SLED Opportunity · FLORIDA · CITY OF CLERMONT
AI Summary
City of Clermont requests quotes for one new portable light tower with LED lighting, diesel engine, integrated generator, and adjustable mast. Delivery coordinated to 3335 Hancock Rd., FL. Quotes due May 12, 2026, via OpenGov Portal.
The City of Clermont is requesting quotes for the purchase and delivery of one portable light tower, equipped with LED lighting, a diesel engine, an integrated generator (minimum 8 kW), and an adjustable mast and fixtures for field operations.
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 A solicitation may be withdrawn in the Portal at any time prior to the solicitation deadline. A solicitation may also be withdrawn after the solicitation deadline but before the recommendation of the award by submitting a withdrawal letter to the Procurement Services Director.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.
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.
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.
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.
The City of Clermont is accepting quotes for a one-time purchase and delivery of a portable light tower. All units must be new, with a full manufacturer’s warranty on all components.
All deliveries must be coordinated with the Sewer Department prior to delivery of the equipment. Deliveries made without prior authorization of the Sewer Department will not be accepted.
Pricing must be F.O.B. Destination, 3335 Hancock Rd., Clermont, Florida. The unit price must include all shipping, handling, and delivery charges.
The unit shall meet or exceed the following minimum requirements:
Respondent shall provide manufacturer specifications, warranty information, and confirmed delivery lead time with the quote.
Unit shall include the manufacturer’s standard warranty. Warranty terms shall be provided with submission.
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.
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.
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.
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.
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 Monday, May 11, 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 .
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.
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.
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.
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.
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.
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.
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.
No insurance is required for this project.
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.
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.
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
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
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.
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.
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.
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.
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 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.
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.
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.
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.
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:
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.
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.
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.
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.
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.
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.
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:
The City recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority and women business enterprises.
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.
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.
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.
The time of completion/delivery must not exceed One hundred twenty (120) 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.
Please download the Vendor Information form, complete it, and upload it with a copy of the company's W-9.
Please upload the product specifications.
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that:
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
If the company has a drug-free workplace policy, please upload such policy in this section.
I HEREBY CERTIFY that:
Please upload proof of insurance per the requirements stated in the Response Procedures section of this solicitation.
Please provide your Federal ID Number to verify the company's Sunbiz Registration.
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.
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.
Insurance is required whenever the work will be conducted on City property.
Will meeting on site be required before submitting a response?
Enter the time of substantial of final completion in calendar days below. Example: Sixty (30)
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.