Active SLED Opportunity · CALIFORNIA · PASADENA
AI Summary
The City of Pasadena seeks a Construction Manager at Risk for preconstruction and potential construction of a Transit Operations Maintenance Facility. The project includes two phases with a $60M construction budget, funded partly by Measure R. Key evaluation criteria include experience, team, financial strength, and safety. Substantial completion is required by June 2028.
The City of Pasadena is requesting CMAR Qualification Statements, technical proposals, and price proposals ("Proposal(s)") for a Construction Manager at Risk ("CMAR" or "Contractor" or "Proposer") to provide preconstruction/design-assist services and - if City's option to authorize Phase 2 is exercised - construction services, for the Construction of the Transit Operations Maintenance Facility (the "Project") as indicated below and described in greater detail in the Contract Documents enumerated in the City's Standard Form of Agreement. The City is seeking a CMAR that excels in five key areas: project experience, team composition, project approach and methodology, financial strength, and safety record, while also demonstrating a collaborative mindset to achieve optimal value within the City's Project budget and required schedule.
A Selection Committee shall review the Proposals received and, based on the criteria identified in the RFQ/P, the Selection Committee shall select no more than five(5) of the highest scoring finalists to shortlist, interview, and complete final scoring, pursuant to the P.M.C. section 4.08.047, competitive selection, using the CMAR alternative project delivery method. The Proposer recommended for award of the contract will be evaluated and determined on a best value basis, based on qualifications, organization/team composition, technical proposal, financial strength, safety record, local business, small business, price proposal, and interview scores.
Construction Manager at Risk is a two-phased delivery process: (1) Preconstruction/Design Assist Services Phase ("Phase 1") and an option for (2) Construction ("Phase 2"), If the City authorizes Phase 2, it will either issue an amendment to the Phase 1 contract or a separate contract for Phase 2. Note: The City is not obligated to authorize Phase 2 or issue a contract for Phase 2 - Construction. It is the City's intent to reach a mutually agreeable Final Guaranteed Maximum Price (GMP) prior to an award of Phase 2 contract/amendment. See Section 3. Scope of Work for further details on authorization of Phases.
The Project is funded, in part, by the Measure R Mobility Improvement Program (MIP) Grant administered by Metropolitan Transportation Authority (Metro) to support transportation system and mobility improvements, highway operational improvements, and transit investments.
| Estimated Direct Cost of Construction Work Budget (includes escalation to midpoint of construction (but see AIA A133 section 3.2.10); excludes CMAR's preconstruction/design-assist services, OH&P, Contingency, Bonds, Insurance. General Conditions Costs, and General Requirement Costs | $60,000,000 |
| Estimated Commencement of Phase 1 - Preconstruction/Design Assist & Demolition and Grading Commencement (5 month duration) | July 2026 |
| Estimated Guaranteed Maximum Price (GMP)/ Completion of Phase 1 - Constructability Review Services | January 2027 |
| Estimated Phase 2 Notice to Proceed (NTP) - Construction Commencement (18 month duration) | March 2027 |
| Phase 2 - Construction Substantial Completion (Partial Occupancy or Use)* | June 2028 |
| Construction/Commissioning Complete* | July 2028 |
*The Project must reach Substantial Completion by No Later Than ("NLT") June 2028 to ensure a seamless transition and uninterrupted operation of Pasadena Transit's services. The City's third party transit operator will begin mobilizing their equipment in July 2028 and will fully operate out of the new Transit Operations Maintenance Facility on July 1, 2028.
The existing transit operations and maintenance facility is currently located at 303 N Allen Ave. This property is leased and operated by the City's third-party transit service contractor. This location has always served as the City's bus yard used by the contractors who have operated the City's transit services. However, due to the growth in local transit services and the shift to newer zero emission technology, the existing bus yard and building systems no longer provide the necessary capacity or resources for Pasadena Transit buses and Dial-A-Ride vehicles to operate. The proposed construction of a new Transit Operations and Maintenance Facility (TOMF) located on City-owned property at 2180 E. Foothill Blvd., Pasadena, CA 91107, will address the existing deficiencies of the current operations and maintenance facility by providing a single site that can accommodate storage, cleaning, fueling, maintenance and dispatching of all the Pasadena Transit fleet.
PROJECT MANAGER:
Cesar Guevara
Project Manager
City of Pasadena, Department of Public Works
Points will be assigned based on Ease of Use; Mobile Capability/Support; Data Queries and Reporting; Support and Maintenance; Integration with existing systems; Training and Documentation; Software and Workflow Requirements.
Points will be assigned based on how effectively and efficiently the product can fulfill the requirements in the SCOPE OF WORK. The demonstration will be scored based on it's ability to successfully demo a Script of agreed upon items including but not limited to: System overview; Menus; Features; System navigation; Customization capabilities; Reports; Security features; and Support.
Points will be assigned for “Functional and Technical Merit” based on the capability of the proposer to satisfy the City requirements identified in the SCOPE OF WORK and as delineated. Points will be assigned for “Completeness of Proposed Solution” based on the vendor submitting a proposal that follows the guidelines specified in the SCOPE OF WORK.
In addition to satisfying the preferred completed project experience in the CMAR/Contractor Qualification Statement, points will be awarded based on the Proposer's demonstrated experience with projects of size and scope to this Project for public agency of similar size as the City of Pasadena based on a Proposer's previous experience and client references. Scoring of this section will be based on the extent to which the Proposer provides information that substantiates the firm's experience and technical expertise to perform the Work of this Project, the nature and quality of completed comparable projects, and references expressing favorable recommendation and willingness to contract again with Proposer.
Experience – Include the following:
For Joint Ventures:
Demonstrate successful prior collaboration as a JV Team, including: defined leadership structure, shared resources, and integrated project management, in addition to the above requirements. List example projects showing seamless coordination between JV partners on similar new construction transit projects or public-sector work.
This section will assess the Proposer’s ability to enhance the City’s baseline plan by reducing project duration, increasing efficiency, and adhering to RFP requirements. Proposals must demonstrate the following:
The evaluation will assess the Proposer's financial capacity to complete the project without default risk.
To demonstrate financial strength and stability, the Proposer must provide:
Proposer shall provide documentation from Proposer's insurance carrier (Experience Rating Forms, not summaries) establishing the Proposer's Experience Modification Rate ("EMR") for the most recent three-year period.
The provided Experience Modification Rate (EMR) will be used to determine and evaluate the Safety Record. Scoring for this section will be based on the extent to which the EMR is below 1.25 and the trend over the years from oldest to newest. Any EMR higher than 1.25 will not qualify for this project.
With this method, the proposal with the lowest average EMR receives the maximum points allowed. All other proposals receive a percentage of the points available based on their average EMR relationship to the lowest EMR. This is determined by applying the following formula:
Lowest Average EMR / Evaluated Price X maximum points available = Awarded Points
Example: The EMR for the lowest proposal is 0.90. The next lowest proposal has an EMR of 0.95. The total points available for EMR = 5 points.
( 0.90 / 0.95) X 5 = 4.7 points
To be awarded a 5 point preference for this category, the proposer must have an official business address within the City of Pasadena at the time that this RFP is posted on the City’s Website. P.O. Boxes are not acceptable.
To be awarded a 5 point preference for this category, the proposer must be certified by the State of California as a small or micro-business. Refer to the State of California Department of General Services Division for further information. https://caleprocure.ca.gov/pages/sbdvbe-index.aspx
Points will be assigned based on a “Ratio Method.”
With this method, the proposal with the lowest total cost (Line item number 4 of the CMAR Price Proposal form) receives the maximum points allowed. All other proposals receive a percentage of the points available based on their cost relationship to the lowest price. This is determined by applying the following formula:
[(Lowest Price / Evaluated Price)^10] multiplied by maximum points available = Awarded Points
Example: The cost for the lowest proposal is $120,000 (Proposer A). The next lowest proposal has a cost of $125,000 (Proposer B). The maximum points available for the price criteria is 10 points.
Calculations: ( $120,000 / $125,000 )^10 X 10 = 6.65 points
NOTE TO PROPOSERS:
By submitting this Proposal the proposer hereby certifies under penalty of perjury of the laws of the State of California that all representations made in the documents that comprise the Proposal for Construction Manager at Risk (CMAR) with Guaranteed Maximum Price for Construction of Transit Operations Maintenance Facility due on Monday, June 8, 2026 are true and correct to the best of my knowledge at the time of the Proposal’s submission.
By confirming, the Proposer acknowledges the following:
The entire proposal must be formatted on standard-size 8½”x11” pages; single-sided pages; 12 point font only.
Proposers are required to affirmatively demonstrate their responsibility by meeting the following requirements:
1. Have adequate financial resources;
2. Be able to comply with the required or proposed schedules;
3. Have a satisfactory record of performance;
4. Have a satisfactory record of integrity and ethics;
5. Have a satisfactory safety record and safety policies; and
6. Be otherwise qualified and eligible to receive an award.
The City may require other information sufficient to determine CMAR's ability to meet these minimum eligibility standards listed above.
MANDATORY CONTENTS OF PROPOSAL
*The CMAR Price Proposal shall included with the hard copy of the RFP response submittal in a separate sealed envelope.
Subsequent to the closing of this solicitation, the selected proposer will be required to provide the following documents within 10 calendar days of being notified, otherwise the submitted proposal may be deemed non-responsive.
Evidence of all Insurance Required by this Solicitation (If Required) #Insurance Requirements
“TECHNICAL PROPOSAL” should demonstrate the Proposer's full understanding of the SCOPE OF WORK and the effort needed to complete the Project on time and within the budget through the submittal of a proposed work plan including project deliverables (identify specifically and thoroughly for each portion of and phase). No pricing shall be included in this section.
The entire proposal must be formatted on standard-size 8½”x11” pages; 12 point font only. The "Technical Proposal" can be no more than a grand total of 75 pages combined.
This section shall include the following:
“Cover Letter” shall be a maximum one-page letter including the name and address of the organization submitting the Proposal; whether the proposing firm is an individual, partnership, corporation or joint venture; and the name, mailing/e-mail addresses, and telephone/fax numbers the contact person who will be authorized to make representations for the organization. The CSLB Contractor's license number for the company shall be included.
Provide a Table of Contents that outlines the contents of the Proposal submittal and corresponding page numbers. Divider tabs for hard/paper copy and bookmarks for electronic submission shall separate and identify the section described below.
Refer to the Evaluation Criteria section of the RFP for additional information as to what to include for the Qualifications section of the technical proposal.
Additional Data, if applicable, shall include any other data the Proposer deems essential to the evaluation of the Proposal, i.e., letter of reference, other related projects, or other required documents. Refer to "Unnecessarily Elaborate Information" in the General Instructions section of the RFP for more information.
Please upload a copy of the Surety Bonding Letter and Financial Statements (including supporting documents) as required for this section.
Proposer must provide:
This shall be used to determine the Financial Strength of Proposer.
Submit documentation from Proposer's insurance carrier (Experience Rating Forms, not summaries) establishing the Proposer's Experience Modification Rate ("EMR") for the most recent three-year period. The provided Experience Modification Rate (EMR) will be used to determine and evaluate the Safety Record. Any EMR higher than 1.25 will not qualify for this project.
The City will accept a notarized letter from the Proposer's insurance carrier in lieu of the Experience Rating Forms. The formal letter must be on the insurer's letterhead, contain the insurer's contact information, and must include the EMR values for the most recent three-year period, along with any other required details specified in the EMR requirements of the RFP.
Per the Pasadena Municipal Code (P.M.C.) 4.08.048, for contracts subject to competitive selection as required by P.M.C. Section 4.08.047, local businesses shall receive a preference equal to 5% of the overall evaluation. In addition, small businesses and microbusinesses shall receive a preference equal to 5% of the overall evaluation.
If this preference is applied to the solicitation, and your company is seeking this preference, you must provide a copy of the certification from DGS.
Download the below documents, complete, and upload the required document. A separate sealed envelope containing the "CMAR Price Proposal" form MUST be submitted with the hard/paper copies of the proposal by the date specified in the RFP.
Please download the below documents, complete, and upload. (if applicable)
Download, complete and submit any required forms below that must be signed by an authorized representative, and included as part of the Proposal submittal. Failure to submit the required forms may deem the Proposal as non-responsive.
Please download the below documents, complete, and upload.
This form is required for any Proposers submitting a proposal as a Joint Venture. Failure to submit this affidavit shall result in the proposal being deemed non-responsive.
Please download the below documents, complete, and upload.
Upload proof of active DIR registration.
Upload proof of licensure with the Contractor State License Board (CSLB)
If your proposal does not include all of the below items, it may be deemed non-responsive.
Evidence of certification by State of California as a small or micro-business, if claiming such preference – https://caleprocure.ca.gov/pages/PublicSearch/supplier-search.aspx
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
ADDITIONAL REQUIREMENT
For RFP/RFQ where the selected vendor/contract will require City Council approval (check with City project manager for clarification), the following requirement applies:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
This form is only required for the purchases of technology. If selected, proposers will be required to complete the Pasadena Department of Information Technology Technical Questionnaire. The questionnaire is included in the #Attachments. When completing the questionnaire, please note:
In order to comply with the section named “Data Security for Printers/Copiers/Scanners,” My company will:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-under-200k.pdf?v=1674593673378
HUD Federal Forms (under $200k)
The following documents are not required at this time; however they are required to award Phase 2 - Construction of the project. Therefore, the list below is provided as reference for future required documentation.
In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-over-200k.pdf?v=1674593673378
HUD Federal Forms (Over $200k)
All vendors responding to this solicitation must provide a copy of their Active SAM Registration with their proposal.
Select a general funding source
For Example: "Homeland Security"
This amount is the dollar value of the award from HUD. Contact Housing if you have questions.
Goods/Equipment, Services, SAAS, Printers, Copiers/Scanners)
This particular question is to be answered for the company (or their subcontractors) not their employees.
Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "CPA - Certified Public Accountant."
State of California Definition: Construction, alteration, demolition, installation, or repair work done under contract and paid in whole or in part out of public funds. It can include preconstruction and post-construction activities related to a public works project.
Choose your evaluation factors. Below are example factors you can consider for your Evaluation Criteria. It is important that your actual evaluation of proposals is consistent with the factors and criteria you include in the RFP document. You will be able to add or edit any custom criteria along with the point values (using a 100-point-scale) while you are editing the Evaluation Section of this project.
General definitions and parameters of each approach.
Q (Bacterial contamination in your Fire Sprinkler System): Are you replacing the fire sprinkler system?? Clean & Treat these systems and extend the useful life of the pipes. www.huguenotlabs.com
A: The project scope consists entirely of new construction, and it does not include the replacement of any existing fire sprinkler systems.
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.