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

    Dr. Robert B Hayling Freedom Park Plaza

    Issued by City of St. Augustine, FL
    cityCity of St. Augustine, FLSol. 230798
    Closed
    STATUS
    Closed
    due Apr 8, 2026
    PUBLISHED
    Mar 4, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of St. Augustine seeks services to enhance the entrance of Dr. Robert B. Hayling Freedom Park, including installation of a commemorative statue and seat wall for rest and meditation.

    Opportunity details

    Solicitation No.
    230798
    Status
    open
    Level
    city
    Published Date
    March 4, 2026
    Due Date
    April 8, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    City of St. Augustine, FL

    Description

    This project will enhance and beautify the entrance to Dr. Robert B. Hayling Freedom Park. In addition, the project is intended to honor and highlight the life, work, and lasting impact of the park’s namesake through the installation of a commemorative statue and a seat wall designed to provide a space for rest and meditation.

    Background

    Dr. Robert B. Hayling Freedom Park is a former landfill located within the historic Lincolnville community. The park is designed as a passive recreational space and features walking trails, public art installations, the Let Freedom Ring chimes, and serves as a designated site along Florida’s Birding Trail.

    Given the park’s passive nature, stakeholders expressed growing concern regarding the need for beautification and enhancement, prompting requests for City and CRA staff to implement improvements. In response, a comprehensive master plan was developed and subsequently adopted by the City Commission.

    The master plan includes additional and modified walking pathways; seating and picnic areas; terraced overlooks of the water; elevated grades; tree plantings; utility installations; storage and restroom facilities; pavilions; and overall landscape enhancements. The first phase of implementation is focused exclusively on the establishment of Hayling Plaza, including the installation of a commemorative statue and an interpretive text plaque.

    The City's webpage for the park can be found at https://www.citystaug.com/Facilities/Facility/Details/Dr-Robert-B-Hayling-Freedom-Park-6

    Project Details

    • Reference ID: 26012
    • Department: Community Services
    • Department Head: Jaime Perkins (Community Services Director)

    Important Dates

    • Questions Due: 2026-03-30T21:00:59.446Z
    • Answers Posted By: 2026-04-02T21:00:53.878Z
    • Pre-Proposal Meeting: 2026-03-11T14:00:05.861Z — Dr. Robert B. Hayling Freedom Park 601 Riberia Street St. Augustine, FL 32084

    Addenda

    • Official Notice #1: Pre-Bid Sign In Sheet (released 2026-03-12T14:58:09.469Z)
    • Addendum #1 (released 2026-03-17T13:16:33.628Z) —

      Engineer’s estimated construction takeoff attached per question #7.

    • Addendum #2 (released 2026-04-01T19:24:00.801Z) —

      Attachments included requested Engineering Report with Geotech and revised electrical drawings from Question & Answer.

    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.
      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 (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.

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

      Please download the below documents, complete, and upload. Debris Removal Service subcontractors will be requested in another question. 

    • 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. 

    • 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)

      Attach a copy of a certificate to do Business in the State of Florida (Print Out from SunBiz). An active certification 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 business 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 Solicitation Response as evidenced in SunBiz.

    • 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.

    • Qualifications - Similar Projects (required)

      Please download the below documents, complete, and upload.

    • License (required)

      Respondent, or any subcontractor performing underground utility work, must be a licensed General or Underground Contractor authorized to do business in the State of Florida. Upload copy here.

    • References (required)

      Respondent shall provide three (3) references to their abilities as it relates to the Scope of Work, which shall include at least one of the submitted similar projects. No more than one reference shall be from the City. Respondent to include the following information per reference:

      • Agency/company
      • Current contact person at agency/company
      • Telephone and E-mail
      • Agency/Company Address
      • Name of project
      • Description
      • Project value
      • Project manager
    • Business Tax Receipt (required)

      Respondent must include a copy of a valid business tax receipt issued by the City of St. Augustine, St. Johns County, or the applicable local jurisdiction in the State of Florida where the Respondent’s permanent business location or branch office is maintained.

    • 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/Proposal/Letter of Interest 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)

    Questions & Answers

    Q (budget): is there an estimated budget for this phase?

    A: The budget is $400,000.00


    Q (No subject): The landscape and civil drawings show different project boundaries. Can you please confirm this project is to only include the phase 1 boundaries shown on L-2.2 or the entire park shown on C-6? Thank you.

    A: Project boundaries are noted as "PHASE 1 LIMITS OF WORK" and specified in the CD's sheet, L-2.2


    Q (Pre-Bid Question):

    A: Will there be public access while construction is ongoing? The City’s goal is to keep the park open to the public during construction. If the Contractor identifies safety concerns or determines that a temporary closure is necessary for specific activities (such as staging, delivery, or placement of materials), the Contractor shall coordinate with the City’s Project Manager to determine the appropriate course of action.


    Q (Pre-Bid Question):

    A: What type of construction fencing/screening does the City require around the construction site during the project? Temporary 8-foot-high high-grade steel chain link fencing panels with privacy screening are required around the construction area. Screening may include attaching mesh (polyethylene) screens, debris netting, or solid panels to the chain-link frames to enhance privacy, security, site presentation and include high-visibility safety barriers where appropriate. Screening should consist of 85–98% opacity privacy screens to assist with dust and wind control. The City may also require branded screens displaying City-provided logos. The Contractor shall be responsible for the installation, maintenance, and removal of all fencing and screening for the duration of the project, ensuring the construction area remains secure and safe for the public.


    Q (Pre-Bid Question):

    A: Where can the Contractor utilize as a laydown area? The Contractor should utilize the area within the construction fencing as the primary laydown area. As the park will remain open to the public during the project, available space outside the fenced construction area is limited.


    Q (Pre-Bid Question ):

    A: Are there electrical components included in the design? Yes. The plans include irrigation that requires coordination with electrical power, as shown on Drawings L-4.00 and L-4.01. The plans also include lighting, as shown on Drawing L2.4.


    Q (Pre-Bid Question):

    A: What is the engineer’s estimated construction takeoff? The estimated fill report is attached in Addendum #1. These are estimates only, the plan grades would be the controlling document.


    Q (120V Feed Clarification):

    A: We are currently working through the Hayling Park base bid and had a quick question regarding the 120V feed. While we are able to identify the outlet location on the plans, we were not able to determine where the power is intended to be sourced from. Could you please confirm the following: -The source panel for the 120V feed -The location of that panel if onsite -Any associated circuit or routing requirements we should include in our base bid We just want to make sure we are carrying this scope correctly and not making any assumptions. We appreciate your help and clarification on this. Please see Addenda #2 for Electrical Drawings.


    Q (Phase 1 Scope): We're trying to specify the scope of the project. We want to confirm that the scope of this proposal is limited to "Phase 1." Also, does that include installation of the construction entrance as well as the silt fence around all phases as shown in the drawings?

    A: Yes this is limited to Phase I. Yes the construction entrance and silt fence should be installed.


    Q (State certified building contractor):

    A: I noticed that one of the requirements is that you must be a general contractor or an underground utility contractor. I am a state certified building contractor and commercial swimming pool contractor. Everything in the project scope falls under a building contractor's license. The only difference between a building contractor and a general contractor is that a GC can build structures over three stories. While building contractors can construct commercial & residential structures they cannot exceed three stories. Please let me know if my licenses will be accepted. Yes, the license would be accepted.


    Q (Statue Details):

    A: Would it be possible to provide the approximate weight and overall height of the Hayling Statue? Additionally, based on these factors, could you please advise whether a crane would be required for installation? The statue is 6ft 3in in height. The estimated weight is 250-300 lbs. A small crane will be necessary for installation. The sculptor would like to be included in the installation process


    Q (Water Meter): Does the property for the project have an existing water meter, and if not will the City of St Augustine furnish it?

    A: Yes there is a water meter and the city will provide all connection services.


    Q (Underdrain): On page C-9, is the 15'' PP 30 LF & 15" PP 23 LF part of the bid?

    A: No. Please refer to the legend shown on sheet C-9 to verify Phase I project boundaries.


    Q (No subject): Is the boardwalk part of the bid for phase 1?

    A: No


    Q (Geotech Report): Can you please release a copy of the full geotech report?

    A: Yes the City will release the Engineering Report we have. Please see Addenda #2.


    Q (Fill): Please confirm whether the City will be responsible for bringing in all fill, while the Contractor and the plans dictate the amounts needed.

    A: The city will not bring in fill. This will be the responsibility of the contractor.


    Q (No subject): Is the contractor responsible for hauling of the statue? If so, are there specs on the weight?

    A: Yes, the Contractor is responsible for tranporting the statue. Please see specs in Question #11 above.


    Q (No subject): Is there a mounting diagram or specs for the install of the statue?

    A: No. The sculptor will provide that to the awarded contractor.


    Q (No subject): The plans state to coordinate electrical power to the irrigation controller with the owner's representative. Will the City be providing power to that location?

    A: Yes power will be provided in future project phases.


    Q (No subject): The plan calls for low volt electrical lighting on the stairs. Are there electrical layouts or location specifics? will the city be providing electric to tie into?

    A: No lighting will be installed during this phase.


    Q (No subject): Is contractor responsible for supplying and installing the bronze plaque?

    A: The city will provide the plaque. The contractor will install it.


    Q (No subject): are there specified parameters for the construction fencing since the park is to remain open during construction?

    A: Please see question #4 above.


    Key dates

    1. March 4, 2026Published
    2. April 8, 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.