SLED Opportunity · FLORIDA · ALACHUA COUNTY

    Annual Janitorial Services for Alachua County Agriculture and Equestrian Center, IFAS Auditorium, Freedom Center, and Cuscowilla on an as needed basis

    Issued by Alachua County
    countyRFQAlachua CountySol. 238586
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Mar 25, 2026
    Posting date
    JURISDICTION
    Alachua County
    county
    NAICS CODE
    561720
    AI-classified industry

    AI Summary

    Alachua County seeks vendors for annual janitorial services at multiple county facilities. The contract covers labor, materials, and equipment with a focus on environmentally friendly cleaning. The RFQ closes April 22, 2026, with a contract period starting October 1, 2026, and includes insurance requirements and optional renewals.

    Opportunity details

    Solicitation No.
    238586
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    March 25, 2026
    Due Date
    April 22, 2026
    NAICS Code
    561720AI guide
    Jurisdiction
    Alachua County
    State
    Florida
    Agency
    Alachua County

    Description

    The Alachua County Board of County Commissioners is seeking responses from qualified vendors to provide Annual Janitorial Services for Alachua County Agriculture and Equestrian Center, IFAS Auditorium, Freedom Center, and Cuscowilla on an as needed basis.

    Services are to include all labor, materials, supplies and equipment in accordance with the terms, conditions, and specifications set forth within this solicitation.

    Vendors must be fully capable of performing the required services while adhering to all laws, specifications, procedures, protocols, applicable guidance, and industry best practices.

    Background

    Location: Alachua County is located in North Central Florida. The County government seat is situated in Gainesville. Gainesville is located 70 miles southwest of Jacksonville, 129 miles southeast of Tallahassee, 140 miles northeast of Tampa - St. Petersburg and 109 miles northwest of Orlando. Alachua County has a population of over 250,000 and a regional airport. The County itself consists of a total area of 969 square miles.

    Form of Government: Alachua County is governed by a Board of five (5) elected County Commissioners and operates under the established County Manager Charter form of government. In addition to the five County Commissioners, there are five elected Constitutional Officers: Supervisor of Elections, Sheriff, Clerk of the Court, Tax Collector, and the Property Appraiser. The Alachua County Attorney also reports to the Board.

    Project Details

    • Reference ID: RFQ 27-23-MM
    • Department: Parks & Open Space
    • Department Head: Jason Maurer (Parks & Open Space Manager)

    Important Dates

    • Questions Due: 2026-04-12T04:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-02T13:00:00.000Z — 23100 W Newberry Rd Newberry, FL 32669

    Addenda

    • Official Notice #1: SIS RFQ 27-23 Annual Janitorial Services for Alachua County Agriculture and Equestrian Center (released 2026-04-02T17:10:59.891Z) —

      Mandatory Prebid SIS 27-23R RFQ Annual Janitorial Services for Alachua County Agriculture and Equestrian Center

    • Addendum #1 (released 2026-04-06T16:00:07.374Z) —

      Addendum #1 RFQ 27-23-MM Annual Janitorial Services for Alachua County Agriculture and Equestrian Center, IFAS Auditorium, Freedom Center, and Cuscowilla on an as needed basis

    Evaluation Criteria

    • Request for Quotation

      Alachua County is accepting electronic quote submissions. This is not a formal solicitation. This is an Informal Written Quote, for the provision of Annual Janitorial Services for Alachua County Agriculture and Equestrian Center, IFAS Auditorium, Freedom Center, and Cuscowilla on an as needed basis on an as-needed basis.

      It is Alachua County's intent to award a blanket purchase order for Fiscal Year 2027, which begins on October 1, 2026 and ends on September 30, 2027.

      Respondents shall create a free account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit pricing.

      The response must be received by 5:00 pm on Wednesday, April 22, 2026.

      The Respondent’s submittal must be completed in the Public Portal prior to the 5:00 pm deadline.

      THE COUNTY and the PUBLIC PORTAL PLATFORM WILL NOT ACCEPT LATE SUBMITTALS

      The Respondents must state a definite time for delivery of supplies or performance of services.

      The Respondents should retain a copy of all quote documents for future reference.

      All quotes should be submitted with the firm name and by an officer or employee having authority to bind the company or firm.

    • Type C Insurance Requirements: Pollution and Hazardous Waste

      Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the contractor, his agents, representatives, employees or subcontractors.

      COMMERCIAL GENERAL LIABILITY.

      Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,0000 Products / Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $1,000,000 each Occurrence, $50,000 Fire Damage Liability and $5,000 Medical Expense.

      AUTOMOBILE LIABILITY.

      Coverage must be afforded including coverage for all Owned vehicles, Hired and Non-Owned vehicles for Bodily Injury and Property Damage of not less than $1,000,000 combined single limit each accident.

      WORKERS COMPENSATION AND EMPLOYER’S LIABILITY.

      1. Coverage to apply for all employees at STATUTORY Limits in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act.
      2. Employer’s Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included.

      POLLUTION LIABILITY.

      1. Pollution Liability must be afforded for Bodily Injury and Property Damage of not less than $1,000,000 each claim.
      2. When this contract includes the pick-up, transportation or disposal of hazardous wastes as governed under title 40 or 49 of the Code of Federal Regulations, the transporter’s Automobile Insurance shall be endorsed to include the ICC Form MSC90 (Motor Carrier Act of 1980) and the ISO Form CA 9948 (Pollution Liability-Broadened Coverage for Covered Autos-Business Autos and Truckers coverage Forms)

      CYBER LIABILITY COVERAGE (when applicable)

      Vendor shall procure and maintain for the life of the contract in an amount not less than $1,000,000 per loss for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      Technology/Professional Liability: with limits of $1 million. Coverage is for the life of the contract and must continue for five (5) years after contract expiration. This coverage must include Cyber Liability coverage for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      OTHER INSURANCE PROVISIONS

      The policies are to contain, or be endorsed to contain, the following provisions:

      1. Commercial General Liability and Automobile Liability Coverages
        1. The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor.
        2. The Contractor’s insurance coverage shall be considered primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of Contractor’s insurance and shall be non-contributory.
      2. All Coverages
        1. The Contractor shall provide a Certificate of Insurance to the County with a notice of cancellation. The certificate shall indicate if cover is provided under a “claims made” or “per occurrence” form. If any cover is provided under a claim made from the certificate will show a retroactive date, which should be the same date of the contract (original if contact is renewed) or prior.

      SUBCONTRACTORS

      Contractors shall include all subcontractors as insured under its policies. All subcontractors shall be subject to the requirements stated herein.

      CERTIFICATE HOLDER: Alachua County Board of County Commissioners

      Email certificate to : Parks & Open Space - jmaurer@alachuacounty.us

    • Request for Quotation

      Alachua County is accepting electronic quote submissions. This is not a formal solicitation. This is a Request for Quotation, for the provision of Annual Janitorial Services for Alachua County Agriculture and Equestrian Center, IFAS Auditorium, Freedom Center, and Cuscowilla on an as needed basis on an as-needed basis.

      It is Alachua County's intent to award a blanket purchase order for Fiscal Year 2027, which begins on October 1, 2026 and ends on September 30, 2027. The County has the option to renew this RFQ for one (1) additional two (2) year-periods at the same terms and conditions outlined here in.

      A Purchase Order as a result of the solicitation shall be deemed effective only to the extent of appropriations available to the County at any time during the Purchase Order period.

      The vendor may choose not to renew with the County provided we have written notice ninety days prior to our fiscal year starting in October 1st for each term renewal.

      Respondents shall create a free account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit pricing.

      The response must be received by 5:00 pm on Wednesday, April 22, 2026.

      The Respondent’s submittal must be completed in the Public Portal prior to the 5:00 pm deadline.

      THE COUNTY and the PUBLIC PORTAL PLATFORM WILL NOT ACCEPT LATE SUBMITTALS

      The Respondents must state a definite time for delivery of supplies or performance of services.

      The Respondents should retain a copy of all quote documents for future reference.

      All quotes should be submitted with the firm name and by an officer or employee having authority to bind the company or firm.

    • Scope of Work

      The provisions contained in this section are intended to be cooperative with, to supplement, or to modify Instructions to Bidders and Terms and Conditions. In case of any conflict with such sections, the intent of any kind and all Technical Specifications shall govern.

      Cleaning Square Footage

      • Equestrian and Auditorium 4,660 sq ft
      • Freedom Center - 1,911 sq ft
      • Cuscowilla - 4,000 sq ft

      Address

      • Equestrian Center 23100 W Newberry Road, Newberry, FL 32669
      • Cuscowilla 210 SE 134 Ave, Micanopy, FL 32667 
      • Freedom Center 7400 SW 41st Place Gainesville, FL 32608; 
      • IFAS Auditorium 22712 W Newberry Rd, Newberry, FL 32669

      Equestrian Center Frequency

      • Clean clubhouse and restrooms each Thursday. Clean Barn bathhouse and provide on-site cleaning during events upon request, with a minimum of 48 hours notice.
      • The County will provide the soap, paper products and garbage bags/liners.
      • Clubhouse and Restrooms: Vacuum, dust and wipe down windows, window sills and counters in offices, show office and banquet room, empty garbage and re-bag cans. Clean both sides of plate glass windows and door windows in show office. Kitchen-wipe down counters, shelves and refrigerator, clean and disinfect sink, sweep and mop floor, empty garbage and re-bag cans. Men‘s Bathroom (3-toilets, 4-urinals, 3-sinks)-clean and disinfect all toilet bowls, and urinals, replace urinal cakes, wash basins, mirrors and attached fixtures. Women‘s Bathroom (5-toilets and 4-sinks) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Sweep, vacuum and/or mop all interior floors.
      • Barn Bathhouse: Men‘s Bathroom (2-toilets, 3-urinals, 2-sinks)-clean and disinfect all toilet bowls, and urinals, replace urinal cakes, wash basins, mirrors and attached fixtures. Women‘s Bathroom (3-toilets and 2-sinks) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Clean and disinfect 2-shower stalls and attached fixtures, shower curtains and/or doors. Sweep and mop all floors including showers.
      • Place all garbage bags outside of the arena, or haul to dumpsters.
      • Clean the refrigerator inside and outside. Clean around any items inside and discuss items in the refrigerator before disposing of them with management.
      • Commercial equipment is required and will be verified prior to contract award.
      • Environmental friendly cleaning supplies should be used at all times.
      • Clean outdoor water fountains at each visit.
      • Soap dispensers will be provided by the County for sink areas.
      • Clean windows 4 times a year.

      Cuscowilla Frequency

      • Clean lodge, Administration Office, and restrooms each Tuesday. Provide on-site cleaning during events upon request, with a minimum of 48 hours notice.
      • The County will provide the soap, paper products and garbage bags/liners.
      • Lodge and Restrooms: Vacuum, dust and wipe down windows, window sills and counters in offices, empty garbage and re-bag cans. Kitchen-wipe down counters, shelves and refrigerator, clean and disinfect sink, sweep and mop floor, empty garbage and re-bag cans. Men‘s Bathroom (3-toilets, 4-urinals, 3-sinks)-clean and disinfect all toilet bowls, and urinals, replace urinal cakes, wash basins, mirrors and attached fixtures. Women‘s Bathroom (5-toilets and 4-sinks) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Sweep, vacuum and/or mop all interior floors.
      • Administration Office: Men‘s Bathroom (1-toilets, 1-sinks)-clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Women‘s Bathroom (1-toilets, 1-sink) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Sweep and mop all floors including showers.
      • Place all garbage bags outside into dumpsters.
      • Commercial equipment is required and will be verified prior to contract award.
      • Environmental friendly cleaning supplies should be used at all times.
      • Soap dispensers will be provided by the County for sink areas.
      • Clean windows 4 times a year.

      IFAS Auditorium Frequency

      • Clean Auditorium and restrooms every Tuesday and Thursday . Provide on-site cleaning during events upon request, with a minimum of 48 hours notice.
      • The County will provide the soap, paper products and garbage bags/liners.
      • Auditorium: dust and wipe down windows, window sills and counters, empty garbage and re-bag cans. Kitchen-wipe down counters, shelves and refrigerator, clean and disinfect sink, sweep and mop floor, empty garbage and re-bag cans. Men‘s Bathroom (2-toilets, 2-urinals, 2-sinks)-clean and disinfect all toilet bowls, and urinals, replace urinal cakes, wash basins, mirrors and attached fixtures. Women‘s Bathroom (4-toilets and 3-sinks) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Sweep, vacuum and/or mop all interior floors.
      • Place all garbage bags outside into dumpsters.
      • Commercial equipment is required and will be verified prior to contract award.
      • Environmental friendly cleaning supplies should be used at all times.
      • Clean water fountains at each visit.
      • Soap dispensers will be provided by the County for sink areas.
      • Provide a deep cleaning of entire facility four times a year.

      Freedom Center Frequency

      • Provide on-site cleaning during events upon request, with a minimum of 48 hours notice.
      • The County will provide the soap, paper products and garbage bags/liners.
      • Center and Restrooms: wipe down windows, window sills and counters, empty garbage and re-bag cans. Kitchen-wipe down counters, shelves and refrigerator, clean and disinfect sink, sweep and mop floor, empty garbage and re-bag cans. Men‘s Bathroom (1-toilets, 1-urinals, 2-sinks)-clean and disinfect all toilet bowls, and urinals, replace urinal cakes, wash basins, mirrors and attached fixtures. Women‘s Bathroom (2-toilets and 2-sinks) -clean and disinfect all toilet bowls, wash basins, mirrors and attached fixtures. Restock dispensers: toilet paper, paper towels, hand soaps, empty garbage and re-bag cans. Sweep, vacuum and/or mop all interior floors.
      • Place all garbage bags outside of the building, or haul to dumpsters.
      • Commercial equipment is required and will be verified prior to contract award.
      • Environmental friendly cleaning supplies should be used at all times.
      • Clean water fountains at each visit.
      • Soap dispensers will be provided by the County for sink areas.

      Hours for Cleaning

      • TBD depending on scheduling and size of the event.

      Additions to Contract

      The County reserves the option to add or delete services within the scope of the bid, based on the hourly bid rate and accepting a mutually agreed on price which must be approved by the Procurement Division or by obtaining such items via the County’s regular Procurement Procedures, as deemed in the best interest of the County.

    • Type A Insurance Requirements: Artisan Contractors / Service Contracts

      The Contractor shall procure and maintain for the duration of this contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the contractor/vendor, his agents, representatives, employees or subcontractors.


      COMMERCIAL GENERAL LIABILITY
      Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,000 Products / Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $1,000,000 each Occurrence, $50,000 Fire Damage Liability and $5,000 Medical Expense.

      AUTOMOBILE LIABILITY
      Coverage must be afforded including coverage for all Owned vehicles, Hired and Non-Owned vehicles for Bodily Injury and Property Damage of not less than $1,000,000 combined single limit each accident.

      WORKERS COMPENSATION AND EMPLOYER’S LIABILITY
      Coverage to apply for all employees at STATUTORY Limits in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act.

      Employer’s Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included.

      BUILDER’S RISK / INSTALLATION FLOATERS (when applicable)
      When this contract or agreement includes the construction of and/or the addition to a permanent structure or building; including the installation of machinery and/or equipment, the following insurance coverage must be afforded:

      Coverage Form: Completed Value, All Risk in an amount equal to 100% of the value upon completion or value of equipment to be installed.

      When applicable: Waiver of Occupancy Clause or Cessation of Insurance clause. Flood Insurance as available under the National Flood Insurance Program.

      CYBER LIABILITY COVERAGE (when applicable)
      Vendor shall procure and maintain for the life of the contract in an amount not less than $1,000,000 per loss for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      TECHNOLOGY/PROFESSIONAL LIABILITY: with limits of $1 million. Coverage is for the life of the contract and must continue for five (5) years after contract expiration. This coverage must include Cyber Liability coverage for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      EMPLOYEE FIDELITY COVERAGE (only applicable to vendors whose employees handle funds)
      Employee Dishonesty coverage must be afforded for not less than $500,000 Blanket all employees ISO Form

      OTHER INSURANCE PROVISIONS
      The policies are to contain, or be endorsed to contain, the following provisions:

      I. Commercial General Liability and Automobile Liability Coverages
      A. The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Contractor/Vendor; to include Products and/or Completed Operations of the Contractor/Vendor; Automobiles owned, leased, hired or borrowed by the Contractor.

      B. The Contractor’s insurance coverage shall be considered primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of Contractor/Vendor’s insurance and shall be non-contributory.

      II. All Coverages
      The Contractor/Vendor shall provide a Certificate of Insurance to the County with a notice of cancellation. The certificate shall indicate if cover is provided under a “claims made” or “per occurrence” form. If any cover is provided under claims made from the certificate will show a retroactive date, which should be the same date of the contract (original if contact is renewed) or prior.

      SUBCONTRACTORS
      The Contractor/Vendor shall be responsible for all subcontractors working on their behalf as a condition of this agreement. All subcontractors of the Contractor/Vendor shall be subject to the same coverage requirements stated herein.

      CERTIFICATE HOLDER:     Alachua County Board of County Commissioners


      MAIL, EMAIL or FAX CERTIFICATES
      The County must be identified as an “Additional Insured” in either the Description of Operations section or elsewhere on the Certificate. While the contract may call for elaborate “additional insured” wording a Certificate stating that: “The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Vendor; products and completed operations of the Vendor; claims arising out of the condition of the land; or automobiles owned, leased, hired or borrowed by the Vendor.” is acceptable. It is the County itself rather than the department that must be listed as the “additional insured.”

    • Terms and Conditions

      Alachua County Purchase Order Terms and Conditions can be found at: https://alachuacounty.us/Depts/Procurement/Pages/Terms.aspx

    • Library Type A Insurance Requirements: Artisan Contractors / Service Contracts

      The awarded Bidder (hereinafter in this section referred to as the “Contractor”) shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Services hereunder by the contractor, his agents, representatives, employees or subcontractors.

      1. COMMERCIAL GENERAL LIABILITY: Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,0000 Products / Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $1,000,000 each Occurrence, $50,000 Fire Damage Liability and $5,000 Medical Expense.
      2. AUTOMOBILE LIABILITY: Coverage must be afforded including coverage for all Owned vehicles, Hired and Non-Owned vehicles for Bodily Injury and Property Damage of not less than $1,000,000 combined single limit each accident.
      3. WORKERS COMPENSATION AND EMPLOYER’S LIABILITY: Coverage to apply for all employees at STATUTORY Limits in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act. Employer’s Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included.
      4. BUILDER’S RISK / INSTALLATION FLOATERS (when applicable): When this contract or agreement includes the construction of and/or the addition to a permanent structure or building; including the installation of machinery and/or equipment, the following insurance coverage must be afforded:
        1. Coverage Form: Completed Value, All Risk in an amount equal to 100% of the value upon completion or value of equipment to be installed.
        2. When applicable: Waiver of Occupancy Clause or Cessation of Insurance clause. Flood Insurance as available under the
        3. National Flood Insurance Program.
      5. EMPLOYEE FIDELITY COVERAGE (only applicable to vendors whose employees handle funds): Employee Dishonesty coverage must be afforded for not less than $500,000 Blanket all employees ISO Form
      6. OTHER INSURANCE PROVISIONS: The policies are to contain, or be endorsed to contain, the following provisions:
        1. Commercial General Liability and Automobile Liability Coverages
          1. The Alachua County Library District Governing Board, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Contractor/Vendor; to include Products and/or Completed Operations of the Contractor/Vendor; Automobiles owned, leased, hired or borrowed by the Contractor.
          2. The Contractor’s insurance coverage shall be considered primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of Contractor/Vendor’s insurance and shall be non-contributory.
        2. All Coverages: The Contractor/Vendor shall provide a Certificate of Insurance to the County with a notice of cancellation. The certificate shall indicate if cover is provided under a “claims made” or “per occurrence” form. If any cover is provided under claims made from the certificate will show a retroactive date, which should be the same date of the contract (original if contact is renewed) or prior.
      7. SUBCONTRACTORS: The Contractor/Vendor shall be responsible for all subcontractors working on their behalf as a condition of this agreement. All subcontractors of the Contractor/Vendor shall be subject to the same coverage requirements stated herein.

      CERTIFICATE HOLDER: Alachua County Library District

      Email certificate to : Parks & Open Space - jmaurer@alachuacounty.us

    • Addendum and Notices - Question and Answers

      No interpretation of the quote will be made to any interested Respondent orally. Every request for such interpretation shall be made in writing, via the question and answer tab. Any interpretation to a Respondent will be made only by addendum; duly issued, and a copy of such addendum will be posted to the Public Portal. Oral answers will not be authoritative. Addenda, questions, and answers so issued shall become part of the quote documents.

      Addenda Notification: Respondents are required to register for an account via the County's e-Procurement Public Portal. Once Respondent has completed registration, you will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is sole responsibility of each Respondent to periodically check the site for any addenda at https://secure.procurenow.com/portal/alachuacounty

    • Library Type E Insurance Requirements: Vendors

      Vendors shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with products and materials supplied to the County.

      1. COMMERCIAL GENERAL LIABILITY: Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,0000 Products / Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $1,000,000 each Occurrence, $50,000 Fire Damage Liability and $5,000 Medical Expense.
      2. AUTOMOBILE LIABILITY. (When Vendor Delivers to County Premises): Coverage must be afforded including coverage for all Owned vehicles, Hired and Non-Owned vehicles for Bodily Injury and Property Damage of not less than $1,000,000 Combined Single Limit each accident.
      3. WORKERS COMPENSATION AND EMPLOYER’S LIABILITY. (While Vendor’s Employee(s) are on County Premises):
        1. Coverage to apply for all employees at STATUTORY Limits in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act.
        2. Employer’s Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included.
      4. OTHER INSURANCE PROVISIONS: The policies are to contain, or be endorsed to contain, the following provisions:
        1. Commercial General Liability and Automobile Liability Coverages
          1. The Alachua County Library District Governing Board, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Vendor; products and completed operations of the Vendor; or automobiles owned, leased, hired or borrowed by the Vendor.
          2. The Vendor’s insurance coverage shall be considered primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of the Vendor’s insurance and shall be non-contributory.
        2. Workers’ Compensation and Employers’ Liability Coverages
          1. The insurer shall agree to waive all rights of subrogation against the County, its officials, employees and volunteers for losses arising from work performed by the Vendor for the County.
        3. All Coverages
          1. The Vendor shall provide a Certificate of Insurance to the County with a notice of cancellation. The certificate shall indicate if cover is provided under a “claims made” or “per occurrence” form. If any cover is provided under a claims made from the certificate will show a retroactive date, which should be the same date of the contract or purchase order (original if contact is renewed) or prior.
      5. SUBCONTRACTORS: Vendors shall include all subcontractors as insured under its policies. All coverages for subcontractors shall be subject to all of the requirements stated herein.

      CERTIFICATE HOLDER: Alachua County Library District

      Email certificate to : Parks & Open Space - jmaurer@alachuacounty.us

    • TYPE A INSURANCE REQUIREMENTS: Trade Contractors/ Service Contracts

      The Contractor shall procure and maintain for the duration of this contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by the contractor/vendor, his agents, representatives, employees or subcontractors.


      COMMERCIAL GENERAL LIABILITY
      Coverage must be afforded under a per occurrence form policy for limits not less than $1,000,000 General Aggregate, $1,000,000 Products / Completed Operations Aggregate, $1,000,000 Personal and Advertising Injury Liability, $1,000,000 each Occurrence, $50,000 Fire Damage Liability and $5,000 Medical Expense.

      AUTOMOBILE LIABILITY
      Coverage must be afforded including coverage for all Owned vehicles, Hired and Non-Owned vehicles for Bodily Injury and Property Damage of not less than $1,000,000 combined single limit each accident.

      WORKERS COMPENSATION AND EMPLOYER’S LIABILITY
      Coverage to apply for all employees at STATUTORY Limits in compliance with applicable state and federal laws; if any operations are to be undertaken on or about navigable waters, coverage must be included for the USA Longshoremen & Harbor Workers Act.

      Employer’s Liability limits for not less than $100,000 each accident; $500,000 disease policy limit and $100,000 disease each employee must be included.

      BUILDER’S RISK / INSTALLATION FLOATERS (when applicable)
      When this contract or agreement includes the construction of and/or the addition to a permanent structure or building; including the installation of machinery and/or equipment, the following insurance coverage must be afforded:

      Coverage Form: Completed Value, All Risk in an amount equal to 100% of the value upon completion or value of equipment to be installed.

      When applicable: Waiver of Occupancy Clause or Cessation of Insurance clause. Flood Insurance as available under the National Flood Insurance Program.

      CYBER LIABILITY COVERAGE (when applicable)
      Vendor shall procure and maintain for the life of the contract in an amount not less than $1,000,000 per loss for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      TECHNOLOGY/PROFESSIONAL LIABILITY: with limits of $1 million. Coverage is for the life of the contract and must continue for five (5) years after contract expiration. This coverage must include Cyber Liability coverage for negligent retention of data as well as notification and related costs for actual or alleged breaches of data.

      EMPLOYEE FIDELITY COVERAGE (only applicable to vendors whose employees handle funds)
      Employee Dishonesty coverage must be afforded for not less than $500,000 Blanket all employees ISO Form

      OTHER INSURANCE PROVISIONS
      The policies are to contain, or be endorsed to contain, the following provisions:

      I. Commercial General Liability and Automobile Liability Coverages
      A. The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Contractor/Vendor; to include Products and/or Completed Operations of the Contractor/Vendor; Automobiles owned, leased, hired or borrowed by the Contractor.

      B. The Contractor’s insurance coverage shall be considered primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of Contractor/Vendor’s insurance and shall be non-contributory.

      II. All Coverages
      The Contractor/Vendor shall provide a Certificate of Insurance to the County with a notice of cancellation. The certificate shall indicate if cover is provided under a “claims made” or “per occurrence” form. If any cover is provided under claims made from the certificate will show a retroactive date, which should be the same date of the contract (original if contact is renewed) or prior.

      SUBCONTRACTORS
      The Contractor/Vendor shall be responsible for all subcontractors working on their behalf as a condition of this agreement. All subcontractors of the Contractor/Vendor shall be subject to the same coverage requirements stated herein.

      CERTIFICATE HOLDER:     Alachua County Board of County Commissioners


      MAIL, EMAIL or FAX CERTIFICATES
      The County must be identified as an “Additional Insured” in either the Description of Operations section or elsewhere on the Certificate. While the contract may call for elaborate “additional insured” wording a Certificate stating that: “The Alachua County Board of County Commissioners, its officials, employees and volunteers are to be covered as an Additional Insured as respects: Liability arising out of activities performed by or on behalf of the Vendor; products and completed operations of the Vendor; claims arising out of the condition of the land; or automobiles owned, leased, hired or borrowed by the Vendor.” is acceptable. It is the County itself rather than the department that must be listed as the “additional insured.”

    • Acceptance/Rejection of Submittal

      The County reserves the right to reject any quote which may be considered irregular, show serious omission, unauthorized alteration of form, unauthorized alternate quotes, incomplete or unbalanced quotes or irregularities of any kind. Further, the County reserves the right to accept or reject any and all quotes in whole or in part and to waive any technicalities or informalities in any Quote.

      Quote forms may be considered irregular and subject to rejection if they show serious omission, unauthorized alteration of form, unauthorized alternate quotes, incomplete or unbalanced quotes or irregularities of any kind.

      The County reserves the right to accept or reject any or all quotes that best serves the interest of the County.

    • Electronic Signatures

      The Respondents agree that an electronic version of the submitted quote shall have the same legal effect and enforceability as a paper version. The Respondent further agree that the Electronic Submittal, regardless of whether in electronic or paper form, may be executed by use of electronic signatures. Electronic signatures shall have the same legal effect and enforceability as manually written signatures. The County shall determine the means and methods by which electronic signatures may be used to execute an Agreement with the awarded Respondent and shall provide the awarded Respondent with instructions on how to use said method. Delivery of this Agreement or any other document contemplated hereby bearing an manually written or electronic signature by facsimile transmission (whether directly from one facsimile device to another by means of a dial-up connection or whether mediated by the worldwide web), by electronic mail in PDF format, or by any other electronic means intended to preserve the original graphic and pictorial appearance of a document, will have the same effect as physical delivery of the paper document bearing an original or electronic signature.

    • Examination of Property

      Before submitting the Quote, it shall be the Respondent's responsibility to visit the site of the proposed Work and familiarize the Respondent with the nature and extent of the Work and any local conditions, either surface or subsurface, that may in any way affect the Work to be done and the equipment, materials and labor required.

      The Respondent is also required to carefully examine the specifications to inform themselves regarding any and all conditions and requirements that may in any manner affect the work to be performed. Failure to do so will not relieve the Respondent of complete performance.

    • Manufacturer's Certification

      The County reserves the right to request from Respondents a separate manufacturer certification of all statements made in the Quote. Failure to provide such certification may result in rejection of quote or default termination of contract for which the Respondent must bear full liability.

    • Escalation Clause

      This clause is designed to accommodate changes in market conditions, inflation rates, and other economic factors over the duration of the contract. The annual price escalation percentage will be determined based on reliable economic indicators and industry trends and not exceed 3%. The purpose of this clause is to ensure fair and equitable pricing throughout the contract term. Bidders are required to provide clear information on how price adjustment requests were provided to the County. Bidders are advised that price escalation request are required 120 days prior to the start of a new term or renewal. The County reserves the right to accept or reject any escalation request, regardless of when it was received.

    Submission Requirements

    • Submittal Confirmation (required)

      As confirmed, the Bidder, hereby declares that they has carefully read and examined the specifications and with full knowledge of all conditions, under which the equipment and services herein contemplated must be furnished, hereby proposes and agrees to furnish the equipment and services according to the requirements as set out in the specifications for said equipment and service.

    • Taxpayer Identification Form (required)

      Upload your W-9 form.

    • State Complaince (required)

      All corporations, LLCs, limited and general partnerships, LLPs and LLLPs wishing to do business within the County must register with the Florida Department of State at the following web site: http://www.sunbiz.org/ or within the state that the vendor submitting is registered to do business in.

      This registration is renewed annually.

      Failure to register with the Florida Department of State or the state that the vendors is registered in may result in the quote being determined as non-responsive.

      Upload your registered documents below.

       

       

    • Vendor Eligibility (required)

      Confirm that the submitting entity or affiliate has not been placed on any of the list's below:

      Convicted Vendor List

      Suspended Vendor List

      Discriminatory Vendor List

      Scrutinized List of Prohibited Companies

      Federal Excluded Parties List

    • Mandatory Pre-Bid Attendance (required)

      Confirm that you attend the Mandatory Pre-Bid meeting, and that you signed the Sign-in Sheet from the Pre-Bid meeting under the submitting vendor name.

    • Did you review and complete the Request for Quotation Pricing Form? (required)
    • Alachua County Library District (required)

      Is the project for ACLD?

    • Pre-Solicitation Meeting is required? (required)
    • Enter location: (required)
    • Is it mandatory? (required)
    • Does this solicitation require term language? (required)

      Select one.

    • Add Initial Term Start Year (required)

      Example: 2026

    • Add Initial Term End Year (required)

      Example: 2028

    • Number of Renewal Periods (required)

      Example: two (2)

    • Renewal Year Length (required)

      Example: two (2)

    • Alternate Specifications (required)

      Are alternate specification allowed to be submitted for the product or are there no substitution allowed?

    • Insurance Requirements (required)

      Which Insurance will you need for this ITB?

    Questions & Answers

    Q (Budget): What is the projected budget for this solicitation?

    A: $50,000


    Q (Scope of Work): What is the average duration of an event at the different sites?

    A: average is a full day rental for most facilities. Equestrian Center can be several days.


    Q ( Projected start): Is there a projected award and start date?

    A: See Section 2.1 of the solicitation.


    Q (Number of Restrooms): How many restrooms are included, and what is their total square footage?

    A: Answered at the Mandatory Pre-bid meeting


    Q (Current Contractor): Who is the current contractor? What is the current contract amount? If you are unable to provide the current contract amount, what is the current budget your agency has for this project?

    A: The current contractor information can be found on OpenGov at the following link https://procurement.opengov.com/portal/alachuacounty/projects/24585 See answer #1 for the current contract amount


    Q ( Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last? Did the previous incumbent complete the project term? Is this solicitation the same length of time? If previous incumbents exist, when is the contract set to end?

    A: See answer to question #5


    Q (Subject: RFQ 27-23-MM Service ): 1. What is the approximate square footage of each facility?

    A: Answered at the Mandatory Pre-bid meeting


    Q (No subject): 2. What is the typical frequency of service calls per month?

    A: See Addendum #1


    Q (No subject): 3. Approximately how many hours per visit are typically required?

    A: Answered at the Mandatory Pre-bid meeting


    Q (No subject): 4. How often are event cleanings typically requested?

    A: Answered at the Mandatory Pre-bid meeting


    Q (No subject): 5. Are cleaning chemicals and consumable supplies provided by the County or the vendor?

    A: Answered at the Mandatory Pre-bid meeting


    Q (No subject): 6.Is there a current incumbent vendor providing these services?

    A: See past solicitation on the following link: https://procurement.opengov.com/portal/alachuacounty/projects/24585


    Q (No subject): 7.Is there an estimated annual budget or historical annual spend for these services?

    A: See Question #1


    Key dates

    1. March 25, 2026Published
    2. April 22, 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.