hereby certifies that they comply fully with the below requirements.

      1. Publish 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. 

      2. Inform 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. 

      3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 

      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, 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 Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 

      5. Impose a sanction on, or require 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. 

      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

    • Contractor's Code of Ethics (required)

      The City of Port St Lucie (“City), through its Procurement Management Division (“Procurement  Management Division”) is committed to a procurement process that fosters fair and open competition, is  conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve  these purposes, Procurement Management Division requires each vendor who seeks to do business with  the City to subscribe to this Contractor’s Code of Ethics.  

      ♦ A Contractor’s bid or proposal will be competitive, consistent and appropriate to the bid documents. 

      ♦ A Contractor will not discuss or consult with other Vendors intending to bid on the same Contract or similar City Contract for the purpose of limiting competition. A Vendor will not make any attempt to induce any individual or entity to submit or not submit a bid or proposal. 

      ♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Vendor prior to the bid or proposal closing date. 

      ♦ Contractor will completely perform any Contract awarded to it at the contracted price pursuant to the terms set forth in the Contract. 

      ♦ Contractor will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the Contract. 

      ♦ Contractor will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee family member or other vendor contracted by the City. 

      ♦ Contractor will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/her objectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advantages for that Vendor or for any other person. 

      ♦ Contractor will disclose to the City any direct or indirect personal interests a City employee or City official holds as it relates to a Vendor contracted by the City. 

      ♦ Contractor must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes, but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Contractor must require their suppliers (including temporary labor agencies) to do the same. Contractor must conform their practices to any published standards for their industry. Compliance with  laws, regulations and practices include, but are not limited to, the following:  

      o Obtaining and maintaining all required environmental permits. Further, Contractor will endeavor to minimize natural resource consumption through conservation, recycling and substitution methods. 

      o Providing workers with a safe working environment, which includes identifying and evaluating workplace risks and establishing processes for which employee can report health and safety incidents, as well as providing adequate safety training. 

      o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a written antidiscrimination and anti-bullying/harassment policy, as well as clearly noticed policies pertaining to forced labor, child labor, wage and hours, and freedom of association.

      DISCLAIMER: This Code of Ethics is intended as a reference and procedural guide to Contractors. The  information it contains should not be interpreted to supersede any law or regulation, nor does it supersede the  applicable Contractor Contract. In the case of any discrepancies between it and the law, regulation(s) and/or  contractor contract, the law, regulatory provision(s) and/or vendor contract shall prevail. 

    • Affidavit of Nongovernment Entity Anti-Human Trafficking Laws (required)

      In accordance with section 787.06(13), Florida Statutes, the representative of the nongovernmental entity bidder (“Entity”), attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in section 787.06.

    • Vendor Scrutinized Companies List Certification (required)

      Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287.135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel.

      The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link:

      https://www.sbafla.com/media/mqodaonn/2024_12_17_-israel-scrutinized-companies-list-for-web.pdf

      As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs.

      I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • General description of the services to be performed by proposer? (required)

      Example: Real Estate Brokerage Services 

    • What is the renewal term? (required)
    • What type of award is this? (required)
    • What insurance terms should be included? (required)

      Please select all applicable from the following:

    • Is a bid bond required for this RFP? (required)

      Example: Trash Collection and Emergency Debris Monitoring

    • What is the bid bond amount? (required)
    • Are payment and performance bonds required? (required)

      Example: Construction (F.S. 255.05) OR Other Bid Base Selection Process. 

    • Is a security deposit required? (required)

      Example: Mowing Services

    • Will there be a pricing table? (required)
    • Pricing (required)
    • Is this project federally funded? (required)

    Questions & Answers

    Q (Developer Interest): Has there been any Developer Interest shown for the project in the past? If so is that information available?

    A: Yes. There were several developer initiated master plans contemplated for this site while it was sitting in SEC Receivership, but the SEC did not want to divide the parcels out between developers. That being said, the City then gained control of the parcels from the SEC. Since gaining control, there has been extensive development interest while the City initiated master plan was being developed with the Treasure Coast Regional Planning Council. As adopted by the City Council, the master plan includes residential, retail / restaurants, office, recreation and hotel uses within Walton & One. More recently and specifically, there has been an uptick in interest in various multi-use developments since October, after the announcement of the proposed stadium on a portion of the Walton & One site.


    Q (Design Criteria Package): Has a Design Criteria package been developed for this project? If so, is it available?

    A: Design criteria is currently being developed as part of the revision to the underlying PUD. Under the current PUD, buildings can reach up to 10 stories or 120’, whichever is less. As stated in Section 2.1.2 of the RFP; The Agency’s desired development of Walton & One is to create a mixed-use commercial center / destination that will feature uses including sports / entertainment, residential, retail, office, dining, and social gathering space needs of the City and region. The hotel developer’s experience should demonstrate forward-thinking approaches to urban design, architecture, engineering, environmental technologies, and the public realm, as well as a focus on placemaking. The proposed hotel should have a national brand affiliation which would make the hotel attractive to commercial, meeting and group, and leisure market segments. Envisioned as a destination area for Port St. Lucie, the development of the hotel should: • Include ground floor restaurants / retail, and the main hotel entry point. Restaurants should be unique in nature and developed with outdoor dining and/or rooftop dining options. • Create a dynamic urban destination that encourages public gathering places and considers the importance of a pedestrian environment. Building designers are encouraged to address the street when practical to avoid large parking or service areas being visible from the streets. Use of on-street parking and shared parking is encouraged. Back of house operations should be obscured from public view. • Create a unique name, signage, merchandizing, and branding for the hotel. • Construct 3,000 SF of flexible meeting space within the hotel. • Additional features such as a pool, whirlpool, business center, and fitness center may be provided to address the needs of patrons. It should be noted by the proposers that the City of Port St. Lucie currently maintains a first-class fitness center open to the public in the adjacent MFEC building. Prior to the MFEC expanding, the fitness center, racket sports and other amenities may be relocated. • Create substantial positive economic value for the City through the generation of additional property and sales tax revenues. • Provide a source of quality construction and permanent jobs for area residents. • Maximize connectivity to the surrounding development to effect property values, quality of life, and public safety.


    Q (Tiff Funding): Is there TIFF funding available for this project?

    A: In general, tax increment funding (TIF) is available for (re)development in the Revised Original CRA, including Walton & One. Depending on the structure of the proposed hotel deal, TIF may be applicable, but is not guaranteed. Any RFP responses can include creative funding proposals.


    Q (Pre-bid Sign-in Sheet): Hello, is the sign-in sheet from the pre-bid meeting available? Both in-person and virtual attendees. Thank you.

    A: Please see Official Notice #1 for a copy of the Pre-Proposal Meeting Sign-in Sheet.


    Key dates

    1. February 17, 2026Published
    2. April 18, 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.