Active SLED Opportunity · FLORIDA · CITY OF HOMESTEAD
AI Summary
City of Homestead seeks a qualified Special Magistrate to preside over code enforcement and school zone speed detection hearings. Services include conducting hearings, subpoenaing witnesses, and issuing orders. Compensation is $125/hour capped at $750 per hearing. Contract term is two years with possible renewals.
The City of Homestead seeks to engage a qualified professional to serve as Special Magistrate to preside over hearings for (1) school zone speed limit violations detected through the City’s Speed Detection Systems, and (2) general code enforcement violations under Chapter 7 of the City Code. The selected vendor will conduct hearings, review evidence, subpoena witnesses, take sworn testimony, and issue legally binding orders to adjudicate violations. Compensation will be based on a per-hearing rate of $125 per hour, with a cap of $750 per hearing.
(a) All special masters shall be appointed by the city council. Preference shall be given to individuals who are residents of the City, owners of businesses within the City, or persons employed within the City. A special master shall be either:
(1) A member in good standing with the Florida Bar; or
(2) Retired law enforcement officer (only eligible for selection as a Special Master in the School Zone Enforcement Program);
Notwithstanding the foregoing qualifications, any individual duly appointed and serving as special master prior to the effective date of this ordinance may continue to serve and be reappointed by the city council.
(b) Special masters shall be selected on the basis of experience and interest in the fields of code compliance and shall possess outstanding reputations for civic pride, integrity, responsibility and business or professional ability.
(c) The city manager or designee shall appoint as many special masters as are deemed necessary subject to approval of the city council. Appointments shall be made for a term of two (2) years. Any special master may be reappointed at the discretion of the city manager, subject to ratification by the city council. There shall be no limit on the number of reappointments that may be given to any individual special master; provided, however, that a determination as to removal or reappointment must be made for each special master at the end of each two-year term. Appointments to fill any vacancy shall be for the remainder of the unexpired term.
(d) Special masters shall not be city employees but shall be compensated at a rate of one hundred twenty-five dollars ($125.00) per hearing hour, with a maximum compensation of seven hundred fifty dollars ($750.00) per hearing. For the purposes of this section, a "hearing" is defined to mean all cases brought before the special master during one (1) session.
(e) Special masters may be removed from office by the city manager with or without cause.
(f) Hearings before the special master shall occur no less frequently than once a month, but may occur as often as necessary.
(g) Minutes shall be maintained of all hearings conducted by the special master, and shall be open to the public.
(h) The special master shall have jurisdiction of only those cases assigned by the city manager or designee.
In November 2024 and February 2025, the City Council adopted ordinances authorizing the use of automated Speed Detection Systems in school zones and expanding the authority of Special Magistrates to oversee these proceedings. These services are essential to ensuring timely, fair, and consistent enforcement of municipal code and traffic safety regulations. The City requires a professional with the legal expertise, impartiality, and administrative capacity to fulfill this role in compliance with Florida law and local ordinances
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: jbaker@cityofhomestead.com or via phone: (305) 224-4623. Please submit the SITE VISIT AND INSPECTION INDEMNIFICATION AGREEMENT electronically prior to the anticipated visit.
The selected Special Magistrate shall provide professional adjudicative services to the City of Homestead in accordance with Chapter 7, Articles I–III (Code Compliance Special Magistrate) and Chapter 18, Article III (Speed Detection Systems) of the City Code, as well as Section 316.1896, Florida Statutes, and other applicable Florida law.
The duties include, but are not limited to:
Presiding over hearings for school zone speed limit violations detected by the City’s Speed Detection Systems.
Presiding over code compliance hearings related to violations, notices of violation, and citations issued under Chapter 7 of the City Code.
Subpoenaing evidence, alleged violators, and witnesses to appear at hearings.
Taking testimony under oath and maintaining fair, impartial proceedings.
Issuing written orders that have the force of law and direct the necessary corrective actions or penalties.
Coordinating with the Clerk designated by the City to ensure the proper issuance of subpoenas and hearing notices.
The Special Magistrate shall have no authority beyond what is provided by law or by this Agreement and will operate as an independent contractor.
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.
The term of this Agreement shall be for two (2) years. The City Manager, or designee, may renew the Agreement for additional two (2) year periods, subject to mutual agreement of the parties.
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].
Each response must include a written list of three (3) references. For each reference, provide the following details: company name, contract dates, description of completed work, a contact person, current telephone number and email address. References may be from either public or private entities, but each must be unique and cannot be duplicated.
Submissions that do not include this list of references will be considered non-responsive and will not be evaluated.
In accordance with City Code Section 2-411, there shall be a fifteen (15%) percent local preference given to local businesses who are holders of current city local business tax receipts for businesses which are physically located within the city limits of Homestead and have held such local business tax receipts for a minimum of one year prior to asserting the local preference. Said fifteen (15%) percent local preference must be asserted by the party seeking it at the time the competitive quotation, bid or proposal is made and shall be calculated by the purchasing department in rating competitive quotations, bids or proposals which are governed by this section of the Code of the city.
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.