SLED Opportunity · FLORIDA · CITY OF CLERMONT
AI Summary
The City of Clermont seeks proposals for janitorial services at the Clermont Police Department, requiring labor, supervision, equipment, and supplies to maintain a clean and secure law enforcement facility.
The City of Clermont is soliciting proposals from qualified firms to provide janitorial services for the Clermont Police Department. The selected firm shall provide all labor, supervision, equipment, and supplies necessary to maintain the facility in a clean, sanitary, and professional condition in accordance with the specifications contained in this Request for Proposal. Services shall be performed in a manner that supports the operational needs and security requirements of a law enforcement facility.
| Event | Date | Location |
|---|---|---|
| Evaluation / Scoring Meeting | Zoom Meeting Information |
A Pre-Proposal Conference has been scheduled for Tuesday, March 24th at 10:00 AM. This meeting will take place at the Clermont Police Department, 3600 S US Hwy 27, Clermont, FL 34711.
Please use the See What Changed link to view all the changes made by this addendum.
Requested documents have been uploaded.
Please use the See What Changed link to view all the changes made by this addendum.
Section 3.32 has been revised to clarify responsibilities for consumable supplies and the location of City-provided products.
Please use the See What Changed link to view all the changes made by this addendum.
Section 3.3 – Routine Work Tasks by Facility
Revised to clarify that carpet shampooing shall be performed on a quarterly basis (January, April, July, and October).
Section 3.6 – Miscellaneous Duties
Revised to remove duplicate references to carpet shampooing to eliminate conflicting frequency requirements.
Please use the See What Changed link to view all the changes made by this addendum.
Added to Section 3.3 Routine Work Tasks Police Department Headquarters
Please use the See What Changed link to view all the changes made by this addendum.
If NO license and insurance are provided accordingly, the respondent will receive a zero.
Custodial log/inspections, issue response times, supervisor presence, QA checks, re-clean policy.
Daily/weekly/monthly approach, equipment, products, workflows; includes how they’ll protect sensitive areas/equipment.
Staffing levels by shift, on-site supervision, training, coverage plan for absences, and escalation.
Law enforcement, municipal buildings, comparable square footage/complexity; references.
Years in business, structure, and ability to supply labor/supplies/equipment consistently.
Project Manager and Lead qualifications, tenure, and experience on similar accounts.
The maximum number of points will be awarded to the lowest responsive overall price. All other respondents will receive points in this category weighted to how their cost fares against the lowest-cost proposal.
To be considered a respondent located within the City of Clermont and eligible to receive up to five (5) additional evaluation points, the proposer must meet all of the following requirements:
Clarity and completeness followed the required format.
Instruction:
Respondents are limited to a total page count not to exceed sixty (60) pages excluding the cover page, table of contents, and tab sheets. Page size shall be 8.5 x 11 inches. The text size should be 11 points or larger using Arial or Times New Roman font only. Use at least one (1) inch margins on the top and bottom and three-quarter (3/4) inch side margins. All response sections must be appropriately separated and tabbed. The City reserves the right to seek additional/supplemental representation on specific issues as needed.
Content:
Table of Contents
Outline in sequential order (as stated below) the major areas of the response. All pages must be consecutively numbered. Respondents must respond to all minimum requirements listed below. Responses that do not contain such documentation may be deemed non-responsive.
Please download the Vendor Information form, complete it, and upload it with a copy of your W-9.
Upload State of Florida Department of State Certificate
I HEREBY CERTIFY that:
List any exceptions here, or type "N/A".
The undersigned respondent hereby acknowledges that:
(select the appropriate options below)
I hereby affirm that I am a duly authorized representative of the firm submitting this Proposal (Respondent) and that I possess the legal authority to make this statement on behalf of myself and the firm for which I am acting.
I affirm:
Enter the following:
If a Corporation, answer this:
If a Partnership, answer this:
Indicate Yes or No. If no, please explain.
(attach copies with your "Proposal" above)
Indicate Yes or No. If yes, state where and why.
Indicate Yes or No. If Yes, Explain any convictions.
If this does not apply, type N/A.
The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal.
If none, type "N/A"
The respondent understands that information contained in this form will be relied upon by the City in making an award recommendation, and the respondent warrants such information to be true. The undersigned respondent agrees to furnish such additional information before the award recommendation. The respondent further understands that the information in this form may be confirmed through a background investigation conducted by the City of Clermont Police Department. By submitting this questionnaire, the respondent agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit checks.
Payment Terms: _______% _____ days, net _______
This section is optional and will not affect the contract award. Suppose the City of Clermont awarded your company. Would your company sell under the same terms and conditions, for the same price, to other governmental agencies in the State of Florida? Each governmental agency desiring to accept this contract shall be responsible for its purchases and liable only for materials or services ordered and received by it.
I certify that I have read, reviewed, and hereby acknowledge the project Questions & Answers (Q&A), which shall be as binding as an addendum, and if necessary, I have applied the Q&A to my response accordingly.
Decide how you would like to collect pricing information from vendors.
Hint: Use electronic pricing table if you have line items that you require pricing for, a lump sum project cost (single line item), and/or hourly rates for specific services. Use the file upload option if the vendor is responsible for coming up with the entire fee structure.
Select a non-mandatory or mandatory meeting.
Q (Question on Schedule and Cost): First, due to religious reasons, we are closed from Friday night through Saturday night. Because of this, we were wondering if it would be possible to complete any services currently scheduled for Friday night on either Saturday night or Sunday. We run into this situation fairly often, and it is rarely an issue, as the buildings are still fully cleaned and ready for use before the start of the week. Additionally, we were wondering if you are able to share the current award amount for this project with the existing vendor. This information is helpful in determining whether we can submit a competitive bid, as knowing the current pricing helps us assess the scope and size of the project.
A: The City does not see this as an issue. See question 4.
Q (Clarification Request Regarding Total Cleanable Square Footage – RFP 26-070): Regarding RFP 26-070 (Janitorial Services for the Clermont Police Department), the solicitation documents mention that the Respondent is responsible for determining the nature and extent of the work. However, to ensure all bidders are providing pricing based on the same baseline and to ensure accuracy in staffing models, could the City please provide the following information: What is the total cleanable square footage of the facility located at 3600 HWY. 27? If available, could the City provide a breakdown of flooring types (e.g., total SF of carpet vs. total SF of hard surface/tile)? Does the scope include the sally port or any external outbuildings? Thank you for your assistance.
A: This information is not readily available. It is highly encouraged to attend the pre-proposal meeting. The facility contains a combination of carpeted and tile flooring. There is an exterior sally port area included for limited services. Only the exterior trash receptacles located within the sally port are to be serviced.
Q (Estimated Square Footage): Would you be able to provide an approximate square footage of the facility? If so, could you also provide a breakdown of the square footage by floor type (e.g. concrete, carpet, VCT tile)?
A: This information is not readily available. It is highly encouraged to attend the pre-proposal meeting. The facility contains a combination of carpeted and tile flooring.
Q (Current contract value): What is the current contract value for this service annually?
A: $48,444 annually
Q (Total Square Footage): What is the total square footage of all buildings covered under this contract?
A: This information is not readily available. It is highly encouraged to attend the pre-proposal meeting.
Q (Restrooms): How many restrooms are included, and what is their total square footage?
A: 9 restrooms and 6 shower stalls
Q (Couple of Questions RFP 26-070): 1. What is the square footage of the area that is being cleaned? 2. Can you please provide a copy of the current contract as well as three months of invoices? 3. Are we required to provide garbage bags? I see the city is providing the other consumables. 4. What improvement would you like to see / what are you unsatisfied with, with the current vendor?
A: 1. This information is not readily available. It is highly encouraged to attend the pre-proposal meeting. 2. The invoices have been uploaded. 3. Yes, please see Addendum #3.
Q ( Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last? Did the previous incumbent complete the project term? Is this solicitation the same length of time? If previous incumbents exist, when is the contract set to end?
A: See question 4 and Addendum #3. No major changes have been made. Yes, the contract is expiring. The current contract is due to end on June 30, 2026.
Q (Bid tabulation): Can you share the previous bid tabulation?
A: Bid tabulation has been uploaded.
Q ( Budget): Is there a set budget for this solicitation?
A: $50,000
Q (Police Department Square Footage Inquiry): what are the sqft of the police department?
A: This information is not readily available. It is highly encouraged to attend the pre-proposal meeting
Q (No subject): Do we need Employers Liability to bid
A: Please refer to Section 2.8. Insurance Requirements
Q (No subject): Do we need license & permits
A: Please refer to Section 4. Response Format
Q (No subject): Do we provide feminine products
A: No
Q (No subject): The Bid states 5 days per week after 5pm. Mon to Friday. Can we do the work on another day instead of Friday
A: The City does not see this as an issue.
Q (No subject): Under Routine: it states the carpet should be shampooed, Jan. & July Under Miscellaneous: states shampoo carpet Jan, April, July & Oct. we already shampoo Jan. &July? Explain
A: See Addendum #4
Q (No subject): Do we need auto insurace?
A: Please refer to Section 2.8. Insurance Requirements
Q (No subject): Which company is now servicing the station and what do they charge monthly?
A: See question 4 and Addendum #3.
Q (No subject): Under Proposal Format K. Business Location It has # 1, 2, & 3 Ca we just submit Fl. Division of Corporation Certificate and this should satisfy all 3?
A: No. A Florida Division of Corporations (SunBiz) record alone will not satisfy all requirements. Respondents must provide documentation demonstrating all criteria outlined in the Business Location section, including physical location, continuous operation for at least one (1) year, and evidence of lawful business activity within the City of Clermont.
Q (Location): Does your cleaning company have to be in the area of the Police Department?
A: No, there is no requirement for the cleaning company to be located in the area of the Police Department.
Q (Cannot make meeting): If you cannot make the meeting, are you still allowed to bid?
A: Yes, this is a non-mandatory pre-proposal meeting.
Q (Clarification on Business Location Requirement): For the below, is this bid only allowing providers who have a business within the City of Clermont to bid? K. Business Location is a required section in the proposal format that gives respondents the opportunity to earn up to five (5) additional evaluation points if they are located within the City of Clermont . During the evaluation process, local respondents receive the full 5 points, whereas all other non-local respondents receive 2 points
A: No. This solicitation is open to all respondents. The Business Location section only pertains to how evaluation points are awarded, and respondents will receive points based on whether they meet the criteria outlined in that section.
Q (Restrooms): Are the 9 restrooms Single-Stall or Multi-Stall? If Multi-Stall, how many stalls per restroom?
A: Men’s locker room: 2 stalls Women’s locker room: 2 stalls Two (2) single-person/ADA accessible restrooms Men’s restroom: 1 stall Women’s restroom: 1 stall Three (3) single-person restrooms
Q (Percentage of flooring type): Since the square footage of the building is not readily available. What is the estimated percentage of flooring type between carpet and tile?
A: The square footage was discussed at today's pre-proposal meeting. Approx. 30,799 square feet. The facility contains a combination of carpeted and tile flooring.
Q (No subject): I would like to go back to look at the windows on both floors. for exterior cleaning. Who can I contact at the Police station?
A: Please email Daniel Moser at dmoser@clermontfl.org to schedule a site visit.
Q (Site-Visit): If you were unable to attend the Pre-Proposal meeting on March 24th, would it still be possible to schedule a site visit?
A: Please email Daniel Moser at dmoser@clermontfl.org to schedule a site visit.
Q (Cleaning times): Can you please clarify what the day cleaner's duties are? The scope for 3.3 (Daytime) looks to be the same as 3.4 and 3.5 (Nightly)
A: The daytime cleaning (Section 3.3) is intended to address high-traffic and critical areas during business hours, such as restrooms, locker rooms, holding cells, and common areas, to maintain cleanliness and sanitation throughout the day. Sections 3.4 and 3.5 represent evening cleaning services performed after normal business hours and are more comprehensive in nature, focusing on detailed cleaning of offices, conference rooms, lobbies, and other general areas. While some tasks may appear similar, the daytime services are focused on maintaining cleanliness during operational hours, whereas evening services provide full cleaning and resetting of the facility.
Q (No subject): Are you taking in consideration any minority owned certification?
A: The City does not have a minority-owned business preference or evaluation policy for this solicitation.
Q (No subject): Under Proposal Format 9. Virtual Signature Page Can you explain how this is accomplish?
A: This section is completed directly within OpenGov. Respondents are required to enter the requested information into the designated fields and provide confirmation where indicated. No separate upload is required for this section.
Q (No subject): A. Introduction Letter It states, Introduction Letter must be signed by an officer. Explain how to sign this letter
A: The introduction letter may be signed using any standard method, including a digital signature, an electronically inserted signature, or a manual (wet) signature that is scanned and uploaded. The method of signature is at the respondent’s discretion, provided the document is signed by an authorized officer of the company.
Q (Pricing Structure): How would you like us to provide the costs of services? Is there a specific spreadsheet or document that needs to be filled out?
A: No specific form or spreadsheet is required. See Section 4 -Response Format I. Cost of Services Provide a detailed breakdown of all costs associated with performing the required services. Identify monthly pricing and any additional or optional service pricing, if applicable. Clearly state any exclusions.
Q (No subject): How many workers work after 5pm
A: The number of personnel working after 5:00 p.m. may vary depending on the day and operational needs of the department. A consistent staffing count is not available.
Q (No subject): How many workers the present company use to clean after 5pm
A: Current staffing varies. While some work occurs after 5:00 p.m., much of the cleaning is performed during business hours. Respondents should base staffing on the Scope of Services.
Q (Virtual Signature): How do i sign virtually? Please explain, ?
A: The Virtual Signature Page is completed directly within OpenGov as part of the proposal submission. Respondents will enter the required information and confirm the certifications by selecting the applicable checkboxes. This functions as an electronic signature.
Q (No subject): 3.3 Routine Work Tasks by Facility Section 4. Bi-Annually a. Strip and Wax Floors. Is there VCT flooring in the facility that requires this service?
A: No, the facility does not include VCT flooring. However, respondents shall include floor maintenance services as outlined in the Scope of Services.
Q (No subject): Does the current cleaning company machine scrub tile floors weekly?
A: No. Respondents are required to perform services in accordance with the Scope of Services, which includes weekly machine scrubbing of tile floors.
Q (No subject): How many sq ft of carpet to be cleaned
A: This information is not readily available at this time. Respondents are encouraged to perform a site visit to assess conditions and develop their pricing accordingly.
Q (Day porter): Is a day porter required as part of the contract scope? If so, please clarify the required days of service, expected daily hours, and specific duties.
A: Daytime cleaning services are required as outlined in Section 3.3. However, the City does not prescribe a specific staffing model or require a designated “day porter.” Respondents shall determine appropriate staffing levels, hours, and approach to meet the Scope of Services.
Q (Building occupancy): What are the building hours of operation and occupancy levels after 5:00 PM?
A: See question 32.
Q (Improvement Expectations): Can the City provide any feedback regarding areas of improvement expected from the next contractor?
A: The City does not have specific feedback to provide at this time. Respondents are expected to perform all services in accordance with the Scope of Services outlined in this solicitation.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.