SLED Opportunity · FLORIDA · CITY OF CLERMONT

    Purchase of RIT Solutions Class II Kevlar Rescue Harnesses

    Issued by City of Clermont
    cityRFQCity of ClermontSol. 259254
    Closed
    STATUS
    Closed
    due May 11, 2026
    PUBLISHED
    Apr 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    339920
    AI-classified industry

    AI Summary

    City of Clermont requests quotes for 17 new RIT Solutions Class II Kevlar Rescue Harnesses with full warranty. Delivery coordinated with Fire Department. Submission via OpenGov Portal by May 11, 2026.

    Opportunity details

    Solicitation No.
    259254
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 27, 2026
    Due Date
    May 11, 2026
    NAICS Code
    339920AI guide
    Jurisdiction
    City of Clermont
    State
    Florida
    Agency
    City of Clermont

    Description

    The City of Clermont is accepting quotes for a one-time purchase and delivery of seventeen (17) RIT Solutions Class ll Kevlar Rescue Harnesses. All units must be new, with a full manufacturer’s warranty on all components. All deliveries must be coordinated with the Fire Department prior to delivery of the equipment. Deliveries made without prior authorization of the Fire Department will not be accepted. Pricing must be F.O.B. Destination, Fire Department Admin 439 West Highway 50, Clermont, Florida 34711. The unit price must include all shipping, handling, and delivery charges.

    Project Details

    • Reference ID: QR 26-090
    • Department: Fire
    • Department Head: David Ezell (Fire Chief)

    Important Dates

    • Questions Due: 2026-05-08T16:00:00.000Z

    Evaluation Criteria

    • Electronic Bidding System

      The City of Clermont uses OpenGov (“Software Administrator”), an e-procurement system (“Portal”) that provides bid notification services to interested vendors. The Portal allows vendors to register online and receive notification of new solicitations, addenda, and awards. There is no charge to vendors/contractors to register and participate in the solicitation, nor will any fees be charged to the awarded vendor. Vendors with internet access should review the registration options at the following website: https://procurement.opengov.com/portal/clermontfl.

      The City of Clermont uses the NIGP Commodity Codes to notify vendors whenever projects are issued, including category codes that match those added to the vendor profile.

    • Modifications / Withdrawals of Submittals

      Before the solicitation deadline, a respondent may change their response by withdrawing it, making the necessary updates, and then re-submitting it. Modifications received after the response deadline will not be considered. A solicitation may be withdrawn in the Portal at any time prior to the solicitation deadline. A solicitation may also be withdrawn after the solicitation deadline but before the recommendation of the award by submitting a withdrawal letter to the Procurement Services Director. The withdrawal letter must be on company letterhead, signed by an authorized agent of the company, and address the reason(s) for the withdrawal after the solicitation deadline. At its sole discretion, the City may accept or deny any modification or withdrawal request.

    • Summary

      The City of Clermont is accepting quotes for a one-time purchase and delivery of seventeen (17) RIT Solutions Class ll Kevlar Rescue Harnesses. All units must be new, with a full manufacturer’s warranty on all components.

      All deliveries must be coordinated with the Fire Department prior to delivery of the equipment. Deliveries made without prior authorization of the Fire Department will not be accepted. Pricing must be F.O.B. Destination, Fire Department Admin 439 West Highway 50, Clermont, Florida 34711. The unit price must include all shipping, handling, and delivery charges.

    • Delivery of Quote

      All quotes must be submitted electronically by uploading documents to the OpenGov Clermont Portal, which will be sealed until the due date and time indicated in the solicitation. Responses submitted early may be withdrawn by the responder prior to the deadline. All responses must remain valid for at least thirty (30) calendar days and will remain the property of the City. Responses to this solicitation will not be accepted by fax or email.

      All quotes will be publicly opened electronically in the OpenGov Clermont Portal and read at the location stated in the Timeline of the #Introduction section.

      1. Electronic Responses
        1. Electronic responses will be received through the Portal and remain unopened until the response due date has passed, as indicated in this solicitation. It is the sole responsibility of the respondent that the response is submitted and received before the due date and time as specified in this document. The City of Clermont is not responsible for delays in transmittal or delays caused by any other occurrence. Please allow sufficient time to complete the response and upload documents to the Portal.
      2. Uploading Electronic Documents
        1. Once the “Draft Response” button has been selected in the Portal, a screen allows the vendor to enter their response information. Once all information is completed, proceed to Submit the response. A confirmation with a submittal date and time stamp will appear, and a confirmation email will also be sent to the user’s email address. Respondents can review/update their submittals at any time prior to the response due date and time. The offer will remain sealed and cannot be viewed by anyone until after the response due date and time.
    • Response Postponement / Cancellation / Rejection

      The City may, at its sole discretion, reject all, or parts of any, responses; re-advertise this solicitation; postpone or cancel, at any time, this response process; or waive any irregularities in the solicitation or any responses received as a result of this solicitation.

    • Product Specifications and Requirements

      The RIT Solutions Class II Kevlar Rescue Harnesses must meet the following specifications and operational needs of the Fire Department.

      Material:

      • Harness shall be constructed from high-strength Kevlar webbing
      • Minimum tensile strength: 10,000 lbs
      • Must be fire-rated to 860°F
      • Webbing shall be 1 ¾ inch wide Kevlar
      • All stitching shall be completed using high-strength Kevlar thread

      Design:

      • Harness shall include:
        • Integrated D-ring
        • Blue AluminumYates hook with D-ring 
      • Must be compatible with internal and external wear with various manufacturers’ bunker gear.
      • Standard configuration:
        • Right-side opening
        • Optional left-side opening availability
      • Design must allow for a simple waist connection.
      • Center closures with the attached ladder hook.

      Standards Compliance:

      • Must comply with NFPA 1983, Standard on Life Safety Rope and Equipment for Emergency Services (2022 Edition).
      • Must meet Class II harness requirements.
      • Must meet or exceed the optional flame resistance requirements outlined in NFPA 1983.
      • Must be UL listed

      Sizes: Regular and XL 

      • Twelve (12) RIT Solutions A1237 Class II Kevlar Harness with Aluminum Ladder Hook
      • Five (5) RIT Solutions A1238 Class II Kevlar Harness XL with Aluminum Ladder Hook

      Warranty: The harnesses must come with a minimum one-year warranty covering defects in materials and workmanship.

       

    • On-Site Meeting

      All potential respondents are encouraged to attend this non-mandatory on-site meeting in order to learn more about this project. The meeting will present an opportunity to ask questions and/or seek clarification regarding any aspects of this solicitation. The City will provide written responses to formal and material questions received during this meeting.

      Any verbal discussions at the meeting will not be considered part of the solicitation unless incorporated into the solicitation through the OpenGov Clermont Portal. Questions asked at the meeting that cannot be adequately answered during the meeting may be deferred until the issuance of the addenda. The questions and their responses will be available to all potential respondents.

    • Change Orders

      No oral statement of any person must modify, change, or affect the terms, conditions, or specifications stated in the resulting contract. All change orders must be approved in writing by the City before the work commences unless the delay in receiving City approval causes a threat to the public health, safety, or welfare or will result in a significant additional cost to the City due to the delay. Under any circumstance, work to be performed under the change order must not begin until all written approvals have been received. Any work completed by the contractor without required written approvals will be the sole responsibility of the contractor, not the City.

    • Mistakes

      Respondents are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions, and all other special conditions pertaining to the solicitation. Failure of the respondent to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension, the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the City.

    • On-Site Meeting

      There will not be an on-site meeting for this project. It will be the sole responsibility of the respondent to inspect the City’s location(s) prior to submitting a quote. Submission of a response will be considered evidence that the respondent is familiar with the nature and extent of the work, equipment, materials, and labor required. No variation in price or conditions shall be permitted based on a lack of knowledge of these conditions.

    • Ambiguity, Conflict, or Other Errors

      If a bidder responding to this solicitation discovers any ambiguity, conflict, discrepancy, omission, or other error in the solicitation, the bidder must immediately notify the Procurement Services Director, noted herein, of such error in writing and request modification or clarification of the document. The Procurement Services Director will make modifications by issuing a written revision and will give written notice to all parties who have received a copy of the solicitation.

      The bidder is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error in the solicitation prior to submitting a response or it shall be waived.

    • Questions Deadline

      To ensure that all potential respondents have accurately and completely understood the requirements of this solicitation, the City of Clermont – Procurement Services Department will accept written questions up until 12:00 pm on Friday, May 8, 2026. Verbal inquiries will not be accepted and potential respondents are instructed to only seek additional information or clarification or to communicate in writing with the Procurement Services Director.

      The City of Clermont requires all questions relating to this solicitation to be entered through the “Question and Answer” tab available on the Portal. Responses to questions will be provided online at https://procurement.opengov.com/portal/clermontfl .

      • ALL QUESTIONS MUST BE SUBMITTED PRIOR TO THE DEADLINE.
      • QUESTIONS WILL NOT BE ANSWERED VIA TELEPHONE OR FAX.
    • Tie Responses

      The award on tie responses will be decided by the Procurement Services Director in accordance with the provisions of the Purchasing Procedures. Please be advised that in accordance with Chapter 287.087, Florida Statutes, regarding tie responses, preference will be given to respondents certifying that they have implemented a drug-free workplace program.

    • Award

      As the best interests of the City may require, the City reserves the right to make an award on the lowest price basis by individual item, group of items, all or none, or a combination thereof, with one or more respondent(s); to reject all responses or waive any minor irregularity or technicality in responses. Quotes are considered informal solicitations and will not be read at a public opening. The quote result will be available through OpenGov after being reviewed and verified. The award will be done with reasonable promptness to the respondent that meets the specifications and timeframe.

    • Pricing

      All prices must be quoted F.O.B. Destination (City of Clermont, Florida); freight must be included in the price. Current and/or anticipated applicable fuel costs should be considered and included in the price quoted.

    • Payment Terms and Discount

      Payment will be made by the City after commodities/services have been received, accepted, and properly invoiced as indicated in the contract and/or purchase order. All invoices must have the purchase order and shall be submitted to the department that placed the order. Payment terms will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of the correct invoice at the office specified. If a contractor offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery at the place of acceptance and receipt of the correct invoice at the specified office.

    • Performance

      In all instances when the Quote Request fails to state the time within which performance is to be completed, and the respondent fails to state a time, the time for full or complete performance will be twenty (20) calendar days from the date of the purchase order. The delivery time will be calculated in calendar days from the order date.

    • Packaging

      Unless otherwise stated in this solicitation, deliveries must consist only of new and unused goods and must be the current standard production model available at the time of the solicitation deadline. The goods must be suitably packaged for shipment by a common carrier. Each container or multiple units or items must bear a label, imprint, or other legible markings stating the name of the manufacturer or supplier, purchase order number, and any other markings required by the specifications.

    • Insurance Requirements

      No insurance is required for this project.

    • Samples

      Samples or inspections of products may be requested to determine suitability after the solicitation deadline and should be received within seven (7) working days of request. Samples of items, when required, must be furnished free of expense to the City. If not destroyed, samples will be returned upon request at the respondent’s expense. Respondents will be responsible for the removal of all samples furnished within thirty (30) days after the solicitation deadline. All samples will be disposed of after thirty (30) days.

    • Quality

      All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this solicitation must be new. The items must be new, be the latest model, of the best quality, and have the highest grade workmanship.

    • Insurance Requirements

      The selected respondent(s) must provide proof of insurance when responding to this solicitation using a standard ACORD form, showing no less than the amounts indicated below. If an ACORD form cannot be provided, a signed letter from the insurance company's agency, on its letterhead, must be provided stating that the current insurance is as described below or that the agency can obtain the required insurance coverage.
      All suppliers performing work on City property or public right-of-way must provide the City with a certificate of insurance evidencing the coverage and coverage provisions identified herein. Respondents must provide the City with evidence that all subcontractors performing work on the project have the same types and amounts of coverage as required herein or that the subcontractors are included under the contractor’s policy. The City, at its own discretion, may require a certified copy of the policy.

      The types and amounts of insurance required are listed below. The City reserves the right to amend or require additional types and amounts of coverage or provisions depending on the nature of the work.

      Minimum Insurance Coverage Requirements with Aggregate Limits

      • Commercial General Liability
        • Per Occurrence: $300,000
        • General Aggregate: $300,000
      • Automobile Liability
        • Per Occurrence (Combined Single Limit): $300,000
        • Aggregate: N/A
          Must include owned, non-owned, and hired vehicles.
      • Workers’ Compensation and Employer’s Liability
        As required by Florida Statutes, Chapter 440, including:
        • Each Accident: $500,000
        • Disease – Each Employee: $500,000
        • Disease – Policy Limit: $500,000
      • Other Insurance (if applicable to the project):
          • Builders Risk (Completed Value): $_____________.00
          • Longshoreman Insurance (USL&H): $_____________.00
          • Garage Keeper Liability: $_____________.00
          • Garage Liability: $_____________.00
          • Liquor Liability: $_____________.00
          • Fire Legal Liability: $_____________.00
          • Pollution Liability: $_____________.00
          • Protection and Indemnity: $_____________.00
          • Employee Dishonesty Bond: $_____________.00
          • Other: $_____________.00

      Additional Insurance Requirements

      • Insurance carriers must be rated at least B+:VI or better by A.M. Best (latest edition) or otherwise approved by the City.

      • A minimum of thirty (30) days’ written notice of policy cancellation, non-renewal, or material change is required.

      • The City of Clermont must be named as an Additional Insured for General Liability coverage, and this must be explicitly stated on the certificate.

      • The certificate must reference the solicitation number and title.

      • Certificates of insurance must be submitted to:

        City of Clermont
        685 W. Montrose Street
        Clermont, FL 34711

    • Insurance Requirements

      The selected respondent(s) is required to provide proof of insurance with their response to this solicitation using a standard Accord form, showing no less than the amounts indicated below. If an Accord form cannot be provided, a signed letter from the insurance company agency, on its letterhead, must be provided stating current insurance as described below or that can receive the required insurance coverage. The selected respondent(s) will be required to provide proof of insurance within five (5) business days of request.

      All suppliers performing work on City property or public right-of-way must provide the City a certificate of insurance evidencing the coverage and coverage provisions identified herein. Respondents must provide the City with evidence that all subcontractors performing work on the project have the same types and amounts of coverage as required herein or that the subcontractors are included under the contractor’s policy. The City of Clermont, at its discretion, may require a certified copy of the policy.

      Listed below are the types and amounts of insurance required. The City reserves the right to amend or require additional types and amounts of coverage or provisions depending on the nature of the work.

      1. General Liability with limits of liability of $500,000 per occurrence for bodily injury property damage to include Premises/Operations, Products, Completed Operations, and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement as written in Section 5.20 of the Terms and Conditions).
      2. Automobile Liability - $500,000 Each Occurrence – owned/non-owned/hired automobiles included.
      3. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida Chapter 440 F.S. ($500,000 Each Accident and $500,000 Disease-Each Employee with $500,000 Disease-Policy Limit).
      4. Best's guide rating B+:VI or better, latest edition or as otherwise acceptable to the City.
      5. Thirty (30) days of the written cancellation notice is required.
      6. The City of Clermont must be named as an Additional Insured with regards to General Liability policies, and it must be stated on the certificate.
      7. The certificate must include this solicitation number and title. QR 26-090 Purchase of Class ll Kevlar Rescue Harness.
      8. The certificate holder must be:
        • City of Clermont, 685 W. Montrose Street, Clermont, FL 34711
    • Non-Conformance

      Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the respondent’s expense. These items and items not delivered, as per delivery date in response or purchase order, may be purchased on the open market. Any increase in cost may be charged against the respondent. Any violation may result in the respondent’s name being removed from the vendor registration list and/or departments being advised not to do business with the respondent.

    • Taxes

      The City of Clermont is exempt from Federal Excise and Florida Sales taxes on the direct purchase of tangible property. The successful respondent shall pay all applicable sales, consumer, land use, or other similar taxes required by law. The respondent is responsible for reviewing the pertinent Florida Statutes involving the sales tax and complying with all requirements.

    • Insurance Requirements

      The selected respondent(s) is required to provide proof of insurance with their response to this solicitation using a standard Accord form, showing no less than the amounts indicated below. If an Accord form cannot be provided, a signed letter from the insurance company agency, on its letterhead, must be provided stating current insurance as described below or that can receive the required insurance coverage. The selected respondent(s) will be required to provide proof of insurance within five (5) business days of request.

      All suppliers performing work on City property or public right-of-way must provide the City a certificate of insurance evidencing the coverage and coverage provisions identified herein. Respondents must provide the City with evidence that all subcontractors performing work on the project have the same types and amounts of coverage as required herein or that the subcontractors are included under the contractor’s policy. The City of Clermont, at its discretion, may require a certified copy of the policy.

      The types and amounts of insurance required are listed below. The City reserves the right to amend or require additional types and amounts of coverage or provisions depending on the nature of the work.

      1. General Liability with limits of $1,000,000 per occurrence for bodily injury property damage to include Premises/Operations, Products, Completed Operations, and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement as written in Section 5.20, Terms and Conditions).
      2. Automobile Liability - $1,000,000 for Each Occurrence – owned/non-owned/hired automobiles included.
      3. Workers' Compensation and Employer's Liability per the statutory limits of the State of Florida Chapter 440 F.S. ($1,000,000 for Each Accident and $1,000,000 Disease-Each Employee with $1,000,000 Disease-Policy Limit).
      4. Excess Liability - $_________. 00 per occurrence will follow the primary coverage.
      5. Other insurance as indicated:
        1. Builders Risk Completed Value; $_____________.00
        2. Longshoreman Insurance (USL&H); $_____________.00
        3. Garage Keeper Liability; $_____________.00
        4. Garage Liability; $_____________.00
        5. Liquor Liability; $_____________.00
        6. Fire Legal Liability; $_____________.00
        7. Pollution Liability; $_____________.00
        8. Protection and Indemnity; $_____________.00
        9. Employee Dishonesty Bond; $_____________.00
        10. Professional Liability / Errors & Omissions; $_____________.00
        11. Other; $_____________.00
      6. Best's guide rating B+:VI or better, latest edition or as otherwise acceptable to the City.
      7. Thirty (30) days of the written cancellation notice is required.
      8. The City of Clermont must be named as an Additional Insured for General Liability policies, and this must be stated on the certificate.
      9. The certificate must include this solicitation number and title.
      10. The certificate holder must be:
        • City of Clermont, 685 W. Montrose Street, Clermont, FL 34711
    • Contingency Fees

      By submitting a response to this solicitation, the respondent certifies that no contingency fees (sometimes known as finder’s fees) have been paid to any person or organization other than a bonafide employee working solely for the respondent to secure a contract pursuant to this solicitation. Violating this policy may terminate any resultant contract and/or possible debarment.

    • Delivery

      Delivery time will be calculated in calendar days from the issuance date of the purchase order. Delivery must be between 9:00 A.M. and 4:00 P.M. Eastern Standard Time, Monday through Friday, except on City Holidays. However, for goods required for daily consumption or where the delivery is an emergency or overdue, the City's convenience will govern. If, in calculating the number of calendar days from the purchase order date, the delivery falls on a Saturday, Sunday, or City Holiday, delivery must be made no later than the next business day. Respondents are expected to furnish the brand quoted in their response once awarded. Any substitute shipment will be returned at the supplier’s expense.

    • Warranty

      The respondent must perform all work in strict accordance with the statement of work in a safe, careful manner and agree to adhere to the secure facility rules. The respondent warrants that all work must be free from defects and must conform to quality, function, and characteristics of material and workmanship. The warranty period must be no less than one (1) year from the date of final acceptance of the work by the City. The successful respondent agrees to promptly correct all defects in the work that develop within one (1) year from the date of final acceptance of the work. The manufacturer’s warranty is in addition to this warranty and must not be construed to replace or circumvent the warranty expressed in this clause. The term “defects” includes defects, deficiencies, faults, or imperfections in the work as determined by the City. The manufacturing warranty must be included along with the parts and labor warranty period.

    • Relation of City

      It is the parties' intent hereto that the successful respondent is legally considered to be an independent respondent and that neither the respondent nor the respondent’s employees and agents shall, under any circumstances, be considered employees or agents of the City.

    • Tie Responses

      Should there be a tie between one or more respondents, the tie may be broken, and the successful respondent selected by the following criteria presented in order of importance, as determined by the Procurement Services Director, will be awarded:

      1. Quality of the items or services provided, if such quality is ascertainable.
      2. Delivery time, if provided in the response by the respondents.
      3. Preference of businesses with drug-free workplace programs as defined in Section 287.087, Florida Statutes.
      4. The vendor is closest to the City of Clermont City Hall, located at 685 Montrose Street, as determined by the Procurement Services Director.
      5. If items 1-4 are not applicable, the award will be decided by flipping a coin.
    • Collusion

      Where two (2) or more related parties each submit a response for the same solicitation, such response will be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control, and management of such related parties in preparing and submitting such responses. Related parties will mean the respondents or the principals thereof who have a direct or indirect ownership interest in another respondent for the same contract or in which a parent company or the principals thereof of one (1) respondent have a direct or indirect ownership interest in another respondent for the same solicitation. Furthermore, any prior understanding, agreement, or connection between two (2) or more corporations, firms, or persons submitting a response for the same materials, supplies, services, or equipment will also be presumed to be collusive. Responses found to be collusive will be rejected. Respondents who have been found to have engaged in collusion may be considered non-responsive and may be suspended or debarred. Any contract resulting from collusion will be terminated for default.

    • Public Entity Crimes

      A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes 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, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017 of the Florida Statutes, for CATEGORY TWO ($25,000.00) for thirty-six (36) months from the date of being placed on the convicted vendor list. By submitting a response to this solicitation, the respondent certifies that it is eligible for an award under this solicitation pursuant to Chapter 287.132 and 287.133 Florida Statutes.

    • Approved Alternate

      When the technical specifications call for a brand name, manufacturer, make, model, or vendor catalog number, it will be to establish a level of quality and features desired and acceptable to the City. The respondent may offer any brand which meets or exceeds the specifications for any item(s). In such cases, the City will be receptive to any unit that would be considered by qualified City personnel as an approved alternate. In that, the specified make and model represent a level of quality and features desired by the City. The respondent must clearly state any variance from those specifications in the response. It is the responsibility of the respondent to provide adequate information in the response to enable the City to ensure that the response meets the required criteria. If adequate information is not submitted with the response, their response may be rejected. The City will be the sole judge in determining if the item qualifies as an approved alternate.

    • Assignment

      The successful respondent must not enter into any subcontract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without the prior written consent of the City. Any unauthorized assignment may constitute a default by the successful respondent.

    • Permits and Regulations

      The respondent shall obtain, at its expense, all licenses, permits, and inspections required for this project, and shall comply with all applicable laws, ordinances, regulations, and building code requirements. The successful respondent may apply for permits online. For permit types and fees, visit the City website www.clermontfl.gov, select Building Services, and download the most recent Building Services Fees Schedule.

    • Protection of Property

      All existing structures, utilities, services, roads, sidewalks, trees, shrubbery, and property in which the City has an interest must be protected against damage or interrupted services at all times by the successful respondent during the term of the work. The successful respondent will be held responsible for repairing or replacing the property, which was damaged by the respondent’s operation on the property, to the satisfaction of the City. In the event the successful respondent fails to comply with these requirements, the City reserves the right to secure the required services and charge the costs of such services back to the successful respondent.

    • Recycle Content

      In addressing environmental concerns, the City of Clermont encourages responses containing items with recycled content. When submitting a response containing items with recycled content, the respondent must provide documentation adequate for the City to verify the recycled content. The city prefers packaging consisting of materials that are degradable or able to be recycled. When specifically stated in the solicitation, the City may give preference to responses containing items manufactured with recycled material or packaging that can be recycled.

    • Equal Opportunity

      The City recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority and women business enterprises.

    • Conditions Affecting The Work Area

      The respondent acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work and that it has investigated and satisfied itself as to the general and local conditions that can affect the work or its cost, including but not limited to the following:

      1. Conditions bearing upon transportation, disposal, handling, and storage of materials;
      2. The availability of labor, water, electric power, and roads;
      3. Uncertainties of weather or similar physical conditions at the site;
      4. The conformation and conditions of the ground; and
      5. The character of equipment and facilities needed preliminary to and during work performance. Any failure of the respondent to take the actions described and acknowledged in this paragraph will not relieve the successful respondent from responsibility for estimating properly the difficulty and cost of successfully performing the work or for proceeding to successfully perform the work without additional expense to the City.
    • Liability, Insurance, Licenses, and Permits

      Where the successful respondent is required to enter or go into City of Clermont property to deliver materials and perform work or services as a result of an award, the respondent will assume the duty, obligation, and expense of obtaining all necessary licenses, permits, and insurance. Successful respondents shall obtain, provide, and maintain during the term of the contract the types and amounts of insurance indicated in Section A, “Insurance Requirements.” Insurance shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+, VI, or higher rating in the latest edition of A.M. Best's insurance guide. Successful respondent(s) shall name the City of Clermont as an additional insured on all liability policies required as a result of an award. When naming the City of Clermont as an additional insured, the insurance company hereby agrees and endorses the policies to state that the City will not be liable for the payment of any premiums or assessments. Successful respondent failure to procure or maintain the required insurance program shall constitute a material breach of agreement under which the City may immediately terminate the award or contract.

      All work performed shall comply with applicable County and municipal code requirements, as well as the Florida Building Code. The successful respondent shall be liable for any damages or loss to the City occasioned by the negligence of the respondent, agent, or any person the respondent has designated in the completion of the contract as a result of this solicitation.

    • Cemetery Rules and Regulations

      These rules and regulations are designed for the protection of owners and interment rights as a group. They are intended not as restraining but rather as preventing the inconsiderate from taking unfair advantage of others. Their enforcement will help protect the Cemetery and create and preserve its beauty. These rules and regulations are hereby adopted as the rules and regulations of the Clermont Municipal Cemeteries, and all owners of interment rights, visitors, and contractors performing work within the Cemeteries will be subject to said rules and regulations, amendments, or alterations as will be adopted by the City of Clermont from time to time.

      • All work must cease during funeral services in the immediate area until the service is over.
      • The City reserves the right to compel all persons coming into the Cemeteries to obey all rules and regulations adopted by the City. The rules and regulations may be changed without notice to any Owner by the City Council.
      • Persons within the cemetery grounds must use only the avenues, walks, alleys, and roads, and any person injured while walking on the grass, except that, be the only way to reach the plot or while on a portion of the Cemetery other than the avenues, walks, alleys or roads, will in no way hold the City liable for any injuries sustained.
      • Automobiles must not be driven through the grounds at a speed greater than fifteen miles per hour and must always be kept on the right side of the Cemetery roadways.
      • The City will generally direct all improvements within the grounds and upon all lots and graves before as well as after interments have been made there. The City will have charge of the planting, sodding, surveying, and improvements generally.
      • No person will be permitted to use profane or boisterous language or in any way disturb the quiet and good order of the Cemeteries.
      • All persons are strictly forbidden to break or injure any tree or shrub or mar any landmark, marker, or memorial, or in any way deface the grounds of the Cemetery.
      • All persons are reminded that the grounds are sacredly devoted to the burial of the dead and that the provisions and penalties of the law, as provided by Florida statute, will be strictly enforced in all cases of wanton injury, disturbance, and disregard of the rules.
      • It is of utmost importance that there should be a strict observance of all the properties due to the place, whether embraced in the foregoing regulations or not, as no impropriety will be tolerated.
      • Touch nothing in the Cemetery that does not belong to you. This is the only safe rule to adopt when visiting the Cemetery.
      • No person or persons other than an employee of the City or an office of law enforcement will be permitted to bring or carry firearms within the Cemetery except a military guard of honor, and they only when in charge of an officer and during military service.
      • No equipment must be driven over Cemetery spaces that have interments or markers.
    • Florida Executive Order 22-216 / ICT Vendor Restrictions

      The City intends to comply with applicable State of Florida cybersecurity requirements, including Florida Executive Order 22-216, and any associated restrictions relating to information and communications technology products and services connected to foreign countries of concern. The successful respondent shall certify, upon request, that the equipment proposed for award is not prohibited under applicable federal or state restrictions, and the City reserves the right to reject any proposed equipment or manufacturer determined to be noncompliant or to pose an unacceptable risk.

    Submission Requirements

    • Time of Completion

      The time of completion/delivery must not exceed Thirty (30) calendar days from issuance of the purchase order and/or notice to proceed.

      Enter the number of calendar days below for completion/delivery if different from above. 

    • Product Information (required)

      Please upload product specifications. 

    • Certification (required)

      Upload Product Certification 

    • Vendor Information W-9 (required)

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

    • Drug-Free Workplace (required)

      The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that:

      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 (a).
      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 1892 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 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 the implementation of this section.

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

    • Drug-Free Workplace Policy

      If the company has a drug-free workplace policy, please upload such policy in this section.

    • 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 bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same services. It is in all respects fair and without collusion or fraud.
    • Proof of Insurance (required)

      Please upload proof of insurance per the requirements stated in the Response Procedures section of this solicitation.

    • Sunbiz Registration (required)

      Please provide your Federal ID Number to verify the company's Sunbiz Registration.

    • Terms & Conditions (required)

      By confirming below, 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 set forth in this solicitation.

    • Q&A Acknowledgement (required)

      I certify that I have read, reviewed, and hereby acknowledge the project Questions & Answers (Q&A), which will be as binding as an addendum. If necessary, I have applied the Q&A to my response accordingly.

    • Is insurance required for this project? (required)

      Insurance is required whenever the work will be conducted on City property.

    • Select the insurance limit. (required)
    • Onsite Meeting (required)

      Will meeting on site be required before submitting a response?

    • Time of Completion (required)

      Enter the time of substantial of final completion in calendar days below. Example: Sixty (30)

    • Approved Alternates allowed? (required)
    • Is Warranty required? (required)
    • Include "Protection of Property" section? (required)
    • Include "Cemetery Rules and Regulations" section? (required)

    Questions & Answers

    Q (Subs): Hi, do you accept substitutes with the same specs?

    A: No.


    Key dates

    1. April 27, 2026Published
    2. May 11, 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.