SLED Opportunity · FLORIDA · CITY OF CLERMONT

    Janitorial Services for the Clermont Police Department

    Issued by City of Clermont
    cityRFPCity of ClermontSol. 235296
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 4, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561720
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    235296
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 4, 2026
    Due Date
    April 9, 2026
    NAICS Code
    561720AI guide
    Jurisdiction
    City of Clermont
    State
    Florida
    Agency
    City of Clermont

    Description

    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.

    Project Details

    • Reference ID: RFP 26-070
    • Department: Police
    • Department Head: Charles Broadway (Police Chief)

    Important Dates

    • Questions Due: 2026-04-15T16:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-24T14:00:00.000Z — Clermont Police Department 3600 S US Hwy 27 Clermont, FL 34711

    Meetings & Milestones

    EventDateLocation
    Evaluation / Scoring MeetingZoom Meeting Information

    Addenda

    • Addendum #1 (released 2026-03-11T16:56:03.678Z) —

      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.

    • Official Notice #1: Pre-Proposal Meeting Attendance Record (released 2026-03-24T16:33:41.839Z)
    • Addendum #2 (released 2026-03-16T14:06:40.199Z) —

      Requested documents have been uploaded.

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

    • Addendum #3 (released 2026-03-16T17:58:36.993Z) —

      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.

    • Addendum #4 (released 2026-03-23T19:41:56.179Z) —

      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.

    • Addendum #5 (released 2026-03-26T21:33:59.474Z) —

      Added to Section 3.3 Routine Work Tasks Police Department Headquarters

      • Gym floors shall be wet mopped.
      • All gym equipment shall be cleaned and disinfected.

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

    Evaluation Criteria

    • License and Insurance (5 pts)

      If NO license and insurance are provided accordingly, the respondent will receive a zero.

      • If license and insurance were provided accordingly = 5 pts.
      • If no license and insurance were provided = 0 pts.
    • Quality Control & Inspection Plan (15 pts)

      Custodial log/inspections, issue response times, supervisor presence, QA checks, re-clean policy.

    • Methodology and Approach (15 pts)

      Daily/weekly/monthly approach, equipment, products, workflows; includes how they’ll protect sensitive areas/equipment.

    • Staffing & Supervision Plan (15 pts)

      Staffing levels by shift, on-site supervision, training, coverage plan for absences, and escalation.

    • Relevant Experience: Secure/Government Facilities (10 pts)

      Law enforcement, municipal buildings, comparable square footage/complexity; references.

    • Company Qualifications & Capacity (10 pts)

      Years in business, structure, and ability to supply labor/supplies/equipment consistently.

    • Personnel Experience (10 pts)

      Project Manager and Lead qualifications, tenure, and experience on similar accounts.

    • Cost of Services (10 pts)

      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.

    • Business Location (5 pts)

      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:

      1. Maintain a headquarters, manufacturing facility, home office, locally-owned franchise, or operating branch physically located within the City of Clermont. 
      2. Have been in continuous operation at that location for a minimum of one (1) year prior to the issuance of the applicable RFP.
      3. Within the one (1) year period preceding issuance of the Request for Proposals (RFP), have paid commercial real property taxes, filed a tangible personal property tax return, held a valid City of Clermont business tax receipt, or otherwise demonstrated lawful business activity within the City, as determined by the Procurement Director. 
        • If the respondent is located in the City of Clermont = 5 pts.
        • All other respondents = 2 pts.
    • Quality of Submittal and Compliance (5 pts)

      Clarity and completeness followed the required format.

    Submission Requirements

    • Proposal (required)

      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.

      1. Introduction Letter
        1. Provide an introduction letter outlining the respondent’s specialization, the location of the office responsible for managing the project, and a summary of the experience intended to support the respondent's qualifications to perform required professional services. The introduction letter must be signed by an officer of the Company/Corporation submitting the response.
      2. License and Insurance
        1. The respondent must provide evidence that the company is currently registered with the State of Florida. Include the active Florida Department of State Division of Corporations Document Number (or Registration number for fictitious names). If the respondent is an out-of-state or foreign corporation or partnership, the respondent must show evidence of being able to transact business in the State of Florida. It is the respondent's responsibility to comply with all state and local business requirements. Include all licenses pertaining to the successful completion of this solicitation scope of services, and a copy of the business W-9 certificate.
        2. Submit a current insurance certificate (on Accord Form) showing the company's insurance coverage requirements or a letter from the insurer detailing the company's capability to obtain coverage requirements. Refer to the Response Procedures section for insurance coverage requirements and limits.
        3. Failure to provide the required documentation as specified in this section may result in the proposal being deemed non-responsive.
      3. Quality Control and Inspection Plan 
        1. Provide a detailed Quality Assurance/Quality Control Plan describing how the respondent will ensure consistent and satisfactory performance of the required services. At a minimum, the response shall address the following:
          1. Custodial logs and documentation procedures.
          2. Inspection procedures and supervisory review processes.
          3. Supervisory presence and the frequency of oversight inspections.
          4. Response times for service deficiencies or complaints.
          5. Re-clean policies and corrective action procedures.
          6. Communication procedures with the City regarding performance issues.
      4. Methodology and Approach
        1. Provide methodology and approach to this project. Identify anticipated areas of difficulty and provide solutions through methods and approaches. Describe the transition from contract award through commencement of services and discuss the phases of implementation to full operational performance. Provide a detailed description of the project approach to the required services, including daily, weekly, monthly, and periodic service workflows, equipment, and products to be utilized, and procedures for protecting sensitive areas and equipment within the facility. Information should include:
          1. A written description of the team organization/reporting responsibilities.
          2. Project-specific approach.
      5. Staffing and Supervision Plan 
        1. Provide a detailed staffing plan describing staffing levels by shift and position assigned to this contract. Describe on-site supervision and overall management oversight for the services to be performed. Include a training plan for custodial personnel, outlining both initial training and ongoing training requirements. Describe the plan for coverage during employee absences, vacations, or call-outs to ensure continuity of services. In addition, provide an escalation and communication plan for addressing service-related issues.
      6. Company Background and Length of Time in Business
        1. The respondent must have been in existence, under its current name, for at least five (5) years, providing the services outlined in the Statement of Work section or compatible services to government agencies, in good standing with a track record of performance, and must provide evidence of such in this section. If name changes have occurred in the past twenty (20) years, provide these name changes in chronological order.
        2. Provide a brief narrative of company history, including the date the company was formed and/or incorporated, and list the officers of the company submitting and its qualifying agents. In addition, include the firm’s organizational chart, including names, titles, and leadership staff positions.
      7. Company Project Experience
        1. Indicate the company’s years of experience providing the requested services outlined in the Statement of Work section.
        2. Provide a brief narrative of your most significant projects undertaken in the past five (5) years; limit to no more than ten (10). Describe the scope of each project in physical terms and by cost, dates of service, and the respondent’s responsibilities, and provide the name and contact telephone number of an individual in a position of responsibility who can attest to the respondent’s activities about the project.
      8. Personnel Experience
        1. Provide the resume of the project manager(s) assigned to this project. The resume must include education, years of experience, and other pertinent information necessary to convey the quality of the individual(s) assigned to this project.
        2. The Project Manager must have at least five (5) years of experience operating in the same capacity (position) and working on projects of similar scope and size. The Project Manager must be an employee of the respondent for the last two (2) years.
        3. If available, provide letters of recommendation from owners/customers that identify these individuals as being instrumental in the success of the project they were on.
      9. Cost of Services 
        1. Provide a detailed breakdown of all costs associated with performing the required services.
        2. Identify monthly pricing and any additional or optional service pricing, if applicable.
        3. Clearly state any exclusions.
      10. Claims Disputes
        1. In this section, list all respondent’s projects that:
          1. Are currently in a claims dispute or have been in a claim dispute within the last ten (10) years, and provide reasons for the dispute. In addition, provide disposition (pending or settled), the amount of the claim, and a brief description of the claim or dispute.
          2. List all projects completed by the respondent’s surety in the last ten (10) years.
          3. List all liquidated damages assessed to the respondent in the last five (5) years, including a brief narrative of the circumstances and the amount assessed.
      11. Business Location
        To be considered a respondent located within the City of Clermont and eligible to receive up to five (5) additional evaluation points, the respondent must provide documentation demonstrating all of the following:
        1. Physical business location within the City of Clermont.
          Provide one (1) or more of the following showing the respondent's City of Clermont address:
          1. Executed commercial lease, or deed/property record (if owned).
          2. Recent utility bill in the business name at the Clermont address.
          3. Certificate of Occupancy or zoning approval for the Clermont site (if applicable).
          4. SunBiz (Florida Division of Corporations) record listing the Clermont principal/branch address.
        2. Continuous operations at that location for at least one (1) year.
          Provide documents showing the same Clermont address over time (recommend items showing two dates spanning 12+ months) such as:
          1. Twelve (12) months of lease history (executed lease + renewal, rent ledger, or notarized landlord letter confirming occupancy dates).
          2. Utility bills (one dated at least 12 months prior and one current).
          3. Insurance certificates or policy declarations showing the Clermont address from last year and the current year.
          4. State/local filings or registrations listing the Clermont address over the past year.
        3. Lawful business activity within the City during the preceding one (1) year.
          Provide one of the following from the last twelve (12) months:
          1. Receipt/statement showing payment of commercial real property taxes for the Clermont property (if owned).
          2. Proof of filing the Tangibles Personal Property Tax Return with Lake County/Tax Collector.
          3. Other documentation demonstrating lawful business activity, such as local permits tied to the Clermont address (if applicable) or occupational license/business license documents listing the Clermont address.
    • Vendor Information & W-9 (required)

      Please download the Vendor Information form, complete it, and upload it with a copy of your W-9.

    • State of Florida Certificate (required)

      Upload State of Florida Department of State Certificate

    • Conflict of Interest Disclosure (required)

      I HEREBY CERTIFY that:

      1. I, the Individual submitting this response, am a duly authorized representative of the firm (Respondent), and I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting and,
      2. Except as listed below (in the following question), no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and,
      3. This proposal is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud.
    • Exceptions to Conflict of Interest Disclosure (required)

      List any exceptions here, or type "N/A".

    • Drug-Free Workplace (required)

      The undersigned respondent hereby acknowledges that:

      (select the appropriate options below)

      1. _____ the respondent has a drug-free workplace policy as identified in the company policy attached to this Proposal.
        • AND/OR
      2. _____ the respondent has a drug-free workplace policy that is in compliance with Chapter 287.087, Florida Statutes.
        • AND/OR
      3. _____ the respondent has a drug-free workplace policy that is in compliance with the outline below.
        • OR
      4. _____ the respondent does not currently have a drug-free workplace policy but is willing to comply with the requirements as specified in the outline below.
        1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the respondent's workplace and specifying the actions that will be taken against employees for violations of such prohibition;
        2. Establishing a continuing drug-free awareness program to inform its employees about:
          1. The dangers of drug abuse in the workplace;
          2. The respondent's policy of maintaining a drug-free workplace;
          3. Any available drug counseling, rehabilitation, and employee assistance programs; and
          4. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;
        3. Giving all employees engaged in the performance of the contract a copy of the statement required by subparagraph (1);
        4. Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall:
          1. Abide by the terms of the statement; and
          2. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five (5) days after such conviction.
        5. Notifying the City of Clermont in writing within ten (10) calendar days after receiving notice under subdivision (4) (b) above from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;
        6. Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, take one of the following actions concerning an employee who is convicted of a drug abuse violation occurring in the workplace:
          1. Taking appropriate personnel action against such employee, up to and including termination or
          2. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency;
        7. Making a good faith effort to maintain a drug-free workplace program by implementing subparagraphs (1) through (6).
    • Non-Collusion Statement (required)

      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:

      1. I am fully informed respecting the preparation and contents of the attached offer/proposal and all pertinent circumstances respecting such offer/proposal;
      2. Such offer/proposal is genuine and is not a collusive or sham offer/proposal;
      3. Neither the said proposer nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has any way colluded, conspired, connived or agreed, directly or indirectly with any other proposer, firm or person to submit a collusive or sham offer/proposal in connection with the Contract for which attached offer/proposal has been submitted or to refrain from offering a proposal in connection with Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other proposer, firm or person to fix the price or prices in the attached offer/proposal or of any other proposer, or to fix any overhead, profit or cost element of the offer/proposal or the offer price of any proposer, or to secure though any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Clermont or any person interested in the proposed Contract;
      4. The price or prices quoted in the attached offer/proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. I solemnly declare and affirm under penalties of perjury that the contents of this statement are true and correct.
    • Supplemental Questionnaire
    • Respondent Information (required)

      Enter the following:

      1. Respondent's Name
      2. Official Representative
      3. Principal Office Address
    • Type of Business (required)
    • Business Information (required)

      If a Corporation, answer this:

      1. When Incorporated
      2. In what State
      3. President's Name
      4. Vice-President's Name
      5. Treasurer's Name
      6. Members of the Board of Directors

      If a Partnership, answer this:

      1. Date of organization
      2. General or Limited Partnership
      3. Name and Address of Each Partner
    • How many years has your organization been in business under the present business name? (required)
    • Does your organization have current occupational licenses entitling it to do the work/service contemplated in this solicitation? (required)

      Indicate Yes or No. If no, please explain.

    • Please state license(s) type and number. (required)

      (attach copies with your "Proposal" above)

    • Have you ever had a contract terminated due to failure to comply with contractual specifications? (required)

      Indicate Yes or No. If yes, state where and why.

    • Has any Person or persons interested in this solicitation been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations? (required)

      Indicate Yes or No. If Yes, Explain any convictions.

    • Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest. (required)
      1. List all pending lawsuits.
      2. List all judgments from lawsuits in the last five (5) years.
      3. List any criminal violations and/or convictions of the respondent and/or any of its principals.

      If this does not apply, type N/A.

    • Conflicts of Interest (required)

      The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal.

      If none, type "N/A"

    • Certification (required)

      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.

    • Virtual Signature Page
    • FEIN Number (required)
    • Payment Terms (required)

      Payment Terms: _______% _____ days, net _______

    • Does the respondent accept payment using the City’s MASTERCARD? (required)
    • By confirming this section the respondent certifies that: (required)
      1. It satisfies all legal requirements (as an entity) to do business with the City.
      2. The undersigned respondent acknowledges that the award of a contract may be contingent upon a determination by the City and that the respondent has the capacity and capability to perform the contract successfully.
      3. The proposer hereby certifies that it understands all requirements of this solicitation and that the undersigned individual is duly authorized to execute this proposal document and any contract(s) and/or other transactions required by the award of this solicitation.
      4. By confirming, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items outlined in this solicitation.
    • Agreements with Other Government Agencies

      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.

    • Q&A Acknowledgement

      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.

    • Purpose (required)
    • Pricing (required)

      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.

    • Type of Procurement (required)
    • Renewal Options (required)
    • Pre-Proposal Conference? (required)
    • Meeting Type (required)

      Select a non-mandatory or mandatory meeting.

    • Site visit? (required)
    • Select site visit option. (required)
    • Proposal Page Count (required)

    Questions & Answers

    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.


    Key dates

    1. March 4, 2026Published
    2. April 9, 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.