SLED Opportunity · CALIFORNIA · PASADENA
AI Summary
Pasadena Water & Power seeks bids for supplying EV charging equipment, electrical switchgear, transformers, and communications equipment for their EV Charger Expansion Project. This opportunity is for equipment supply only; installation and construction are separate.
Pasadena Water & Power (“PWP”) invites bids from qualified vendors for the furnishing and delivery of electric vehicle (“EV”) charging equipment, including DC fast chargers and Level 2 chargers, as well as associated electrical switchgear, transformers, and communications equipment for the EV Charger Expansion Project at PWP Maintenance Yards.
This procurement is for equipment supply only. All installation, construction, civil, and electrical work will be performed under separate contracts.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
The City retains all rights, title and interest in data and information input, uploaded, transmitted, or otherwise provided by or on behalf of the City into the vendor provided solution (“Organizational Data”). All Organizational Data shall remain the sole and exclusive property of the City. Vendor has no rights to use Organizational Data for any purpose other than to deliver the services contracted, unless otherwise authorized in writing by the City. Upon termination of any agreement between the City and vendor, the Organizational Data will be provided to the City, including uploaded documents and attachments, in an industry standard format such as csv, json or xml, or other agreed upon format at that time.
Pasadena Water & Power (“PWP”) invites bids from qualified vendors for the furnishing and delivery of electric vehicle (“EV”) charging equipment, including DC fast chargers and Level 2 chargers, as well as associated electrical switchgear, transformers, and communications equipment for the EV Charger Expansion Project at PWP Maintenance Yards.
This procurement is for equipment supply only. All installation, construction, civil, and electrical work will be performed under separate contracts.
If this solicitation is issued by an Operating Company of the City of Pasadena including the Pasadena Center Operating Company; or Rose Bowl Operating Company; or Pasadena Community Access Corporation: In this solicitation, any reference to the City, shall actually refer to the PCOC, PRHB, or RBOC, or PCAC, e.g. "City" shall refer to the Operating Company, "City Council" to its Board of Directors, and "City Manager" to its Chief Executive Officer.
Notice to Prospective Proposers
Part of the project is being funded by a U.S. Department of Housing and Urban Development Community Development Block Grant (CDBG). Therefore, the Contract is subject to certain federal requirements, including, but not limited to: Davis-Bacon Act prevailing wage regulations; The Build America, Buy America Act (BABA); and Section 3 requirements. See links below for details.
The complete set federal labor regulations and provisions conditions are located here: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Regulations-over-200k.pdf?v=1674593673378
The following forms must be summited with your response: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-over-200k.pdf?v=1674593673378
The work described in this solicitation may be funded, in whole or in part, by the Federal Emergency Management Agency (FEMA).
All bidders are advised that this project is subject to the applicable terms, conditions, and requirements associated with FEMA-funded projects. These terms and conditions are included as an attachment to this solicitation and are hereby incorporated by reference. By submitting a bid, the bidder agrees to comply with all such FEMA-related requirements.
See the "Timeline" in the Introduction section (#Instructions to Bidders). If there is a Mandatory pre-proposal meeting, bidders/proposers are required to attend at the time, date, and location included in the Timeline. If there is a Non-Mandatory pre-proposal meeting, bidders/proposers are not required to attend.
Each bidder/proposer will have the opportunity to clarify and ask questions regarding the Specifications. The Pre-Proposal Meeting will be held at the time, date, and location in the Timeline of this solicitation.
SPECIFICATIONS:
The successful bidder shall furnish and deliver the equipment described below in accordance with the Technical Specifications included in the attachments.
DC Fast Charging (“DCFC”) Equipment
Level 2 EV Charging Equipment
The Contractor shall furnish fifty-six (56) new, unused, current-production, commercial-grade single-port Level 2 electric vehicle chargers, together with compatible pedestals and cable management systems, as a complete and fully compatible assembly, meeting all of the following minimum requirements. Chargers shall:
Bidders are solely responsible for demonstrating that the proposed charger, pedestal, cable management assembly, and card reader configuration fully comply with these minimum requirements. Failure to provide sufficient documentation to establish compliance may result in a determination that the bid is non-responsive.
Electrical Switchgear, Transformers, and Communications Equipment
SWBD-C, SWBD-D, and SWBD-E
XFMR-C, XFMR-D, and XFMR-E
• Qty: 3 - 500kVA dry type, 480V –120/208V NEMA 3R
COMMUNICATIONS
We value your participation in this solicitation and want to ensure you have every opportunity to present your response in the manner instructed in this solicitation. It is important that you submit a complete response prior to 2:00 pm on Thursday, April 23, 2026 through this eProcurement portal. We strongly advise against waiting to within the last three days of the submittal deadline to begin working on your response. Starting early on your response increases time to:
Delaying your response may result in errors, or can cause you to miss the submission deadline. Either of which can negatively impact your submittal or cause your submittal to not be accepted.
The quantities contained in the bid documents are approximate only and are for the sole purpose of comparing bids. The City may, in accordance with the specifications, order more or less equipment and/or materials as necessary at the City’s sole discretion. Payment will be made only for the amount of material actually provided, as determined by the City and accepted at the unit prices noted in the bid.
Except as otherwise provided under 41 CFR Part 60, to the extent this Agreement meets the definition of a "federally assisted construction contract" as set forth in 41 CFR Part 60-1 3 Locality agrees at all times during the term of this Agreement to comply with and abide by the following: (i) the equal opportunity clause (" Equal Opportunity Clause") in 41 CFR 60-1.4(b) in accordance with Executive Order 11246, as amended by Executive Order 11375 and that the Equal Opportunity Clause is a part of this Agreement and incorporated herein by this reference; and (ii) the regulations implementing the Equal Opportunity Clause at 41 CFR Part 60 and that such implementing regulations are a part of this Agreement and incorporated herein by this reference.
Bids will be received via the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena). A bid received after the time set for the bid opening shall not be considered. Bidders are required to submit (upload) all items listed in the Bidder's Submittals/Checklist. Bids will be received prior to the time and date in this Notice Inviting Bids and will be opened online at that time.
Copies of the Specifications and all required forms may be obtained for this solicitation online: https://procurement.opengov.com/portal/pasadena/projects/230081
Addenda shall be acknowledged via the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena/projects/230081). Refer to the Specifications for complete details and bidding requirements. The Specification and this Notice shall be considered a part of any contract made pursuant thereunder.
The vendor provided solution must keep all data and information within the United States, including when information is stored as part of a backup, unless otherwise authorized in writing by the City.
Policy - The City of Pasadena is committed to a policy of Equal Employment:
Compliance – To the extent permitted by law, Contractor expressly agrees to establish compliance with the Equal Employment Opportunity Practices Provisions of Chapter 4.08 of the Pasadena Municipal Code, and the Rules and Regulations adopted pursuant to said ordinance.
The successful bidder or proposer may be required to submit documentation during the term of the contract to evidence on going compliance with the City’s Equal Opportunity Practices Provisions. Such documentation may include, but not be limited to certified payroll records and Current Permanent Workforce Utilization reports.
Required Forms – Each bidder or proposer must submit a completed Form AA-1. Failure to submit this form will result in automatic disqualification with no exceptions unless bidder or proposer has an approved Form on file with the City.
Questions regarding Chapter 4.08 of the Pasadena Municipal Code and regulations adopted pursuant thereto should be directed to the Department of Finance, Purchasing Division 626.744.6755.
Screen Shots:
Instructions for the new eProcurement System: The following link will help you Get Started (https://opengov.my.site.com/support/s/article/c7a5affa-e073-4d5a-8d87-b6eadcf343a9) and will include vendor guides for using the system. Below are additional screen shots for support.
All Video Guides: OpenGov Procurement Vendor Training
It is the bidders/proposers responsibility to examine the location of the proposed work, to fully acquaint themselves with the Specifications or Scope and the nature of the work to be done. The vendor shall have no claim against the City based upon ignorance of the nature and requirements of the project, misapprehension of site conditions, or misunderstanding of the specifications or contract provisions.
Bids will be evaluated based on the lowest Grand Total Price submitted in the Bidders' Proposal. The contract award will be made from among responsive and responsible bidders. In case of a discrepancy between the unit prices and item total, the unit price shall govern. In the event of a discrepancy between the item totals and the grand total price the item totals shall prevail. The prices will be subject to adjustment by the City on that basis in the event of discrepancy and bid awarded.
The panel schedules included as attachments to this IFB are hereby incorporated into and made part of the Contract Documents. Bidders shall review all panel schedules and attachments prior to submitting a bid.
The quantities listed in the scope sections identify major equipment components and minimum requirements. Bidders are responsible for furnishing all circuit breakers, spare breakers, spaces, and related components required by the panel schedules and attachments to provide complete, fully populated, and operational electrical equipment consistent with the specified ratings and configurations.
Bid prices shall include all equipment required by the panel schedules and attachments, whether or not each individual item is expressly enumerated in the equipment descriptions. No additional compensation shall be allowed for items required by the panel schedules and attachments.
This project requires adherence to the Section 3 labor compliance. Prospective bidder must include with their bid a Section 3 Economic Opportunity Plan on how to meet or exceed require Section 3 benchmarks. Failure to do may result in the forfeit of 5% of the project total cost.
Section 3 Benchmarks
- 25% of total labor hours worked by Section 3 workers; and
- 5% of total labor hours worked by Targeted Section 3 workers
A Section 3 Worker is defined as any worker who currently fits, or when hired within the past five years (not before
11/30/20) fit, at least one of the following categories, as documented:
Section 3 Targeted Worker is defined as:
Section 3 Business Concern is defined as a business that meets one of the following criteria within the last six months:
The vendor provided solution must protect and secure all data and information input to the system, including documents and attachments. Information must be protected by AES 128-bit or greater encryption. Information must be encrypted in transit between the solution and the user’s web browser. The solution must encrypt all data stored at rest, including on disk, within databases and when information is maintained external to the solution, such as part of a backup or a data export, unless otherwise authorized in writing by the City.
Technical support for an eProcurement system plays a vital role in ensuring smooth operations. You can call or email technical support using the information below.
By submitting a response, each vendor expressly agrees to and accepts the following conditions:
See the Timeline in the section named "Instructions to Bidders." If there is a Mandatory pre-bid meeting, bidders are required to attend at the time, date, and location included in the Timeline Instructions to Bidders of this solicitation. If there is a Non-Mandatory pre-bid meeting, bidders not required to attend.
Each prospective bidder will have the opportunity to clarify and ask questions regarding these Specifications. The Pre-bid Meeting will be held at the time, date, and location in the Timeline of this solicitation.
Bidder must bid on all materials and supplies listed in the Bidder’s Proposal (Market Basket). The City anticipates the order amount of the items listed in the Bidder’s Proposal. However, the City of Pasadena does not imply nor make any commitment to purchase a specific quantity. The City may increase or decrease the quantities based on the current requirements, and the contractor agrees to furnish more or less of the items stated in the Bidder’s Proposal. Additional varieties of the materials and supplies may be ordered as a result of this bid. Award of contract shall be based upon the grand total price contained in the Bidder’s Proposal.
The Market Basket in this solicitation is established to represent TBD of the total estimated value of the contract to be awarded. Prices for the remaining materials and supplies for this solicitation are represented by dollar value in the Grand Total, they will be a part of the market basket analysis when determining the low bidder.
MOST FAVORED CUSTOMER: Contractor agrees to treat the City as its most favored customer. Contractor represents that all of the prices, warranties, benefits and other terms being provided hereunder are equivalent to or better than the terms being offered by Contractor to its current customers. The City shall be entitled to any and all other services normally offered by the Contractor (and/or manufacturer through the Contractor) to its customers.
CATALOG PRICING: While the materials and supplies listed in this solicitation represent a majority of the materials and supplies needed, there is a small percentage of items that are unknown at this time. Therefore, bidders are required to, in addition to providing pricing for all materials and supplies, submit a catalog with all available supplies or materials for future purchasing consideration as a part of this overall contract with their bid. Catalog information must include per unit pricing.
a. All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week.
This form is only applied for formal solicitations $75,000 or more. The City requires that each bidder or proposer executes and submits to the City with the Bid/Proposal, the attached Declaration of Non Collusion in the section named "Submittals/Checklist."
PRICING
All prices submitted shall be firm, fixed, and inclusive of all costs necessary to furnish and deliver the specified equipment to the locations identified in this IFB. Prices shall include, without limitation, packaging, freight, shipping, handling, insurance, fuel surcharges, duties, and any other incidental or related costs. No additional charges or fees will be allowed unless expressly authorized in writing by Pasadena Water & Power.
In the event vendor receives a subpoena, court order, or other legal process requesting access to or disclosure of any Organizational Data, the vendor shall promptly notify the City in writing, unless legally prohibited from doing so, and shall cooperate with City in seeking a protective order or other appropriate remedy. Any disclosure of Organizational Data in response to legal process must be authorized in writing by the City, unless prohibited by law.
Bidders must possess and provide the following license(s) or certification(s) to be deemed qualified to perform the work specified:
TBD
a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work.
A sample of the contract the successful vendor will be required to enter into with the City is attached hereto and by this reference incorporated herein and made part of this solicitation.
Bids will be evaluated based on the lowest Grand Total Price submitted in the Bidders' Proposal for each Group. Each Group will be evaluated and awarded independently based on the lowest Grand total Price for each Group. Bidders may bid on any combination of the Groups below. Bidders are required to bid on all line items listed within the specific Group they select. Failure to bid on all line items for a selected Group or Groups may result in rejection of the bid(s).
All federal financial assistance recipients must have a Unique Entity ID (UEI) number registered with the System for Award Management (SAM) database at SAM.gov. Prior to award, the successful Bidder must provide proof of SAM registration. This proof may be submitted with the Bid. Vendors seeking to register can register for free at the following link: https://sam.gov/content/entity-registration. The SAM registration process may take several business days to complete. Therefore, the city recommends that the Bidder begin the registration process if bidder has not done so already.
Build America, Buy America Act or BABA requires any “infrastructure project” exceeding a total project cost of $250,000 in Community Development Block Grant or HOME Investment Partnership Act apply a domestic content procurement preference, meaning that all iron, steel, manufactured products, and construction materials used in the infrastructure project must be produced in the United States, unless the awarding agency has issued a waiver of this requirement. Public infrastructure projects in the United States, which includes, at a minimum: the structures, facilities, and equipment for roads, highways, and bridges; public transportation; dams, ports, harbors, and other 6 maritime facilities; intercity passenger and freight railroads; freight and intermodal facilities; airports; water systems, including drinking water and wastewater systems; electrical transmission facilities and systems; utilities; broadband infrastructure; and buildings and real property; and structures, facilities, and equipment that generate, transport, and distribute energy including electric vehicle (EV) charging.
This procurement is funded by: U.S. ENVIRONMENTAL PROTECTION AGENCY. Vendors must submit all required document with their proposal.
Any additional work identified during the course of the project that is deemed necessary, but outside the original Scope of Services, must be recorded as a Change Order and approved by the City in writing before work is started.
a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.”
The contract shall be awarded to the lowest responsive and responsible bidder. In determining whether a bidder is responsible and responsive, the following shall be considered:
False, incomplete or unresponsive statements in connection with the bid may be sufficient cause for rejection of a bidder/proposer.
Parties interested in responding are required to submit electronically through the City of Pasadena's eProcurement Portal prior to 2:00 pm, Thursday, April 23, 2026. Please upload all required documents as instructed in the section named Submittals/Checklist sufficiently early electronically through the city's eProcurement Portal before the time and day listed in this solicitation. Responses must be received in the system prior to the deadline.
The Specification or Scope of Work included in this Notice shall be considered part of any contract made pursuant thereunder.
The vendor shall not permit the storage of City data and information on vendor mobile or removable devices (e.g. laptops, USB drives, removable drives, optical disks, etc.) except for limited purpose and duration, and only if authorized in writing by the City. Any such use also requires that vendor meets the data security requirements as noted above, ensuring that all storage on mobile or removable devices is appropriately encrypted and protected.
ORDERING:
Deliveries will be accepted Monday through Thursday, no Friday deliveries. Vendor agrees to make delivery and pick up only during Off Peak Hours, “Off Peak Hours” are 8:30 a.m. to 2:00 p.m.
Pasadena City Yards
Water and Power Warehouse
311 West Mountain Street
Pasadena CA 91101
SHIPPING, STORAGE, AND HANDLING
The Vendor shall assume all responsibility for the safe delivery of THE MATERIALS shipped to its destination. The materials shall be protectively packaged for shipment to mitigate the risks to handling such as impacts, atmospheric conditions such as excessive heat and moisture control, and any other shipping risks.
Delivery Schedule
The Vendor shall deliver all equipment included in the awarded bid group within one hundred eighty (180) calendar days from the date of issuance of the Purchase Order unless otherwise approved in writing by Pasadena Water & Power. Partial or staged deliveries are acceptable; however, all items within the awarded bid group must be delivered within the 180-day delivery period. Vendors shall coordinate delivery schedules with Pasadena Water & Power to ensure proper receipt and handling of equipment.
At the conclusion of the first contract year and prior to the commencement of the second contract year or any subsequent contract extension period, the contractor may request unit price increases. Under no circumstances shall the City accept price increases, which exceed the rate of the then current Consumer Price Index (C.P.I.) for the region for the latest available preceding 12-month period.
The deadline to submit questions related to this solicitation is Thursday, April 9, 2026, prior to 2:00 pm.
Questions regarding this solicitation should be submitted directly through the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena) Q&A function. Do not contact any other City employee or official regarding this solicitation. Any questions submitted after the date and time specified may not be considered.
Upon termination of this agreement, or upon written request by the City, the vendor shall permanently delete all City data and information from its systems, including backups and any other repositories under vendor's control, within thirty (30) days, unless retention is required by law or authorized in writing by the City. Deletion must include all documents, attachments, and any derivative data, and shall be performed in accordance with recognized industry standards for secure data erasure. Upon completion of data deletion, the vendor shall provide the City with written certification confirming the destruction of all relevant data.
To the extent this Agreement is in excess of $100,000 and involves the employment of mechanics or laborers, Locality agrees at all times during the term of this Agreement to comply with and abide by the terms of the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C. 3701 et seq., as supplemented by regulations at 29 CFR Part 5, and that such terms and regulations are a part of this Agreement and incorporated herein by this reference.
Products identified by manufacturer and model are intended to establish minimum quality and performance standards. Equipment of equal design, function, and performance may be submitted for consideration, subject to PWP review and approval.
The City reserves the right to change any part of these Instructions to Vendors and Specifications any time prior to the submittal deadline. Any changes shall be in the form of addenda and will become a part of the solicitation documents and of the contract. Addenda shall be made available to each vendor. A bidder's/proposer's failure to address the requirements of the addenda may result in the bid not being considered. If the City determines that a time extension is required for the solicitation, the addenda will give the new submission date.
Addenda shall be acknowledged via the City's eProcurement Portal.
Any Bidder or Proposer may withdraw their response via the City's eProcurement Portal prior to 2:00 pm on Thursday, April 23, 2026.
The City of Pasadena is committed to promoting the economic health and well being of its residents. To this end, contractor agrees to recruit Pasadena residents initially and to give them preference, if all other factors are equal, for any new positions that result from the performance of this contract and which are performed within the City.
The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
The City reserves the right to change any part of these Instructions and Specifications any time prior to the bid opening. Any changes shall be in the form of addenda and will become a part of the bid documents and of the contract. Addenda shall be made available to each Bidder or Proposer. A Bidder's or Proposer's failure to address the requirements of the addenda may result in the response not being considered. If the City determines that a time extension is required for the bid, the addenda will give the new submission date.
Addenda shall be acknowledged via the City'seProcurement Portal for the project named "EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment." Project ID: 2026-IFB-MS-0106. Bidders or Proposers can view a list of addenda released by the City by clicking on "Addenda & Notices." While drafting a response, there is a section for "Addenda Confirmation" where Bidders or Proposers must acknowledge each addenda released.
Release Dated: Friday, February 27, 2026
MIGUEL MÁRQUEZ
City Manager
The vendor shall fully disclose any use of Artificial Intelligence (AI), Machine Learning (ML), or automated decision-making technologies within the proposed solution. This includes, but is not limited to, the specific functions where AI is used, the nature of the AI model (e.g., predictive, generative, or rule-based), and whether the AI is proprietary, third-party, or open-source. The vendor shall also disclose whether any AI models are shared across multiple customers or tenants. The City reserves the right to approve or reject the use of AI components based on risk, transparency, and alignment with City policies.
All responses accepted by the City at the time of bid opening shall become the exclusive property of the City. Upon opening, all bids accepted by the City shall become a matter of public record and shall be regarded as public, with the exception of those elements of each bid which are identified by the bidder as business or trade secrets and plainly marked as "trade secret," "confidential," or "proprietary." Each element of a bid which a bidder desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e., regarding entire pages, documents, or other non-specific designations) shall not be sufficient and shall not bind the City in any way whatsoever. If disclosure is required under the California Public Records Act or otherwise by law (despite the bidder's request for confidentiality), the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof.
1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
Awarded bidder or proposer may be required to obtain and pay for any required business license under Title 5 of the Pasadena Municipal Code.
For further information contact Municipal Services Department at (626) 744-4166, Monday-Friday between 7:15 am and 5:15 pm. Additional Information regarding business license fees can be found here: https://www.cityofpasadena.net/finance/licenses/business-licenses/
The vendor shall not use any City data or information to train, fine-tune, or otherwise improve any AI or ML models, whether proprietary, third-party, or public, without the City’s express written consent. This includes a prohibition on using City data for training public or shared models. If AI models are used, the vendor must ensure City data is excluded from any datasets used for model development or refinement unless explicitly authorized in writing by the City.
The deadline to submit questions related to this solicitation is Thursday, April 9, 2026, prior to 2:00 pm.
Questions regarding this solicitation should be submitted directly through the City's eProcurement Portal Q&A function. Do not contact any City employee or official regarding this solicitation. Any questions submitted after the date and time specified may not be considered.
1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. 2. The contractor agrees to report each violation to the (name of the applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
If you are already registered and need help logging in or retrieving your user information utilize the blue chat bubble visible on the lower right hand corner of the screen.
Click on the hyperlink for the City's eProcurement Portal to create your vendor profile.
Electronic Submission of Bids
All Proposers are required to submit their bid pricing electronically via the city's eProcurement Portal. The electronic system will close submission exactly at the date and time set forth in this solicitation or as changed by addenda. In addition, your bid must be submitted via the eProcurement Portal.
Proposers are responsible for submitting and having their bid accepted before the closing time set forth in this solicitation or as changed by addenda. NOTE: It is the Proposer's sole responsibility to ensure their bid and document(s) are uploaded, transmitted, and arrive in time electronically. The City will have no responsibility for bids that do not arrive in a timely manner, no matter what the reason.
Upon closing of the Bid, Bid Results will be available on the City's eProcurement Portal.
In the case of a discrepancy between the electronic bid schedule (pricing) and any uploaded Bid schedule document or pricing, the electronic bid schedule will be the accepted bid.
Steps to Submit Your Electronic Proposal:
To submit an offer to the City, vendor must begin by clicking on the green DRAFT PROPOSAL button.
https://procurement.opengov.com/portal/pasadena/projects/230081
1. Acknowledge all Addenda
2. Accept City of Pasadena Terms and Conditions Message
3. Answer all required vendor questions.
4. Upload all required forms. Proposer may save their work and return.
5. Review your work and submit proposal when ready.
6. You will receive a confirmation email from OpenGov upon receipt of your bid/proposal.
7. Proposer may withdraw their bid at any time prior to 2:00 pm on Thursday, April 23, 2026.
Note: If an addenda is issued after a response has been submitted, Proposer or bidder must return to take steps below. Failure to do both steps will result in an invalidated offer.
1- Acknowledge the new addenda; and
2- Resubmit your bid through the City's eProcurement Portal.
Invoice Submission Portal
The invoice submission process is activated when an invoice is submitted through the Vendor Invoice Portal. Invoices submitted are automatically sent to the department being invoiced for review. Once the city department verifies its accuracy, the department will submit the invoice to Accounts Payable for payment processing. One final review and approval by the department who was invoiced is needed in order for a check to be issued. Checks are issued on Tuesday and Thursday.
How to submit invoices to the City of Pasadena?
Create an account: Visit the City’s Invoice Submission website: https://invoice.cityofpasadena.net/ and select “Create Account”
Refer to the "Invoice Submission Portal - Vendor User Guide" for detailed instructions.
The vendor shall disclose whether the proposed solution includes Artificial Intelligence (AI), Machine Learning (ML), or automated decision-making technologies that are integral to its functionality. Where feasible, the vendor should provide mechanisms that allow the City to configure or limit the use of such features. The City recognizes that opting out of AI features may reduce functionality; however, vendors are expected to design solutions that support informed decision-making by clearly identifying which features rely on AI and whether such features are optional or required.
SUBSTITUTION FOR PATENTED AND SPECIFIED ARTICLES
Wherever these Specifications specify any material or process by patent or proprietary name, or by name of manufacturer, such specification is only for the purpose of describing the material or process desired and shall be deemed to be followed by the words and/or approved equivalent. Any bidder may offer in the proposal any material or process that is equivalent in every respect to the material or process specified. This statement of alternate unit shall clearly describe the material or process for which the substitution is proposed and shall provide technical data establishing equivalency.
Equivalents to Specifications
The material, equipment or service offered by the bidder will meet all requirements of the specifications in this Notice Inviting Bids. Questions requesting approval of equals must be submitted before the deadline for questions to the City contacts listed in the Bid Invitation. Bidder must provide all information (no pricing) with their bid in order for the City to determine if the product offered is an equal to the manufacturer specified and/or meets the technical specifications. This includes details for each item to which a proposed equal will be taken, proposed make and model specifications, and any other information on the material specified herein regarding approved equals requested. Bidder must state brand name and/or manufacturer of each item proposed and include detailed specifications. All guarantees and/or warranties must also be stated. Parts and materials must be latest model or current date and meet specifications or be equal to the specifications.
During the question and answer period, the City reserves the right to determine whether equivalents meet the bid specifications of the City, and are equal to the manufacturer specified or the stated technical specifications. The decision of the City regarding equality shall be final.
Equals can be submitted for approval during the Question and Answer period through this eProcurement Portal: https://procurement.opengov.com/portal/pasadena/projects/230081.
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of recipient/subrecipient/applicant). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
Click here to register onto the City's eProcurement Portal hosted by OpenGov.
If you are already registered and need help logging in or retrieving your user information simply click on the blue chat bubble on the lower right hand corner of your screen or contact OpenGov at procurement-support@opengov.com for help at any time.
Customer Service
For assistance with e-bidding or uploading documents: Contact OpenGov via the blue chat bubble on the lower right hand corner of your screen or email at procurement-support@opengov.com.
Monday through Friday 5 am - 5 pm PST, except statutory holidays-- response time is typically less than ten minutes.
This form is only required for the purchases of technology. The City of Pasadena Department of Information Technology (DoIT) is tasked with reviewing all IT solutions proposed for use by the City. DoIT uses this questionnaire to assess various business, security, and/or operational impacts of bidder or proposer proposed technology solutions, SaaS offerings, software or hardware that will reside on the City’s servers and/or network, that will integrate to the City’s existing applications, servers and/or network, or that may have an impact on the City’s ability to conduct business. This questionnaire is also used to identify and distinguish at an early stage in the evaluation process the potential roles and responsibilities of the City and the proposer.
If selected, proposers are required to complete the Pasadena Department of Information Technology Technical Questionnaire. The questionnaire is included in the section named "Submittal/Checklist." When completing the questionnaire, please note:
By submitting a bid or proposal, each bidder or proposer expressly agrees to and accepts the following conditions:
Materials and equipment furnished shall be new, complete, ready-for-use and of the latest model, shall not have been used in demonstration or other services and have all the usual equipment as shown by manufacturer’s current specifications and catalogs unless otherwise specified.
Bidders shall not be allowed to take advantage of any errors or omissions in the Instructions to Bidders or Specifications. Full instructions will be given if such error or omission is discovered and timely called to the attention of the City.
Local Business is defined in the Pasadena Municipal Code section:
4.08.020, O: "Local business" means a business with a fixed place of business located in the city.
To receive any preferences offered to a Pasadena business in this solicitation, a Pasadena business must be located within the City Boundary by the release date of this solicitation.
Each bidder shall include in the price bid any patent fees, royalties and charges on any patented article or process to be furnished or used in the prosecution of the Work.
If a bid bond is required, below are instructions for utilizing Surety2000 to submit an electronic bid bond.
Video Trainings:
Bid Bond Instruction:
Bidders must provide all required information for the City to verify the bond with their bid. The bond must meet the following requirements and characteristics: Bid security in the amount of five percent (5%) of the total bid price in the form of a redeemable or callable electronic surety bond, meeting City requirements, must accompany all bids. If the Bidder to whom the contract is awarded shall for fifteen (15) calendar days after such award fail or neglect to enter into the contract with the required insurance documentation, submit the Construction & Demolition Waste Management Plan, and file the required bonds, the City may deposit in its treasury said bid security and, under no circumstances, shall it be returned to the defaulting Bidder. Failure to return signed contract with all the attachments stated above may result in having the project awarded to the next lowest bidder.
Here is what bidders must provide to their bonding agent when trying to setup a bid bond for the City of Pasadena: The Project ID of the solicitation on which you are bidding. Your Contractor Vendor ID which is your Federal Tax ID or it’s equivalent. Both fields are required for validation. If you are having trouble finding these ID’s, please contact Surety2000 at 1-800-660-3263 or email help@surety2000.com
This section is only required for the lease/purchase of Printers/Copiers/Scanners.
All devices or associated storage media which is replaced or removed must be sanitized in accordance with the "clear", "purge" or "destroy" categories of sanitization as defined in the NIST SP 800-88 publication "Guidelines for Media Sanitization". Sanitization of media must be certified by the Contractor and signed documentation detailing the device(s), media and category of sanitization must be provided to the Department of Information Technology (DoIT). Documentation of bulk or blanket sanitization is not acceptable.
All equipment must be configured such that the hard drive or associated storage media is encrypted or such encryption can be enabled by DoIT at will. All equipment must be configured to permit hard drive or associated storage media to be removed by a DoIT technician if necessary.
Temporary removal of equipment, such as for maintenance or repair, is subject to data sanitization requirements as stated above.
All device hard drives or associated storage media shall be left in DoIT’s possession at the end of the any lease, rental, or other time-limited usage agreement, if specified by the City.
All administrative accounts on equipment must be configured with non-default password, complex passwords, and the account names and passwords provided to DoIT.
Contractor must provide configuration printouts in hard copy form of all settings for any TCP/IP functions, including but not limited to network configurations, static routes, SMTP, SNMP, scan-to-file, etc., and storage media encryption configurations. Printouts must be delivered to DoIT when equipment configuration is complete and “ready for operation”.
Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.”
Price bid shall include all federal, state, local and other taxes.
Contractor shall provide factory warranties on all materials furnished against defects in materials and/or workmanship. The factory warranty shall become effective on the date of delivery and acceptance by the City. Should any defect in materials or workmanship appear during the warranty period, the Contractor shall repair or replace the same at no cost to the City.
For the purpose of determining the lowest bidder on a contract for materials and supplies only, 1.75% of that portion of the bid subject to sales or use tax shall be deducted from any bid where it is determined that if such bidder were awarded the contract, the City would receive a refund of the 1.75% sales and use tax pursuant to the Uniform Sales and Use Tax Ordinance of the City of Pasadena.
If this purchase includes a service, and the contract total is at $25,000 or more, it is then subject to the City of Pasadena's Living Wage Ordinance, Pasadena Municipal Code Chapter 4.11. The ordinance requires that contractors providing labor or services to the City under contracts in excess of $25,000 pay no less than the City’s Living Wage to all employees who spend any of their time providing labor or delivering services to the City.
The selected contractor will be required to evidence compliance with the Living Wage Ordinance by submitting payroll records as requested by the City. Each record shall include the full name of each employee performing labor or providing services under the contract; job classification; rate of pay and benefit rate.
Failure to comply with the provisions of the Pasadena Living Wage Ordinance is grounds for termination of the contract and a basis for penalties as stated in Pasadena Municipal Code Chapter 4.11. Questions concerning the Pasadena Living Wage Ordinance should be directed to:
Finance Department
Purchasing Division
626-744-6755 - phone
626-744-6757 – fax
Please visit https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/ for the current calendar year Pasadena Living Wage rate.
Any materials not conforming to requirements of this Specification shall be considered defective. All such materials, whether in place or not, shall be immediately removed from the site of the work. Any defective materials installed shall be removed and replaced by the City and all costs of removal and replacement shall be deducted from any amounts due or to become due to the Contractor. No rejected materials, the defects of which have been subsequently corrected, shall be used.
If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C.Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. _________________________________________ Signature of Contractor’s Authorized Official Name ________________________________ Title of Contractor’s Authorized Official _______________________ Date FEDERAL CONTRACT PROVISIONS
There is a separate packet of forms as part of these specifications that a bidder must complete to establish compliance with a number of special City of Pasadena requirements, including, but not limited to, Equal Employment and Affidavit of Non Collusion. These forms and their instructions should be considered an integral part of the specifications and failure to complete them shall be grounds, in the sole discretion of the City, for rejection of any bidder.
If a vendor is providing labor for any subsequent contract resulting from this solicitation, they must comply with the City of Pasadena Minimum Wage as set forth in Chapter 5.02 of the Pasadena Municipal Code. Vendors are encouraged to review the City’s minimum wage information guide at (https://bit.ly/3o3SHMh). The minimum wage ordinance may be found at Pasadena Municipal Code.
The following access to records requirements apply to this contract: (1) The Contractor agrees to provide (insert name ofstate agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the (write in name of the non-federal entity) and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.
Deficient parts will be rejected and the Contractor will be required to make the necessary adjustments or replacements. It shall be the Contractor’s responsibility to pick up any rejected parts, make the necessary corrections, and deliver materials at no additional cost to the City.
This procedure specifies the process to be utilized by the City of Pasadena in resolving protests regarding this solicitation. In order for a protest to be considered by the City of Pasadena, it must be submitted in accordance with the procedures outlined in the FORMAL SOLICITATION PROTEST PROCEDURE found at the following link: (https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/). A protest submitted that is not in accordance with this procedure, may be returned to the submitting party without any further action by the City of Pasadena.
“The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.”
As detailed in the Section Titled #Public Works Claims Procedure new Public Contract Code Section 9204, effective January 1, 2017, specifies new procedural requirements for claims submitted by a contractor on any public works project.
Bidders or Proposers shall not be allowed to take advantage of any errors or omissions in the Instructions to Bidders/General Instructions or Specifications/Scope of Work. Full instructions will be given if such error or omission is discovered and timely called to the attention of the City.
Each bidder or proposer shall include in the price bid any patent fees, royalties and charges on any patented article or process to be furnished or used in the prosecution of the Work.
“This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives.”
The material, equipment or service offered by the bidder will meet all requirements of the specifications in this Notice Inviting Bids. Questions requesting approval of equals must be submitted before the deadline for questions to the City contacts listed in the Bid Invitation. Bidder must provide all information (no pricing) in order for the City to determine if the product offered is an equal to the manufacturer specified and/or meets the technical specifications. This includes details for each item to which a proposed equal will be taken, proposed make and model specifications, and any other information on the material specified herein regarding approved equals requested. Bidder must state brand name and/or manufacturer of each item proposed and include detailed specifications. All guarantees and/or warranties must also be stated. Parts and materials must be latest model or current date and meet specifications or be equal to the specifications.
During the question and answer period for this solicitation (EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment; 2026-IFB-MS-0106), the City reserves the right to determine whether equivalents meet the bid specifications of the City, and are equal to the manufacturer specified or the stated technical specifications. The decision of the City regarding equality shall be final.
4.08.130 Lowest and best bidder.
In determining the lowest and best bidder, the following shall be considered, in addition to price:
A. The quality of the material offered;
B. The ability, capacity and skill of the bidder to perform the contract or provide the material or services;
C. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference;
D. The sufficiency of the bidder's financial resources and the effect thereof on his ability to perform the contract or provide the material or services;
E. The character, integrity, reputation, judgment, experience and efficiency of the bidder;
F. The quality and timeliness of the bidder's performance on previous orders or contracts for the city;
G. Litigation by the bidder on previous orders or contracts with the city;
H. The ability of the bidder to provide future maintenance and service where such maintenance and service is essential;
I. Certification by bidder of compliance with the Equal Employment Opportunity—Non-discrimination requirements.
J. Certification by bidder of compliance with the Pasadena living wage ordinance, where applicable.
(Ord. 6899, § 2, 2002; Ord. 6763, § 2, 1998; Ord. 5068, § 3.08, 1972)
Price bid or Price Proposals shall include all federal, state, local and other taxes.
“The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.”
This procedure specifies the process to be utilized by the City of Pasadena in resolving protests regarding this solicitation. In order for a protest to be considered by the City of Pasadena, it must be submitted in accordance with the procedures outlined in the FORMAL SOLICITATION PROTEST PROCEDURE found at the following link: (https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/). A protest submitted that is not in accordance with this procedure, may be returned to the submitting party without any further action by the City of Pasadena.
The Prime Contractor shall be solely responsible for the payment of all subcontractors, suppliers, laborers, and any other persons or entities employed in connection with the performance of this Contract.
The City shall have no obligation to pay, or to ensure the payment of, any subcontractors, suppliers, or workers directly. The Prime Contractor shall ensure timely and full payment in accordance with all applicable laws, including but not limited to California Public Contract Code §§ 10262 and 10262.5 and Labor Code § 218.7.
Failure to comply with this requirement may result in the withholding of payments, imposition of penalties, and/or other remedies available under the Contract and applicable law.
The Prime Contractor shall also include in all subcontracts a provision requiring subcontractors to pay their lower-tier subcontractors and suppliers in a timely manner consistent with this section.
Proof of insurance is not required to be submitted with your bid/proposal, but will be required prior to the City's award of the contract. Refer to the Insurance requirements in the "Insurance Requirements" section of this document.
“The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.”
FEMA recipients and subrecipients and their contractors and subcontractors are required per 2 C.F.R. Part 200, Appendix II to include a contract provision in all FEMA-funded contracts and subcontracts, including any purchase orders. 1. On or after Aug. 13, 2020, for all new, extended, or renewed contracts using FEMA funds, especially for covered telecommunications equipment or services: a. FEMA recipients and subrecipients are required to include a provision in their contracts explaining the prohibitions under section 889 of the NDAA and as clarified in this policy. b. This also applies to subcontracts under any new, extended, or renewed contract. (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services As used in this clause. The link to the policy is listed here: Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim) FEMA Policy #405-143-1 (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing— a. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or b. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: a. Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. b. Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d) Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.
The winning proposal/bid may be required to submit a completed and signed IRS Form W-9. Failure to submit this form may result in the response being deemed non-responsive.
(a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.
Bidders acknowledge that they shall provide the goods and/or services without monetary limitations on liability. If Bidders take exception to this requirement, Bidders shall expressly state any exceptions, including the proposed limits of liability, (a) in detail; (b) as a separate line item; and (c) not part of any form documents submitted. Bidders acknowledge that any exceptions may result in a finding of non-responsiveness.
ONLY REQUIRED FOR FUNDING AGREEMENTS a. Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to “funding agreements,” but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” c. Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph.
This section is only applied when buying paper products.
Beginning January 1, 2022, SB 1383 requires jurisdictions (cities, counties, cities and counties, or special districts that provide solid waste collection services) to purchase recycled-content paper products that are recyclable.
SB 1383 builds upon existing laws that require jurisdictions to purchase products that contain minimum recycled content, and adds additional requirements on product recyclability and recordkeeping.
All vendors providing Paper Products and Printing and Writing Paper shall:
This section of the FEDERAL REGISTER contains regulatory documents having general applicability and legal effect, most of which are keyed to and codified in the Code of Federal Regulations, which is published under 50 titles pursuant to 44 U.S.C. 1510. The Code of Federal Regulations is sold by the Superintendent of Documents. DEPARTMENT OF AGRICULTURE Rural Utilities Service 7 CFR Part 1787 RIN 0572–AC42 ‘‘Buy American’’ Requirement. Details for this requirement can be found at the following link: https://www.govinfo.gov/content/pkg/FR-2018-11-27/pdf/2018-25815.pdf
REQUIRED FOR ALL FEDERALLY FUNDED AGREEMENTS. City of Pasadena and contractors may be subject to the equal opportunity requirements implementing Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”, as well as 2 C.F.R. §200.321, “Contracting with small and minority businesses, women’s business enterprises, and labor surplus area firms.” Contractors shall be required to complete the applicable Equal Employment Opportunity forms and SBE/MBE/WBE/LSA forms included in the project specifications. Contractor shall also sign and submit a certification that declares all necessary affirmative steps were taken to assure that small and minority businesses, women’s business enterprises, and labor surplus area firms were used when possible, as outlined by 2 C.F.R. §200.321.
The provisions of this Contract relating to payment for products or services shall become effective when funds assigned for the purpose of compensating the Contractor as herein provided are actually available to for disbursement. The City shall be the sole judge and authority in determining the availability of funds under this Contract. If any action is taken by the City, any state agency, Federal department or any other agency to suspend, decrease, or terminate its fiscal obligations under, or in connection with, this Contract, the City may amend, suspend, decrease, or terminate its obligations under, or in connection with, this Contract. In the event of termination, The City shall be liable for payment only for products provided or services rendered prior to the effective date of the termination, provided that such products or services were provided or performed in accordance with the provisions of this Contract.
If any person contemplating submitting a proposal of the items or services listed herein is in doubt as to the true meaning of any part of this RFP, he/she may submit a question through the City's eProcurement Portal Q&A section for an interpretation or correction thereof.
Any interpretation or correction of City specifications will be made only by addendum, duly issued by the City representative(s) identified in this solicitation, above. Addenda (if any) shall be made available on the City's eProcurement system, and sent to each vendor included on the "Followers" list in the City's eProcurement system. A vendor's failure to address the requirements of any and all addenda may result in the response (proposal or bid, or alike) not being considered. If the City determines that a time extension is required for the proposal, the City will issue an addendum that will give the new submission date. The vendor is responsible to register on the City's eProcurement Portal and follow the project named EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment in order to be included in the "Followers" list in the City's eProcurement system to insure they receive all documents including addendums which are available as a download.
The City reserves the right to change any part of these Instructions to PROPOSERS and Specifications any time prior to Deadline for Submissions. Any changes shall be in the form of addenda and will become a part of the Proposal documents and of the contract.
REQUIRED FOR ALL FEDERALLY FUNDED AGREEMENTS. Contractors shall comply with the CPA requirements as implemented by 46 CFR 381 in order to ensure a fair and reasonable participation by privately owned United States-flag commercial vessels in transporting cargoes which are subject to the Cargo Preference Act of 1954 and which are generated by U.S. Government Grant, Guaranty, Loan and/or Advance of Funds Programs Use of United States-flag vessels: The contractor agrees – To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.”
REQUIRED FOR FEDERALLY FUNDED AGREEMENTS IN EXCESS OF $100,000 AND INVOLVES THE EMPLOYMENT OF MECHANICS OR LABORERS. The Contractor shall comply with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. Records. The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Access to Records. Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.”
An NFE is required by 2 C.F.R. § 200.315 to provide certain licenses with respect to copyright and data to the federal awarding agency. 2 C.F.R. § 200.315(b) provides to the federal awarding agency “a royalty-free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use [any work that is subject to copyright] for federal purposes, and to authorize others to do so.” 2 C.F.R. § 200.315(d) provides to the federal government the rights to “obtain, reproduce, publish, or otherwise use” data produced under a federal award and to authorize others to do the same. Applicability When an NFE enters into a contract requiring a contractor or subcontractor to produce copyrightable subject matter and/or data for the NFE under the award, the NFE should include appropriate copyright and data licenses to meet its obligations under 2 C.F.R. § 200.315(b) and (d), respectively. Work that is subject to copyright, or copyrightable subject matter, includes any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Suggested Language The following provides a sample contract clause: “License and Delivery of Works Subject to Copyright and Data Rights” The Contractor grants to the (insert name of the non-federal entity), a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the (insert name of the non-federal entity) or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the (insert name of the non-federal entity) data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity).”
SAM REGISTRATION
Prior to bid submittal date, the lowest responsive and responsible bidder must be verified to not be on the government-wide exclusions list for suspension or debarment.
Vendors seeking to register can register for free at the following link: https://sam.gov/content/entity-registration
All federal financial assistance recipients must have a Unique Entity ID (UEI) number.
As of April 4, 2022, DUNS Numbers will no longer be used by federal agencies. As part of a governmentwide initiative, the Office of Management and Budget (OMB), directed all federal agencies to complete their transition to the Unique Entity ID created in SAM.gov. This transition allows the government to streamline the entity identification and validation process, making it easier for entities to do business with the federal government for your company does not have a UEI, you can obtain one by visiting https://sam.gov/content/entity-registration.
The SAM registration process may take several business days to complete. Therefore, the City recommends that the Bidder begin the registration process if bidder has not done so already.
This proof must be submitted with the Bid. If you fail to submit this information with the Bid, the Bid may be deemed non-responsive.
Below is a Summary and an Executive Summary: Click Here for the Complete Document: https://public-inspection.federalregister.gov/2023-17724.pdf
SUMMARY:
The Office of Management and Budget is revising the OMB Guidance for Grants and Agreements. The revisions are limited in scope to support implementation of the Build America, Buy America Act provisions of the Infrastructure Investment and Jobs Act and to clarify existing provisions related to domestic preferences. These revisions provide further guidance on implementing the statutory requirements and improve Federal financial assistance management and transparency.
SUPPLEMENTARY INFORMATION:
Executive Summary
The Office of Management and Budget (OMB) is revising its guidance in title 2 of the Code of Federal Regulations (2 CFR) to add a new part 184 and revise 2 CFR 200.322. The revisions implement the requirement for the Director of OMB to issue guidance to the head of each Federal agency to assist in the implementation of the requirements of the Build America, Buy America Act (BABA), Public Law 117-58, 135 Stat. 429, 70901-70927, Nov. 15, 2021. As required by BABA, the new part 184 of 2 CFR provides clear and consistent guidance to Federal agencies about how to apply the domestic content procurement preference (Buy This document is scheduled to be published in the Federal Register on 08/23/2023 and available online at federalregister.gov/d/2023-17724, and on govinfo.gov America or BABA preference) as set forth in BABA to Federal awards for infrastructure projects. See BABA 70915. For example, the new part 184 includes definitions for key terms, including iron or steel products, manufactured products, construction materials, and materials identified in section 70917(c) (section 70917(c) materials) of BABA. These definitions provide a common system for Federal agencies to distinguish between the product categories established under the statutory text in BABA. The new part also offers standards that define “all manufacturing processes” in the case of construction materials. The new part 184 also includes guidance for determining the cost of components of manufactured products. The part 184 text uses a modified version of the “cost of components” test found in the Federal Acquisition Regulation (FAR) at 48 CFR 25.003, which is used for Federal procurement. Using this approach for determining the cost of components of manufactured products in the context of Federal financial assistance aims to provide a consistent approach for industry, with only minor modifications which are explained in this document. The new part 184 also includes guidance on proposing and issuing Buy America waivers. For example, based on the statutory text of BABA, it restates the circumstances under which a waiver may be justified. The new part also includes guidance on the type of process that a Federal agency should implement to allow recipients to request waivers, including the process a Federal agency should follow in issuing proposed and final waivers. The revised provision in 2 CFR part 200 specifies that Federal agencies providing Federal financial assistance for infrastructure projects must implement the Buy America preferences set forth in 2 CFR part 184, as required under section 70914(a) BABA, as of the effective date of the guidance, unless specified otherwise.
Click Here for the Complete Document: https://public-inspection.federalregister.gov/2023-17724.pdf
For Compliance with Federal Acquisition Regulations (FAR) Clauses and Deviations
General Requirements
All bidders or proposers must adhere to the following Federal Acquisition Regulation (FAR) clauses, including specified deviations. Bidder/Proposers should ensure their representations and certifications are completed and up to date in SAM.gov before submitting their proposal.
Required Representations and Certifications
Contract Terms and Conditions
Subcontracting Requirements
- FAR 52.244-6 – Subcontracts for Commercial Products and Commercial Services
- If the Bidder/Proposer intends to subcontract any portion of the work:
- Subcontractors must comply with all applicable FAR clauses.
- The prime contractor is responsible for ensuring subcontractor compliance with federal laws.
- The Government reserves the right to review and approve subcontractors for compliance.
By submitting this bid 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 EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment due on Thursday, April 23, 2026 are true and correct to the best of my knowledge at the time of the proposal’s submission.
By confirming, the bidder is acknowledges the following:
Bidder agrees that their bid shall remain open and shall not be withdrawn for a period of not less than one hundred and eighty (180) calendar days from the date of opening bids, or until rejected by the City, whichever occurs first.
Subsequent to the closing of this solicitation, but prior to contract award, the recommended vendor will be required to provide the following documents within 10 calendar days of being notified, otherwise the submitted proposal may be deemed non-responsive.
Please confirm that you will provide the following per these instructions.
All Insurance Requirements in this Solicitation (IF REQUIRED)
If your submittal does not include all of the below items, it may be deemed non-responsive.
Please upload a copy of your: TBD
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
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.
Please download the below documents, complete, and upload.
While the materials and supplies listed in this solicitation represent a majority of the materials and supplies needed, there is a small percentage of items that are unknown at this time. Therefore, bidders are required to, in addition to providing pricing for all materials and supplies, submit a catalog (PDF) with all available supplies or materials for future purchasing consideration as a part of this overall contract with their bid. Catalog information must include per unit pricing.
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)
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)
Select a general funding source. If the procurement is even partially funded by a grant, select one of the non Local sources.
This amount is the dollar value of the award from HUD. Contact Housing if you have questions.
Do not erase the text below. Enter the number after the text that reads "FEDERAL-AID PROJECT NUMBER:"
Below is a list of potential attachments that may or may not apply to your procurement. Please review the attachments in the section named "Attachments" to ensure they are relevant and appropriate.
Goods/Equipment, Services, SAAS, Printers, Copiers/Scanners)
This particular question is to be answered for the company (or their subcontractors) not their employees or their products.
Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "C33 - Painting and Decorating, OR Class A – General Engineering with Asbestos Certification, OR class B – General Building with Asbestos Certification".
General definitions and parameters of each approach.
A Market Basket of Goods are the materials and supplies currently in your Bidder's Proposal and represents a pricing method used in solicitations where vendors must provide prices for a representative list of the most commonly purchased materials and supplies. The current list —called the Market Basket—reflects the City’s anticipated purchasing. The materials in the Market Basket represent a defined percentage of the contract’s estimated value and consist of the top items the City purchases. While bidders must price all items in the Market Basket, they must also provide catalog pricing for all other available materials or supplies to cover items not specifically listed.
Q (Alternative L2 hardware): Would you accept an alternative brand of Level 2 hardware if it met or exceeded the performance specifications?
A: Refer to Section 5.6 – Substitutions and Equivalents and Section 10.5, Approved Equals of the IFB. Products identified by manufacturer and model establish minimum quality and performance standards. Bidders may propose equivalent equipment provided the proposed product meets the specified requirements and sufficient technical documentation is submitted for the City to determine equivalency.
Q (Clarification Request – BABA Applicability to Group 2 Level 2 EV Chargers): The Level 2 EV charging equipment specified in Group 2 references the IXP-E80 Rugged 16.6kW (80A) charger. We have been advised that the manufacturer does not currently have Build America, Buy America (BABA) compliance documentation available. Given that this project incorporates federal funding and includes domestic preference requirements under 2 CFR 200.322, can the City please confirm whether BABA requirements apply to the Level 2 EV charging equipment under this solicitation? If BABA compliance is required, will the City accept an approved equal product that meets or exceeds the technical specifications and provides appropriate domestic compliance documentation?
A: This procurement is associated with a federally funded program and bidders are responsible for ensuring that all equipment provided complies with applicable federal requirements, including domestic preference requirements under 2 CFR 200.322, where applicable. With respect to substitution of equipment, refer to the City’s response to Question 1 and Section 5.6, Substitutions and Equivalents and Section 10.5, Approved Equals of the IFB.
Q (No subject): Is IFB 2026-IFB-MS-0106 intended as a one-time equipment purchase, or is it structured as a multi-year agreement under which the City may place orders over multiple years at the awarded pricing, with pricing locked for a defined term ?
A: IFB 2026-IFB-MS-0106 is intended as a one-time procurement for the equipment identified in the bid schedule. This solicitation is not structured as a multi-year agreement for future purchases. The City intends to award a contract for the supply of the specified equipment in accordance with the quantities identified in the IFB. The City reserves the right to adjust quantities as necessary to meet project requirements, consistent with the terms and conditions of the solicitation.
Q (Request for Extension ): Can the due date be extended an additional 2-3 weeks?
A: The City is currently reviewing this request. If the bid submission deadline is extended, the change will be communicated through a formal addendum to the solicitation.
Q (TRANSFORMER QUESTIONS (Line 3 - XFMR-C, D, E)): 1. What is the required impedance for the 500kVA dry-type transformers? 2. What insulation class and temperature rise rating is required (80C, 115C, or 150C)? 3. Is copper or aluminum winding acceptable? 4. What DOE efficiency standard must be met (DOE 2016 / TP-1)? 5. What BIL (Basic Insulation Level) is required? 6. Are there sound level requirements for the transformers? 7. What tap configuration is required on the primary winding (e.g., 2 FCBN / 4 FCAN)? 8. Is a NEMA 3R ventilated enclosure acceptable, or is a sealed/non-ventilated enclosure required for the outdoor installation?
A: 1. Minimum of 4.5% 2. 220C insulation class and 150C temperature rise 3. Aluminum acceptable 4. DOE 2016 5. 10kV 6. No 7. Minimum two taps +/- 2.5% each tap 8. NEMA 3R ventilated enclosure
Q (MAIN SWITCHBOARD QUESTIONS (Line 1 - SWBD)): 1. Is there a detailed written specification for the main service switchboard beyond what is shown on drawing E1.0? 10. What specific Siemens SB model/configuration is the basis of design, so that "or equal" submittals can demonstrate equivalence? 2. What technical documentation is required for an "or equal" submittal for the main switchboard? 3. What is the required short circuit withstand duration for the 65KAIC rating (1-cycle, 3-cycle, 30-cycle)? 4. Is copper bus required or is aluminum acceptable for the main switchboard? 5. What are the CT ratios and accuracy class for the utility metering section? 6. What are the specific requirements for the energy-reduction maintenance switch (zone-selective interlocking, or arc-flash reduction maintenance mode)? 7. What is the required trip unit specification for the 4000A main breaker beyond LSIG (specific pickup/delay settings, or just LSIG capability)? 8. Are the 350A current-limiting breakers required to be fused (MCCB with limiters) or electronic trip with current-limiting capability? 9. What is the voltage and kVA rating detail for the integral 225kVA transformer - is this 480V delta to 208/120V wye?
A: 1. No 10. See sheet E1.0 for switchgear configuration 2. Equivalent switchgear must have same configuration and rating (voltage, ampacity, number of cabinets, integrated transformer section, breakers, AIC rating, etc.) 3. 3-cycle 4. Aluminum acceptable 5. 2000:5, 0.3% 6. Arc flash reduction maintenance mode 7. LSIG capability. Specific pickup/delay settings to be determined by Contractor as part of protective device coordination study 8. Either acceptable to limit current to within DCFC ratings 9. 480V delta to 208/120 wye
Q (SECONDARY SWITCHBOARD QUESTIONS (Line 2 - SWBD-C, D, E)): 1. Is the equipment supplier responsible for providing mounting bases, structural frames, anchor bolt templates, or precast vaults shown on Sheet E5.0, or are those provided under the civil/construction contract? 2. Does "complete, fully populated, and operational electrical equipment" include cable termination lugs, ground bus bars, and neutral bus bars sized for the conductor schedule shown on E1.0? 3. Are the precast pull boxes (Oldcastle AGB650X or similar) shown on E5.0 part of this equipment supply scope or the civil contract? 4. Is the grounding system equipment (Burndy GP4429 connectors, ground rods, bare copper) shown on E1.0 Note 5 part of this bid scope?
A: 1. Yes to mounting bases, structural frames & anchor bolt templates. No to precast vaults. 2. Yes 3. precast pull boxes not included with this bid 4. No
Q (DELIVERY AND LOGISTICS): 1. Does the 90-day delivery requirement apply to all line items within a group, or can items within a group ship on different schedules as long as all arrive within 90 days? 2. Is partial/staged delivery acceptable, or must all equipment for a group arrive in a single shipment?
A: The solicitation does not currently specify a delivery schedule. The City will issue an addendum establishing the delivery requirements for this procurement. Partial or staged deliveries will be permitted provided all equipment within the awarded bid group is delivered within the required delivery period.
Q (SEISMIC RATING): 1. What seismic certification is required for the switchboards and transformers — ICC-ES AC156, IEEE 693, or California Building Code (CBC) Chapter 13 nonstructural component requirements? 2. What is the site-specific Seismic Design Category (SDC) and importance factor for anchoring and bracing calculations? 3. Are seismic restraint/anchorage calculations and shop drawings required as part of the equipment submittal? 4. Do the transformers require seismic isolation mounts or is standard anchor bolting to the concrete pad acceptable?
A: 1. ICC-ES AC156 2. SDC = D, Ip = 1.0 3. Yes 4. No
Q (Small Business): Does this solicitation have a small business requirement?
A: No. This solicitation does not include a small business participation requirement. All qualified bidders meeting the requirements of the Invitation for Bids are eligible to submit a bid.
Q (Partial Bids): Will you accept partial bids? We can deliver the chargers but not the other hardware such as panels, transformers, and switchboard
A: Bidders may submit bids for one or more of the bid groups identified in the solicitation. However, bids must include all items required within the bid group for which the bidder is submitting a proposal. The City does not intend to accept partial bids for individual items within a bid group.
Q (Equivalents): What is the process to submit technical specs for proposed equivalent alternative equipment?
A: Requests for approval of equivalent equipment must be submitted during the Question and Answer period through the City’s eProcurement Portal in accordance with Section 5.6, Substitution for Patented and Specified Articles. The request submitted through the portal must clearly identify the item for which an equivalent is proposed and the proposed manufacturer and model. Because the portal only supports text submissions, supporting technical documentation necessary to establish equivalency (such as specification sheets or product data) may be emailed to the Project Contact identified in Section 2 of the solicitation. The email must reference the solicitation number and the corresponding question submitted in the portal. Bidders proposing an equivalent product must also include with their bid all supporting documentation demonstrating that the proposed product meets the requirements of the specifications. The City’s determination regarding equivalency shall be final.
Q (Request for Approved Equal: Group 2 Level 2 EV Charging Equipment): Request for Approved Equal: Group 2 Level 2 EV Charging Equipment Project: EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment (Project ID: 2026-IFB-MS-0106) Original Specified Equipment: Group 2: Level 2 EV Charging Equipment Specified Make/Model: Qty: 56 - IXP-E80 RUGGED SINGLE PORT 16.6KW, 80A AND PEDESTALS (PAB-05 WITH CABLE MANAGEMENT) Proposed Equivalent Make/Model: Autel MaxiCharger AC Ultra In accordance with the Equivalents to Specifications requirements, we respectfully request that the Autel MaxiCharger AC Ultra be reviewed and approved as an equal to the specified IXP-E80 Rugged Level 2 Charger. The proposed Autel unit meets or exceeds the required design, function, and performance standards of the specified equipment and supports simultaneous dual-port high-speed charging. Technical Equivalency Comparison Specified Equipment: IXP-E80 Rugged Power Output: 19.2kW (80A) or 11.5kW (48A) Input Voltage: 208-240V AC Connector Type: SAE J1772 Communication / Network: Bluetooth, Wi-Fi, 4G, Ethernet Protocols: OCPP 2.0.1 / OCPP 1.6J User Authentication: Plug & Charge, RFID, Credit Card (Optional), App Mounting / Form Factor: Pedestal (PAB-05) with cable management Enclosure Rating: NEMA 4 Display: LED indication Proposed Equivalent: Autel MaxiCharger AC Ultra Power Output: Max 2 * 19.2kW (capable of charging two vehicles simultaneously at 19.2kW/80A each). Adjustable via app or DIP switch from 6A to 80A. Input Voltage: 208V +/- 15% / 240V +/- 15%, 60Hz Connector Type: SAE J1772 (available in 25 ft / 7.5m or 16.4 ft / 5m cord lengths) Communication / Network: Bluetooth, Wi-Fi, Ethernet, 4G, RS485 Protocols: OCPP 1.6J (Can be upgraded to OCPP 2.0.1 later) User Authentication: ISO 15118 Plug & Charge, App, RFID card, Credit Cards (Optional) Mounting / Form Factor: Floor-mounted or wall-mounted rugged design with one-piece pedestal construction and Cable Management System Enclosure Rating: NEMA 3R Display: 8-inch HD (1280x720) Touch Screen Warranties and Guarantees The Autel MaxiCharger AC Ultra includes a standard 36-month warranty, with extended warranty options available. The proposed equipment is the latest model and is compliant with standard safety certifications including UL 2231-1, UL 2231-2, UL 2594, NEC Article 625, CSA C22.2, UL 916, and ISO 15118 Plug&Charge. It is also Energy Star and OpenADR 2.0b certified.
A: The proposed equivalent, Autel MaxiCharger AC Ultra, is not approved as an equal for Group 2: Level 2 EV Charging Equipment. The specification requires OCPP 2.0.1 as a current protocol. The submitted information for the proposed equipment identifies support for OCPP 1.6J and can be upgraded to OCPP 2.0.1 later. Equipment that requires a future upgrade to meet the protocol requirement does not satisfy the current specification. Accordingly, the proposed equipment does not meet the specification requirements and is therefore not approved as an equal.
Q (No subject): Are you able to offload the equipment, and will a loading dock be available at the delivery location?
A: A loading dock is not available at the delivery location. The City is equipped to offload palletized equipment from flatbed trucks using a forklift. The City can also accommodate deliveries via box trucks, provided palletized items are staged at the rear of the vehicle to facilitate forklift access. Vendors are responsible for ensuring delivery configurations are compatible with these requirements.
Q (No subject): To ensure availability, could you provide the anticipated award and order timelines?
A: The City anticipates issuing a Notice of Intent to Award within approximately two to three (2–3) weeks following the bid due date, contingent upon completion of the evaluation process. Final contract award and issuance of a purchase order will depend on the total value of the award. Contracts exceeding $250,000 require City Council approval, which may extend the timeline by up to approximately three (3) months. For awards below this threshold, contract execution and purchase order issuance will proceed following completion of the required internal approvals.
Q (Request for Approved Equal: Electrical Switchgear and Transformers): Equipment Specified: Siemens SB Integrated Power System Proposed Equivalent: Schneider Electric QED-2 Switchboard and Integrated Power and Control System (IPaCS) Equipment Specified: Siemens SB2 Proposed Equivalent: Schneider Electric QED-2 Switchboard Technical specifications for proposed equivalent equipment will be sent to the Project and Procurement contacts listed in the RFP.
A: See response to Q&A # 6
Q (Equivalents): We would like to request that the following L2 unit be accepted as an alternate for the IXP-E80 unit. Proposed Equivalent: FractalEV 80A Power Output: 19.2kW per port. Can be throttled if necessary Input Voltage: 208V / 240V, 60Hz, rear or bottom wiring options Connector Type: SAE J1772, 21' cable. NACS is optional Metering: 1% accuracy Communication & Network: Wi-Fi, Mesh, 3G/4G. Dual SIM slots. Protocols: OCPP 1.6J (OCPP 2.0.1 soon) User Authentication: ISO 15118 Plug & Charge, App, RFID card, PIN code, QR code on screen Mounting / Form Factor: Floor-mounted (single or dual, with or without cord management) or wall-mounted with optional cord management Enclosure Rating: NEMA 4 (IP65) Display: 4.3-inch full-color touch screen plus LED ring Size: 13.5” x 9.5” x 4-3/4”, 15 lbs. Compliance: ETL, FCC, ICED, EnergyStar, CTEP Reliability boost: Driver error reporting on screen
A: The proposed equivalent, FractalEV 80A, is not approved as an equal for Group 2: Level 2 EV Charging Equipment. The specification requires OCPP 2.0.1 as a current protocol. The submitted information for the proposed equipment identifies support for OCPP 1.6J and states that OCPP 2.0.1 is expected “soon.” Equipment that does not currently provide the required protocol does not satisfy the specification. Accordingly, the proposed equipment does not meet the specification requirements and is therefore not approved as an equal.
Q (Sales Tax): Should we include sales tax in the bid? If so, what is the correct rate?
A: No. The Pasadena Sales Tax (@ 10.5%) will auto calculate.
Q (N/A): N/A
A: N/A
Q (No subject): To confirm, all proposed chargers must adhere to BABA requirements?
A: Yes. Proposed chargers shall comply with all applicable BABA requirements associated with this solicitation. Bidders are responsible for ensuring and documenting such compliance.
Q (No subject): Given that the previously specified IXP charger is not BABA compliant, will the City still consider this an option for the level 2 chargers?
A: The City does not agree with the premise of the question. The prior reference to a specific charger model should not be interpreted as a City determination that the referenced unit is or is not BABA compliant. As stated in this solicitation, bidders are responsible for proposing products that comply with all applicable federal requirements, including BABA requirements to the extent they apply, and for providing supporting documentation sufficient to demonstrate compliance.
Q (Bid Bond): Is submission of the bid bond through Surety2000 sufficient or do we need to download it and include it in our OpenGov submission?
A: A bid bond is not required under this solicitation. Therefore, bidders are not required to submit a bid bond through Surety2000 or include a bid bond with their OpenGov submission for this IFB.
Q (Request for Substitution): Request for Approved Equal: Group 2 Level 2 EV Charging Equipment Project: EV Chargers, Electrical Switchgear, Transformers, and Communications Equipment (Project ID: 2026-IFB-MS-0106) Original Specified Equipment: Group 2: Level 2 EV Charging Technical Equivalency Comparison: IXP E80 – Level 2 Charger Max Current: 80A Max Power Output: 19.2 kW Input Voltage: Not specified Connector Type: SAE J1772 BABA Compliance: Communication Capabilities: Bluetooth, Wi-Fi, 4G, Ethernet OCPP Version: 1.6J / 2.0.1 User Authentication Methods: Plug & Charge, RFID, Mobile App, Optional Credit Card Enclosure Rating: NEMA 3R Display: LED indicators Warranty: 36 months Proposed Equivalent: Enphase / OpConnect CS-100 – Level 2 Charger Max Current: 80A Max Power Output: 19.2 kW Input Voltage: 208–240V AC Connector Type: SAE J1772 and NACS BABA Compliance: Yes (Certified) Communication Capabilities: Cellular, Bluetooth, Wi-Fi, Ethernet OCPP Version: 2.0.1 User Authentication Methods: Plug & Charge, RFID, Mobile App, Optional Credit Card Enclosure Rating: NEMA 4 (fully sealed for enhanced durability) Display: LED indicators Warranty: 5 years
A: The City will evaluate proposed products based on the requirements of the solicitation, as modified by addendum. The prior manufacturer-specific reference has been replaced with performance-based minimum requirements. Accordingly, approval will not be based on whether a unit is considered an “approved equal” to the previously referenced model, but rather on whether the bidder demonstrates compliance with the revised specification requirements. Based on the product sheet submitted with this request, the proposed OpConnect / Enphase CS-100 appears to meet certain stated requirements, including 80A charging capacity, 208/240V operation, J1772 connector, NEMA 4 enclosure, hardwired installation, and OCPP 1.6/2.0.1 support. However, the submitted literature does not clearly demonstrate compliance with all of the revised minimum requirements, including but not limited to the City’s requirements for 16.64 kW at 208V, a factory-integrated internal card reader housed within the charger enclosure, the required pedestal and integrated cable management configuration. The product sheet also identifies optional cable management and an optional RFID reader, which does not by itself establish compliance with the City’s required configuration. Accordingly, the City cannot confirm the proposed unit as compliant based on the information currently submitted. Bidders shall submit complete product data and supporting documentation sufficient to demonstrate compliance with the solicitation requirements, as revised by addendum. If such information is not provided with the bid submission, the apparent lowest bidder shall provide the requested supporting documentation within two (2) weeks of the City’s request.
Q (Unit for quote): Our unit is BABA, and will they accept our unit for a quote? See the attachment on the unit. We are on Southern Energy Utilities, EPRI and SDVOSB.
A: See Q&A 23
Q (Request for Substitution): Please confirm whether the McCain 336A Equipment Cabinet will be accepted as an approved substitute for the specified McCain 336 Control Cabinet. If not, please provide the required McCain Cabinet model/Configuration.
A: Yes. The McCain 336A Equipment Cabinet will be accepted for this project.
Q (No subject): Confirming that the city will accept any level 2 charging station as long as it meets the minimum performance requirements as outlined in 10. Bid Specifications?
A: See response to Q&A #20 and #23.
Q (Alternative L2): We would like to propose the Fractal 80A L2 charger as an equivalent to the IXP 80A L2 charger: Power Output: 19.2kW per port Input Voltage: 208V / 240V, 60Hz, rear or bottom wiring options Connector Type: SAE J1772, 21' cable. NACS is optional Metering: 1% accuracy Communication & Network: Wi-Fi, Mesh, 3G/4G. Dual SIM slots. Protocols: OCPP 2.0.1 and 1.6J User Authentication: ISO 15118 Plug & Charge, App, RFID card, PIN code, QR code on screen Mounting / Form Factor: Pedestal-mounted (single or dual, with or without cord management), or wall-mounted with optional cable management Enclosure Rating: NEMA 4 (IP65) Display: 4.3-inch full-color touch screen plus LED ring Dimensions: 13.5” x 9.5” x 4-3/4”, 15 lbs. Compliance: ETL, FCC, ICED, EnergyStar, CTEP Warranty: 3 years with option to extend to 5 years Important note: While the Fractal 80A is still pending OCA certification for 2.0.1, we can provide 80A Fractal units factory-configured to OCPP 2.0.1 presently.
A: See response to Q&A #20 and #23.
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.