Engine #19 has been out of service for an extended period of time and needs to be returned to service. Engine #19 experienced a failure several years ago and has remained out of service since that time. The City is soliciting a qualified vendor to perform a comprehensive inspection and condition assessment to determine the full extent of damage, required repairs, and actions necessary to safely and reliably return the engine to operational service.
- SITE INSPECTION —
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: vtzoc@homesteadfl.gov or via phone: (305) 224-4620 Ext: 4628. Please submit the SITE VISIT AND INSPECTION INDEMNIFICATION AGREEMENT electronically prior to the anticipated visit.
- Engine Inspection for Engine #19-Enterprise —
See the attached Scope of Work.
Enterprise DGSRV-20-4
S/N 73029-2550
INSPECTION & EVALUATION
- PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT —
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.
- REQUIRED INSURANCE – CITY OF HOMESTEAD ITQs: —
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.
- All insurance policies shall be issued by insurers that are authorized to transact business in the State of Florida, and have an A. M. Best's financial and size rating of A-VI or better.
- All insurance policies, except Property, Workers Compensation and Professional Liability (if applicable), shall name and endorse the following as additional insured: 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 Bidder. The Commercial General Liability policy shall be endorsed with the ISO CG 2010 Additional Insured endorsement (or similar endorsement with coverage at least as broad as the ISO CG 2010) and the ISO CG 2037 Additional Insured-Completed Operations endorsement (or similar endorsement with coverage at least as broad as the ISO CG 2037). As additional insured, the City shall be defended and indemnified for claims to the extent caused by the acts, actions, omissions or negligence of Bidder, its employees, agents, subcontractors, and representatives; but is not defended or indemnified for the additional insureds own acts, actions, omissions, negligence.
- All insurance policies shall include a Transfer of Rights of Recovery Against Others to Us / Waiver of Subrogation in favor of the City.
- All insurance policies shall be endorsed to provide that (a) Bidder’s insurance is primary and non-contributory to any other insurance available to the City with respect to claims covered under the policy and (b) Bidder’s insurance applies separately to each insured against who claims are made or suit is brought and that the inclusion of more than one insured shall not operate to increase the insurers limit of liability. Self-insurance shall not be acceptable. Any policy including a self-insured retention (SIR) in the primary layer of liability in any amount must be submitted to and approved by the City’s Risk Management Department prior to risk approval.
- Bidder shall carry the following types of insurance coverage whether products and/or services provided by Bidder to the City in connection with the performance of this Contract occur on City premises or not. (Commercial General Liability must be carried by all Contractors):
- WORKER'S COMPENSATION: Bidder shall carry as required by the State of Florida with the Statutory limits, and include employers liability insurance with a limit of not less than $1,000,000 for each accident, $1,000,000 for each disease and $1,000,000 for aggregate disease. Policy shall be endorsed with a Waiver of Our Right to Recover From Others endorsement which favors the City. A copy of NCCI Form WC 00 03 13 (or similar endorsement with coverage at least as broad as NCCI Form WC 00 03 13) issued by the insurer may be required for risk review.
- AUTOMOBILE LIABILITY: Bidder shall carry automobile liability insurance with minimum limits of One Million ($1,000,000) dollars, combined single limit per occurrence for bodily injury liability and property damage. The policy is to be written on ISO Form CA 00 01 covering any auto (Symbol 1) or if Bidder has no owned autos, covering hired (Symbol 8) and non-owned (Symbol 9) autos. Policies shall be endorsed to add the City of Homestead as Additional Insured and include a Waiver of Subrogation in favor of the City. Coverage must be primary and non-contributory to any other insurance available to the City. Copies of the endorsements or policy forms reflecting these terms may be required for risk review.
- COMMERCIAL GENERAL LIABILITY: Bidder shall carry Commercial General Liability Insurance for all operations and shall include Contractual, Products and Completed Operations and Personal and Advertising Injury coverage with limits of not less than: one million ($1,000,000) dollars each Occurrence and for Personal and Advertising Injury coverage and two million ($2,000,000) dollars for Products-Completed Operations Aggregate and General Aggregate. The Commercial General Liability insurance policy must include the following listed Coverages: Coverage A-Bodily Injury and Property Damage Liability, Coverage B-Personal and Advertising Injury Liability, and Coverage C-Medical Payments. Coverage shall include coverage for premises and/or operations, independent contractors, products and/or completed operations for contracts, contractual liability, broad form contractual coverage, broad form property damage, products, completed operations, and personal injury. Personal injury coverage shall include coverage that has the employee and contractual exclusions removed. Coverage must be primary and non-contributory. The insurance policy must and may NOT include the ISO CG 21 39 CONTRACTUAL LIABILITY LIMITATION or ISO CG 24 46 AMENDMENT OF INSURED CONTRACT DEFINITION or similar endorsements. The Commercial General Liability policy must be endorsed to add the City of Homestead as Additional Insured and include a waiver of subrogation endorsement in favor of the City. Copies of these endorsements and/or policy forms reflecting these terms may be required for risk review.
- UMBRELLA OR EXCESS LIABILITY: Bidder may satisfy the minimum liability limits required above by providing proof of an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability; however the Annual Aggregate limit shall not be less than the highest Each Occurrence limit for any of the policies noted above. If relying upon umbrella or excess liability limits to satisfy the minimum liability limits required above, Bidder agrees to name and endorse the City of Homestead, its officers, agents, employees and council members as additional insured. As additional insured, the City shall be defended and indemnified for claims caused by the acts, actions, omissions or negligence of Bidder, its employees, agents, subcontractors, and representatives; but is not defended or indemnified for the additional insureds own acts, actions, omissions, negligence. If relying upon umbrella or excess liability limits to satisfy the minimum liability limits required above, policy(ies) must be endorsed with waiver of subrogation in favor of the City. A copy of the policy endorsement may be required for risk review.
- Risk Management expressly reserves the sole right to update, alter, amend or change insurance requirements as circumstances warrant.
Please refer to link for Minimum Insurance Requirements: https://www.homesteadfl.gov/689/Minimum-Insurance-Requirements
- CONTENTS AND REQUIREMENTS FOR SUBMISSION OF A QUOTATION —
In submitting a Quotation, the Supplier acknowledges and agrees that the Quotation shall:
- detail the fixed and firm price of the Goods and/or Services;
- specify a realistic lead time;
- include a full description, part number and brand name where these differ to what is shown on the City's request;
- does not include Federal Excise and State of Florida sales tax;
- If pricing is in accordance with another government agency's contract, State term contract, or Cooperative contract, that information shall be provided with its submission to include tabulations, agreements and any other applicable documentation.
- be prepared to fulfill according to the delivery terms specified in the Invitation to Quote.
- Freight terms are F.O.B. destination, freight prepared by Seller unless otherwise agreed upon in advance and will be stated on the Purchase Order. Collect shipments will not be accepted.
- CITY'S DISCRETION —
The City may, in its absolute discretion:
- require additional information or clarification from the Supplier;
- negotiate with any one or more supplier;
- accept any quotation including non-conforming quotations;
- accept part of the Quotation;
- accept no part of the Quotation;
- change, suspend or cease to proceed with, the Invitation to Quote process, whether before or after the Quotation Submission Date; and
- change the Quotation Submission Date.
- ACCEPTANCE OF QUOTATION —
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.
- PRICE QUOTED —
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.
- CHANGE ORDERS —
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.
- DEFAULT —
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.
- EQUIVALENTS —
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.
- LIABILITY —
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.
- NO LIABILITY —
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.
- LICENSING —
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.
- INSURANCE: —
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.
- PERMITS —
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.
- REFERENCES: —
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.
- QUALITY —
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.
- WARRANTY/GUARANTEE —
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.
- E-VERIFY —
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.
- SCRUTINIZED COMPANIES —
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.
- NON-COERCION AFFIDAVIT —
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.
- CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED —
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.
- REJECTION OF QUOTES —
- Quotes that do not contain completed and properly executed forms and affidavits, as required and included in these Quote Documents, may be rejected by the City.
- Quotes which are not responsive to the Quote Documents shall be rejected by the City.
- Quotes will be considered irregular and may be rejected if they contain omissions, alterations of form, additions not called for, unauthorized alternate quotes, or other irregularities.
- Any of the following additional factors may be considered sufficient cause for the rejection of the Quote.
- Quote submitted on a form other than that furnished by the City;
- Submission of more than one Quote for the same work by an individual, firm, partnership or corporation under the same or different names;
- Evidence of collusion among Vendors;
- Previous participation in collusive bidding on work for the City;
- Submission of an unbalanced Quote in which the prices bid for some items are out of proportion to the prices quote for other items;
- Lack of Competency of Vendor. The Contract will be awarded only to a Vendor considered to be capable of performing the work as required by the Contract Documents. The City may declare any Vendor ineligible at any time during the process of receiving quotes or awarding the Contract where developments arise which, in the opinion of the City, adversely affect the Vendor's competency to perform the work and to discharge its responsibilities under the Contract;
- Lack of capability as shown by past performance of Vendor's work for the City, judged from the standpoint of workmanship and progress;
- Unfinished work for which the Vendor is committed by contract, which, in the judgment of the City, might hinder or prevent the prompt completion of work under this Contract if awarded to such Vendor;
- Being in arrears upon any debt, taxes or any existing contract(s) which are defaulted as surety or otherwise upon any obligation to the City, or having been sued to enforce the City's rights on a construction contract, or having failed to complete the Work, the punch list, or warranty items, or having defaulted on a previous contract with the City;
- If the Quote does not contain a quote price for each pay item listed in the Quote Form, except in the case of authorized alternate pay items, for which the Vendor is not required to furnish a quote price; and
- Outstanding liens, code violations, permits, balances owed to the City.
- Claims pending against the Vendor.
- Pending or past litigation with the City, including the Vendor’s principals and officers.
- PURCHASE AUTHORIZATION —
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/PAYMENTS —
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
- TAXES —
The City of Homestead is exempt from all federal excise and state sales taxes. Exemption certificates can be found at: Tax-Forms
- VALIDITY —
Quotations submitted shall remain valid for a minimum of 30 (thirty) days from the Quotation due date.