Active SLED Opportunity · CALIFORNIA · PASADENA

    Construction Manager at Risk (CMAR) with Guaranteed Maximum Price for Construction of Transit Operations Maintenance Facility

    Issued by Pasadena
    cityRFPPasadenaSol. 101968
    Open · 46d remaining
    DAYS TO CLOSE
    46
    due Jun 8, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    Pasadena
    city
    NAICS CODE
    236220
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    101968
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 9, 2026
    Due Date
    June 8, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    Pasadena
    Agency
    Pasadena

    Description

    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 ServicesJanuary 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.

     

    Background

    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

    Project Details

    • Reference ID: 2024-RFP-0493
    • Department: Public Works Department, Engineering
    • Department Head: Olmos, Tony (Director)

    Important Dates

    • Questions Due: 2026-05-22T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-28T17:00:00.000Z — 2180 East Foothill Blvd, Pasadena, CA 91107

    Evaluation Criteria

    • System Requirements (10 pts)

      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.

    • Product Demonstration (10 pts)

      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.

    • Proposed Solution (10 pts)

      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.

    • Experience and References (20 pts)

      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:

        1. Provide a detailed description of a minimum of three (3) similar projects, comparable in scope, and size, successfully completed by the Proposer in the past ten (10) years;
          1. List at least one (1) project for which Proposer provided preconstruction services and then constructed the project. Demonstrate experience in value engineering, construction estimating, construction phasing and logistics, and constructability review during the design phase, and delineating subcontractor scopes of work with no overlap or gaps between bid packages.
          2. List at least one (1) project that demonstrates the Proposer's key personnel's ability as a CMAR with a GMP, soliciting bids, contracting and managing multiple subcontractors, consistent with the type, size and complexity of this Project.
          3. List at least one (1) project involving construction of an operations and maintenance facility
        2. Relevant experience completing projects involving new construction of operations and maintenance facilities, as well as parking structures; must include detailed description of work performed and specifically managed by the proposed designated Project Manager for this project;
        3. Experience with preconstruction phase requirements including cost estimating, value engineering and constructability review; and
        4. Relevant experience performing and successfully managing CMAR projects work for California public agencies.
      1. References - Include the following: 
        1. The projects provided under experience shall have the following information included:
          1. Contracting Agency
          2. Agency current contact name, email, and phone number
          3. Professional (design and preconstruction) services contract amount
          4. Final or estimated project construction cost
          5. Federal/State/Local Funding
          6. Project Delivery/Contract Type (CMAR, Design-Building, Design-Bid-Build, etc.)
          7. Duration of the project
          8. List total cost of change orders
          9. List any claims and describe the nature of the claims
    • Organization and Qualification of Key Personnel (20 pts)
      1. Provide resumes of the proposed Key Personnel listing their roles and responsibilities for this project. List their prior experience with new construction transit facilities/projects and public agencies.
      2. Clearly identify the experience of assigned Key Personnel (Project Manager, Superintendent, etc.) working together in other similar projects
      3. Provide an organizational chart showing proposed staff and responsibilities
      4. Include availability and commitment of key positions for the entire duration of this project as a percentage of their overall organizational duties

      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.

       

    • Project Approach and Methodology (30 pts)

      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:

      1. Provide a project approach that will deliver a transparent, collaborative, and risk-managed path to a competitive GMP through the Pre-Construction and Design Assist phases
      2. Provide comparable project examples where the Proposer successfully optimized phasing to reduce timelines or improve cost efficiency
      3. Provide detail specific techniques, tools, or procedures (e.g., lean construction, staggered trades) to streamline the project duration. Explain how these techniques align with the RFP’s goals (e.g., minimizing disruptions, timely completion within project budget) for each of the listed phases
      4. Submit a clear, phase-by-phase task list with dependencies, durations, and responsible parties; highlight critical path milestones and risk-mitigation strategies for delays
    • Financial Strength and Stability (5 pts)

      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:

      1. Surety Bonding Letter confirming the ability to secure performance and payment bonds for the ESTIMATED project value listed in the RFP
      2. Financial Statements (last 3 years) showing profitability, liquidity, and positive net worth. Supporting documentation may include bank references, credit ratings, proof of bonding history on similar construction cost. Alternatively, the Proposer may provide (i) a letter from the Proposer’s financial institution (e.g. bank) confirming the Proposer’s profitability, liquidity, creditworthiness, financial stability and positive net worth for the past three years and (ii) a surety letter from a reputable surety company, detailing the Proposer’s bonding history for the past three years (as part of or in addition to the notarized surety declaration of the CMAR Price Proposal Form). A letter from a CFO stating the financial solvency of the company does not satisfy the requirements listed in the RFP.   
    • Safety Record (5 pts)

      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

    • Local Pasadena Business (5 pts)

      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.

    • Small or Micro-Business (5 pts)

      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

    • CMAR Price Proposal (10 pts)

      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:

      1. Line item number 4 of the "CMAR Price Proposal" is the basis for evaluation for this solicitation. Line item number 1 of the "CMAR Price Proposal" is the total contract award amount for Phase 1 - Pre-Construction Services.
      2. The percentages (%) of General Conditions (2A), General Requirements (2B), Bonds (2C), Insurance (2D), Overhead & Profit (2E), Contingency (2F) and the Daily Rate Compensation for Compensable Delay (3) are "Not-To-Exceed" percentage (%) and cost/day amounts and SHALL NOT be changed during Phase 2 - Construction.
      3. Submitting an unbalanced cost line item, especially when the actual cost of performing the work is not zero, may disqualify the Proposer for non-compliance with solicitation requirements or deem them non-responsive. To avoid the risk of disqualification or non-responsiveness, Proposers are encouraged to submit their cost line item(s) accurately, reflecting the true distribution of costs while maintaining competitiveness.
    • Interview (50 pts)
      1. Introduction of the proposed staffing for the Project, and qualities that each proposed staff member brings to the team that will lend to the success of this Project.
      2. The factors that differentiate this Proposer from the others, i.e. unique qualifications, project approach and schedule.
      3. Descriptions by Proposer's staff of their previous successes and response to difficulties with integration into, and communications with, previous project teams.
      4. Areas of the Proposer's proposal that warrant the special attention of the evaluation team, especially those projects completed by this team together that demonstrate their ability to successfully complete this Project.
      5. Project-related questions the Proposer's team may have for the interview team.

    Submission Requirements

    • Acknowledgements
    • Proposer Certification (required)

      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:

      • Proposer reviewed and agreed to all of the documents contained in this RFP solicitation and understands that the City will not be responsible for any errors or omissions on the part of the Proposer in making this Proposal.
      • The representations herein are made under penalty of perjury.
      • Proposer hereby offers to provide to the City of Pasadena the materials, products, and/or services at the prices shown and under the terms and conditions included hereon or attached or referenced.
    • CONTENTS OF PROPOSAL

      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

        1. Cover Letter
          1.  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 Contractor's license number of the company and the name of the person who will serve as the Proposer's project contact shall be included.
        2. Table of Contents
          1. Provide a Table of Contents that outlines the contents of the submittal and corresponding page numbers. Dividers shall separate and identify the sections described below.
        3. Qualifications
          1. Experience and References
          2. Organization and Qualification of Key Personnel
          3. Project Approach and Methodology
        4. Surety Bonding Letter/Financial Statements
        5. Safety Record/Experience Modification Rating (EMR) Forms
        6. Local Preference
        7. Small or Micro Business Certification
        8. CMAR Price Proposal* 
          1. Proposer shall complete and upload the CMAR Price Proposal form in the Submittals/Checklist section, as well as, provide the lump sum project cost in the Price Proposal section of the RFP
        9. Additional Data (if applicable)
          1. Shall include any other data the Proposer deems essential to the evaluation of the proposal, i.e., letter of reference, other related projects, etc., or other required documents. Proposer shall also refer to "Unnecessarily Elaborate Information" in this section when preparing content classified as additional data.
        10. Required Certifications and Forms (see items in the Submittals/Checklist section)
        11. Inclusions/Exclusions (if applicable)

        *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.

      • Request for Tax Payer Identification Number and Certification (IRS Form W-9)
      • Pasadena Business License 
      • Any Required Licenses or Certifications
      • Evidence of all Insurance Required by this Solicitation (If Required) #Insurance Requirements

    • Separate Technical Proposal Only - Proposal Submittal (required)

      “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: 

      1. Cover Letter
      2. Table of Contents
      3. Qualifications
        1. Experience and References
        2. Organization and Qualification of Key Personnel
        3. Project Approach and Methodology
      4. Additional Data

      “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. 

    • Financial Statements and Stability (required)

      Please upload a copy of the Surety Bonding Letter and Financial Statements (including supporting documents) as required for this section.

      Proposer must provide:

      1. Surety Bonding Letter confirming the ability to secure performance and payment bonds for the ESTIMATED project value listed in the RFP 
      1. Financial Statements (last 3 years) showing profitability, liquidity, and positive net worth. Supporting documentation may include bank references, credit ratings, proof of bonding history on similar construction cost. Alternatively, the Proposer may provide (i) a letter from the Proposer’s financial institution (e.g. bank) confirming the Proposer’s profitability, liquidity, creditworthiness, financial stability and positive net worth for the past three years and (ii) a surety letter from a reputable surety company, detailing the Proposer’s bonding history for the past three years (as part of or in addition to the notarized surety declaration of the CMAR Price Proposal Form). A letter from a CFO stating the financial solvency of the company does not satisfy the requirements listed in the RFP.

      This shall be used to determine the Financial Strength of Proposer.

    • Safety Record/Experience Modification Rating (EMR) (required)

      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. 

    • Is your company currently located within the boundary of the City of Pasadena? (required)
    • Please upload a copy of your Company's Pasadena Business License (required)
    • Is your company currently certified with the State of California Department of General Services (DGS) as a Small or Micro Business? (required)

      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.

    • Please upload a copy of your Current California DGS Certification (required)
    • CMAR Price Proposal (required)

      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. 

    • Inclusions/Exclusions (if applicable)
      1. Any and all inclusions, exclusions, and modifications that are requested must provide the following information: 
        1. The section of the RFP for which the provision/document resides 
        2. The sub-paragraph number and title or position within the document . If the revision is to a document under the Attachments section, first list the document title. 
        3. The original language with a strikethrough and/or highlight of the addition/modification, clearly reflecting the change requested. 
      2. Sample reference: Section 2. General Instructions, Sub-Paragraph 2.8 Unnecessarily Elaborate Information: "The Proposal shall not may include any promotional material of any kind."
    • Proposal Indemnification Form (required)

      Please download the below documents, complete, and upload. (if applicable)

    • REQUIRED CERTIFICATIONS (FORMS) AND REGISTRATION

      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. 

    • Affidavit of Joint Venture (required)

      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. 

    • Contractor Qualification Form (required)

      Please download the below documents, complete, and upload.

    • California Department of Industrial Relations Registration Verification (required)

      Upload proof of active DIR registration. 

    • Contractor State License Board (required)

      Upload proof of licensure with the Contractor State License Board (CSLB)

    • AA1; AA2; AA3; SIGNATURE & LEGAL STATUS; AND DECLARATION OF NON-Collusion (required)

      If your proposal does not include all of the below items, it may be deemed non-responsive.

      • Each PROPOSER must submit a completed Form AA-1. Failure to submit this form will result in automatic disqualification with no exceptions unless PROPOSER has an approved form on file with the City.
      • Form AA-2 is required to be submitted for projects involving labor or services in excess of $25,000.
      • Form AA-3 is Optional. (Copies attached)
      • A completed and signed "Declaration of Non-Collusion." (Copy attached)
      • SIGNATURE & LEGAL STATUS (Copy attached)
      • 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

    • Designated Representatives (required)

      Please download the below documents, complete, and upload.

    • Taxpayer Protection Amendment Disclosure (required)

      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:

      • TAX PAYER PROTECTION ACT – PROPOSER SUBMITS A COPY OF THE COMPLETED TPA FORM TO THE CITY CLERK’S OFFICE

      E-MAIL: OfficialRecords-CityClerk@Cityofpasadena.net

    • Proof of Authority (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure (required)

      Please download the below documents, complete, and upload.

    • Declaration of Eligibility to Contract (required)

      Please download the below documents, complete, and upload.

    • Public Contract Code Disclosures (required)

      Please download the below documents, complete, and upload.

    • Civil Litigation History (required)

      Please download the below documents, complete, and upload.

    • Levine Act Disclosure From (required)

      Please download the below documents, complete, and upload.

    • Technical Questionnaire Form

      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:

      • Section 4.0 must be completed for externally hosted/SAAS applications; and
      • Section 5.0 must be completed for City hosted/on-premises software
    • Data Security for Printers/Copiers/Scanners (required)

      In order to comply with the section named “Data Security for Printers/Copiers/Scanners,” My company will:

    • Federal Forms
    • Federal Required Certification (required)

      Please download the below documents, complete, and upload.

    • Unique Entity Identifier (required)

      Please download the below documents, complete, and upload.

    • HUD REQUIREMENTS
    • HUD Federal Forms (under $200k) (required)

      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)

      • Worker’s Compensation Certification
      • Federal Lobbyist Certification
      • Non-Segregated Facilities Certification
      • Past Performance Certification
      • Notice of Equal Employment Opportunity
      • List of Proposed Subcontractors
    • PHASE 2 - CONSTRUCTION

      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. 

      • Bid Proposal Form (Guaranteed Maximum Price)
      • Bid Proposal Signature Form
      • Subcontractor Qualification Forms 
      • Subcontractor Listing 
      • Payment Bond
      • Performance Bond
    • HUD Federal Forms (Over $200k) (required)

      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)

      • Worker’s Compensation Certification
      • Federal Lobbyist Certification
      • Non-Segregated Facilities Certification
      • Past Performance Certification
      • Notice of Equal Employment Opportunity
      • List of Proposed Subcontractors
      • Section 3 Business Concern
      • Business Concern Affirmation
      • Notice of Section 3 Commitment
      • Section 3 Economic Opportunity Plan
    • Active SAM Registration (required)

      All vendors responding to this solicitation must provide a copy of their Active SAM Registration with their proposal.

    • Funding
    • How is this Procurement Funded? (required)

      Select a general funding source

    • Confirm requirements from the Grantor are Satisfied (required)
    • Please include the full name of the funding agency (not the program): (required)

      For Example: "Homeland Security"

    • Amount of Award from HUD was: (required)

      This amount is the dollar value of the award from HUD. Contact Housing if you have questions.

    • Setup
    • Include a Sample Price Proposal? (required)
    • Does this procurement include any of the following (check all that apply)
    • Has DoIT approved your specifications? (required)
    • Has BSFMD approved your specifications?
    • Type of Technology Included (required)

      Goods/Equipment, Services, SAAS, Printers, Copiers/Scanners)

    • How many grand total pages should be included in the "Technical Proposal," the "Additional Data," and the "Statement of Qualifications" combined? (required)
    • Are there any License or Certification Requirement? (required)

      This particular question is to be answered for the company (or their subcontractors) not their employees.

    • License or Certification Type: (required)

      Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "CPA - Certified Public Accountant."

    • Is this a License from the State of California Licensing Board? (required)
    • Does this procurement include buying a public work? (required)

      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.

    • Is experience required to be eligible to compete on this solicitation? (required)
    • Evaluation Criteria
    • Select Evaluation Criteria to Include

      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.

    • Contract Terms
    • Base Contract Duration: How many years will be included for the base contract? (required)
    • Optional Renewals: How many one-year optional contract renewals will be included with the contract? (required)
    • Award Method? (required)

      General definitions and parameters of each approach.

      • Award to the Winner: This is a traditional public procurement where the winning bid or proposal is selected based on the Lowest, Responsive and Responsible Bidder when using a Competitive Bid process; or the Highest Scored Proposal when using the Competitive Selection process.
      • Split Award: A “Split-Award” is designed to specify and distinguish separate Groups of awards based on separate specifications or Scopes of Work. A vendor can respond to any combination of the Groups provided they are responsive and responsible. Each Group is evaluated and awarded independently. Effectively, there could be a separate winner for each Group.
      • Back Up Vendor (RFPs Only): This method is intended to contract with a back up vendor in the event the winner is unable to fulfill the contract.
    • FOR PUBLIC WORKS ENGINEERING ONLY
    • Is this procurement required to comply with AIA requirements?* (required)

    Questions & Answers

    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.


    Key dates

    1. April 9, 2026Published
    2. June 8, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.