SLED Opportunity · FLORIDA · CITY OF HOMESTEAD
AI Summary
City of Homestead seeks contractor for diesel engine water treatment services at Power Plant. Services include chemical treatment, water testing, training, and emergency support for diesel engine cooling systems. Proposals evaluated on experience, approach, cost, and references. Non-mandatory site meeting April 2, 2026.
The City of Homestead Energy Department is seeking a qualified contractor to provide all materials, equipment, and labor necessary to perform closed-loop jacket water treatment services for diesel engine systems at the Power Plant.
The selected contractor will implement and maintain a comprehensive, hands-on water treatment program to ensure system reliability, effective corrosion control, scale prevention, and compliance with applicable industry standards and best practices for large diesel engine cooling systems.
Award will not be based solely on price. In addition to cost, the City will evaluate the contractor’s ability to complete the work in a timely manner and in accordance with the City’s schedule. Upon award, an agreement for services will be established with awarded contractor.
The City operates ten (10) dual-fuel engines that require chemically treated water for proper operation. The successful vendor shall be responsible for providing a comprehensive water treatment program, including routine testing, chemical injection as required, and ongoing monitoring of water quality. Monthly water testing shall, at a minimum, include analysis of conductivity, hardness, nitrites, and pH. The vendor shall maintain chemical levels within manufacturer-recommended parameters to ensure reliable engine performance and protect system components.
If the vendor is awarded a Contract (Purchase Order) under this request, the price quoted shall remain fixed and firm during the term of this Contract.
Prior to submitting the quotation, the vendor may be required to visit the site of the proposed work and to become fully informed and familiar with any conditions, which may in any manner affect the Work to be done, of the character, quality and quantities of Work to be performed and materials to be furnished, and of operational activities of the City, which activities must be maintained without interference from the Work. The bidder is also required to examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the Work to be performed under the contract including the necessary requirements for the Project to comply with Americans with Disabilities Act (“ADA”), its supporting regulations, and all similar Federal, state or local laws, regulations and ordinances. No additional allowances will be made because of lack of knowledge of these conditions.
It will be the sole responsibility of the bidder to inspect the City’s location(s) prior to submitting a quote. No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a quotation will be considered evidence that the bidder has familiarized themselves with the nature and extent of the work, the equipment, materials, and labor required to complete the work scope.
To schedule a site visit appointment, contact via email: vsanchez@cityofhomestead.com or via phone: (305) 224-4620 Ext: 4628. Please submit the SITE VISIT AND INSPECTION INDEMNIFICATION AGREEMENT electronically prior to the anticipated visit.
Diesel Engine Water Treatment Services – Power Plant
1. Introduction
The City is requesting proposals from qualified water treatment service providers to furnish diesel engine jacket water closed-loop water treatment services at the Power Plant. This ITQ covers four (4) existing diesel engine systems, with the ability to add additional engines as they are brought online.
The selected vendor will provide a comprehensive, hands-on water treatment program to ensure system reliability, corrosion control, scale prevention, and compliance with applicable standards and best practices for large diesel engine cooling systems.
2. Scope of Services
The scope of work includes, but is not limited to, the following requirements:
Hands-on water treatment service, including a clearly defined and documented schedule for routine site visits.
Training of plant personnel on:
Water testing procedures
Acceptable water chemistry parameters
Importance and purpose of the treatment program
Supply of all required treatment chemicals by the vendor.
Vendor-managed chemical application, including batch feeding or continuous injection as required.
Testing, documentation, and reporting, including:
Vendor-provided test equipment
Maintenance of treatment logs available on-site for review
Written reports provided via email to the Power Plant Supervisor and the Assistant Director of Electric Utilities
Material Safety Data Sheets (MSDS/SDS):
SDS maintained in the immediate vicinity of all chemicals
Copies provided for inclusion in the main MSDS binder
Chemical application equipment:
Vendor shall provide all equipment required for chemical application at no cost to the customer
If existing installed equipment is deemed inadequate, the vendor shall supply and install all necessary equipment at no additional cost
Additional service support:
Additional site visits and 24-hour emergency service provided on an as-needed basis at no charge to the customer
Annual inspections to evaluate and document the effectiveness and progress of the treatment program
Outside laboratory services, if required, provided at no charge to the customer
Customer references demonstrating experience with similar diesel engine water treatment programs
Specialized services capability, including documentation of the ability to perform services such as:
Acid cleaning of shell-and-tube heat exchangers
Cleaning of air-cooled heat exchangers
System expansion capability:
Ability to add additional engines as they are brought online
Pricing for additional engines to be provided as a separate line item
3. Engines Included in Base Proposal
Proposals shall include pricing and service coverage for the following engines:
Engine 15 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 16 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 17 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 20 – Colt-Pielstick PC 2.3V (DF)
4. Engines to Be Added as They Come Online
Vendors shall provide a separate line-item cost structure for the following engines, to be added as they are placed into service:
Engine 2 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 3 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 13 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 14 – Fairbanks Morse Opposed Piston Engine, FM 8 1/8 OP, 12 Cylinder (DF)
Engine 19 – Enterprise DGSRV-20-4 (DF), 20 Cylinder
Engine 21 – Colt-Pielstick PC 2.3V (DF)
5. Proposal Requirements
Each proposal shall include, at a minimum:
Company background and relevant experience
Description of the proposed water treatment program
Site visit frequency and service schedule
Description of chemical treatment methods and monitoring approach
Sample reports and logs
Description of training provided to plant staff
Emergency response procedures
List of customer references
Documentation of specialized service capabilities
Detailed pricing, including:
Base engines listed in Section 3
Separate line-item pricing for engines listed in Section 4
7. Evaluation Criteria
Proposals will be evaluated based on, but not limited to:
Experience and qualifications
Technical approach and understanding of diesel engine jacket water systems
Ability to meet all scope requirements
Cost and overall value
References - submit a minimum of 3 references for similar work completed with other agencies or companies and past performance
8. Award
Award will not be based solely on price. In addition to cost, the City will evaluate the contractor’s ability to complete the work in a timely manner and in accordance with the City’s schedule. Upon award an agreement for services will be established with awarded contractor.
An agreement will be established for the services in accordance with City's fiscal calendar.
If the vendor is awarded a Contract (Purchase Order) under this request, the price quoted shall remain fixed and firm during the term of this Contract; provided however, that the Bidder may offer incentive discounts from this fixed price to the City at any time during the Contract term.
Sample Agreement has been included in the attachments tab.
9. Additional Information
The City reserves the right to reject any or all proposals, waive informalities, and accept the proposal deemed to be in the best interest of the City.
Prices shall include the cost to obtain/maintain such insurance throughout the course of this term contract. Vendors expressly affirm that they have had the opportunity to recover the costs of the insurance required herein in their contract price.
Please refer to link for Minimum Insurance Requirements: https://www.homesteadfl.gov/689/Minimum-Insurance-Requirements
In submitting a Quotation, the Supplier acknowledges and agrees that the Quotation shall:
The City may, in its absolute discretion:
The City will accept a Quotation by issuing a Purchase Order to the Supplier. No Quotation shall be deemed accepted by the City unless a Purchase Order has been issued to the Supplier.
Once a supplier has been selected for award, the supplier may be contacted and asked to produce a Certificate of Insurance in accordance with the requirements set forth in this ITQ and approved by the City’s Risk Manager.
Under no circumstances should a vendor fill an order for any City department without a Purchase Order issued by the City of Homestead.
Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the Bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. / C.I.F. destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of Bid(s).
If the vendor is awarded a Purchase Order (Contract) under this request, the price(s) quoted shall remain fixed and firm during the term of this Contract and/or delivery and acceptance of goods.
If there is any additional work that may be required to complete the awarded work beyond the existing scope to the City’s desired outcome or deviates from the original scope hereby provided in this request for quote, please provide a written change order request. A change order request is not considered granted until is approved in writing and an amended PO is issued with the change order amount. Please do not commence any additional work upon verbal approval alone as this is considered unauthorized and may result in non-payment and possible vendor inactivation for repeated offenses.
In the event of default on an awarded Contract, the successful Bidder shall pay all attorneys’ fees and court costs incurred in collecting any liquidated damages. Additionally, in the event the successful bidder fails or refuses to complete work in a timely fashion and in accordance with their estimated lead times/mobilization times, the City reserves the right to seek other sources without violating the intent of the Contract.
If Supplier offers makes of equipment or brands of supplies other than those specified in the following, it must so indicate on its submittal. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer.
Brand Names: Catalog numbers, manufacturers and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Suppliers shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications.
Supplier shall indicate on the Quote Form the manufacturer’s name and number if bidding other than the specified brands and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE SUBMITTAL. NO QUOTES WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the submission will be considered as a Quote in complete compliance with the specifications as listed in this quote request.
Manufacturer’s name, brand name and model number may have been used in these specifications for the purpose of establishing minimum requirement of level of quality, standards of performance and design required and is no way intended to prohibit the bidding of other manufacturer’s items of equal material, unless otherwise indicated. Equal (substitution) may be bid, provided product so Bid is found to be equal in quality, standards of performance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed, the Quote must be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal.
Where Suppliers are required to enter or go onto the City of Homestead property (including any property which is owned or leased by the City or upon which the City has a license, easement or right-of-way) to deliver materials or perform work or services as a result of an award, the successful Supplier will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable Miami-Dade County and City requirements. The Supplier shall be liable for any damages or loss to the City occasioned by negligence of the Supplier (or agent) or any person the Supplier has designated in the completion of the contract as a result of his or her quote.
The City shall not at any time be liable or responsible for, nor be under any obligation to reimburse the Supplier for, any losses or expenses or loss that may be incurred by the Supplier in the preparation and submission of its Quotation.
Vendor(s) should submit, with their quote, a copy of their valid occupational/business license and a Florida State registration [Florida State Registration can be located and printed at www.Sunbiz.org]. Suppliers must be in good standing and authorized to transact business in the State of Florida. Must not be listed in the System for Award Management (SAM) as an excluded party.
When applicable, Vendor shall submit a current valid certificate qualifying the Contractor to perform the work. The State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes; or The Miami-Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3 (a) of the Miami-Dade County Code. Holders of Miami-Dade County Certificates of Competency must also hold Certificates of Registration issued by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.117, Florida Statutes.
Suppliers shall furnish insurance certificates indicating satisfactory insurance coverage at its sole cost and expense, maintain in full force and effect during the term of the agreement, policies of insurance of the type and in the minimum amounts stated below. Such policy (s) will be issued by an insurer of recognized responsibility and rated no less than “A” by the A.M. Best Company or similar insurance rating firm. Such policy(s) will contain appropriate cross liability clauses, be primary without right of contribution, shall be primary and non-contributory with waiver of subrogation in favor of the City of Homestead and will provide that the City will be given 30 days advance written notice in the event of cancellation, termination or modification which materially restricts the coverage thereof.
Prior to the execution of this agreement, Supplier will provide the City with a certificate of insurance and a copy of the policy endorsement naming the City of Homestead its employees, directors, officers, agents, independent contractors, successors and assigns, and other authorized representatives as additional insured to the extent of the contractual obligation assumed by the Supplier. The certificate shall show a waiver of subrogation and hold harmless agreement in favor of the City of Homestead, its employees, directors, officers, agents, independent contractors, successors and assigns, and other authorized representatives.
The Contractor shall either require of its Subcontractors to procure and to maintain Subcontractor’s Comprehensive General Insurance and Automobile Liability Insurance of the type and in the same amounts specified in the exhibit or insure the activities of its Subcontractors in the Contractor’s own policies.
Refer to Section 5 for Insurance Requirements.
The contractor shall obtain and pay for all certificates of competency, licenses, insurance, permits, inspection fees, and any other certification necessary or required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Building, mechanical, electrical, plumbing and structural permit plans or installations which are reviewed by a third party are subject to fees. Those fees required by the County [i.e.] fire, impact fees, PERA (Permitting Environment and Regulatory Affairs, formerly PERA), code compliance, and State fee’s and surcharges are the responsibility of the Contractor and cannot be waived by the City. These fees will NOT be reimbursed by the City of Homestead and are the sole responsibility of the Contractor. The vendor shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein.
The City reserves the right to request a list of references of clients or government organizations for which the Vendor is currently furnishing or has furnished similar services. References shall include the name of the company, a contact person, telephone number, and email address.
The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site-visitation, and other independent confirmation of data.
All materials used for the manufacture or construction of any supplies, materials or equipment covered by this request for quote shall be new. The items Bid must be new, the latest model, of the best quality, and highest-grade workmanship.
The successful Contractor will be required to warranty all Work performed and guarantee all items and equipment supplied. Warranty and guarantee shall be described in detail on the quote form.
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein.
By execution of this quote, Supplier certifies that Supplier is not participating in a boycott of Israel. Supplier further certifies that Supplier is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Supplier been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above.
Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time.
In accordance with Section 787.06, Florida Statutes, the City requires all vendors executing, renewing or extending a contract with the City to execute the required City affidavit, attesting that vendor does not use coercion for labor or services.
In accordance with Section 287.138, Florida Statutes , each bidder, respondent, proposer, or vendor, is required to properly complete, execute and submit to the City the attached Affidavit which is required by the statute.
All purchases made on behalf of the City must be supported by an authorized Purchase Order. Under no circumstances should a vendor fill an order for any City department without a Purchase Order issued by the City of Homestead.
Invoices must indicate the department who received the material and the Purchase Order number. Invoices without Purchase Order numbers will be returned to the vendor and will unnecessarily delay payment.
Packing slips and/or delivery receipts must accompany every delivery and will be used to verify invoices. The City makes payments against properly documented invoices in a maximum of thirty (30) days; however, in compliance with Florida State Statute, the payment due date for a local governmental entity for the purchase of goods or services other than construction services is 45 days after the date specified in s. 218.73. The payment due date for the purchase of construction services is specified in s. 218.735.
All invoices must be addressed to:
City of Homestead
C/O Finance Department
100 Civic Court
Homestead, FL 33030
The City of Homestead is exempt from all federal excise and state sales taxes. Exemption certificates can be found at: Tax-Forms
Quotations submitted shall remain valid for a minimum of 30 (thirty) days from the Quotation due date.
I certify that this quote submission is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a quote for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this request and certify that I am authorized to act on behalf of the bidder/contractor/supplier.
Please download the below documents, complete, and upload.
Provide a copy of your valid occupational/business license and State registration [Florida State Registration can be located and printed at www.Sunbiz.org].
Goods and services to be procured, which are funded by a Federal Grant Program, must be procured in accordance with 2 CFR §200.317 through §200.327 (aka Federal Super Circular), as may be amended by the Federal government.
If yes, local prevailing wage rates must be provided by the grant consultant.
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.