SLED Opportunity · FLORIDA · ALACHUA COUNTY

    County Road 1471 Major Rehabilitation from US 301 to Bradford County Line

    Issued by Alachua County
    countyRFQAlachua CountySol. 231476
    Closed
    STATUS
    Closed
    due Apr 1, 2026
    PUBLISHED
    Feb 25, 2026
    Posting date
    JURISDICTION
    Alachua County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Alachua County seeks bids for major rehabilitation of County Road 1471, including asphalt milling and paving, lane widening, and driveway upgrades over 5.7 miles in two phases from US 301 to the Bradford County line.

    Opportunity details

    Solicitation No.
    231476
    Type / RFx
    RFQ
    Status
    open
    Level
    county
    Published Date
    February 25, 2026
    Due Date
    April 1, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Alachua County
    State
    Florida
    Agency
    Alachua County

    Description

    County Road 1471, spanning from US 301 to the Bradford County line, will undergo a major rehabilitation project covering approximately 5.7 miles. The scope includes milling the existing asphalt pavement to a depth of 2.0 inches and replacing it with new 2.0-inch asphalt. Existing lane widths will be maintained throughout the corridor, except for the narrow segment at the south end—between US 301 and NE CR 1469—which is approximately 0.1 miles long and will be widened by 4 feet on the east side. Additionally, the project will upgrade all unimproved driveways and side street tie-ins within the project limits.
     
    To align with budget and funding considerations, the overall project is divided into two phases. Phase 1 extends from US 301 to NE 143rd Avenue, while Phase 2 continues from NE 143rd Avenue to the Bradford County line. Correspondingly, the project plans were developed in these phases.

    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: ITB 26-586-LC
    • Department: Public Works
    • Department Head: Ramon Gavarrete (Director)

    Important Dates

    • Questions Due: 2026-04-19T04:01:07.608Z
    • Pre-Proposal Meeting: 2026-04-06T18:00:00.000Z — Alachua County Public Works, 5620 NW 120th Lane, Gainesville, FL 32653

    Addenda

    • Addendum #1 (released 2026-03-17T14:24:54.727Z) —

      This addendum includes: added work, added time, and detour.

      It also adds a Non-Mandatory Pre-Bid Meeting to be held on April 6, 2026 at 2pm at Alachua County Public Works, 5620 NW 120th Lane, Gainesville, FL 32653.

      Attendees are requested to notify Leira Cruz Cáliz (lcruzcaliz@alachuacounty.us) of planned attendance by providing the Company name and names of all anticipated attendees. This request is made to aid in assembling the attendee list and to plan for an appropriate space.

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #1: Attendance Sheet (released 2026-04-06T20:28:10.932Z) —

      Non-Mandatory PreBid Meeting Attendance Sheet

    • Addendum #2 (released 2026-04-06T20:46:24.823Z) —

      This addendum updates the ITB Pricing Form.

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Meeting Minutes (released 2026-04-06T21:17:42.646Z) —

      Non-Mandatory PreBid Meeting Minutes

    • Addendum #3 (released 2026-04-17T12:55:20.056Z) —

      The scheduled solicitation opening will occur via Zoom during a public meeting

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Non-Warranty of Specifications

      Due care and diligence have been used in preparing these specifications, The County does not guarantee that the conditions described within the specifications are the conditions that will be found in the field when actual construction is commenced. The County shall not be responsible for any error or omission in these specifications, nor for the failure on the part of the bidders to determine the full extent of the request. It is the sole responsibility of the bidders to ensure that they have all information necessary for the submittal of bids.

    • Scope of Work

      Scope of this project is per 100% Construction Documents and specification manual attached in Section 7 ITB Contract - Scope of Service.

      The project scope includes milling and resurfacing approximately 5.7 miles of mainline, as well as the side streets up to the right-of-way line. The scope also covers improvements to unimproved driveways and a 4-foot widening over approximately 0.1 miles. 
       
      To align with budget and funding considerations, the overall project is divided into two phases. Phase 1 extends from US 301 to NE 143rd Avenue, while Phase 2 continues from NE 143rd Avenue to the Bradford County line. Correspondingly, the project plans were developed in these phases.
       
       

       

    • Introduction

      The herein included sections along with Advertisement for Bids , Instruction to Bidders, Terms and Conditions , Insurance , Scope of Work, Submittals and the Construction Contract #15003, together with all attached Attachments herein identified, constitute the entire bid package.

    • TYPE “A” INSURANCE REQUIREMENTS “ARTISAN CONTRACTORS / SERVICE CONTACTS”

      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, $1,000,0000 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

      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

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Introduction

      The herein included sections along with Advertisement for Bids , Instruction to Bidders, Terms and Conditions , Insurance , Scope of Work, Submittals, together with all attached Attachments herein identified, constitute the entire bid package.

    • Request for Clarification

      The County reserves the right to request clarification of information submitted and to request additional information of one or more Bidder, either orally or in writing.

    • Library TYPE “A” INSURANCE REQUIREMENTS “ARTISAN CONTRACTORS / SERVICE CONTACTS”

      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.

      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 : Public Works - oogedengbe@alachuacounty.us

    • Definitions - Capital

      Where the following terms or their pronouns occur herein, the intent and meaning shall be as follows for:

      AGREEMENT: The written document between the County and the Contractor covering the Work to be performed, including the Contractor's Bid and the Bonds.

      BID: The offer of proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.

      BID PRICE: The amount bid submitted on the prescribed forms by the bidder setting forth the prices for the work to be performed.

      BIDDER: Any person, firm or corporation submitting a Bid for the work contemplated, or a duly authorized representative.

      BONDS: Bid, Performance and Payment Bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents.

      CHANGE ORDER: A written order to the Contractor, signed by the Board of County Commissioners, County Manager, or the Department Director as appropriate, authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Amount or the Contract Time, issued after execution of the Agreement.

      CONTRACT: The written agreement resulting from this solicitation, incorporating the bid submitted by the bidder and which is approved by the Board, or its designee, along with all documents identified in this Invitation to Bid document and any addenda, thereto, shall be the contract between the County and the bidder.

      CONTINGENCY AMOUNT: The total monies established to efficiently and timely address any unknown or unanticipated conditions and pay factor adjustments. Contractor has no entitlement to any contingency amount without written notice from the County.

      CONTRACT PRICE: The total monies payable to the Contractor under the provisions of the Contract Documents.

      CONTRACT DOCUMENTS: The Agreement, Specifications, Drawings, Addenda whether issued prior to the opening of bids or execution of the Contract and Modifications.

      CONTRACT TIME: The number of calendar days stated in the Agreement for the completion of the Work.

      CONTRACTOR: The person, firm or corporation with whom the County has executed a contract for the performance of the Work, or his legally authorized representative.

      COUNTY: Alachua County, Florida, through the Board of County Commissioners, or its authorized legal representative.

      COUNTY ENGINEER: The Alachua County Public Works Director, acting directly or through duly authorized representatives; such representatives acting within the scope of the duties and authority assigned to them.

      DIRECTOR: The Department Director, or their designee acting for the County.

      DRAWINGS: The drawings and plans which show the character and scope of the Work to be performed and which have been prepared or approved by the Director and are referred to in the Contract Documents.

      FIELD CHANGE ORDER: A written order to the Contractor signed by the Board of County Commissioners, County Manager, or the Department Director or designee for additional weather days or modifications to the work only for changes in unit quantities (except Lump Sum Unit Pricing) and for pay factor adjustments.

      PROJECT REPRESENTATIVE: The authorized representative of the Director who is assigned to the project or any parts thereof.

      RESPONSIBLE AGENT: The duly authorized representative of the Bidder during the contract period.

      SHOP DRAWINGS: All Drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, manufacturer, supplier or distributor and which illustrate the equipment, materials or some portion of the Work.

      SPECIFICATIONS: The directions, provisions and requirements contained herein, together with all written Agreements made or to be made, setting out or relating to the method and manner of performing the Work, or to the quantities and qualities of materials and labor to be furnished under the Contract. Any state or national standard or specification referenced in any document listed in this advertisement, when work performed is described therein.

      SUBCONTRACTORS: Any person, firm or corporation, other than the Contractor, supplying labor, equipment or material for work at the site of the project.

      WORK: Any and all obligations, duties and responsibilities necessary to the successful completion of the project assigned to or undertaken by the Contractor under the Contract Documents, including the furnishing of all labor, materials, equipment and other incidentals.

    • TYPE “B” INSURANCE REQUIREMENTS “Professional or Consulting Services”

      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.

      PROFESSIONAL LIABILITY or ERRORS AND OMISSIONS LIABILITY (E&O).

      Professional (E&O) Liability must be afforded for not less than $1,000,000 each claim, $1,000,000 policy aggregate

      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.

      1. The policies are to contain, or be endorsed to contain, the following provisions:
      2. 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.
      3. All Coverages

        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 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

      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 : Public Works - oogedengbe@alachuacounty.us

    • ITB - Capital Construction

      Notice is hereby given that the Board of County Commissioners of Alachua County, Florida is calling for and requesting Bids for the purpose of selecting a contractor to furnish all labor, materials, equipment and apparatus for the construction of:

      ITB 26-586-LC: County Road 1471 Major Rehabilitation from US 301 to Bradford County Line

      ITB Opens: Wednesday, April 29, 2026, 2:00 pm

      All work shall be done in accordance with the Bid Instructions and Capital Construction Agreement No. 15003 known as the Invitation to BID (ITB). The County posts and distributes information pertaining to its procurement solicitations on the public portal https://secure.procurenow.com/portal/alachuacounty.

      In order to submit a proposal response to this solicitation the consultant must be registered on Alachua County's Public Portal.

      Alachua County has adopted a 15% participation goal and policies which encourage participation of Small Business Enterprises (SBE) in the provision goods, services and construction.

      If you have a disability and need an accommodation in order to participate, contact the Alachua County ADA Coordinator at ADA@alachuacounty.us or Equal Opportunity Office at 352-374-5275 at least 7 business days prior to the deadline. If you are unable to notify the Equal Opportunity Office prior to the deadline, please contact Alachua County Procurement for assistance at 352-374.5202. TDD/TTY users, please call 711 (Florida Relay Service). In accordance with the Provisions of the ADA, this document may be requested in an alternate format.

    • U.S. Department of Homeland Security E-Verify System

      Pursuant to F.S. sec. 448.095, Contractor shall register with and use the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees of the Contractor during the term of the Agreement. Contractor shall require any subcontractors performing work or providing Services under this Agreement to register and use the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees of the subcontractor during the term of this Agreement, and otherwise comply with Florida law. The E-Verify system is located at https://www.uscis.gov/E-Verify.  Failure to comply with this section is grounds for termination and the contractor (a) may not be awarded a contract with the County for at least 1 year after the date on which the contract was terminated and (b) is liable for any additional costs incurred by the County as a result of termination of this Agreement.

    • Public Entity Crimes

      A person or affiliate who has been placed on the convicted vendor list following a conviction of a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

    • Definitions - Capital - Library

      Where the following terms or their pronouns occur herein, the intent and meaning shall be as follows for:

      AGREEMENT: The written document between the County and the Contractor covering the Work to be performed, including the Contractor's Bid and the Bonds.

      BID: The offer of proposal of the Bidder submitted on the prescribed form setting forth the prices for the Work to be performed.

      BID PRICE: The amount bid submitted on the prescribed forms by the bidder setting forth the prices for the work to be performed.

      BIDDER: Any person, firm or corporation submitting a Bid for the work contemplated, or a duly authorized representative.

      BONDS: Bid, Performance and Payment Bonds and other instruments of security, furnished by the Contractor and his surety in accordance with the Contract Documents.

      CHANGE ORDER: A written order to the Contractor, signed by the Alachua County Library District, County Manager, or the Department Director as appropriate, authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Amount or the Contract Time, issued after execution of the Agreement.

      CONTRACT: The written agreement resulting from this solicitation, incorporating the bid submitted by the bidder and which is approved by the Board, or its designee, along with all documents identified in this Invitation to Bid document and any addenda, thereto, shall be the contract between the County and the bidder.

      CONTINGENCY AMOUNT: The total monies established to efficiently and timely address any unknown or unanticipated conditions and pay factor adjustments. Contractor has no entitlement to any contingency amount without written notice from the County.

      CONTRACT PRICE: The total monies payable to the Contractor under the provisions of the Contract Documents.

      CONTRACT DOCUMENTS: The Agreement, Specifications, Drawings, Addenda whether issued prior to the opening of bids or execution of the Contract and Modifications.

      CONTRACT TIME: The number of calendar days stated in the Agreement for the completion of the Work.

      CONTRACTOR: The person, firm or corporation with whom the County has executed a contract for the performance of the Work, or his legally authorized representative.

      COUNTY: Alachua County, Florida, through the Alachua County Library District, or its authorized legal representative.

      COUNTY ENGINEER: The Alachua County Public Works Director, acting directly or through duly authorized representatives; such representatives acting within the scope of the duties and authority assigned to them.

      DIRECTOR: The Department Director, or their designee acting for the County.

      DRAWINGS: The drawings and plans which show the character and scope of the Work to be performed and which have been prepared or approved by the Director and are referred to in the Contract Documents.

      FIELD CHANGE ORDER: A written order to the Contractor signed by the Alachua County Library District, County Manager, or the Department Director or designee for additional weather days or modifications to the work only for changes in unit quantities (except Lump Sum Unit Pricing) and for pay factor adjustments.

      PROJECT REPRESENTATIVE: The authorized representative of the Director who is assigned to the project or any parts thereof.

      RESPONSIBLE AGENT: The duly authorized representative of the Bidder during the contract period.

      SHOP DRAWINGS: All Drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, a Subcontractor, manufacturer, supplier or distributor and which illustrate the equipment, materials or some portion of the Work.

      SPECIFICATIONS: The directions, provisions and requirements contained herein, together with all written Agreements made or to be made, setting out or relating to the method and manner of performing the Work, or to the quantities and qualities of materials and labor to be furnished under the Contract. Any state or national standard or specification referenced in any document listed in this advertisement, when work performed is described therein.

      SUBCONTRACTORS: Any person, firm or corporation, other than the Contractor, supplying labor, equipment or material for work at the site of the project.

      WORK: Any and all obligations, duties and responsibilities necessary to the successful completion of the project assigned to or undertaken by the Contractor under the Contract Documents, including the furnishing of all labor, materials, equipment and other incidentals.

    • Library TYPE “B” INSURANCE REQUIREMENTS “Professional or Consulting Services”

      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.

      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:
        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. PROFESSIONAL LIABILITY or ERRORS AND OMISSIONS LIABILITY (E&O): Professional (E&O) Liability must be afforded for not less than $1,000,000 each claim, $1,000,000 policy aggregate
      5. OTHER INSURANCE PROVISIONS:
        1. The policies are to contain, or be endorsed to contain, the following provisions:
        2. 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; 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.
        3. 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 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.
      6. 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 Library District

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Definitions - General

      Where the following terms or their pronouns occur herein, the intent and meaning shall be as follows for:

      COUNTY/OWNER: Alachua County Board of County Commissioners, Alachua County, Florida or its authorized representative.

      BID PRICE: The amount bid submitted on the prescribed forms by the bidder setting forth the prices for the work to be performed.

      BIDDER: Any person, firm or corporation submitting a proposal/bid for the goods and/or services contemplated herein, or a duly authorized representative.

      CONTRACT: The written agreement resulting from this solicitation, incorporating the bid submitted by the bidder and which is approved by the Board, or its designee, along with all documents identified in this Invitation to Bid document and any addenda, thereto, shall be the contract between the County and the bidder.

      CONTRACT DOCUMENTS: The Agreement, Specifications, Drawings, Addenda whether issued prior to opening of bids or execution of the Contract and Modifications.

      CONTRACTOR: Any person, firm, corporation, or governmental entity with whom the County has executed a contract for the performance of the work, or his duly authorized representative.

      DIRECTOR: The duly authorized representative of the Board of County Commissioners during the contract period as identified herein.

      RESPONSIBLE AGENT: The duly authorized representative of the Alachua County Board of County Commissioners during the contract period.

      SPECIFICATIONS: The directions, provisions, and requirements contained herein, together with all written agreements made setting out or relating to the method and manner of performing the requested services, the quality of material and personnel to be furnished under this contract. All applicable laws of the State of Florida, the Federal Government and the Rules and Regulations of the County of Alachua are hereby adopted and made part hereof as specifications.

      WORK: To provide all management, supervision, labor, materials, supplies and equipment. To plan, schedule, coordinate and assure effective performance of all services described herein.

    • Discriminatory Vendor List

      An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity.

    • 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 : Public Works - oogedengbe@alachuacounty.us

    • ITB - Capital Construction (Grant - LAP)

      Notice is hereby given that the Board of County Commissioners of Alachua County, Florida is calling for and requesting Bids for the purpose of selecting a contractor to furnish all labor, materials, equipment and apparatus for the construction of:

      ITB 26-586-LC: County Road 1471 Major Rehabilitation from US 301 to Bradford County Line

      ITB Opens: Wednesday, April 29, 2026, 2:00 pm

      All work shall be done in accordance with the Bid Instructions and Capital Construction Agreement No. 15003 known as the Invitation to BID (ITB). The County posts and distributes information pertaining to its procurement solicitations on the public portal https://secure.procurenow.com/portal/alachuacounty.

      In order to submit a proposal response to this solicitation the consultant must be registered on Alachua County's Public Portal.

      If you have a disability and need an accommodation in order to participate, contact the Alachua County ADA Coordinator at ADA@alachuacounty.us or Equal Opportunity Office at 352-374-5275 at least 7 business days prior to the deadline. If you are unable to notify the Equal Opportunity Office prior to the deadline, please contact Alachua County Procurement for assistance at 352-374.5202. TDD/TTY users, please call 711 (Florida Relay Service). In accordance with the Provisions of the ADA, this document may be requested in an alternate format.

    • Vendor Eligibility

      An entity or affiliate who has been placed on any of the list's below may not respond to solicitation.

      Convicted Vendor List

      Suspended Vendor List

      Discriminatory Vendor List

      Scrutinized List of Prohibited Companies

      Federal Excluded Parties List

      Lists are available at the following Department of Management Services site:

      http://www.dms.myflorida.com/business_operations/state_purchasing/vendor_information/convicted_suspended_discriminatory_complaints_vendor_lists

    • Submission of ITB

      The County posts and distributes information pertaining to its procurement solicitations on the County Public Portal. In order to submit a bid response to this solicitation the consultant must be registered with the County's Public Portal.

      Costs for the preparation and submittal of bids in response to this Invitation to Bid are entirely the obligation of the bidder and shall not be chargeable in any manner to Alachua County.

      The bid response, containing all required documents, must be received by 2:00 pm on Wednesday, April 29, 2026. The bidder’s submittal must be completed in the Public Portal prior to the 2:00 pm deadline. Any required uploaded documents should be done in PDF format and be labeled correctly, unless the solicitation states otherwise. The pdf document should be titled with bidder’s name, bid number, and if the response is submitted in parts, include “Part # of x”.

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

      Any bid not withdrawn will constitute an irrevocable offer, for a period of one hundred and twenty (120) days, to provide the County adequate time to award the Contract for the services or products specified in this solicitation.

      Additional pricing information cannot be added.

      The submittal of an ITB by a bidder will be considered by the County as constituting an offer by the bidder to perform the required services at the stated fees. Bidders are expected to examine the specifications, drawings, and all special and general conditions. Failure to do so will be at the bidder's risk. Bidders shall furnish the information required by the ITB.

      Unit price for each unit offered shall be shown, and such price shall include packing and shipping unless otherwise specified. In case of discrepancy between the unit price and extended price, the unit price will be presumed correct. All or None bids will not be considered unless specifically requested in the ITB.

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

      The bidder should retain a copy of all bid documents for future reference.

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

    • Library 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.

      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:
        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. 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)
      5. 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; 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 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.
      6. 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 Library District

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • TYPE “D” INSURANCE REQUIREMENTS “Licensee and Tenants”

      Licensee 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 Licensee’s operation and use of the licensed premises. The cost of such insurance shall be borne by the Licensee.

      COMMERCIAL GENERAL LIABILITY.

      Coverage must be afforded under a per occurrence form policy for limits not less than $200,000 General Aggregate, $100,0000 Products / Completed Operations Aggregate, $100,000 Personal and Advertising Injury Liability, $100,000 each Occurrence, $100,000 Fire Damage Liability and $5,000 Medical Expense.

      AUTOMOBILE LIABILITY. (While Operating Vehicles on County Owned Property)

      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 $500,000 combined single limit each accident.

      WORKERS COMPENSATION AND EMPLOYER’S LIABILITY. (While on County owned Property)

      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. OR:
      3. As an independent contractor outside the construction industry with fewer than four employees choosing not to secure worker’s compensation coverage under the Florida Workers’ Compensation Act, the Licensee may choose to post clear written notice in a conspicuous location accessible to all employees telling employees and others of their lack of entitlement to work’s compensation benefits.

      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 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 Licensee and premises owned, leased or used by the Licensee.
        2. The Licensee’s insurance coverage shall be 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 Licensee’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 Licensee for the County.
      3. All Coverages
        1. The Licensee 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

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

      CERTIFICATE HOLDER:Alachua County Board of County Commissioners

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Withdrawal of Invitation to Bid

      Modifications to or withdrawal of a bidder’s submittal can be made up to the deadline date. Modifications and withdrawals must be documented in the Public Portal in order to be recognized by the County. Any Bidder may withdraw their Bid, either personally, electronically, or written request, at any time prior to the scheduled closing time for receipt of Bids. Any bid not withdrawn will constitute an irrevocable offer, for a period of one hundred twenty (120) days, to provide the County adequate time to award the Contract/PO for the services or product specified in this solicitation.

    • Workplace Violence

      Employees of bidders (or responders for RFP's) are prohibited from committing any act of workplace violence. Violation may be grounds for termination. Workplace violence means the commission of any of the following acts by a bidder's employee.

      Battery: intentional offensive touching or application of force or violence to another.

      Stalking: willfully, maliciously and repeatedly following or harassing another person.

       

    • Governing Law

      This agreement shall be governed in accordance with the laws of the State of Florida. Venue shall be in Alachua County.

    • Library TYPE “D” INSURANCE REQUIREMENTS “Licensee and Tenants”

      Licensee 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 Licensee’s operation and use of the licensed premises. The cost of such insurance shall be borne by the Licensee.

      1. COMMERCIAL GENERAL LIABILITY:Coverage must be afforded under a per occurrence form policy for limits not less than $200,000 General Aggregate, $100,0000 Products / Completed Operations Aggregate, $100,000 Personal and Advertising Injury Liability, $100,000 each Occurrence, $100,000 Fire Damage Liability and $5,000 Medical Expense.
      2. AUTOMOBILE LIABILITY: (While Operating Vehicles on County Owned Property): 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 $500,000 combined single limit each accident.
      3. WORKERS COMPENSATION AND EMPLOYER’S LIABILITY. (While on County owned Property):
        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. OR:
        3. As an independent contractor outside the construction industry with fewer than four employees choosing not to secure worker’s compensation coverage under the Florida Workers’ Compensation Act, the Licensee may choose to post clear written notice in a conspicuous location accessible to all employees telling employees and others of their lack of entitlement to work’s compensation benefits.
      4. OTHER INSURANCE PROVISIONS:The policies are to contain, or be endorsed to contain, the following provisions:
        1. Commercial General 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 Licensee and premises owned, leased or used by the Licensee.
          2. The Licensee’s insurance coverage shall be 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 Licensee’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 Licensee for the County.
        3. All Coverages
          1. The Licensee 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 (original if contact is renewed) or prior.
      5. SUBCONTRACTORS: Licensee 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 : Public Works - oogedengbe@alachuacounty.us

    • Bonding Requirements

      Each Bid must be accompanied by a bid bond (Submittals) payable to the County for an amount equal to at least five percent (5%) of the amount of the Bid. The County will, within ten (10) days after the opening of the Bids, return deposits of all Bidders except those posted by the three lowest Bidders, whose deposits will be returned upon final award and execution of the contract between the successful Bidder and the County, and after a satisfactory contract Bond has been executed.

      If the successful Bidder, for any reason whatsoever, withdraws from competition after the opening of the Bids, or fails or refuses to execute the contract and Bond within ninety (90) days after the Bidder has received notice of acceptance of their Bid, the Bidder shall forfeit to the County their Bid security deposit as liquidated damages for such withdrawal, failure or refusal. In the aforementioned situation, the successful Bidder shall be responsible to the Board of County Commissioners for the additional cost of said project, if any.

      Guaranty Bonds in the form of a Performance and Payment Bond in amounts equal to one hundred percent (100%) of the Bid Price will be required of the successful bidder.

    • Laws, Permits and Compliance

      Permit, Application, and License Fees:

      The contracted firm shall obtain and pay for all necessary permits, permit application fees, licenses or any fees required.

      Compliance:

      The contractor shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated in the proposal. The contracted firm is presumed to be familiar with all state and local laws, ordinances, code rules and regulations that may in any way affect the work. Ignorance on the part of the contracted firm will in no way relieve it of responsibility.

      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/. This registration is renewed annually. Failure to register with the Florida Department of State may result in the bid being determined as non-responsive.

      The contractor must agree to abide by and conduct its programs and provide its services in compliance with the provisions of the Civil Rights Act of 1866, Civil Rights Act of 1871, Equal Pay Act of 1963, Civil Rights Act of 1964, Age Discrimination and Employment Acts of 1967, Rehabilitation Act of 1973, 1990 Americans with Disabilities Act, 1991 Federal Civil Rights Act, 1992 Florida Civil Rights Act, and all other applicable ordinances, statutes, laws and amendments thereto.

    • 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.

      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. (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.

      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.
      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.

      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 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 Thirty (30) day 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 form 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.

      SUBCONTRACTORS

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

      CERTIFICATE HOLDER:Alachua County Board of County Commissioners

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Addenda and Notices - Question and Answers

      No interpretation of the bid will be made to any interested bidder orally. Every request for such interpretation shall be made in writing, via the question and answer tab. Any interpretation to a Bidder 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. All addenda so issued shall become part of the bid documents.

      Addenda Notification: Bidders are required to register for an account via the County's e-Procurement Public Portal. Once bidder has completed registration, you will receive addenda notifications to your email by clicking “Follow” on this project. Ultimately, it is sole responsibility of each bidder to periodically check the site for any addenda at https://secure.procurenow.com/portal/alachuacounty. Failure to receive or review an addenda or notice by the Bidder is not the fault of the County or County Staff.

    • Indemnification

      The awarded Bidder agrees to protect, defend, indemnify, and hold the County and director and their officers, employees and agents free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or directly or indirectly relating to any and all claims, liens, demands, obligations, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of this Agreement and/or the performance hereof. Without limiting the generality of the foregoing, any and all such claims, etc., including but not limited to personal injury, death, damage to property (including destruction) defects in materials or workmanship, actual or alleged infringement of any patent, trademark, copyright (or application for any thereof) or of any other tangible or intangible personal or property right, or any actual or alleged violation of any applicable statutes, ordinance, administrative order, rule, or regulation or decree of any court, shall be included in the indemnity hereunder. The Bidder further agrees to investigate, handle, respond to, provide defense (including payment of attorney fees, court costs, and expert witness fees and expenses up to and including any appeal) for and defend any such claim at its sole cost and expense through counsel chosen by the County and agrees to bear all other costs and expenses related thereto, even if they (claims, etc.) are groundless, false, or fraudulent. Bidder agrees that indemnification of the County shall extend to any and all work performed by the Bidder, its subcontractors, employees, agents, servants or assigns. This obligation shall in no way be limited in any nature whatsoever by any limitation on the amount or type of Bidder's insurance coverage. This indemnification provision shall survive the termination of the Contract between the County and the Bidder.

      Nothing contained herein shall constitute a waiver by the County of its sovereign immunity, the limits of liability or the provisions of §768.28, Florida Statutes.

    • 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 : Public Works - oogedengbe@alachuacounty.us

    • Default and Termination

      The failure of either party to comply with any provision of this agreement shall place that party in default. Prior to terminating this agreement, the non-defaulting party shall notify the defaulting party in writing. Notification shall make specific reference to the provision which gave rise to the default.

      The defaulting party shall be given seven (7) days in which to cure the default. Department Director is authorized to provide written notice of termination on behalf of the County, and if the default situation is not corrected within the allotted time, the Department is authorized to provide final termination notice on behalf of the County to the Contractor.

      The County may terminate this agreement without cause by first providing at least thirty (30) days written notice to the Contractor prior to the termination date. The Department Director is authorized to provide written notice of termination on behalf of the County.

      If the contractor is adjudged bankrupt, either voluntary or involuntary, the County may terminate the contract effective on the day and at the time the bankruptcy petition is filed and may proceed to provide service as previously outlined.

      In the event funds to finance this contract become unavailable, the County may terminate the contract with no less than twenty-four hours’ notice in writing to the Contractor. The County shall be the final authority as to the availability of funds.

       

    • TYPE “F” INSURANCE REQUIREMENTS “Self-Insured Governmental Entities” And/or Fully Insured Entities

      Entity shall provide evidence to the County that it has in place a program of self-insurance pursuant to Florida Statutes Sections 111.072, 136.091 and 768.28. That the self-insurance program provides coverage for claims which emanate from Automobile Physical Damage and Public Liability incidents arising from Automobile Liability (both Bodily Injury and Property Damage), Commercial General Liability, and Workers’ Compensation with a limit of liability not to exceed $300,000 per accident.

      OR

      Entity 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 work hereunder by the entity, 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.

      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 PROVISIONS

      Indemnification Clause: Each party agrees that it shall be solely responsible for the negligent acts or omissions of its employees, contractors and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity and the limitation set forth in Section 768.28, Florida Statutes.

      CERTIFICATE HOLDER:Alachua County Board of County Commissioners

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Acceptance/Rejection

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

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

      Alachua County Procurement reserves the right to accept or reject any or all Bids in whole or in part, with or without cause, to waive technicalities, or to accept bids or portions thereof which, in the County's judgment, best serve the interests of the County, or to award a contract to the next most qualified Consultant if a selected Consultant does not execute a contract within thirty (30) days after the award of the bid. The County may allow alterations, modifications, or revisions to individual elements of the successful bid at any time during the period of the contract which results from this Bid.

      The thirty-day (30) time period may be extended an additional twenty (20) days where the selected Consultant is unavailable during the initial thirty-day period.

    • Electronic Signatures

      The Parties agree that an electronic version of the submitted bid shall have the same legal effect and enforceability as a paper version. The Parties 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 vendor and shall provide the awarded vendor 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 “portable document format” (“.pdf”) form, 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.

    • TYPE “G” INSURANCE REQUIREMENTS Licensee’s Ins.

      Licensee 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 Licensee’s operation and use of the licensed premises. The cost of such insurance shall be borne by the Licensee.

      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, $100,000 Fire Damage Liability and $5,000 Medical Expense.

      AUTOMOBILE LIABILITY (While Operating Vehicles on County Owned Property)

      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 (While on County owned Property)

      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.

      OR:

      As an independent contractor outside the construction industry with fewer than four employees choosing not to secure worker’s compensation coverage under the Florida Workers’ Compensation Act, the Licensee may choose to post clear written notice in a conspicuous location accessible to all employees telling employees and others of their lack of entitlement to works’ compensation benefits.

      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.

      LIQUOR LIABILITY (While on County owned Property)

      Coverage must be afforded when a licensee, vendor, concessionaire, independent contractor, or subcontractor is engaged in the business of manufacturing, distributing, selling, serving or furnishing alcoholic beverages while on County property. Coverage must be afforded for Bodily Injury and Property Damage of not less than $1,000,000 Combined Single Limit each occurrence.

      OTHER INSURANCE PROVISIONS

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

      Commercial General Liability Coverages

      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 Licensee and premises owned, leased or used by the Licensee.

      The Licensee’s insurance coverage shall be 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 Licensee’s insurance and shall be non-contributory.

      All Coverages

      The Licensee 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 (original if contact is renewed) or prior.

      SUBCONTRACTORS, VENDORS, CONCESSIONAIRES

      Licensee shall include all subcontractors as insureds under its policies. All coverages for subcontractors, vendors, concessionaires and independent contractors shall be subject to all the requirements stated herein.

      CERTIFICATE HOLDER:Alachua County Board of County Commissioners

      Email certificate to : Public Works - oogedengbe@alachuacounty.us

    • Independent Contractor

      In the performance of this agreement, the Contractor will be acting in the capacity of an independent Contractor and not as an agent, employee, partner, joint venture, or associate of the County. The Contractor shall be solely responsible for the means, method, technique, sequences, and procedures utilized by the Contractor in the full performance of the agreement.

    • Non Wavier

      The failure of either party to exercise any right shall not be considered a waiver of such right in the event of any further default or noncompliance.

    • Insurance Requirements for Construction Contracts

      Contractor shall procure and maintain for the duration of the contract, and for 10 years thereafter, 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.

      MINIMUM SCOPE AND LIMIT OF INSURANCE

      Coverage shall be at least as broad as:

      1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 covering CGL on an “occurrence” basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $5,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.

      2. Automobile Liability: Insurance Services Office Form CA 0001 covering Code 1 (any auto), with limits no less than $5,000,000 per accident for bodily injury and property damage.

      3. Workers’ Compensation insurance as required by the State of Florida, with Statutory Limits, and Employers’ Liability insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.

      4. Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions.

      5. Surety Bonds as described below.

      6. Professional Liability (if Design/Build), with limits no less than $2,000,000 per occurrence or claim, and $2,000,000 policy aggregate.

      7. Contractors’ Pollution Legal Liability and/or Asbestos Legal Liability and/or Errors and Omissions (if project involves environmental hazards) with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate.

      If the contractor maintains broader coverage and/or higher limits than the minimums shown above, the Entity requires and shall be entitled to the broader coverage and/or the higher limits maintained by the contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Entity.

      Self-Insured Retentions

      Self-insured retentions must be declared to and approved by the Entity. At the option of the Entity, either: the contractor shall cause the insurer shall to reduce or eliminate such self-insured retentions as respects the Entity, its officers, officials, employees, and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the Entity guaranteeing payment of losses and related investigations, claim administration, and defense expenses. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or Entity.

      Other Insurance Provisions

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

      1. The Entity, its officers, officials, employees, and volunteers are to be covered as additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance (at least as broad as ISO Form CG 20 10, CG 11 85 or both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 forms if later revisions used).

      2. For any claims related to this project, the Contractor’s insurance coverage shall be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it.

      3. Each insurance policy required by this clause shall provide that coverage shall not be canceled, except with notice to the Entity.

      Builder’s Risk (Course of Construction) Insurance

      Contractor may submit evidence of Builder’s Risk insurance in the form of Course of Construction coverage. Such coverage shall name the Entity as a loss payee as their interest may appear.

      If the project does not involve new or major reconstruction, at the option of the Entity, an Installation Floater may be acceptable. For such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, processes, machinery and equipment. The Property Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the Work, including during transit, installation, and testing at the Entity’s site. The County shall have the option to provide their own builders risk program if the County determines it to be more advantageous for the project than what the Contractors presents to the County.

      Claims Made Policies – (Not desired by the County. Prefer Occurrence)

      If any coverage required is written on a claims-made coverage form:

      1. The retroactive date must be shown, and this date must be before the execution date of the contract or the beginning of contract work.

      2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of contract work.

      3. If coverage is cancelled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective, or start of work date, the Contractor must purchase extended reporting period coverage for a minimum of five (5) years after completion of contract work.

      4. A copy of the claims reporting requirements must be submitted to the Entity for review.

      5. If the services involve lead-based paint or asbestos identification/remediation, the Contractors Pollution Liability policy shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability policy shall not contain a mold exclusion, and the definition of Pollution shall include microbial matter, including mold.

      Acceptability of Insurers

      Insurance is to be placed with insurers authorized to conduct business in the state with a current A.M. Best rating of no less than A: VII, unless otherwise acceptable to the Entity.

      Waiver of Subrogation

      Contractor hereby agrees to waive rights of subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the Entity for all work performed by the Contractor, its employees, agents and subcontractors.

      Verification of Coverage

      Contractor shall furnish the Entity with original Certificates of Insurance including all required amendatory endorsements (or copies of the applicable policy language effecting coverage required by this clause) and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to Entity before work begins. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The Entity reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time.

      Subcontractors

      Contractor shall require and verify that all subcontractors maintain insurance meeting all requirements stated herein, and Contractor shall ensure that Entity is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a form at least as broad as CG 20 38 04 13.

    • Confidential Information

      Responses to this proposal/bid receipt by the County become public records subject to the provisions of Chapter 119 F.S., Florida's Public Records Law. If you believe that any portion or all of your response is exempt from public records disclosure because it constitutes a trade secret or proprietary confidential business information under Florida Law, or is otherwise exempt from disclosure as a Public Record, you should clearly assert such exemption and state the specific legal authority for the asserted exemption. All material that is designated as exempt from Chapter 119 must be submitted in in the Vendor Questionnaire Section, clearly identified as “PUBLIC RECORDS EXEMPT". Furthermore, you must complete all of the Proprietary Information subsection found in the Submittals section.

      Please be aware that the designation of an item as exempt from disclosure as a Public Record may be challenged in court by any person. By your designation of material in your bid proposal as "Public Records Exempt”, you agree to defend and hold harmless the County from any claims, judgments, damages, costs, and attorney's fees and costs of the challenger and for costs and attorney's fees incurred by the County by reason of any legal action challenging your designation.

    • Successors and Assigns

      The County and Contractor each bind the other and their respective successors and assigns in all respects to all of the terms, conditions, covenants, and provisions of this agreement, and any assignment or transfer by the Contractor of its interest in this agreement without the written consent of the County shall be void. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the County or Contractor, nor shall it be construed as giving any right or benefit hereunder to anyone other than the County or the Contractor.

    • Drug Free Workplace

      Florida Statute, Section 287.087 states that whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. A vendor certifying a drug-free workplace shall complete the Submittals.

    • Amendments

      This agreement may be amended by mutual written agreement of the parties and may be changed only by such written amendment.

    • Drug Free Workplace

      A vendor certifying a drug-free workplace shall complete the Submittals.

    • Assignment of Personnel

      All personnel assigned to the project will be subject to the approval of the County and no changes shall be allowed unless prior written approval is obtained.

    • Proposed Subcontractors NON-SBE

      Bidder shall notify the County of the proposed use of subcontractors in the provision of services required herein by completing and returning the Proposed Subcontractors located in the Submittals section. No subcontractor shall be employed by the Contractor for the provision of these services without the written approval of the County.

      With the Bid Proposal, the successful Bidder will have submitted to the County and the County Engineer for acceptance, a list of the names of proposed Subcontractors and suppliers. Prior to the execution and delivery of the Agreement, the County Engineer will notify the successful Bidder in writing if either the County or the County Engineer, after due investigation, has reasonable objection to any Subcontractor, person or organization on such list. The failure of the County or the County Engineer to make objection to any Subcontractor, person or organization on the list prior to the execution and delivery of the Agreement shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of the County or the County Engineer to reject Work, material or equipment that is either defective or not in conformance with the requirements of the Contract Documents.

      If, prior to the execution and delivery of the Agreement, the County or the County Engineer has reasonable objection to and refuses to accept any Subcontractor, person or organization on such list, the successful Bidder may, prior to such execution and delivery, either (i) submit an acceptable substitute without an increase in their Bid price, or (ii) withdraw their Bid and forfeit any Bid security. If, after the execution and delivery of the Agreement, the County or the County Engineer refuses to accept any Subcontractor, person or organization on such list, the Contractor will submit an acceptable substitute, the Contract Price shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate Change Order shall be issued. No such increase in the Contract Price shall be allowed if the disputed Subcontractor was not identified on the Subcontractor list submitted prior to award of the Contract.

      The Contractor will not employ any Subcontractor (whether initially or as a substitute) against whom the County or the County Engineer may have reasonable objection, nor will the Contractor be required to employ any Subcontractor against whom he has reasonable objection. The Contractor will not make any substitution for any Subcontractor who has been accepted by the County and the County Engineer, prior to written concurrence by the County Engineer.

       

    • Conflict of Interest

      The bidder certifies that to the best of their knowledge or belief, no elected/appointed official or employee of the County is financially interested, directly or indirectly, in the purchase of the goods or services specified on this order.

    • Term of Contract

      The initial term of the Agreement will be from the date of execution until the Work is completed as required by the Notice to Proceed (NTP) found in the Draft Agreement and be completed by the date specified in the NTP unless amended or terminated as provided in the agreement

    • Term of Purchase Order

      It is the intent of the County to issue a purchase order.

      The initial term of the Agreement will be from the date of execution until the Work is completed as required by the Notice to Proceed (NTP) and be completed by the date specified in the NTP unless amended or terminated.

    • Collusion

      The bidder, by submitting their bid form, declares that the bid is made without any previous understanding, agreement, or connections with any persons, firms or corporations making a bid on the same items and that it is in all respects, fair, and in good faith without any outside control, collusion, or fraud.

      The bidder, by submitting their bid form, declares that no County Commissioner, other County officer, or County employee, directly or indirectly owns more than five (5) percent of the total assets or capital stock of the bidding entity, nor will directly or indirectly benefit by more than five (5) percent from the profits or emoluments of this contract.

    • Collusion - Library

      The bidder, by submitting their bid form, declares that the bid is made without any previous understanding, agreement, or connections with any persons, firms or corporations making a bid on the same items and that it is in all respects, fair, and in good faith without any outside control, collusion, or fraud.

      The Bidder, by submitting its bid, declares that no Library District Governing Board member, other Library District Officer, or Library District employee, directly or indirectly owns more than five (5) percent of the total assets or capital stock of the bidding entity, nor will directly or indirectly benefit by more than five (5) percent from the profits or emoluments of this contract.

    • Corporate Resolution

      A business entity is able to engage in business in its own name, entering into contracts, deeds and other legal documents, just like an individual. The board of directors can name the officers with authority to sign those documents in its bylaws or corporate resolutions. These officers named have the express, actual authority to legally bind the entity to the documents they sign. That is, any document they sign is considered to be signed by the entity itself. A Bidder certifying a corporate resolution shall complete the Submittals section.

    • Manufacturer's Certification

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

    • Accident Prevention

      Precaution shall be exercised at all times for the protection of employees, other persons and property.

      Contractor's employees shall report to their superintendent any hazardous conditions or items in need of repair noted during the performance of work. Said superintendent shall thereupon notify the responsible agent or his designee of such conditions.

       

    • Purchases by Other Public Agencies

      With the consent and agreement of the successful Bidder(s), purchases may be made under the agreement by other governmental agencies or political subdivisions. Such purchases shall be governed by the same pricing, terms and conditions stated herein. The agreement in no way restricts or interferes with the right of any public agency or political subdivision to bid any or all of the items or services independently.

    • Vendor Complaints or Grievances; Right to Protest

      Protests and appeals of solicitations and awards by a Bidder will be by the method provided in the Alachua County Procurement Code https://alachuacounty.us/depts/procurement/pages/procurementmanual.aspx. The term “Bidder” for this part includes any person or entity that responds to any type of solicitation issued by the County (e.g., ITB, RFP, ITN), and is not limited solely to a person or entity that submits a proposal in response to an ITB.

    • Responsible Agent

      The Contractor shall designate and submit a responsible agent and alternate as necessary, for all dealings, communications, or notices or contracts between the County and the contractor, see Submittals.

      The Department Director or County Engineer will be the responsible agent for the County. Any notice or communication to or from the responsible agent shall be deemed to be a communication to the contractor.

    • Examination of Invitation to Bid

      Before submitting a bid, it shall be the Awarded Bidders' responsibility to examine thoroughly the ITB or other related documents (where applicable) to be informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Agreement. Failure to do so will not relieve the selected Awarded Bidder of complete performance under the Agreement.

    • Payments

      All payments will be made in accordance with the Agreement.

      The Contractor shall accept payment via EFT (Electronic Fund Transfer), and upon receipt of the approved Contract/Purchase Order complete this process with Alachua County.

      All applications for payment shall be processed and paid in accordance with the provisions of Chapter 218, Part VII Florida Statutes (“Local Government Prompt Payment Act”).

    • Alachua County Government Minimum Wage (GMW)

      Services solicited through this Bid are considered covered services under Chapter 22, Article 12, of the Alachua County Procurement Code (“Alachua County Government Minimum Wage”) which establishes a government minimum wage for certain contractors and subcontractors providing selected services to Alachua County government. Bidders/Proposers should consider the cost of compliance, if any, when submitting bids.

      The contractor shall certify via Submittals it will pay each of its covered employees the GMW, and ensure that it will require that of its subcontractors.

      The Article XII Alachua County Government Minimum Wage, shall automatically sunset and shall be deemed automatically repealed on September 30, 2026, but does not impair any contract entered on or before September 30, 2026.

    • Assignment of Interest

      The parties recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the County. Therefore, the vendor hereby assigns to the County any and all claims for such overcharges as to goods, material or services purchased in connection with the Agreement. However, for all other assignments, neither party will assign, convey, pledge, sublet, transfer or otherwise dispose any interest in this Agreement and shall not transfer any interest in same without prior written consent of the other party.

    • Small Business Enterprise (SBE) Program Participation

      The Alachua County Board of County Commissioners has adopted a 15% participation goal of SBE's in the provision of goods, services, construction and utilize a participation program, where permitted.  SBE is a vendor that is certified by the Alachua County Equal Opportunity Office prior to the solicitation deadline. The Small Business Enterprise Program Certificate should be uploaded in the Submittals section be considered responsive. 

      The County will award a price preference to certified SBE vendor or Bidder that meet the SBE participation goal in its response. If the adjusted bid price of the SBE vendor is equal to or lower than the lowest responsive bid, the SBE will be awarded the solicitation.

      SBE preference does not apply to contracts that are reserved in accordance with Section 22.11-205, Alachua County Procurement Code, in which the County reserved contracts for only by SBEs. SBE preferences will not be combined.

      OPTION 1: Procurement will award a 5% bid price preference to any certified SBE that submits a bid. Bidder must provide the SBE certification or zero preference points will be given.

      OPTION 2: Procurement will award a 3% bid price preference to any Bidder that agrees to use certified SBE's for at least 15% of the dollar value of the bid. Bidders should provide the intended SBE subcontractors, the total dollar amount(s) being used for the bid, and the percentage of the total dollar amount of the bid.   

      OPTION 3: Bidder will certify that their company will perform ALL the work and no SBE subcontractors will be utilized for this bid.

      OPTION 4: A Bidder will not receive SBE bid price preference if all work is to be performed by the Bidder and subcontractors are not SBE vendors. The Bidder should demonstrate a good faith effort to  utilize SBE as subcontractors substantiating compliance with good faith effort requirements, if and when the work is not being completed entirely by the Bidder.

      Good Faith Effort Requirements: Every competitive ITB, if not submitted by a certified SBE, should demonstrate good faith efforts to utilize SBE as subcontractors. Unless your company will perform all the work and no subcontractors. The Bidder may be expected to furnish documents substantiating compliance with good faith effort requirements

      Procurement shall determine what constitutes a “good faith effort” for purposes of Bidder compliance relating to the use of services or commodities of a certified SBE’s, under Section 22.11-207, Alachua County Procurement Code.

      The Equal Opportunity Office maintains a directory of certified SBE’s. The certified Alachua County SBE Directory is available at: Alachua County Small Business Directory or Visit our web address at http://www.alachuacounty.us/government/depts/as/eo/ for a current listing of SBEs.

      For information or to become certified as a SBE in Alachua County, contact the Equal Opportunity Office and request an application at: 352-374-5275 or TDD/TTY: Please Call 711 (Florida Relay System).

    • Interest in Government Contracting

      In accordance with F.S. sec. 287.05701, Alachua County, including any members of a selection committee utilized by the County, will not (a) give preference to a vendor based on the vendor’s social, political or ideological interests, and (b) request documentation of or consider a vendor’s social, political, or ideological interests when determining if the vendor is a responsible vendor.

    • Alachua County Location Preference

      The Local Preference Program has the goals of employing local residents and businesses, reducing local unemployment, generating tax revenue in Alachua County, rewarding local residents and businesses who contribute to the County through payment of taxes, and providing continuous, stable work for local residents and businesses. A business entity is local based on the following criteria:

      • A Vendor that owns or leases a physical business address within the geographic boundary of Alachua County, Florida, for at least twelve months immediately prior to the issuance of the ITB by the County; and
      • is the principal Offeror, not a subcontractor or a joint venturer.

      A post office box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure, does not constitute a physical business address.

      Depending on the County’s funding source and certain requirements, the bidder must certify their location status in Submittals, and will receive a 5% bid price preference, provided by Procurement, in the ITB evaluation.

    • Small Business Enterprise (SBE) Program Participation

      The Library District will ONLY award preference (5% bidding preference) to Alachua County Certified Small Business Enterprises (SBE). The Library District encourages the participation of small business enterprises in the provision of goods, services and construction.

      For information or to become certified as a Small Business Enterprise in Alachua County, contact the Equal Opportunity Division and request an application at:

      Phone: 352-374-5275

      TDD/TTY: Please Call 711 (Florida Relay System)

      Fax: 352-338-3205

      Visit our web address at http://www.alachuacounty.us/government/depts/as/eo/ for a current listing of SBEs.

    • Books and Records

      The County shall have the right to audit, review, examine and transcribe any pertinent records or documents relating to any contract resulting from this solicitation held by the Contractor. The Contractor will retain all documents applicable to the contracts for a period of not less than three years after final payment is made.

    • Warranty

      In addition to any warranty implied by law or fact, and any other express warranties, bidder expressly warrants all items to be free from defects in design, workmanship and materials; to conform strictly to applicable specifications and to be fit and sufficient for the purpose intended to be merchantable. All warranties shall survive inspection, test, acceptance of and payment by the County

    • Certified Business Enterprise

      MBE/WBE/DBE businesses are encouraged to participate. In the event of a tie, if one of the businesses involved in the tie are minority or female owned, they shall be ranked above the other firm or firms involved in the tie. In compliance with the Florida Sunshine Amendment and Code of Ethics, Alachua County strictly enforces open and fair competition in all procurement proceedings. In accordance with Section 287.133, FS, a person or affiliate who has been placed on the convicted vendor list following conviction for a public entity crime may not submit a proposal on a contract to provide services to a public entity. A public entity crimes statement is required.

    • Taxes

      The County is exempt from any taxes imposed by the State and/or Federal Government. Exemption Certificate will be provided upon request.

    • Estimated Quantities

      The estimated quantities of Work to be done and materials to be furnished under this Contract, given in the bid form, shall be considered as approximate only and shall be used solely for the comparison of Bids received. The County does not guarantee that the quantities represented will be the actual quantities required for completion of the contract, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location or other conditions pertaining to the Work. Payment to the Contractor shall be made only for the actual quantities of Work performed or materials furnished in accordance with the plans and other Contract Documents, and it is understood that the quantities may be increased or decreased as provided in the General Conditions without invalidating any of the unit or lump sum prices bid.

    • F. O. B. Destination - Performance Time

      Unless otherwise specified in the ITB, all prices offered by the bidder must be F.O.B. Destination, inside delivery, with all delivery costs included in the bid price. Specific destination is indicated in the ITB. Failure to do so may cause rejection of the bid.

      All material and parts shall be quoted F.O.B. destination, at the job site. The performance time may be a factor in the evaluation of the bid. It is to be emphasized that the meeting of specified performance schedules is a significant part of ability to perform and that failure to meet such schedule may result in termination of the contract and will surely be considered in the evaluation of future bid.

    • Quality

      All materials shall be new and in no case will used, reconditioned or obsolete parts be acceptable. All equipment specifications are to be considered minimum requirements.

    • Qualification of Bidders
      • Consideration: Bids will be considered only from firms normally engaged in providing and performing services specified herein. Bidders shall be required to show that they have had experience in construction work of the same or similar nature and that their organization has been in formal existence and engaged in similar type work for not less than five (5) years.
      • General: Bidder must have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the County, and shall have all necessary licenses and permits required by law to do business with the County.
      • Bidder's Questionnaire: The County reserves the right before recommending any award to inspect the facilities and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. Bidders are required to complete and answer all the Bidder Questionnaire questions located in the Submittals.
      • Performance: The County will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject bids where evidence submitted, or investigation and evaluation indicates inability of the bidder to perform.
    • Modifications

      This agreement constitutes the entire agreement and understanding between the parties hereto, and it shall not be considered modified, altered, changed or amended in any respect unless in writing and signed by the Procurement Manager.

      The County will not be bound under this agreement for similar or like services being provided by County agencies or for services entered into by the County under a separate agreement.

    • Qualification of Bidders - LAP
      • Consideration: Bids will be considered only from firms normally engaged in providing and performing services specified herein. Bidders shall be required to show that they have had experience in construction work of the same or similar nature and that their organization has been in formal existence and engaged in similar type work for not less than five (5) years.
      • Lap: All bidders shall be certified by the Department of Transportation as qualified in accordance with Section 337.14(1), Florida Statutes and Rule 14-22, Florida Administrative Code in the major work class: TBD. Bidders shall submit LAP Certification of Current Capacity, Non-Collusion Declaration, Disclosure of Lobbying Activities and Suspension & Debarment Certification, Submittals (FDOT Form exhibits, which may be downloaded on the FDOT Website also and submitted). Any bid for the performance of any construction contract submitted by a contractor not certified by the Department of Transportation as qualified or if the LAP Certification of Current Capacity is not submitted, the bid shall be declared “IRREGULAR or Non-Responsive” and will be REJECTED.
      • General: Bidder must have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the County, and shall have all necessary licenses and permits required by law to do business with the County.
      • Bidder's Questionnaire: The County reserves the right before recommending any award to inspect the facilities and organization or to take any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. Bidders are required to complete and answer all the Bidder Questionnaire questions located in the Submittals.
      • Performance: The County will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject bids where evidence submitted, or investigation and evaluation indicates inability of the bidder to perform.
    • Severability

      If any provisions of this agreement shall be declared illegal, void or unenforceable, the other provisions shall not be affected but shall remain in full force and effect.

    • Consideration of ITB and Award of Contract

      The award of the contract, if it is awarded, will be to the lowest responsive and responsible Vendor whose qualifications indicate the award will be in the best interest of the County, and whose response complies with all prescribed requirements. No award will be made until the County has concluded such investigations as the County deems necessary to establish the responsibility, qualifications and financial ability of the Vendor to do the work in accordance with the contract documents to the satisfaction of the County within the time prescribed.

      The County reserves the right to award the contract to more than one Vendor, as determined to be in the best interest of the County.

      If the contract is awarded, the County will accept the response and award the contract to the successful Vendor(s) within one hundred twenty days (120) days after the opening of the Solicitation by written notice to the successful Vendor(s). Additional days may be added upon mutual written agreement between the County and the successful Vendor(s).

      The County reserves the right to reject any or all responses and to waive informalities, or to accept any response or combination of responses which, in the County's judgment, will best serve its interest.

    • Consideration of ITB and Award of Purchase Order

      The Purchase Order will be awarded to the lowest responsive and responsible Vendor whose response, conforming to the specifications and/or instructions to Vendor, will be most advantageous to the County price and other factors considered.

      The County reserves the right to accept or reject any or all responses in part or in whole with or without cause, to waive irregularities and technicalities, and to request rebids on the material described in the ITB.

      The County also reserves the right to award the purchase order on such material as the County deems will best serve its interest.

      The County reserves the right to award the purchase order on a split-order basis, lump-sum or individual-item basis, or such combination as shall best serve the interest of the unless otherwise specified.

      If this ITB is for an estimated quantity of supplies, etc., versus purchase of a specific quantity of articles or service, consideration in awarding bid for yearly contracts will be given:

      First to Vendor offering firm prices for full contract period and, Vendor to bidder offering firm prices subject to market price reduction.

    • Brand Names

      Manufacturers' names and model numbers are used herein solely for the purpose of establishing a standard of design, quality, and use of the merchandise required. Products of other manufacturers will be acceptable if they meet or exceed such established standards with the exception of those items specified "NO SUBSTITUTION." Vendor shall state the brand name and model number of their equipment if different from those specified, and furnish appropriate documentation to enable the County to evaluate for compliance with standards required and respond with the information request in the Submittals..

      If a product other than that specified is bid, it is the Vendor's responsibility to identify such product in their response and they must prove to the County that said product is equal to or better than the product specified.

      Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the County. Such samples are to be furnished after the date of solicitation deadline only upon request. If samples should be requested, such samples must be received by the County no later than four (4) days after formal request is made.

    • Variations of Specifications

      For purposes of bid evaluation, Vendor must indicate any variances from the County’s Specifications and/or the Contract Documents, no matter how slight. Any variations shall be indicated in a Submittals section. If variations are not stated in the response, it will be assumed that the product or service fully complies with the Specifications, and the successful Vendor will be held responsible for meeting these Specifications.

       

       

    • Variations of Specifications

      No alternative bids specification shall be submitted unless specifically requested in the "Invitation to Bid" document.

    • Delivery

      Time is of the essence in the filling of this order. No delays in shipment and material or rendition of services will be permitted except as authorized by the County in writing. Please notify Alachua County Procurement, (352) 374-5202 at once of anticipated delay. Excessive or unusual transportation charges caused by the contractor's inability to deliver by specified date and in specified quantities shall be charged to the contractor. Right is reserved to cancel this order or any part thereof if the foregoing is not complied with. In the event of cancellation pursuant to this clause, the County may procure similar articles or services elsewhere or secure the manufacture and delivery of the articles by purchase order or otherwise, and contractor shall be liable to the County for excess costs.

    • Examination of Property

      Before submitting the bid, it shall be the Bidder's responsibility to visit the site of the proposed Work and familiarize the Bidder 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 bidder is also required to carefully examine the specifications and contract documents, to inform themselves regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. Failure to do so will not relieve the bidder of complete performance under the contract.

    • Acceptance of the ITB

      The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed acceptable upon completion of all steps in the procurement process and issuance of a Purchase Order or execution of a Contract by the County.

      The material delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of this material and/or service is made, and thereafter is accepted to the satisfaction of the County. It must comply with the terms herein, and be fully in accord with specifications and of the highest quality. In the event the material and/or services supplied to the County is found to be defective or does not conform to specification, the County reserves the right to cancel the order upon bid to the bidder and return product to bidder at the bidder's expense. The County shall not be liable for payment for any portion thereof.

    • Disqualification of Bidders

      Only the Response from an individual, firm, partnership, or corporation, under the same or different names, will be considered for the same Work. Should it be evident that any Vendor is interested in more than one response for the same Work, all responses in which such Vendor is interested will be rejected.

      Should there be reasonable ground for the County or Director to believe that collusion or combination exists among Vendors, all Responses may be rejected and all participants in such combination or collusion may be barred from submitting future Responses for the same Work.

      Only reliable Vendors, capable of performing the class of Work proposed, will be considered in awarding the contract. If the available evidence of competency of any Vendor is not satisfactory to the County, the Response of such Vendor may be rejected.

    • Time for the Completion of the Work

      Project Schedule: Timeliness is of the essence for this project. The expected timeline for this project is as follows:

      Bid Opening: Wednesday, April 29, 2026

      Anticipated Contract Approval: Within 120 Days of Bid Opening Date.

      Pre-construction Conference and Notice-to-Proceed: Two weeks after the award of the contract.

      Substantial Completion: 150 Days

      Liquidated Damages Substantial Completion: $2,650.00

      Final Completion: 30 Days

      Liquidated Damages Final Completion: $1,325

      The actual dates may vary; however, the contractor should expect that a pre-construction conference will be held approximately two weeks after the award of the contract and that a notice-to-proceed shall be issued at that time. Upon submittal vendor agrees to commence work as set forth in the Project Schedule and if the contractor fails to complete the work in the specified time, the contractor agrees to pay the County liquidated damages as provided in the Project Schedule.

    • Plans for Construction

      The successful Bidder will have access to construction plans and Specifications, exclusive of any referenced state or national standards or specifications.

    Submission Requirements

    • Submittal Confirmation (required)

      As confirmed, the Bidder, hereby declares that they have examined the site of the Work and informed himself fully in regard to all conditions pertaining to the place where the Work is to be done, and that he has examined the plans and Specifications for the Work and comments hereto attached. The Bidder further declares that the only persons, company or parties interested in this Bid or the contract to be entered into, as principals, are named herein; that this Bid is made without connection with any other person, company or parties making a Bid; and it is in all respects fair and in good faith and without collusion or fraud. The Bidder proposes and agrees, if this Bid is accepted, to contract with Alachua County, Florida, through the Board of County Commissioners, Gainesville, Florida, in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, labor and service necessary to complete the work covered by the Bid and Contract Documents for: ITB 26-586-LC County Road 1471 Major Rehabilitation from US 301 to Bradford County Line to furnish the prescribed Performance and Payment Bond for not less than one hundred percent (100%) of the bid price; and to furnish the required evidence of the specified insurance. The undersigned further agrees that in case of failure on his part to execute said contract within thirty (30) consecutive calendar days after written notice being given of award of contract, the certified or cashier’s check or bid bond accompanying this bid, and money payable thereon, shall be paid into funds of the Alachua County Board of County Commissioners, Gainesville, Florida, as liquidated damages for such failure; otherwise, the check or bid bond accompanying this proposal shall be returned to the undersigned. The Bidder understands that the quantities shown on the “Bid Schedule” are approximate only and subject to increase or decrease. Should they be increased or decreased, work will be performed at the unit price bid herein. Actual quantities will be determined upon completion of the work.

    • Submittal Confirmation - No Bid Bond (required)

      As confirmed, the Contractor, 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.

    • Corporate Resolution (required)

      The response must be submitted by an officer of the business who is legally authorized to enter into a contractual relationship in the name of the bidder. An authorized representative who is not an officer may sign the proposal, but must attach a corporate resolution granting authorization to the representative to execute on behalf of the business. Are you authorized to submit this ITB?

    • Corporate Resolution (required)

      The response must be submitted by an officer of the business who is legally authorized to enter into a contractual relationship in the name of the Bidder. An authorized representative who is not an officer may submit the bid on behalf of the Bidder.  

      Bidder may use the County's template provided or an approved corporate resolution form from their agency.

      Complete the Corporate Resolution form and upload.

    • State Compliance (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 bid being determined as non-responsive.

      Upload your registered documents below.

    • Taxpayer Identification Form (required)

      Upload your W-9 form.

    • Public Record Trade Secret or Proprietary Confidential Business Information Exemption Request (required)

      As a bidder or proposer, any document you submit to Alachua County may be a public record and be open for personal inspection or copying by any person. In Florida ‘public records” are defined as all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business by any agency. Section 119.011, F.S. A document is subject to personal inspection and copying unless it falls under one of the public records exemptions created under Florida law. Please designate what portion of your bid or proposal, if any, qualifies to be exempt from inspection and copying.

      Answer NO if:

      NO PART OF YOUR PROPOSAL IS EXEMPTION FROM PUBLIC RECORDS LAW

      No part of the bid or proposal submitted is exempt from disclosure under the Florida public records law, Ch. 119, F.S.

      Answer Yes if:

      ALL OR PART OF YOUR PROPOSAL IS CLAIMED BY YOU TO BE EXEMPT FROM PUBLIC RECORDS LAW AND YOU AGREEMENT TO INDEMNIFY AND DEFEND ALACHUA COUNTY

      The following parts of the bid or proposal submitted are exempt from disclosure under the Florida public records law because: (list exempt parts and legal justification - e.g., trade secret): ___________________________

      By claiming that all or part of the bid or proposal is exempt from the public records law, the undersigned bidder or proposer agrees to protect, defend, indemnify and hold the County, its officers, employees and agents free and harmless from and against any and all claims arising out of a request to inspector copy the bid or proposal. The undersigned bidder or proposer agrees to investigate, handle, respond to, provide defense (including payment of attorney fees, court costs, and expert witness fees and expenses up to and including any appeal) for and defend any such claim at its sole cost and expense through counsel chosen by the County and agrees to bear all other costs and expenses related thereto, even if they (claims, etc.) are groundless, false, or fraudulent.

    • Public Record Trade Secret or Proprietary Confidential Business Information Exemption Request (required)

      I CLAIM THAT THAT THE FOLLOWING PARTS OF MY PROPOSAL ARE EXEMPT FROM FLORIDA PUBLIC RECORDS LAW AND AGREE TO INDEMNIFY AND DEFEND ALACHUA COUNTY

      The following parts of the proposal submitted are exempt from disclosure under the Florida public records law because: (list exempt parts and legal justification - e.g., trade secret): ___________________________

      Please designate what portion of your proposal, if any, qualifies to be exempt from inspection and copying.

      By claiming that all or part of the proposal is exempt from the public records law, the undersigned proposer agrees to protect, defend, indemnify and hold the County, its officers, employees and agents free and harmless from and against any and all claims arising out of a request to inspector copy the proposal. The undersigned proposer agrees to investigate, handle, respond to, provide defense (including payment of attorney fees, court costs, and expert witness fees and expenses up to and including any appeal) for and defend any such claim at its sole cost and expense through counsel chosen by the County and agrees to bear all other costs and expenses related thereto, even if they (claims, etc.) are groundless, false, or fraudulent.

    • Public Record Trade Secret or Proprietary Confidential Business Information Exemption Request (required)

      Upload your complete submittal with non-redacted information in a single pdf file.

    • Option 1: Company is an Alachua County Certified Small Business Enterprise. (required)

      If Yes, answer No on SBE Options 2 and N/A on SBE Options 3 and 4. If No move to SBE Option 2.

    • Alachua County Small Business Enterprise (required)

      Upload your Alachua County Small Business Enterprise Certificate

    • Option 2: SBE Participation. (required)

      If SBE subcontractors are not utilized and listed below or if option 1 or 3 was not chosen, you must proceed to Option 4 and document your Good Faith Effort and enter N/A for this option.

      I certify that our Company has contacted the Alachua County’s Certified SBEs listed below. I state that the following information regarding SBE Subcontractors is true and correct to the best of my knowledge and belief.

      Alachua County has adopted a 15% SBE participation goal and policies which encourage participation of Small Business Enterprises (SBE) in the provision of labor, time, supplies, services or construction items of any kind materials.

      SBEs are located in the Alachua County Small Business Enterprise Directory.

      Subcontractor (any business entity holding a subcontract with the prime vendor) services are defined as, “a contract with another business entity that obtains labor, time, supplies, services or construction items of any kind.”

      Vendors submitting bids under this solicitation are to identify the intended SBE subcontractors. These SBEs have agreed to perform the work for the total dollar value and percentage of the bid set forth below.

       

      SBE Vendor Name: __________________

      Address:_______________________________

      Scope of Work to be Performed: ____________

      Total Dollar Value of work to be completed: $_____________________

      Percentage of Total BID/RFP Pricing: _____________________%

       

    • Option 3: I certify that our Company will perform ALL work and that no subcontractors will be utilized for this bid. (required)

      If no, go to SBE Option 4

    • Option 4: SBE Good Faith Effort. (required)

      If you completed Option 2, enter N/A for Option 4.

      To be considered responsive all Vendors should have SBE Participation or demonstrate a good faith effort to utilize SBE subcontractors. If option 1, 2 or 3 was not chosen the Vendor should complete the section below substantiating compliance with good faith effort requirements.

      In accordance with Article 11, of the Alachua County Procurement Code, I have solicited and received responses from the following Alachua County certified SBE companies. (The SBE vendor’s response should be recorded in the section below.)

      Name of SBE Vendor Contacted: _________________

      Date SBE was Contacted: ___________________

      SBE Contact Name:______________________

      Phone #:______________________________

      SBE Response when contacted: ___________

       

    • Alachua County Library District Certified SBE (required)

      The Library District will ONLY award preference (5% bidding preference) to Alachua County Certified Small Business Enterprises (SBE). The Library District encourages the participation of small business enterprises in the provision of goods, services and construction.

      For information or to become certified as a Small Business Enterprise in Alachua County, contact the Equal Opportunity Division and request an application at:

      Phone: 352-374-5275

      TDD: Please Call 711 (Florida Relay System)

      Fax: 352-338-320

      Visit our web address at http://www.alachuacounty.us/government/depts/as/eo/ for a current listing of SBEs.

    • Alachua County Government Minimum Wage (required)

      Select which option that applies for your company.

    • Alachua County Location Preference (required)

      Do you meet the Alachua County Location Preference, found in Instruction to Bidders?

    • Local Address (required)

      Provide your Alachua County local address

    • Drug Free Workplace (required)

      In accordance with §287.087, Florida Statutes

      Do you certify that you meet the following:

      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 bid 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 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 1893 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.

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

    • 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

    • Non-SBE Subcontractors (required)

      List all (NON-SBE) subcontractors being utilized on this BID, If no sub contractor are being utilized respond N/A.

      Name of Contractor: ______________________

      Address:_______________________________

      Scope of Work to be Performed: ____________

       

    • Conflict of Interest (required)

      The bidder certifies that to the best of his knowledge or belief, no elected/appointed official or employee of the County is financially interested, directly or indirectly, in the purchase of the goods or services specified on this order. ( Select yes, if there is no conflict of interest)

    • Form of Bid Bond (required)

      Please download the below documents, complete, and upload.

    • LAP Forms (required)

      Please download the below documents, complete, and upload.

    • Responsible Agent (required)

      The Contractor shall designate a responsible agent and alternate as necessary, for all dealings, communications, or notices or contracts between the Entities and the contractor by completing and returning this Responsible Agent Form. Any notice or communication to or from the responsible agent shall be deemed to be a communication to the contractor.

      RESPONSIBLE AGENT:

      1. Include name, email, phone number

      ALTERNATE RESPONSIBLE AGENT:

      2. Include name, email, phone number

    • Number of years in this type of service? (required)

      Respond N/A if not applicable.

    • Number of years licensed in Alachua County? (required)

      Respond N/A if not applicable.

    • How many employees "ON THE JOB" each week? (required)

      Respond N/A if not applicable.

    • Number of employees "ON CALL" each week? (required)

      Respond N/A if not applicable.

    • List all major equipment which will be available upon commencement of the agreement to perform the required service: (required)

      Respond N/A in not applicable.

    • Do you currently hold any municipality contracts? (required)
    • If you indicated yes to holding municipality contracts please list them below: (required)

      Respond N/A if not applicable.

    • List three references of firms receiving similar service to that requested in this bid (comparable facility size): (required)

      1) Firm: _________________Phone:_________

      Contact Person:_______________________

      2) Firm: _________________Phone:_________

      Contact Person:_______________________

      3) Firm: _________________Phone:_________

      Contact Person:_______________________

       

       

    • Are your employees screened by: (required)
    • Have any leases, contracts or agreements for services held by your firm ever been canceled or terminated before the end of the term by either party? (required)
    • If you indicated yes to having any contracts or agreements canceled or terminated state the location and circumstances below:
    • What constitutes your normal business days and working hours? (required)
    • Describe below, your firm's operational plan for providing the services under this agreement? (required)
    • Variations of Specifications

      If applicable list all Pricing Proposal variations here.

      If this does not apply to your submittal move to the nest question.

    • Product Substitution Request

      Attached you requested product specifications and description in the file upload below for review.

      If this does not apply to your submittal, move to the next question.

       

    • Acknowledgement of Requirements (required)

      Did you review and complete all the required documents, attachments, addenda and questions and answers?

    • Type of Project (required)

      What kind of project will this be?

       

    • LAP Project (required)

      Is this is a LAP Project?

    • Project Lap Number (required)

      What is the LAP Project Number?

    • LAP Work Class (required)

      What is the Florida Administrative major work class?

    • Funding Source (required)

      Where are the Project Funds coming from?

    • Alachua County Library District (required)

      Is this project for ACLD?

    • SBE Qualification Requirements (required)

      Do you require Alachua County Certified Small Business Enterprise for the ITB?

    • Construction Contract Agreement No. #

      Please insert the CNT Number for a ITB resulting in a CNT.

      Example : 12345

    • Insurance Requirements (required)

      Which Insurance will you need for this ITB?

    • Project A & E (required)

      Who is the A & E of records?

    • Pre-Bid Meeting (required)

      Is there a pre-bid meeting?

    • Address of Pre-Bid Meeting (required)

      What is the address for the Pre-Bid Meeting?

      Verify this address on Google Maps, and be sure to confirm it, before releasing the solicitation.

    • Address of Pre-Bid Meeting (required)

      What is the address for the Pre-Bid Meeting?

      Verify this address on Google Maps, and be sure to confirm it, before releasing the solicitation.

    • Project Site Address (required)

      What is the Site Address?

    • Purchase Order or Contract (required)

      Will this ITB result in a Purchase Order or Contract?

    • Pricing Table (required)

      Do you want an electronic Pricing Table?

    • Performance/Payment Bonds (required)

      Do you require Performance and Payment Bonds?

    • P & P Bond Days (required)

      What are the required number of days the Vendor has to submit P & P bonds after the executions of the Contract?

    • Surety Bonds (required)

      What are the required number of days the Vendor has to submit bonds in the event of Surety Bankruptcy?

      Example: 120 Days

      If no surety bonds are required for the Bid/RFP respond "N/A"

    • Bid Bond Requirements (required)

      Do you require Bid Bonds for this ITB?

    • Notify County of Acceptance (required)

      What are the required number of days for the vendor to notify the county of Acceptance?

      Example: 120 Days

      If no Notify County of Acceptance are required for the Bid/RFP respond "N/A"

    • Substantial Completion List (required)

      What are the required number of days the vendor must submit the "Punch List" after substantial completion?

    • Project Substantial Completion Timeline (required)

      Enter the Project time in days to allow for substantial completion.

      Example: 120 Days

    • Liquidated Damages - Substantial (required)

      Enter the Cost per Day.

      Example : $250.00

    • Project Final Completion Timeline (required)

      Enter the Project time in days to allow for final completion.

      Example: 15 Days

    • Liquidated Damages - Final Completion (required)

      Enter the Cost per Day.

      Example: $250.00

    • Alternate Specifications (required)

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

    • CJIS Requirement (required)

      IS CJIS required for this project?

      (Broadband/Fiber-optics)

    • Contingency (required)

      Do you anticipate that this contract/project will include contingency?

    Questions & Answers

    Q (MIllings): What location will the millings be delivered to?

    A: County's 20-Acre Pit at 4000 NE 77th Avenue


    Q (No subject): On bid tabulation sheets for Phase II there are pay items listed for 30” Pipe Culverts & 30” MES but on the Driveway Table it states 32”, please confirm what size is needed.

    A: The Driveway Table includes a note that the Contractor shall field verify all pipe sizes. For these two culverts, field measurements indicate approximately 32 inches, therefore the industry standard 30 inches was assumed for the MES additions in the Pay Item listing. For the purposes of bidding, utilize the 30 inch MES line item for these 4 MES locations.


    Q (No subject): On both Phase I & Phase II Driveway Table plan sheets, can you please confirm if the quantities in Replacement Culvert Length column are measurements in feet and not inches?

    A: Confirmed, length of replacement culverts are in feet., not including the MES.


    Q (No subject): In New Culvert column, does yes mean a new culvert is to be installed and no means there will be no culvert installed at these locations?

    A: YES indicates that a new culvert is required, NO indicates that a new or replacement culvert is not required.


    Q (No subject): There seems to be a discrepancy between quantities of each diameter of culvert pipe between the bid tabulation sheet and the Driveway Table in the plan sheets, please clarify.

    A: The Driveway Table includes a column which identifies the new culverts required. This quantity plus the culverts that required extension are the quantity identified in the bid tabulation. Please utilize the quantity in the bid tabulation for bidding purposes.


    Q (No subject): The Project Typical Section indicates proposed milling/resurfacing of existing two 12 ft. lanes. The typical section also states that the 12 ft lanes vary but a field review of the project indicates all locations on the project are 10 ft lanes with some small variations. Please confirm that the milling/resurfacing limits are the 10 ft existing lanes?

    A: Milling and resurfacing limits are the existing lane widths.


    Q (No subject): The plans reference FDOT Specifications for asphalt paving, will the bituminous adjustment for liquid asphalt be applied to this project?

    A: The bituminous adjustment for liquid asphalt specification is included in this project.


    Key dates

    1. February 25, 2026Published
    2. April 1, 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.