Active SLED Opportunity · FLORIDA · CITY OF HIALEAH, FL
AI Summary
The City of Hialeah seeks qualified contractors for turnkey installation of 212 CAT 6 network data drops, including cable installation, termination, testing, and legacy cabling removal on the 2nd floor of City Hall. This Invitation to Quote requires compliance with city standards and includes post-installation deliverables and permit responsibilities.
The City of Hialeah is seeking quotes from qualified low-voltage or electrical contractors to provide a turnkey network cabling upgrade on the 2nd floor of City Hall. The project consists of installing 212 new Category 6 (CAT 6) data drops, terminating and testing all connections, and performing the complete removal of existing legacy cabling following the network cutover.
| Event | Date | Location |
|---|---|---|
| Pre-Proposal Meeting 2 | 2026-04-22T14:00:00.000Z | 501 Palm Avenue (1st Floor Main Entrance) Hialeah, FL 33010 |
Pre-bid meeting scheduled for April 8, 2026, at 10:00 am at 501 Palm Avenue, Hialeah, FL 33010, 1st floor, Main Entrance. Please use the See What Changed link to view all the changes made by this addendum.
2nd Pre-Bid Meeting scheduled for April 22nd at 10:00 am at 501 Palm Avenue (1st Floor, Main Entrance), Hialeah, FL 33010. Please use the See What Changed link to view all the changes made by this addendum.
The City of Hialeah is seeking quotes from qualified low-voltage or electrical contractors to provide a turnkey network cabling upgrade on the 2nd floor of City Hall. The project consists of installing 212 new Category 6 (CAT 6) data drops, terminating and testing all connections, and performing the complete removal of existing legacy cabling following the network cutover.
Hialeah, Florida (Estimated population of approximately 221,300) is a diverse community, ideally located midway between Miami and Fort Lauderdale, and encompasses approximately 23 square miles. As the fifth largest city in the State of Florida, Hialeah is committed to growth in its business and residential communities, while also focusing on issues such as education, the arts, leisure activities, public safety, and sustainability to provide a viable future for our residents and preserve the City’s rich history since its incorporation in 1925. In 2025 the City is celebrated its centennial.
The City currently has 1500+ employees and provides a wide range of governmental services to its citizens, including public safety/police services, parks and recreation, public works, water and sewer, planning, building and zoning, code enforcement, and community development.
The City is a very large consumer of goods and services, and the purchasing decisions of our employees and contractors can positively or negatively affect the environment. By including environmental considerations in our procurement information, along with our traditional concerns with price, performance, and availability, we will remain fiscally responsible while promoting practices that improve public health and safety, reduce pollution, and conserve natural resources, while still evaluating the Proposals on applicable legal and technical criteria.
Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement. In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein:
The awarded Contractor shall be responsible for all labor, materials, tools, and equipment necessary to complete the following:
All provided materials must be new and meet or exceed ANSI/TIA-568 standards for CAT 6 performance.
Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement. In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein:
Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement. In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein:
Before final payment is released, the Contractor must provide the following documentation to the IT Department:
Capitalized words and phrases in this Solicitation are defined in this section and in the Agreement. In addition, the following terms, phrases, words, and their derivations shall have the meaning given herein:
This Solicitation is extended to any Person, company, and organization that can satisfy the requirements specified herein. The requirements presented in this Solicitation represent the City’s anticipated needs.
The Public Entity Crime Affidavit Form, found in the RESPONSE Section, includes documentation that shall be executed by an individual authorized to bind the Respondent. Any Respondent, or any of its suppliers, subcontractors, or consultants who shall provide goods and services and/or materials that are intended to benefit the City, shall not be a convicted vendor or included on the discriminatory vendor list. If the Respondent or any affiliate of the Respondent has been convicted of a public entity crime or has been placed on the discriminatory vendor list, a period longer than 36 months must have passed since that person was placed on the convicted vendor or discriminatory vendor list. The Respondent further understands and accepts that any contract issued as a result of this Solicitation shall be either voidable or subject to immediate termination by the City. In the event there is any misrepresentation or lack of compliance with the mandates of Section 287.133 or Section 287.134, respectively, Florida Statutes. The City in the event in such termination, shall not incur any liability or cost to the Respondent for any goods, services, supplies, materials, and/or materials furnished. By submitting a response, the Respondent further affirms they are not in violation of Sections 287.1346 , 287.135, 287.1351, 287.136, 287.137 and 287.138, Florida Statutes.
All Respondents, their agents and proposed sub-consultants or subcontractors, are hereby placed on notice that neither the City Council members, any evaluation committee members, employees of the City or employees of any other project sponsoring agencies shall be lobbied either individually or collectively regarding this Solicitation. Respondents, their agents, and proposed sub-consultants or subcontractors are hereby placed on notice that they are prohibited from contacting any of these individuals for any purpose relating to the Solicitation (e.g., general information, meetings of introduction, meals, etc.). Any Response submitted by a Respondent, its agents and potential subconsultants or subcontractors who violate these guidelines will not be considered for review. The Purchasing Division Director (identified on the cover page of this Solicitation) shall be the only point of contact for questions and/or clarifications concerning the Solicitation, the selection process and the negotiation and award procedures. See, for general reference, Section 2-11.1. (t), Miami-Dade County Code, “Cone of Silence”, which is applicable and deemed as being incorporated by reference.
The City may temporarily or permanently suspend or debar contractor(s) from doing business with the City whenever a contractor materially breaches its contract with the City in accordance with the applicable provisions of the City Code. Any Response submitted by a Respondent, its proposed subcontractors or subconsultants who are included on the City’s Suspension List shall not be considered for evaluation or review.
In addition, the principles of any Respondents or its proposed subcontractors or sub-consultants shall not attempt to do business with the City under a different name or form a new legal entity in order to do business with the City while the principals of the Respondent or its proposed subcontractors or subconsultants remain on the Suspension List. In the event there is any intentional misrepresentation, the Respondent further understands and accepts that any contract issued as a result of this Solicitation shall be subject to immediate termination for default and suspension procedures by the City. The City, in the event of such termination, shall not incur any liability to the Respondent for any goods, services or materials furnished. For purposes of this Solicitation “Respondents”, "Bidders", "Proposers", “Contractors” and “Vendors” are synonymous terms.
While respondents may initially contact the Purchasing Division Director, all general and technical inquiries must be submitted and addressed via the City's e-Procurement Portal Question & Answer feature.
No inquiries will not be entertained or processed beyond Wednesday, April 29, 2026 at 2:00 pm. No extensions or exceptions.
No oral representation, conversation, or statement made by any City staff or official shall be binding on the City. The contents of this Solicitation and any subsequent addenda issued by the City shall govern all aspects of this Solicitation.
If any revisions to the Solicitation become necessary (other than changes to the deadline for Response submission), the City will notify all registered Respondents requesting the corresponding document at least three (3) calendar days before the date scheduled for opening on Wednesday, May 6, 2026 at 11:00 am. The City may revise the deadline for Response submission at any time prior to the date and time scheduled for opening the Responses. It is the sole responsibility of all Respondents to ascertain whether any addenda have been issued before the Solicitation deadline by either calling or checking with the City’s Purchasing Division Director or Purchasing staff.
The City expressly reserves the right to cancel this Solicitation, to reject any or all responses, and/or readvertise and re-solicit the requirements at any time for any reason whatsoever when determined to be in the best interest of the City. This right is expressly reserved and clearly announced in this Solicitation.
Neither the City nor its officers, employees, or representatives shall be liable for any expenses incurred by any Person in connection with the preparation, submission, or presentation of a Response in response to this Solicitation. The Response and the information in the Response shall be provided at no cost to the City.
The City is exempt from Florida Sales and Federal Excise taxes on direct purchases of tangible property by the City.
Responses will be electronically opened and may be received up to but not later than Wednesday, May 6, 2026 at 11:00 am as indicated on the cover page of this Solicitation. Submit Electronic Responses via the City of Hialeah https://procurement.opengov.com/portal/cityofhialeahfl. A list of Respondents shall be available via the City of Hialeah e-Procurement Portal. A list of Respondents shall be available via the City of Hialeah e-Procurement Portal.
The City of Hialeah e-Procurement Portal Clock is the official clock/record for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet, connections, disruptions, or going offline. The City strongly recommends completing and electronically submitting your response well ahead of the deadline. Paper responses may not be submitted nor will they be considered.
A Respondent shall not transfer, sell, pledge, give, grant, or assign its Response, in whole or in part, directly or indirectly, to any third-party following submission of a Response to the City. No exceptions.
A Respondent may withdraw their electronically submitted Response. Responses, once opened, shall not be withdrawn or modified except to the extent (if any) agreed to by the City in its sole discretion during subsequent contract negotiation.
As provided specifically in Section 119.071 (1) (b), Florida Statutes, Responses become “public records” and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Respondents shall invoke the exemptions to disclosure provided by law, in the Response, by providing the specific statutory authority for the claimed exemption, identifying the data or other materials to be protected, and stating the reasons why such exclusion from public disclosure is necessary.
The Respondent shall comply with the Public Records Laws, including but not limited to: (1) keeping and maintaining all public records that ordinarily and necessarily would be required by the City in order to perform the service; (2) providing the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (3) ensuring that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (4) meeting all requirements for retaining public records and transferring, at no cost, to the City all public records in possession of the Contractor upon termination of the Contract and destroying any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements upon such transfer. In addition, all records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. Failure to meet any of these provisions or to comply with Florida’s Public Records Laws as applicable shall be a material breach of this Agreement and shall be enforced by the terms and conditions of the Agreement.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, THE CONTRACTOR SHOULD CONTACT THE CITY’S CUSTODIAN OF PUBLIC RECORDS: THE CITY CLERK, BY TELEPHONE (305/883-5820), E-MAIL (CityClerk@hialeahfl.gov), OR MAIL (CITY OF HIALEAH, OFFICE OF THE CITY CLERK, 501 PALM AVENUE, 3RD FLOOR, HIALEAH, FLORIDA 33010).
The City reserves the right to reject any and all Responses for reasons including, but not limited to, the following: (1) when such rejection is in the best interests of the City; (2) if such Response is deemed non-responsive; (3) if the Respondent is deemed non-responsible; or (4) if the Response contains any material misstatements, irregularities, defects, errors, mistakes or omissions. Minor irregularities contained in a Response may be waived by the City in its discretion. A minor irregularity, technicality, error, mistake, or omission is a variation from the Solicitation that does not affect the price of the contract nor does it give a Respondent an advantage or benefit not enjoyed by other Respondents and does not adversely impact the City.
Responses found to be non-responsive may not be considered. A Response may be found to be non-responsive because, among other things, the Respondent: failed to utilize or complete or sign the required forms; failed to provide any information requested by the City; provided incomplete, indefinite, or ambiguous responses; failed to comply with the applicable deadlines; or provided improper or undated signatures. The City’s grounds for rejecting Responses include, but are not limited to, evidence of: collusion among Respondents; a lack of experience, expertise, or other qualifications to perform the required work; a submission of more than one Response by any Person under the same or different names; the failure to perform satisfactorily or meet financial obligations on previous contracts; the employment of unauthorized aliens in violation of Section 274(A)(e) of the Immigration and Naturalization Act; the listing of a Respondent on the U.S. Comptroller General’s List of Ineligible Companies for Federally Financed or Assisted Projects; or the listing of a Respondent on the City’s or the State’s Debarred, Convicted or Discriminatory Contractor’s List or a listing of the Respondent as a debarred or discriminatory vendor per Section 287.133, Florida Statutes or discriminatory vendor under Section 287.134, Florida Statutes or is contracting with scrutinized companies under Section 287.135, Florida Statutes or is a suspended vendor under Section 287.1351, Florida Statutes or has antitrust violations per Section 287.137, Florida Statutes, or is in violation of Section 287.138, Florida Statutes, prohibiting contracting with entities of foreign countries of concern . In addition, Responses will be rejected if the Responses are not delivered to the City’s Purchasing Division on or before the date and in the manner and time specified for the submittal of the Response.
After the advertisement of this Solicitation, all communications concerning this Solicitation shall be directed to the City’s Purchasing Division Department. Potential Respondents and their agents and employees shall not contact the Mayor, any member of the City Council, or any member of the City staff, except the Purchasing Division Director, to discuss this Solicitation. Notwithstanding any other provision of this section, the imposition of a cone of silence on this Solicitation shall not preclude purchasing staff from obtaining industry or trade comments, input, or performing market research provided all communications related thereto with a potential offeror, service provider, Respondent, lobbyist, or consultant are in writing or are made at a duly noticed public meeting. The Miami-Dade County Cone of Silence Ordinance, Section 2-11.1(t), Miami-Dade County Code is deemed as being incorporated by reference herein and made applicable to this solicitation. This Section does not apply to oral communications at pre-solicitation meetings, oral and/or written presentations before selection committees, contract negotiations, and public presentations made to the City Council during any duly noticed public meeting. A copy of all written communications must be filed with the City Clerk and a copy will be forwarded to other respondents who are on record for this Solicitation.
The City of Hialeah requires business entities to complete and file a registration application before doing business with the City. Respondents need not register with the City to present a Response; however, the selected Respondent(s) must register before the award of a contract because the failure to register may result in the rejection of the Response. To register, contact the Purchasing Division at (305) 883-5865. It is the responsibility of the business entity to update and renew its application concerning any changes, such as new address, telephone number, etc. during the performance of any agreement, purchase order, or similar document obtained as a result of this Solicitation.
Any Respondent required by Florida law to register to do business in this state shall either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Chapters 607, 608, 617, and/or 621 Florida Statutes. A copy of the registration/application and current certificate of good standing will be required prior to the award of a contract. Any partnership submitting in response to this Solicitation shall have complied with the applicable provisions of Chapter 321, Florida Statutes. Any Limited Liability Company submitting in response to this Solicitation shall have complied with the applicable provisions of Chapter 605, Florida Statutes.
The Response must contain a manual signature (an electronic signature conforming to the requirements of Florida law is acceptable) of an authorized representative in the space provided on the Response Form. Failure to properly sign the Response shall invalidate the same and it shall NOT be considered for award eligible for consideration or award. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be dated and initialed by the person signing the Response. Electronic initialing approved by Florida Law is acceptable. Any illegible entries, pencil Responses, or corrections not initialed will not be tabulated. The original Response conditions and specifications CANNOT be changed or altered in any way after being submitted to the City.
Federal, State, County and City laws, ordinances, codes, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Respondent will in no way be a cause for relief from responsibility for compliance by the Respondent.
The individual executing this Response on behalf of the Company warrants to the City that the Company is a Florida corporation duly constituted and authorized to do business in the State of Florida, is in good standing and that Company possesses all of the required licenses and certificates of competency required by the State of Florida and the County of Miami-Dade to provide the goods or perform the services herein described.
Solicitations shall be opened electronically on the date and at the time and in the manner specified on the City’s e-Procurement Portal. Solicitations will not be opened except as provided in this section.
In case of any doubt or difference of opinion as to the services to be furnished hereunder, the decision of the Purchasing Director, after consultation with the City Attorney shall be final and binding on both parties. Any timely protest meeting the requirements of Section 2-815.1 of the City Code shall be handled pursuant to Section 2-815.1 of the City Code.
The Respondent, without exception, shall indemnify, defend (at its own cost and expense), hold, and save harmless the City of Hialeah, Florida, and its officials & employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, intellectual property rights, process, goods, or articles manufactured or used in the performance of the contract, including their use by the City. If the Respondent uses any design, device, or materials covered by letters, patent, copyright, and/or any other intellectual property rights it is mutually understood and agreed, without exception, that the Response prices shall include all royalties and/or costs arising from the use of such design, device, or materials in any way involved in providing the required goods or services. This Section shall survive the cancellation/expiration of the Contract and the Work.
The Respondent warrants that the product and services supplied to the City shall conform in all respects to the standards outlined in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the Respondent responsible for same.
Any Special Conditions that vary from these General Conditions shall have precedence and in the event of an express conflict, the Special Condition(s) will govern and control.
The Respondent certifies compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex, or national origin.
Respondents are required to assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all Miami-Dade County and City of Hialeah Code and building requirements, and the Florida Building Code. The Respondent shall be liable for any damages or loss to the City occasioned by negligence of the Respondent (or agent) or any person the Respondent has designated in the completion of the contract as a result of the Response. The Insurance Coverage required by the City for this Work is provided in the Response. Any modifications to the Insurance Coverage must be approved in advance and in writing by the City Risk Manager or designee prior to solicitation closing on Wednesday, May 6, 2026. This Section shall survive the cancellation/expiration of the Contract and the Work.
NO MODIFICATIONS TO THE INSURANCE REQUIREMENTS WILL BE ALLOWED AFTER THE SOLICITATION CLOSING.
A bid bond will be required if the bid amount exceeds $100,000.00. A Bid Bond, a certified check, cashier’s check, Treasurer’s check or bank draft of any State or National Bank in the amount of five percent (5%) of the total bid amount must be submitted as an original hard copy prior to the closing date and time of the solicitation. The bonding company must appear on the US Treasury List. The Bid Bond of the successful Respondent will be retained until receipt and acceptance of a performance bond and all other required documents. Bid Bonds of all other Bidders will be returned without interest upon Award of Contract. Failure to provide the bid bond when required shall result in the Bidder being “non-responsive” and rejected. The original bid bond must be delivered prior to the closing of the solicitation to the Purchasing Division with the name of the solicitation clearly indicated.
Performance and Payment Bonds will be required if the contract amount exceeds $ 200,000.00. The successful Bidder shall post a Performance and Payment Bond from a Corporate Surety after an approved award, which is satisfactory to the City as security for the performance and prompt payment to all persons supplying labor and material in the execution of the work to be performed under this Contract and on any and/or all duly authorized modifications hereof. A bond will be posted on a per project basis and shall be a sum equal to one hundred percent (100%) of each project(s) total, unless otherwise specified. The bond may be in the form of a Cash Bond or Surety bond written through an approved, reputable, and responsible company authorized to do business in the State of Florida. Attorneys-in-fact who sign bid bonds or contract bonds must file with such bond a certified copy of power of attorney to sign said bond.
Performance Bond must be filed by the Contractor with the City Clerk, in the full amount of the contract price, as set forth here within this section in form and with corporate surety currently authorized to transact business in Florida, conditioned upon the performance of the work in accordance with the Contract and the Plans and Specifications thereof, and for the payment of all persons performing labor and furnishing goods, services, equipment, supplies, and/or materials in connection with the Contract and indemnifying, defending, and holding harmless said City of Hialeah from any expense, loss, action, claim, or cost arising from and out of the improper/deficient/defective/substandard/negligent performance of said Contract and/or the failure to make required payments to all such persons.
The following specification shall apply to bid/proposal, performance, payment, maintenance, and all other types of bonds:
All Bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Bests Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey.
| Bond Amount | Best Rating |
| 500,000 to 1,499,999 | A | VI |
| 1,500,000 to 2,499,999 | A | VIII |
| 2,500,000 to 4,999,999 | A | X |
| 5,000,000 to 9,999,999 | A | XII |
| over 10,000,000 | A | XV |
On bond amount of $500,000 or less, the provisions of Section 287.0935, Florida Statutes shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by:
1. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the Invitation for Bid and/or Request for Proposals is issued.
2.Certifying that the surety is otherwise in compliance with the Florida Insurance Code.
3.Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under ss. U.S.C. 9304-9308.
Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of Treasury entitled A Surety Companies Acceptable to the Federal Bonds, published annually. The bond amount shall not exceed the underwriting limitations.
The City reserves the right to inspect the Respondent’s facilities and /or local office at any time during regular business hours with prior oral or written notice.
Solicitation Tabulations will be made available electronically to all Respondents upon award of this solicitation via the City of Hialeah e-Procurement Portal https://procurement.opengov.com/portal/cityofhialeahfl.
The laws of the State of Florida shall govern this Solicitation and the contract between the City of Hialeah and the successful Respondent. Any action or proceeding including, without limitation, dispute resolution and/or mediation, concerning this Solicitation or the Agreement shall be brought exclusively in the State or Federal Courts or administrative officers in and for Miami-Dade County, Florida. Parties consent to jurisdiction within Miami-Dade County, Florida. Each party shall bear their own attorney’s fees.
If any person contemplating submitting a Response under this Solicitation is in doubt as to the true meaning of the specifications or other Solicitation documents or any part thereof, the Respondent must submit a request for clarification to the City of Hialeah Purchasing Director. Respondents shall submit all inquiries regarding this Solicitation via the City of Hialeah e-Procurement Portal, located at https://procurement.opengov.com/portal/cityofhialeahfl.Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City of Hialeah e-Procurement Portal. Respondents may also click “Follow” on this Solicitation to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to inquiries.
Any interpretation of the Solicitation, if made, will be made only by Addendum duly issued by the City of Hialeah Purchasing Division Director. The City shall issue an Informational Addendum if clarification or minimal changes are required. The City shall issue a Formal Addendum if substantial changes which impact the technical submission of Responses are required.
The City has relied on the Respondent’s submission in selecting the Respondent. The Respondent shall not assign, transfer, convey, sell, pledge, grant, or otherwise dispose of any contract, or similar document, in whole or in part, including any or all of its right, title, or interest therein, or its power to execute such contract to any person, company, incorporated business entity including a corporation or LLC without the prior written consent of the City, which may be withheld, refused or conditioned.
The Respondent shall apply for, obtain and pay all licenses, permits, regulatory and other required approval(s), and inspection fees as may be required by the Agreement , by law, and this Solicitation. The Respondent shall comply with all applicable laws, ordinances, regulations, and Florida Building Code requirements applicable to the construction, goods or services contemplated herein.
It is the intent of the City to purchase the goods and/or services specifically listed in this Solicitation from the selected Respondent. However, items that are to be “Spot Market Purchased” may be purchased by other methods, i.e., Federal, State, County, Entities or Agencies, Special Districts, other public agency, or local contracts.
The City has EXCLUDED incentive/disincentive for early completion provisions in the contract. Liquidated damages may apply for untimely delivery of goods, materials, supplies, or services if included in the Contract Documents. .
By submitting this Response, Respondent certifies that this offer is made without prior understanding, agreement, or connection with any corporation, firm or person submitting an offer for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud.
No premiums, rebates or gratuities are permitted, either with, before to or after any delivery of material or provision of services. Any violation of this provision may result in the Contract cancellation, return of materials or discontinuation of services and the possible removal from the vendor Response list(s).
Contract documents shall be modified, if necessary, to reflect the requirements of 23 Code of Federal Regulations ("CFR") 635.109, as amended. The changed conditions contract clauses shall be made part of, and incorporated in this project which has been approved under 23 United States Code ("U.S.C.") 106, as amended.
In a competitive bid process where an award, if any, is to be made to the responsive and responsible bidder offering the lowest bid, the local Bidder shall be entitled to the preference subject to Section 2-820. Local Business Preference of the Code, which, except where contrary to federal or state law, or any other funding source requirements, provides that preference be given to local businesses.
For competitive proposals and other competitive procurement solicitations (not solely based on price but objective factors with point or percentage totals), a local business in compliance with Section 2-819.2 will have an additional two (2) points or two (2%) percent, as applicable, added to its ranked point score or percentage received during the evaluation process.
The Successful Respondent shall E-Verify the employment status of all employees and subcontractors to the extent required by federal, state, and local laws, rules, and regulations. The Successful Respondent shall not employ, contract, hire, or retain any person who is not legally authorized under federal law to be employed in the United States, as set forth in 8 U.S.C. Section 132a(h)(3), as interpreted by any applicable federal rule or regulation and pursuant to Chapter 448.95 of the Florida Statutes. The City shall consider the employment by any Successful Respondent of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Successful Respondent knowingly employs unauthorized aliens, such violation shall be cause for termination of the Contract. Furthermore, the Successful Respondent agrees to utilize the U.S. Agency of Homeland Security’s E-Verify System, https://everify.uscis.gov/emp, to verify the employment eligibility of all employees during the term of this Contract. The Successful Respondent shall also include a requirement in subcontracts that the subcontractor shall also utilize the E-Verify System to verify the employment eligibility of all employees of the subcontractor during the term of this Contract. A sample E-Verify affidavit to be submitted to the City is attached.
By entering into this Contract, the Contractor and its Subcontractors are jointly and severally obligated to comply with the provisions of Section 448.095, Florida Statutes, as amended, titled “Employment Eligibility.” The Contractor affirms that (a) it has registered and uses the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees of the Contractor; (b) it has required all Subcontractors to this Contract to register and use the E-Verify system to verify the work authorization status of all new employees of the Subcontractor; (c) it has an affidavit from all Subcontractors to this Contract attesting that the Subcontractor does not employ, contract with, or subcontract with, unauthorized aliens; and (d) it shall maintain copies of any such affidavits for the duration of the Contract. Registration information is available at: (http://www.uscis.gov/e-verify)
If the City has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, then the City shall terminate this contract in accordance with Section 448.095(5)(c), Florida Statutes. In the event of such termination, the Contractor agrees and acknowledges that it may not be awarded a public contract for at least one (1) year from the date of such termination and that the Contractor shall be liable for any additional costs incurred by the City because of such termination.
In addition, if the City has a good faith belief that a Subcontractor has knowingly violated any provisions of Sections 448.09(1) or 448.095, Florida Statutes, but the Contractor has otherwise complied with its requirements under those statutes, then the Contractor agrees that it shall terminate its contract with the Subcontractor upon receipt of notice from the City of such violation by the Subcontractor in accordance with Section 448.095(5)(c), Florida Statutes.
Any challenge to termination under this provision must be filed in the Circuit or County Court by the City, Contractor, or Subcontractor no later than twenty (20) calendar days after the date of contract termination.
Respondents should fully review the Draft Agreement in its ENTIRETY. Exceptions not expressly and timely taken by addendum process of clarifications to questions posed are expressly and unconditionally waived. A copy of the Draft Professional Services Agreement is attached to this solicitation.
Respondent affirms by the Form included in this Solicitation that it does not meet any of the criteria listed in Section 287.138 (2) (a) ---(c), Florida Statutes.
Respondent affirms that it does not use coercion for labor or services it uses as defined in 787.06, F.S. Respondent, prior to entering into an Agreement with the City shall furnish an Affidavit, under penalty of perjury, that is does not use coercion for labor or services.
Prohibition Against Governmental Entity Contracts With Common Carrier or Contracted Carrier
By entering into, amending, or renewing this Contract, including, without limitation, a grant agreement or economic incentive program payment agreement (all referred to as “Contract”), as applicable, the Common Carrier or Contracted Carrier (collectively referred to as “Carrier” or “Contractor”) is obligated to comply with the provisions of Section 908.111, Florida Statutes (“F.S.”), titled “Prohibition against governmental entity contracts with Common Carriers,” etc. as amended, which is deemed as being incorporated by reference in this Solicitation. All definitions and requirements from Section 908.111, F.S. apply to this Solicitation.
This compliance includes Contractor providing an attestation that it is not willfully providing, nor will it willfully provide, any service during the Contract term in furtherance of transporting a person into the State of Florida knowing that the person is an unauthorized alien, except to facilitate the detention, removal, or departure of the person from the State of Florida or the United States. This attestation by the Contractor shall be in the form attached to this solicitation in the response section - Common Carrier or Contracted Carrier Attestation Form and must be executed by Contractor and provided to the City of Hialeah when entering, amending, or renewing a Contract. The Contract shall not be effective unless and until Contractor executes and provides such attestation.
Additionally, the Contractor acknowledges and agrees that this Paragraph and the corresponding compliance with the requirements of Section 908.111, F.S., are deemed added to Section 2.22 of this Solicitation (LEGAL REQUIREMENTS). The Contractor further affirms that if it is found in violation of the required attestation, or of any requirement of the Contractor set forth in Section 908.111, F.S., such violation shall be just cause for immediate termination of the Contract by the City, without opportunity to cure, and exclusive of any procedures to cure set forth in elsewhere in the Contract for other events of default. Such termination shall be effective on the termination date stated in the written notice provided by the City and Contractor shall take all actions as provided for in of this Contract. If the City terminates this Contract for cause under this subsection, the City shall retain its rights under this Solicitation (1) terminate or cancel any other Contract(s) that such individual or corporation or other entity has with the City and that such individual, corporation or other entity shall pay all direct or indirect costs associated with such termination or cancellation, (2) debar Contractor from the City contracting in accordance with the City or other applicable debarment procedures.
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Respondent(s) or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) or work will be awarded to any firm(s).
At the option of the awarded respondent, the submission of any Response in response to this Solicitation constitutes a Response made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties, special districts, and cities.
Each governmental agency desiring to accept these Responses, and make an award thereof, shall do so independently of any other governmental agency. Each agency is responsible for its own purchases and each shall be liable only for goods, materials and/or services ordered and received by it and no agency assumes any liability by virtue of this Response excepting its own purchases.
The Respondent (Contractor) will be required to indemnify, defend (at its own cost and expense), save, and hold harmless the City in the Agreement in the manner provided herein: for itself, and for its officers, directors, employees, subcontractors, subconsultants, agents, representatives, successors, assigns, and any other individual or entity who may attempt to sue or be sued on the Respondent/Contractor’s behalf, hereby unequivocally agrees to protect, defend, indemnify, forever discharge, release, waive, save and hold harmless the City, its officers, whether elected or appointed, directors, employees, attorneys, contractors, agents, representatives, and all other persons, entities, organizations, and corporations affiliated therewith (all of whom collectively constitute the “City’s Released Parties"), from and against any and all claims, suits, causes of action, damages, losses, liabilities, costs, or expenses, including court costs and attorney’s fees at all levels of proceedings (including administrative, trial and appellate levels), and from any judgments, orders, or decrees entered thereon or resulting therefrom, for any personal injury, loss of life, loss or destruction to property, claim for royalties, and /or other intellectual property rights, any alleged infringement of any other property rights, any statutory or strict liability claims or actions, or any other liability, loss, cost, or expense of whatever kind and premised on whatsoever theory of liability (all of which collectively constitute “Claims”), due to its negligent acts or omissions, arising out of, resulting from, relating to, incidental to, or in any way connected to the work , goods, and services agreed to or performed by the Respondent/Contractor under the Agreement. The obligation of the Respondent/Contractor under this Section is absolute and unconditional; to the extent allowed by applicable law or not otherwise prohibited, it is not conditioned in any way on any attempt by a City’s Released Parties to collect from an insurer any amount under a liability insurance policy, and is not subject to any set-off, defense, offset, deduction, crossclaim, or counterclaim that the Respondent/Contractor might have against the City’s Released Parties.
If a City’s Released Parties requests that the Respondent/Contractor defend it with respect to any legal proceeding for which the City’s Released Parties are entitled to indemnification, the City’s Released Parties may participate in the defense at the Respondent/Contractor’s sole cost and expense. The Respondent/Contractor shall advance or promptly reimburse to a City’s Released Parties any and all costs and expenses incurred by the City’s Released Parties in connection with investigating, preparing to defend, settling, or defending any legal proceeding for which the City’s Released Parties are entitled to indemnification under this Section, whether or not the City’s Released Parties is a party or potential party to it. This Section shall survive the cancellation or expiration of this Agreement. This Section will be interpreted to comply with Sections 725.06 and/or 725.08, Fla. Stat., as and if applicable. If any sentence or Section is judicially declared to be invalid it shall be severable and independent from the remainder of the Section which will continue in operative force and effect.
The City’s conflict of interest guidelines are contained in Chapter 26 of the City Code, as amended, and the guidelines shall apply to any Response submitted in response to this Solicitation. Each Respondent, City employee, Council member, and the Mayor also must comply with all applicable requirements set forth in Section 2-11.1 (Conflict of Interest and Code of Ethics Ordinance) of the Miami-Dade County Code of Ordinances and Florida Ethics Code, Sections 112.311-112.3261, Florida Statutes. Respondents should be aware that no Person under the City’s employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Solicitation may have any personal financial interest, directly or indirectly, with any vendor providing professional or other goods and/or services on work assigned to the Respondent, except as fully disclosed to and if approved by the City. No Person having such an interest shall be employed by the Respondent to work or consult on this project.
The City complies with Sections 218.70-218.80, Florida Statutes (The Local Government Prompt Payment Act). Prompt payment is made within forty-five (45) days of the date on which proper invoicing is received for goods and services, and twenty-five (25) business days for construction services. These time limits will not apply if an invoice is improper/incomplete or is contested/ controverted.
Pursuant to Section 2-815.1 of the City Code, Any responsible bidder, qualified bidder, or any qualified offeror, submitting a responsive bid or proposal, who is aggrieved in connection with the solicitation or the proposed award of a contract may file a written protest with the city clerk. The following procedures shall be used for resolution of protested formal solicitations and awards over the minimum bid amounts set forth in Section 2-812 the City Code, as amended:
Whenever two or more Responses which are equal with respect to price, quality, and service are received by the City (“tie responses”) for the purchase of commodities or contractual services, a Response electronically received first in time and verified by the Purchasing Director’s office will be given preference in the award process.
Each Respondent must provide proof of its ability to obtain insurance complying with the requirements specified in the Agreement. At a minimum, each Respondent shall submit an “Information Only Accord Certificate” demonstrating the Respondent’s ability to obtain the required level of insurance. Certificates of insurance complying with the requirements in the Agreement do not need to be submitted with the Response; however, certificates of insurance will be required before the City executes the Agreement with the Contractor. The Contractor must submit, prior to signing the Agreement, Certificates of Insurance naming the City of Hialeah as an additional insured for the insurance required by this Solicitation. The Contractor must ensure that all required insurance coverage remains current and in effect throughout the remainder of the term of the Agreement.
All insurers must satisfy the applicable requirements set forth in the Insurance Requirements and Insurance Checklist found in the Response of this Solicitation. The City’s Risk Manager must review and approve the insurers and the certificates of insurance before the City executes the Agreement with the Contractor.
THE CITY'S RIGHTS
In its sole and absolute discretion, the City may: reject any or all Responses; cancel and re-advertise this Solicitation; postpone or cancel this Solicitation process at any time; or waive any minor irregularities, technicalities, omissions, or mistakes in this Solicitation or in any Response received by the City. These, by definition, can never change prices or give a Respondent an advantage or benefit over any other Respondents.
The City shall have the sole and absolute discretion to determine: the manner and extent to which the City will investigate a Respondent’s qualifications; whether a Respondent is responsive and responsible; whether a Respondent will be awarded the Agreement; and whether any award will be made as a result of this Solicitation. In addition to these rights, the City reserves unto itself all other rights, privileges, and immunities provided by law, custom, Home Rule Powers, and regulations. The City expressly reserves the rights to reject some or all of the responses, to re-advertise/re-bid, and/or reject the award/execution of any Agreement.
In no event will any successful challenger of any decision taken by the City in this procurement process be automatically entitled to an award of the Agreement.
The submittal of a Response shall constitute an offer by the Respondent to provide the goods/services described in this Solicitation, subject to and in compliance with the requirements in the Agreement.
There shall be no contractual expectations as a result of the response being awarded. If a contract is fully executed then work under the contract may commence once the City issues a Work Order, Notice of Commencement or Notice to Proceed, as applicable.
BY SUBMITTING A RESPONSE, EACH RESPONDENT ACKNOWLEDGES AND AGREES THAT THE RESPONDENT ACCEPTS ALL OF THE TERMS, CONDITIONS, AND LIMITATIONS IMPOSED ON THE RESPONDENT IN THIS SOLICITATION AND ANY APPENDED AGREEMENT (CONTRACT).
RULES, REGULATIONS, AND REQUIREMENTS
Each Respondent shall comply with all applicable laws, including but not limited to all local, state, and federal laws, codes, ordinances, rules, and regulations applicable to this Solicitation and the services required in the Agreement.
Sealed Responses will be received for the Solicitation through the City of Hialeah e-Procurement Portal located at https://procurement.opengov.com/portal/cityofhialeahfl.
Each Response submitted to the City must include all of the original completed Response forms to include original electronic/digital signatures, and all of the information requested in the Response forms and this Solicitation. Responses may be considered “non-responsive” if the required information is not submitted with the Response, particularly with any "must" requirements that are stated in mandatory terms in the solicitation.
Before submitting a Response, each Respondent shall make all investigations and examinations necessary to determine whether any addenda to this Solicitation were issued by the City’s Purchasing Department. It is the responsibility of the Respondent to ensure all addenda have been received before submitting a Response.
All responses should include ALL fees, including shipment, delivery, and related charges (if any). Shipments must be via “FOB Destination “arrangements.
Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections or in any other manner than as required in this Solicitation. The City of Hialeah strongly recommends completing and submitting your response well ahead of the deadline.
Respondents shall submit all inquiries regarding this Solicitation via the City of Hialeah e-Procurement Portal, located at https://procurement.opengov.com/portal/cityofhialeahfl. Please note the deadline for submitting inquiries. Late inquiries will not be considered. All answers to inquiries will be posted on the City’s e-Procurement Portal. Respondents may also click “Follow” on this Solicitation to receive an email notification when answers are posted. It is the responsibility of the Respondent to check the website for answers to inquiries.
The Solicitation number and title must be identified in all correspondence. Be sure to include the page and paragraph number of the Solicitation for each question and suggestion to ensure that they are responded to correctly. All questions and suggestions must be delivered no later than Wednesday, April 29, 2026 at 2:00 pm. Each Respondent shall be deemed to have waived all objections to the terms of this Solicitation that are not submitted to the Purchasing Division Director in compliance with the requirements and deadline in this Section.
The City will only respond to questions timely submitted to the City via the e-procurement Portal.
NO ORAL QUESTIONS OR SUGGESTIONS WILL BE ADDRESSED BY THE CITY. NO QUESTIONS WILL BE ACCEPTED AFTER THE DEADLINE FOR SUBMITTING WRITTEN QUESTIONS ON THE E-PROCUREMENT PORTAL.
The City’s official responses to questions and suggestions will be issued in an addendum to this Solicitation. Respondents may not rely on oral or written statements provided by the City, unless such statements are contained in a written addendum to this Solicitation. It is the Respondent’s sole responsibility to ensure the Respondent receives all addenda.
Name
Company Title
Phone Number
If not applicable, type N/A
if not applicable, type N/A.
The reference may be either public or private entities. Do not include references from the City of Hialeah.
The reference may be either public or private entities. Do not include references from the City of Hialeah.
Please download the below documents, complete, and upload.
If no account has been designated, please see OMB before continuing.
If no account has been designated, please see OMB. Be as detailed as possible when describing the funding source.
Note: A self-performance requirement sets a minimum percentage of work that the contractor must complete in this project rather than utilize subcontractors.
Q (Items to Clarify): 1- Please confirm whether the City of Hialeah will provide any drawings for this project. 2- Kindly specify the permitted working hours, particularly for activities that may generate noise (e.g., core drilling), if required. 3- Please confirm whether this project requires an electrical permit.
A: 1. We are working on a drawing to illustrate the locations of drops 2. 8:30 am to 5:oopm after-hours are possible upon proper coordination. 3. Yes
Q (Drawings and layouts ): Please confirm if detailed drawings and layouts are available for the 212 drops
A: We are working on a drawing to illustrate the locations of drops
Q (No subject): What are the testing and certification requirements?
A: Category 6 (Cat 6) testing and certification require field testers (e.g., Fluke DSX) to verify performance up to 250 MHz, ensuring compliance with the latest standards. Test results must be saved and reported for certification, confirming that the link passes all criteria.
Q (No subject): Are there any working hour or access restrictions within City Hall?
A: The hours of 8:30 am to 5:oopm; after-hours are possible upon proper coordination.
Q (No subject): Is the contractor responsible for pathways, core drilling and firestopping if required?
A: Yes
Q (Questions): 1. Please confirm the city will be providing drawings with data location and telecommunication room. 2. Please confirm if the city is providing specifications for the rack. 3. Please confirm whether this project requires permits. 4. Is the contractor responsible for pathways, core drilling and firestopping if required?
A: 1. We are working on a drawing to illustrate the locations of drops. 2. 2-Post aluminum will be provided 3. Yes 4. Yes
Q (No subject): 1. Please clarify if the city is providing the specifications for the patch panels. 2. Please clarify if the city is providing the specifications for the RJ45 jacks. 3. Does the city require a specific color for the plenum CAT6?
A: 1-2 Both patch panels and RJ45 must meet Cat-6 standards and pass certification. 3. No color preference for non-plenum CAT6.
Q (CAT-6 specification): Is any American brand CAT 6 cable suitable for the project and is any specific color required?
A: Yes, as long as the Cat-6 standards are met and the cable passes certification.
Q (Drawings): Please confirm whether project drawings will be provided. If not, should installation proceed based on as-built drawings?
A: We are working on a drawing to illustrate the locations of drops.
Q (Hours): Is after-hours work allowed?
A: Yes
Q (No subject): Please confirm if non-plenum CAT 6 is suitable for the 2nd floor ceiling installation
A: Non-Plenum is suitable for this installation.
Q (American Brand REquired?): Are Buy America Compliant items required for this bid? Or can any generic brand (made elsewhere) be installed/used?
A: Buy America compliance is not required for this project. Therefore, materials and equipment are not restricted to Buy America provisions, and equivalent products from other manufacturers may be proposed, provided they meet the project specifications and quality requirements.
Q (Ceiling Conditions & Pathways): Can the City confirm whether ceiling spaces are open (accessible/drop ceiling) or hard lid? Additionally, are existing cable pathways or conduits available and usable for the new cabling installation?
A: The Ceiling space is open with 24" of opening above the drop ceiling. Maybe less space due to HVAC ductwork. Existing pathways and conduits are in use with current cabling.
Q (Ceiling Heights & Access Requirements): Can the City provide the approximate ceiling heights throughout the 2nd floor and identify any areas requiring lift access or special equipment? If lift access is required, should this be included in base pricing or treated as an allowance?
A: The Ceiling height is 8 feet from the floor to the drop ceiling.
Q (Occupied vs. Vacant Space): Will the 2nd floor be occupied during the installation period?
A: Yes
Q (Legacy Cabling Removal Scope): Does the demolition scope include removal of all abandoned cabling above the ceiling, or only cabling associated with the replaced drops?
A: Just associated with the replacement drops
Q (As Built Documentation Requirements): What level of detail is required for as built drawings (e.g., PDF markups versus CAD drawings)?
A: As a minimum, PDF drawings will be accepted
Q (Network Cutover Responsibilities): Will the City handle network cutover, or is contractor support expected during this process?
A: The city will handle the cutover.
Q (Permit Plans - City of Hialeah): We spoke with the building department at the city of hialeah, we were told that sealed plans by an engineer/architect are required to present a permit. They require 2 sealed sets. Is this City of Hialeah developing plans with an architect? If not, the building department may not accept a shop drawing/layout for permitting. Can the city please confirm with the building department internally on this issue?
A: As per the Building Department, bidders are required to submit two sets of the project layout (identifying the area where the work will take place) along with the proposed scope of work. If equipment is to be installed, shop drawings and product specifications must also be provided. Please note that additional documentation may be requested by electrical and fire reviewers during the plan review process.
Q (Plenum Space ? ): Has the City confirmed if the ceiling grid area is infact a non plenum space? If this bid is quoted with non plenum cable, and the installation is compelted, but the building inspector deems the space plenum - you might face a large problem. Can we confirm the space is indeed non plen? Or just all agree to bid on plenum just in case?
A: Just confirmed with the Building Department (HVAC Inspector) and indicated the air space is Non-Plenum Rated.
Q (Data cabling ): Can we schedule second site visit ?
A: Addendum no. 2 was issued on April 20th, announcing a 2nd site visit.
Q (Data cabling ): City will provide the drawing before the bid date ?
A: Yes, the city will provide the drawings two weeks before the bid opening date.
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.