SLED Opportunity · CALIFORNIA · PASADENA
AI Summary
City of Pasadena seeks contractors for Sierra Madre Blvd. Median Enhancements project involving construction of green infrastructure, landscaping, and street lighting upgrades. Requires California Class A license with C-10 and C-27. Bids due April 15, 2026, via eProcurement Portal. Project includes DBE goals, prevailing wage compliance, and federal funding requirements.
Sierra Madre Median Enhancements focuses on the medians that bisect Sierra Madre Boulevard, extending west from Michillinda Avenue on the City’s border to East Washington Boulevard. The enhancements aim to intercept dry weather flows from the Sierra Madre and New York storm drains and surface runoff to improve water quality through urban enhancement and green infrastructure.
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 contractor, subrecipient, or subcontractor shall take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract per Title 49, Code of Federal Regulations (CFR) 26. To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a contract goal for DBEs. The prime contractor shall make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers.
The prime contractor shall meet the DBE goal shown elsewhere in these special provisions or demonstrate that they made adequate good faith efforts to meet this goal.
It is the prime contractor’s responsibility to verify that the DBE firm is certified as a DBE on the date of bid opening by using the California Unified Certification Program (CUCP) database and possesses the most specific available North American Industry Classification System (NAICS) codes and Work Code applicable to the type of work the firm will perform on the contract. Additionally, the prime contractor is responsible to document this verification by printing out the CUCP data for each DBE firm. A list of DBEs certified by the CUCP can be found at:
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 Wednesday, April 15, 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.
SPECIFICATIONS:
The work to be performed consists of the Contractor furnishing all materials, equipment, tools, labor, and incidentals necessary for the construction of the proposed project, complete in place in accordance with the contract drawings and specifications and subject to the terms and conditions of the Contract.
The work to be performed includes, but is not limited to furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents for the Sierra Madre Blvd. Median Enhancements.
See Attachments - Sierra Madre Median Plans and Special Provisions (Technical Specifications).
FEDERAL-AID PROJECT NUMBER: FEDERAL-AID PROJECT NUMBER:
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
General Bid Requirements - To be considered, a Bidder must follow the format for bids in the Specifications. Any bid may be withdrawn before bid opening, but not for ninety (90) days after opening. Bids must be binding and firm.
Bids shall be received electronically only through the City’s eProcurement Portal. Hard copy bids will NOT be accepted. A bid received after the time set shall not be considered. Bidders are required to submit all items listed in the BIDDER’S CHECKLIST including acknowledgement of all addendums.
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.
The City has obtained from the Department of Industrial Relations (DIR) pursuant to the California Labor Code, determinations of the generally prevailing rates of per diem wages and the prevailing rate for holiday and overtime work in the locality in which the work is to be performed. Copies of these determinations, entitled PREVAILING WAGE SCALE, are maintained at the City’s offices, are available during the City’s normal business hours, and are also available on the internet at: Director's General Prevailing Wage Determinations.
If there is a difference in the Pasadena Living Wage rate and the California prevailing wage rate for similar classifications of labor, the Contractor and subcontractors shall pay not less than the highest wage rate. The wage rate for any classification not listed, but which may be required to execute the work, shall be commensurate and in agreement with specified rates for similar or comparable classifications for those performing similar or comparable duties. Holidays shall be as defined in the collective bargaining agreement applicable to each particular craft, classification, or type of worker employed under the contract. Per diem wages include employer payments for health and welfare, pensions, vacation, travel time and subsistence pay, apprenticeship, or other training programs authorized by the California Labor Code, § 3093, and similar purposes when the term “per diem wages” is used herein. Holiday and overtime work, when permitted by law, must be paid for at the rate of at least one and one-half (1.5) times the above specified rate of per diem wages, unless otherwise specified. In accordance with California Labor Code, § 1773.2, the Contractor must post a schedule showing all applicable prevailing wage rates at appropriate and conspicuous locations on the job site where they can easily be seen by workers.
Bids will be received electronically via the City's eProcurement Portal prior to 2:00 pm on Wednesday, April 15, 2026 and will be opened at that time and date. A bid received after the time set for the bid opening shall not be considered. Bidders are required to submit their proposal/bid via the City's eProcurement Portal. Bids will be electronically unseal and made available online (https://procurement.opengov.com/portal/pasadena) for this solicitation named "Sierra Madre Blvd. Median Enhancements" Project ID: 2026-IFB-CIV-0167.
Plans and Specifications are available at:
Bids will be received electronically via the City's eProcurement Portal no later than 2:00 pm on Wednesday, April 15, 2026 and will be opened at that time and date. A bid received after the time set for the bid opening shall not be considered. Bidders are required to submit their proposal/bid via the City's eProcurement Portal.
Plans and Specifications are available at:
Sierra Madre Median Enhancements focuses on the medians that bisect Sierra Madre Boulevard, extending west from Michillinda Avenue on the City’s border to East Washington Boulevard. The enhancements aim to intercept dry weather flows from the Sierra Madre and New York storm drains and surface runoff to improve water quality through urban enhancement and green infrastructure. Proposed above-ground improvements include the installation of bioswales, infiltration basins, rocks, stamped concrete band, landscape planting, Hügelkultur area, and an irrigation system. In addition, the project includes upgrades to the street lighting system, consisting of new LED light fixtures, conduits, conductors, and pull boxes. This project consists of work indicated on the plans, specifications, and bid schedule.
The work to be performed consists of the Contractor furnishing all materials, equipment, tools, labor, and incidentals necessary for the construction of the proposed project, complete in place in accordance with the contract drawings and specifications and subject to the terms and conditions of the Contract.
The work to be performed includes, but is not limited to furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents for the Sierra Madre Blvd. Median Enhancements project.
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
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.
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:
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."
Such other items or details not mentioned above that are required by the Standard Specifications, or these General Provisions, shall be performed, placed, constructed, or installed, and the total contract bid price submitted shall include the cost of all such incidentals even though they are not specifically mentioned in the preceding description of work or in the Bidder’s Proposal.
Before submitting bids, Contractors must be licensed in accordance with California Business and Professions Code, § 7000 et seq. The successful Bidder shall possess a California State Contractor's License, Class A with C10 and C27 at the time a contract for this work is awarded, and each Contractor shall insert his license number on the Bidder's Proposal.
In submitting this bid, the Bidder warrants that it has work experience comparable to that which is to be performed. Prior to award of a contract, the City may request of any Bidder, a statement setting forth their work experience of a nature comparable with that which is to be performed. Such statement shall describe the work performed over the period of three (3) years preceding the date of said statement, and shall give the owner, location, and contract price, together with the dates of beginning and completion of such work. This statement of experience shall be submitted within seven (7) calendar days after the City's notification to so submit. Failure to submit an adequate statement can result in rejection of the bid as nonresponsive.
Questions must be submitted via the City's eProcurement Portal. Any questions submitted after 2:00 pm on Wednesday, April 8, 2026 will not be answered. During the bidding period, the City may find it necessary to issue addendum(a) to bid Specifications after those bid Specifications have been released. Only those parties that have registered with the City as a follower of a particular project will receive the addendum(a) for that project. The City is not responsible for notifications to those parties who do not directly register as a plan holder on the City’s database. It is the responsibility of all perspective Bidders to register on the City’s eProcurement Portal to ensure receipt of any addendum(a) prior to bid submittals. The City reserves the right to reject as nonresponsive any bid that fails to include the information required by any addendum(a) posted on the City’s website. The Bidder is required to acknowledge all addenda received in Bidder’s Proposal.
The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available twenty-four (24) hours, seven (7) days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.
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.
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.
Pursuant to California Labor Code, § 1775, the Contractor must, as a penalty, forfeit $200 to the City for each calendar day or portion thereof, for each worker paid less than the prevailing wage rates as determined by the Director of the DIR for such work or craft in which such worker is employed for the work by the Contractor or by any subcontractor, of any tier, in connection with the work. The difference between the prevailing wage rate and the amount paid to each worker each calendar day, or portion thereof, for which each worker paid less than the prevailing wage rate, must be paid to each worker by the Contractor.
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.
The Contractor must be properly licensed as a contractor from contract award through contract acceptance (California Public Contract Code, § 10164).
See the Timeline in the "Introduction" (Introduction). 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. A pre-bid meeting is scheduled for Monday, April 6, 2026 at 10:00 am in the Public Works Pasadena Victory Park Farmer's Market (Parking Lot by Park and Pasadena High School) 2925 E Sierra Madre Blvd, Pasadena, CA 91107. This meeting is to answer any questions regarding the project Plans and Specifications.
In accordance with the provisions of California Public Contract Code, § 3300, each Bidder must hold an active Class A license for prime contractor with C-10 electrical and C-27 landscaping license (prime contractor and/or sub-contractors must have C-10 and C-27) at the time of bid submission, except as to joint venture Bidders, who shall be licensed as provided in California Business and Professions Code, §§ 7029.1 and 7028.15(c).
Pursuant to the provisions of §§ 1770 to 1782 of the California Labor Code, the California Department of Industrial Relations has determined the general prevailing rate of wages in the county in which the work is to be done. A copy of the general prevailing rate of wages is on file with the City Engineer and is available for inspection and reference during regular business hours.
The City shall, upon its own action, or upon written request of an authorized representative of the DIR, withhold or cause to be withheld from the Contractor under this contract so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the City may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.
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.
Electronic bid bond is required. Bidders must provide all required information for the City to verify the bond with their bid (PDF file). 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.
Parties interested in responding are required to submit electronically through the City of Pasadena's eProcurement Portal prior to 2:00 pm, Wednesday, April 15, 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.
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.
In addition to the information to be listed by the Bidder with the bid, and pursuant to Section 3-3, entitled Subcontractors, of the Standard Specifications for Public Works Construction (“GREENBOOK”), the Bidder shall provide for each subcontractor listed, a brief description of the work to be subcontracted (see form Subcontractor Listing in Attachments). After bids have been received, no substitution of subcontractors in place of those listed in the bid, or the addition of subcontractors for work in excess of one-half of one-percent (0.05%) of the total bid price, will be permitted without the written consent of the City Engineer. The sole grounds for said consent shall be the exceptions listed in Chapter 4 of the California Public Contract Code.
Pursuant to California Labor Code, § 1021.5, the Contractor must not willingly and knowingly enter into any agreement with any person as an independent Contractor, to provide any services in connection with the work, where the services provided or to be provided requires that such person hold a valid contractor’s license issued pursuant to California Business and Professions Code, § 7000 et seq., and such person does not meet the burden of proof of his/her independent Contractor status pursuant to California Labor Code, § 2750.5. In the event that the Contractor shall employ any person in violation of the foregoing, the Contractor shall be subject to the civil penalties under California Labor Code, § 1021.5 and any other penalty provided by law. In addition to the penalties provided under California Labor Code, § 1021.5, the Contractor’s violation of this Paragraph or the provisions of California Labor Code, § 1021.5 shall be deemed an event of the Contractor’s default. The Contractor must require any subcontractor, of any tier, performing or providing any portion of the work to adhere to and comply with the foregoing provisions:
Pursuant to the provisions of California Labor Code, § 1777.1, the Labor Commissioner’s Office of the California Department of Industrial Relations (DIR) publishes and distributes a list of contractors who are ineligible to perform work as a subcontractor on a public works project. This list of debarred contractors is available from the DIR website at:
http://www.dir.ca.gov/dlse/debar.html
The Contractor must not employ, hire, use, or subcontract with any of the listed debarred contractors.
The Contractor and subcontractors, of any tier, must maintain Certified Payroll Records and “Basic Payroll Records”, defined as time cards, front and back copies of canceled checks, cash receipts, trust fund forms, daily logs, employee sign-in sheets, accounting ledgers, tax forms, and any other record maintained for the purposes of reporting payroll, during the course of the work and must preserve them for a period of three (3) years after completion of the project for all trades workers executing the work of the contract. Certified Payroll Records must be submitted at the times designated in Paragraph 6 below or upon request as described in Paragraph 7 below. The City reserves the right to require Contractor to routinely submit Basic Payroll Records at any time, and the records must be provided within ten (10) calendar days following the receipt of the request.
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.
Any Bidder or Proposer may withdraw their response via the City's eProcurement Portal prior to 2:00 pm on Wednesday, April 15, 2026.
A Contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of § 4104 of the California Public Contract Code, or engage in the performance of this public works project unless currently registered and qualified to perform public work pursuant to California Labor Code, § 1725.5. It is not a violation of California Labor Code, § 1771.1 for an unregistered Contractor to submit a bid that is authorized by § 7029.1 of the California Business and Professions Code or by §§ 10164 or 20103.5 of the California Public Contract Code, provided the Contractor is registered to perform public work pursuant to § 1725.5 at the time the contract is awarded.
A pre-construction conference shall be conducted at a time and place to be determined by the City’s Project Manager prior to the start of construction. The job-site foreman or superintendent assigned by the Contractor for this project shall be present at the pre-construction meeting. The Contractor shall prepare a tentative progress schedule for submission and review at the meeting. The discussion shall include: verification of equipment orders; project supervision; on-site inspection; progress schedules and reports; payments to Contractor; safety; and other anticipated problems pertinent to the project. The City of Pasadena will issue Notice to Proceed at the pre-construction meeting.
At this conference, the Contractor shall designate, in writing, a representative who shall have complete authority to act on behalf of the Contractor. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the Contractor. In the absence of the Contractor or its designated representative, necessary or desirable directions or instructions may be given by the Project Manager to the superintendent or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the Contractor or its representative. Those attending the meeting shall include, but not be limited to the following:
Two weeks prior to this meeting the Contractor shall submit the following:
• When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or
• When a major item of work, as defined elsewhere in the contract, is increased in excess of one-hundred twenty-five percent (125%) or decreased below seventy-five percent (75%) of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of (125%) of original contract item quantity, or in case of a decrease below seventy-five percent (75%), to the actual amount of work performed.
It is the Bidder's responsibility to thoroughly examine; the location of the proposed work, the Plans and Specifications, and the Scope of Work to be performed to fully acquaint the Contractor with the project conditions. Bidders shall have no claim against the City based upon unawareness of the requirements of the project, misunderstanding of site conditions, or misinterpretation of the Plans, Specifications, or contract provisions.
The exact location and identification of all existing utilities shall be determined by the Contractor prior to the start of any work. The Contractor shall notify Underground Service Alert - South (U.S.A.) by calling 1-800-422-4133 two (2) working days in advance of the work for this project. Paint indications for underground utilities shall be limited to only those areas within the project limits. The Contractor shall remove any painted marks that remain after the construction is complete.
The cost for locating and coordination with the utility companies to protect their facilities, in place as shown on plans and as specified in these provisions, shall be included in the related items of work and no additional time allowance or compensation shall be made thereof.
Pursuant to California Labor Code, § 1776, the Contractor and each subcontractor, of any tier, must maintain an accurate, weekly payroll record showing the employee’s full name, address, social security number, work classification, amount paid per hour, straight time, overtime, and holiday hours worked each day with weekly totals. The actual per diem wages paid to each person employed for the work, the gross and net wages paid, as well as the Contractor’s name and address, project name and location, and dates of payroll must also be maintained. If payments are made to any third-party trust, funds, or plans for health and welfare, pension, or vacation trusts, those payments must be stated on the Certified Payroll Record. The basic wage rate paid per hour plus the employer contributions for benefits, including training fund contributions, must at least equal the prevailing wage rate for that classification.
The Contractor must maintain and submit its Certified Payroll Records and those of its subcontractors. The City reserves the right to require the Contractor to submit to the City each week, no later than seven (7) calendar days after the payday for the week covered, the Certified Payroll Records of Contractor and its subcontractors of every tier. If there is no work on a given week or on a given day, the Certified Payroll Record must indicate “no work” for that week or day(s). The Certified Payroll Records must account for each day of the week including Saturdays, Sundays, and holidays. Contractor and subcontractors of every tier must write “final” on the last submitted Certified Payroll Record for the Project.
The Certified Payroll Records must be verified by a written declaration made by a person with authority to represent the reporting entity, under penalty of perjury, that the information contained in the payroll record is true and correct and that the reporting entity has complied with the requirements of California Labor Code, §§ 1771, 1811, and 1815 for any work performed by his, her or its employees on the project.
The Contractor agrees that submission of Certified Payroll Records as well as all related or subsequent requests for supporting document made by City shall be a condition precedent to Contractor’s receipt of a progress, final, or retention payment. The City shall withhold any portion of the progress, final, or retention payment up to and including the entire payment until the Certified Payroll Records requirement is met by the Contractor or its subcontractor. If the Contractor or any subcontractor is determined to have failed to pay workers in compliance with the applicable prevailing wage sections of California Labor Code, the City shall continue to withhold progress, final, or retention payments until sufficient funds have been withheld for payment of wages to workers and all applicable penalties.
Except where otherwise provided for, the repair or replacement of existing improvements that are damaged, injured, or removed as a result of the work shall be reflected in associated unit or lump sum prices noted in the Bidder's Proposal.
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 "Sierra Madre Blvd. Median Enhancements." Project ID: 2026-IFB-CIV-0167. 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.
The Contractor shall begin work within fifteen (15) calendar days after the issuance of the Notice to Proceed.
This work shall be diligently prosecuted to completion before the expiration of NO VALUE WORKING DAYS beginning on the fifteenth calendar day after the date shown on the Notice to Proceed.
The Contractor shall pay to the City of Pasadena the sum of $6000 per day, for each and every calendar days’ delay in finishing the work in excess of the number of working days prescribed above.
The Contractor must post job site notices prescribed by regulation in accordance with California Labor Code, § 1771.4.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
Contractors and subcontractors must furnish electronic certified payroll records directly to the California Labor Commissioner’s Office utilizing the Department of Industrial Relation’s electronic certified payroll reporting system.
Electronic Bid bond is required. 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.
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
Pursuant to California Labor Code, § 1776, in addition to its obligation to deliver certified payroll records to the City on a weekly basis as set forth above, the Contractor must also make payroll records available for inspection at all reasonable hours at the principal office of the Contractor on the following basis:
By submitting a bid, each Bidder expressly agrees to and accepts the following conditions:
All parts of the Instructions to Bidders and Specifications will become part of the contract between the selected Bidder and the City;
The City may require whatever evidence is deemed necessary relative to the Bidder's financial stability and ability to complete this project;
The City reserves the right to request further information from the Bidder, either in writing or orally, to establish any stated qualifications; and
The City reserves the right to solely judge the Bidder's representations, and to solely determine whether the Bidder is qualified to undertake the project pursuant to the criteria set forth herein. The Bidder, by submitting a bid, expressly acknowledges and agrees that the judgment of the City as to whether or not the Bidder is qualified to perform the project, shall be final, binding, and conclusive.
The Contractor shall be responsible for copying and distributing a Notice of Construction, as prepared by the City, to all affected properties. Distribution shall be completed at least forty-eight (48) hours prior to the beginning of construction operations.
If a Contractor is unable to adhere to his schedule as indicated on his written notification, then all affected properties shall be re-notified of the revised schedule, in writing, as indicated above.
No work shall begin unless said notifications have been made. All notifications used on this project shall be reviewed and approved by the Project Manager prior to their distribution by the Contractor. The failure of the Contractor to strictly comply with the notification requirements may result in the Project Manager initiating a suspension of work without time extension until the required notification is completed.
Contractor costs for copying and distribution of notifications shall be considered as included in the various bid items of work and no additional payment will be made therefor.
The deadline to submit questions related to this solicitation is Wednesday, April 8, 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.
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/
Buy America requirements apply to steel and iron, manufactured products, and construction materials permanently incorporated into the project.
Steel and Iron Materials
All steel and iron materials must be melted and manufactured in the United States except:
1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];
2. If the total combined cost of the materials produced outside the United States does not exceed the greater of one-tenth of a percent (0.1%) of the total contract amount or $2,500, materials produced outside the United States may be used if authorized.
Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. All melting and manufacturing processes for these materials, including an application of a coating, must occur in the United States. Coating includes all processes that protect or enhance the value of the material to which the coating is applied.
Manufactured Products
Iron and steel used in precast concrete manufactured products must meet the requirements of the above section (Steel and Iron Materials) regardless of the amount used. Iron and steel used in other manufactured products must meet the requirements of the above section (Steel and Iron Materials) if the weight of steel and iron components constitute ninety percent (90%) or more of the total weight of the manufactured product.
Construction Materials
Buy America requirements apply to the following construction materials that are or consist primarily of:
1. Non-ferrous metals
2. Plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables)
3. Glass (including optic glass)
4. Lumber
5. Drywall
Where one or more of these construction materials have been combined by a manufacturer with other materials through a manufacturing process, Buy America requirements do not apply unless otherwise specified.
Furnish construction materials to be incorporated into the work with certificates of compliance with each project delivery. Manufacturer’s certificate of compliance must identify where the construction material was manufactured and attest specifically to Buy America compliance.
All manufacturing processes for these materials must occur in the United States.
Buy America requirements do not apply to the following:
1. Tools and construction equipment used in performing the work
2. Temporary work that is not incorporated into the finished project
Waivers
If Buy America waivers are granted, use the following language to include in the contract:
The following steel and iron products, manufactured products, or construction materials have received an approved Buy America waiver for this contract, and therefore, are not subject to Buy America requirements:
1. ______________________________
2. ______________________________
All traffic control operations shall conform to the provisions of the latest edition of the California Manual of Uniform Traffic Control Devices (MUTCD), and the California Supplement to the MUTCD. It is the Contractor's responsibility to provide for public safety and traffic control. The City may review the Contractor’s operations and inform the Contractor if an unsafe or hazardous condition is observed. The Contractor must comply with directives for hazard abatement immediately or within the timeframe imposed by the City.
In addition to the requirements of MUTCD, the Project Manager may require flatter traffic tapers, additional traffic control devices, barricading, and other signing in order to ensure driver awareness and safety in the construction area. Further, the Contractor shall provide Type-II barricades and delineators at locations as determined by the Project Manager.
The following shall be adhered to for all required signage:
All traffic lanes shall have a minimum width of ten feet (10’) unless otherwise approved. No traffic lanes shall be closer than five feet (5’) from the edge of an excavation, nor closer than two feet (2’) from curbs, barricades, or other obstructions.
Public transportation stops shall be maintained unless otherwise approved by the Project Manager. The Contractor shall contact local transit agencies and coordinate transit route changes and/or stop relocation if transit access cannot be maintained. If the Contractor should fail to provide and install any of the signs or traffic control devices required by the Specifications, the Project Manager may cause such signs or traffic control devices to be placed by others and charge the costs therefor against the Contractor and deduct same from progress payments.
Where traffic is being permitted to use an uncompleted section of roadway, the condition of said roadway section shall be subject at all times to the approval of the Project Manager. When said section is deemed by the Project Manager to be unsafe for traffic use, the Contractor may be required to close it to traffic or to take measures to eliminate any unsafe conditions.
The Contractor shall maintain continuous access to school drop-off sites, all residential developments, and businesses within the project limits. Any closed access or drive approaches shall be immediately restored when the construction operation that necessitated such closure is completed.
The Contractor shall provide safe and adequate pedestrian access at all times. Vehicular movement at and around all construction sites shall be provided and maintained at all times. Approved barriers and signs (traffic flagging personnel, if necessary), shall be furnished and utilized by the Contactor to ensure safety and public access to businesses at all times.
All traffic lanes shall be kept open between the hours of 7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m. per the Traffic Lane Closure Map available at:
The Contractor shall maintain emergency access to all residences and businesses at all times.
Payment for traffic control shall be considered as included in the various bid items and no additional payment will be made therefor.
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/242800
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 Wednesday, April 15, 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.
This bidding process does not commit the City to award any contract, and the City is not liable for any costs incurred by the Bidder in the preparation and submission of a bid. Furthermore;
The Contractor or subcontractor shall have ten (10) calendar days in which to comply, subsequent to receipt of written request regarding Certified Payroll Records or Basic Payroll Records. In the event the Contractor or a subcontractor fails to strictly comply after such ten-day period, the Contractor or subcontractor shall, as a penalty to the City, forfeit one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is attained per Labor Code 1776. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from any portion of the contract price then or thereafter due the Contractor. A Contractor is not subject to a penalty assessment pursuant to this paragraph due to the failure of a subcontractor to comply with this section.
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.
Refer to the Specifications for complete details and bid requirements. The Specifications and this notice shall be considered a part of any contract made pursuant thereto.
Release Date: Tuesday, March 24, 2026
MIGUEL MÁRQUEZ
City Manager
By submitting a bid or proposal, each bidder or proposer expressly agrees to and accepts the following conditions:
Work shall continue in an uninterrupted manner and there shall be no delay in the completion of work.
The Local Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the contract. The Local Agency may examine the records and reports of tests the prime contractor performs if they are available at the job site. Schedule work to allow time for QAP.
The City reserves the right to change any part of these Instructions to Bidders 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. A Bidder'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 submission of the bid, the addenda will give the new bid opening date.
The Bidder is responsible to register at: https://procurement.opengov.com/portal/pasadenato ensure they receive all bid documents, including addenda, which are available as a download. The Bidder is required to acknowledge all addenda received in Bidder’s Proposal.
Pursuant to California Labor Code, § 1774, the Contractor is responsible for ensuring that all subcontractors, of any tier, comply with requirements for payment of prevailing wages. The Contractor is responsible for violations of California Labor Code by subcontractors, of any tier. The agreement executed between the Contractor and each subcontractor must contain a copy of the provisions of California Labor Code, §§ 1771, 1775, 1777.5, 1813, and 1815, at a minimum. The Contractor must monitor each subcontractor’s payment of prevailing wage rates. Upon becoming aware of the failure of any subcontractor, of any tier, to pay its workers the specified prevailing wage, the Contractor must diligently take action to halt and rectify the failure, including, without limitation, retaining sufficient funds due to the subcontractor to cover the underpayment. Before making final payment to any subcontractor, the Contractor must obtain an affidavit from the subcontractor, signed under penalty of perjury, which states that the subcontractor has paid the specified, determined prevailing wage rate to its employees for the project, as well as any amounts due pursuant to California Labor Code, § 1813. The Contractor must provide copies of such affidavits to the City stating that it has paid the specified, determined prevailing wage rate to its employees for the project, as well as any amounts due under California Labor Code, § 1813.
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.
The Agency shall make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract. If the Agency fails to pay promptly, the Agency shall pay interest to the contractor, which accrues at the rate of ten percent (10%) per annum on the principal amount of a money judgment remaining unsatisfied. Upon receipt of a payment request, the Agency shall act in accordance with both of the following:
1. Each payment request shall be reviewed by the Agency as soon as practicable after receipt for the purpose of determining that it is a proper payment request.
2. Any payment request determined not to be a proper payment request suitable for payment shall be returned to the contractor as soon as practicable, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the payment request is not proper.
Within five (5) calendar days of signing the contract or subcontract, as applicable, the Statement of Employer Payments, DIR/DLSE Form PW 26, must be completed and submitted to the City by each Contractor and subcontractor who pays benefits to a third-party trust, plan, or fund for health and welfare benefits, vacation funds, or to make pension contributions. The form must contain, for each worker classification, the fund or trust name, address, administrator’s name, the amount per hour contributed, and the frequency of contributions. Training fund contributions must also be reported on this form. In February and August of each year during the project, the Contractor and subcontractors, of any tier, must verify changes in wage rates for any trade classifications used on the project. Thereafter, the Contractor and its subcontractors must submit a new Statement of Employer Payments to the City which reflects any changes in wages and benefits.
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 “GREENBOOK”, order more or less work or material as necessary, at the City's sole discretion. Payment will be made for the amount of work or material actually provided as determined by the City and accepted at the unit or lump sum price stated in the Bidder’s Proposal, where applicable, in accordance with the Specifications.
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.
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
The plans, specifications, and other contract documents shall govern the project. The contract documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the plans, or on the plans and not in the Specifications, shall be as though shown or mentioned in both.
While it is believed that much of the project will be shown on the plans or indicated in the specifications, this does not warrant the completeness or accuracy of such information. The Contractor shall ascertain the existence of any conditions affecting the cost of the project, which would have been disclosed by a reasonable examination of the site.
On the plans, the Contractor shall make all as-built conditions, locations, configurations, and other details which may vary from the details represented on the original drawings. This master record of as-built conditions, including all revisions made necessary by Addenda, Change Orders, and the like, shall be maintained up to date during the progress of the work.
Upon completion of the work and prior to final acceptance, legible, reproducible, as-built drawings shall be turned over to the Agency. Final payment shall be withheld until as-built drawings are submitted and accepted by the Project Manager. Payment for as-built tracking and final plan submittal shall be considered as included in the various bid items and no additional payment will be made therefor.
The Contractor shall take such steps and precautions as their operations warrant to protect the public from danger, loss of life, loss of property, or interruption of public services.
Unforeseen conditions may arise which will require that immediate provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Whenever, in the opinion of the Project Manager, a condition exists which the Contractor has not taken sufficient precaution of public safety, protection of utilities and/or protection of adjacent structures or property, the Project Manager will order the Contractor to provide a remedy for the condition. If the Contractor fails to act on the situation within a reasonable time period as determined by the Project Manager, or in the event of an emergency situation, the Project Manager may provide suitable protection by causing such work to be done and material to be furnished as, in the opinion of the Project Manager, may seem reasonable and necessary.
Whenever, in the opinion of the Project Manager, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities, and protection of adjacent structures or property, which may be damaged by the Contractor's operations and when, in the opinion of the Project Manager, immediate action shall be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the Project Manager will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable time period, the Project Manager may provide suitable protection to said interests by causing such work to be done and materials to be furnished as, in the opinion of the Project Manager, may seem reasonable and necessary.
The cost and expense of said labor and materials, together with the cost and expense of such repairs as are deemed necessary shall be borne by the Contractor. All expenses incurred by the Agency for emergency repairs will be deducted from the final payment due to the Contractor. However, if the Agency does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety.
Materials and equipment shall be stored as to not create a public nuisance and to insure the preservation of their quality and fitness for the work. The Contractor is responsible to design, construct, and maintain all safety devices and be responsible for conforming to all local, state, and federal safety and health standard, laws, and regulations. Neither the City nor the City’s Project Manager shall enforce safety measures or regulations.
Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians.
The Contractor shall construct temporary pavement transitions at all paving joints greater than one inch (1”) prior to allowing traffic onto the paved surface. This includes both longitudinal and transverse paving joints for both leveling and surface courses. Temporary pavement transitions shall have a maximum slope of twenty to one (20:1) or as approved by the Project Manager and be constructed on Kraft paper or other suitable bond breaker such that upon removal of the temporary pavement transition, a clean notch remains. The temporary transitions may be constructed of either cold mix or hot mix asphalt. Temporary ramps shall be removed prior to placement of new pavement surfaces.
The Contractor shall continuously maintain the temporary pavement until final paving. Each temporary transition shall be inspected by the Contractor and repaired as necessary to comply with these provisions at the end of each day including weekends and holidays.
Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety, whichever is higher.
Full compensation for protection and safety of the public shall be considered as included in the various items of work and no additional compensation shall therefore be allowed.
Any equipment staging location different from original approved location shall be approved by the Project Manager, prior commencement of any work.
-
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 an error or omission is discovered, and timely called to the attention of the City. In submitting its bid, the Bidder certifies that it is aware of these provisions and is eligible to bid on this project.
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.
A Contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of California Public Contract Code, § 4104, or engage in the performance of this public works project unless currently registered and qualified to perform public work pursuant to California Labor Code, § 1725.5. It is not a violation of California Labor Code, § 1771.1 for an unregistered Contractor to submit a bid that is authorized by § 7029.1 of California Business and Professions Code or by §§ 10164 or 20103.5 of California Public Contract Code, provided the Contractor is registered to perform public work pursuant to § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the DIR. Contractors and subcontractors must furnish electronic certified payroll records directly to the California Office of the Labor Commissioner at the DIR, utilizing the DIR’s electronic certified payroll reporting system. The Contractor must post job site notices prescribed by regulation (See e.g., California Labor Code, § 1771.4)
When private improvements must be altered or temporarily removed in order to provide construction access, such improvements shall be restored to their prior condition. Private improvements through easements can consist of landscaping, irrigation systems, driveways, walkways, miscellaneous concrete, fences, walls, retaining walls, and other improvements.
All private driveway improvements shall be restored to existing conditions and replaced in kind. No additional payment will be made for the use of high early strength concrete or other material.
To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and subcontracts that exceed $10,000:
The nationwide goal for female utilization is 6.9 percent.
The goals for minority utilization (45 Fed Reg 65984 (10/3/1980)) are as follows:
The contract shall be awarded to the lowest responsive and responsible Bidder.
In determining whether a Bidder is responsive and responsible, the following shall be considered:
All bids accepted by the City 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 are 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.
The Contractor shall perform all work in a safe, competent manner and in accordance with all federal, state, and local statutes, regulations, ordinances, rules, governmental orders, Clean Air Act, and Clean Water Act.
The Contractor will be solely and completely responsible for the conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours.
Inspection of the Contractor’s performance by the City, its agents, or employees is not intended to include review of the adequacy of the Contractor’s safety measures in or near the job site.
If any subcontractor or person employed by the Contractor shall appear to the Project Manager to be incompetent, intemperate, troublesome, or acts in a disorderly or otherwise objectionable manner, he shall be immediately discharged from the project on the requisition of the Project Manager, and such person shall not be reemployed on the work. If said individual has an ownership interest in the contracting entity, the Project Manager will serve written notice upon the Contractor and the Surety providing the faithful performance bond, in accordance with Section 6-7, Termination of the Contract for Default, of the Standard Specifications, demanding complete and satisfactory compliance with the Contract.
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.
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.
Pursuant to Part 7 of the California Labor Code, entitled Public Works and Public Agencies, any Contractor that has been found by the California State Labor Commissioner’s Office of the DIR to be in violation of California Labor Code, §§ 1771.1 and 1777.5, shall be ineligible to bid on, or be awarded, a contract for this project. The period of debarment shall be not less than one year and up to three (3) years as determined pursuant to California Labor Code, § 1777.1. In submitting its bid, the Bidder certifies that it is aware of these provisions and is eligible to bid on this contract.
The successful Bidder shall also be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to California Labor Code, §§ 1771.1 or 1777.1. In submitting its bid, the Bidder certifies that it has investigated the eligibility of each and every subcontractor it intends to use on this project and has determined that no subcontractor listed is ineligible to perform work pursuant to the above provisions of law.
Time is of the essence in the performance of the work. The CONTRACTOR shall begin work within fifteen (15) calendar days after date of the Notice to Proceed and shall diligently prosecute the work to completion in every detail, within 120 working days Working Days after the date in the Notice to Proceed with Work, exclusive of maintenance periods if any.
A working day consists of the following: Mon-Fri, 8:00 am to 4:00 pm
Except the following observed City Holidays:
The Contractor is required to confirm dates with Engineer prior to start of construction.
In accordance with Section 6-9 of the Standard Specifications, for each consecutive calendar day required to complete the work in excess of the time specified herein for its completion, as adjusted in accordance with Section 6-6 of the Standard Specifications, the Contractor shall pay to the City, or have withheld from monies due it, the sum of $6000 per calendar day.
For additional information on other applicable monetary damages, the Contractor must also review the Special Provisions included in the Attachments section of this solicitation. These provisions specify varying liquidated damage amounts based on the specific scope of work or bid item. Please note that the assessment of liquidated damages does not relieve the Contractor of liability or responsibility for any harm, injury, or loss resulting from the failure to provide adequate protection.
Failure to comply with these provisions will result in a liquidated damage of $250 per day per transition and/or the cost of City crews making the repairs if necessary to correct for public safety, whichever is higher. Payment of liquidated damages does not relieve the contractor of responsibility for third party claims that may result from the contractor's failure to protect the public.
Each Bidder shall include in the bid price any patent fees, royalties, and charges on any patented article, or process to be furnished or used in the prosecution of the work.
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.
Price bid or Price Proposals shall include all federal, state, local and other taxes.
Prior to award, any Bidder who has submitted a bid may file a protest with the Department of Public Works against the awarding of the contract on the grounds that he or she is the lowest responsible Bidder meeting the Specifications. When a contract is not to be awarded to the lowest Bidder, the Bidder must be notified at least twenty-four (24) hours prior to awarding the contract. The right to protest a proposed award is afforded to any Bidder or proposer who claims it should have been awarded the agreement because it was the lowest responsible and responsive Bidder, or the highest-scored proposer meeting the Specifications.
Please refer to the Protest Procedures section of: https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/ for detailed instructions on how to file a protest.
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 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.
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.
For the purpose of determining the lowest Bidder on a contract for materials and supplies only, 1.75% of any portion of the bid that is subject to Pasadena local 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 Chapter 4.40 of the Pasadena Municipal Code (PMC), Sales and Use Tax.
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:
In addition to complying with all applicable federal, state, and local laws and regulations, the Contractor shall take note of the specific requirements of Chapter 8.62 of the PMC, Waste Management Plan for Certain Construction and Demolition Projects. The Contractor shall comply with all provisions of the Chapter, as a material part of the work under this contract in order to divert a minimum of seventy-five percent (75%) of the construction and demolition debris resulting from the work.
The City utilizes the Green Halo System for tracking the construction and demolition waste management process. Upon requesting a construction or demolition permit, the Contractor will be directed to the Green Halo website to continue the Waste Management Application process. Once your permit application is submitted, you will receive separate email notifications directly from Green Halo to activate your account. A case will be created to monitor the construction and demolition recycling activities of your project.
The Contractor shall not commence work until the Green Halo application is complete and payment has been made for the Performance Security Deposit equal to three-percent (3%) of the project value, not to exceed thirty-thousand dollars ($30,000).
The cost to comply with the City’s Construction and Demolition Waste Management Plan shall be included in the unit or lump sum prices for the applicable items of work listed in the Bidder’s Proposal and no additional compensation will be allowed.
Failure to comply with any of the provisions of Chapter 8.62 of the PMC may result in forfeiture of the Performance Security Deposit.
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.
This project is subject to the City's Pasadena Living Wage Ordinance, Chapter 4.11 of the PMC. The ordinance requires that Contractors providing labor or services to the City under contracts in excess of twenty-five thousand dollars ($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 provide evidence of compliance to the Pasadena 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 Chapter 4.11 of the PMC. 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 rates.
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 Sierra Madre Blvd. Median Enhancements 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.
*NOTICE
THESE SPECIFICATIONS CONTAIN FORMS WHICH A BIDDER MUST COMPLETE TO ESTABLISH COMPLIANCE WITH A NUMBER OF SPECIAL CITY OF PASADENA REQUIREMENTS, INCLUDING, BUT NOT LIMITED TO, EQUAL EMPLOYMENT OPPORTUNITY AND AFFIDAVIT OF NONCOLLUSION. THESE FORMS AND THEIR INSTRUCTIONS SHOULD BE CONSIDERED AN INTEGRAL PART OF THE SPECIFICATIONS AND FAILURE TO COMPLETE THEM MAY BE GROUNDS, AT THE SOLE DISCRETION OF THE CITY, FOR REJECTION OF ANY BIDDER. A CHECKLIST IS PROVIDED IN THE PROPOSAL PACKAGE INDICATING THE TIMEFRAMES IN WHICH EACH DOCUMENT MUST BE SUBMITTED.
Required Forms - No contract shall be awarded until the Bidder has submitted a Declaration of Noncollusion acceptable to the City. Each Bidder must execute a Declaration of Noncollusion and submit it to the City with their bid.
Each Bidder must also submit a completed form AA-1 and AA-2. Forms AA-1 and AA-2 are required to be submitted prior to contract award for projects involving labor or services in excess of twenty-five thousand dollars ($25,000). Form AA-3 is optional.
Questions regarding the City’s Competitive Bidding and Purchasing provisions, Chapter 4.08 of the PMC, and Equal Employment Opportunity policy should be directed to the Department of Finance, Purchasing Division at 626-744-6755.
Equal Employment Opportunity in Contracting
Compliance- To the extent required by law, the Contractor expressly agrees to establish compliance with the Equal Opportunity and Local Contracting Policy of Section 4.08.015 of the PMC, and the rules and regulations adopted pursuant to said ordinance.
The successful Bidder may be required to submit documentation during the term of the contract as evidence of on-going compliance with the City’s Competitive Bidding and Purchasing requirements. Such documentation may include, but is not limited to, certified payroll records and Current Permanent Workforce Utilization reports.
Construction During the Period of November 15th through January 3rd -Attention is directed to Chapter 12.24 of the PMC, Excavations, and the Board of Directors (City Council) Policy Statement in Motion 25405 dated September 5, 1967. In general, all streets shall be free and clear of excavations and other construction during the period of November 15th through January 3rd for business districts, and December 15th through January 3rd for other areas. Accordingly, the Contractor will be required to shut down construction operations which would impede traffic movement during this period unless otherwise directed by the Engineer in emergency situations. Any existing excavations shall be backfilled, compacted, and temporarily repaved before the shutdown date. Bidders should reflect any costs of such shutdown in the various items of the Bidder's Proposal, and no additional payment will be allowed therefor. No time will be charged against the contract time for operations which are shut down in accordance with this section. A map showing the appropriate shutdown period for all locations in the City is available at the public counter of the City's Permit Center at 175 Garfield Avenue, Pasadena, 91101.
Stormwater Management and Discharge Control - In addition to complying with all applicable federal, state, and local laws and regulations, the Contractor shall take note of the specific requirements of Chapter 8.70 of the PMC, Stormwater Management and Discharge Control. The Contractor shall comply with all provisions of the chapter, as a material part of the work under this contract.
NPDES Requirements - The Contractor shall adhere to the National Pollution Discharge Elimination System’s Best Management Practices (BMPs) to prevent deleterious materials or pollutants from entering the City or Los Angeles County storm drain systems, including, but not limited to implementing the BMPs specified below, and the Contractor shall comply with all directions of the City in this regard during construction:
The following shall be implemented:
1 Standard Specifications - In connection with contracts related to the subject Bidder's Proposal, and except as otherwise be provided herein, administration of the construction contract and all construction work referenced on the Plans and by these Specifications shall be done in accordance with the provisions of the current edition of the Standard Specifications for Public Works Construction (commonly known as the “GREENBOOK”), including Supplements, prepared and promulgated by Public Works Standards, Inc., a mutual benefit corporation.
The Department of Public Works has published supplements and modifications to the “GREENBOOK”, dated March 2023, hereinafter referred to as the Pasadena Recurring Supplements 2023. The provisions of these Specifications and the Pasadena Recurring Supplements shall apply and take precedence over the “GREENBOOK”, in that order of precedence. All references in these Specifications to the Standard Specifications shall mean the “GREENBOOK” and the Pasadena Recurring Supplements, taken together. The Pasadena Recurring Supplements can be found at the following link:https://www.cityofpasadena.net/public-works/wp-content/uploads/sites/29/Pasadena-Recurring-Supplements-2023.pdf?v=1684796778799
2 Non-Discrimination - In the performance of this contract, the Contractor must not discriminate against any employee, subcontractor, or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or sexual orientation of any person, to refuse to hire or employ the person or to refuse to select the person for a training program leading to employment, or to bar or to discharge the person from employment or from a training program leading to employment, or to discriminate against the person in compensation or in terms, conditions, or privileges of employment. Violations may also result in the imposition of penalties referred to in California Labor Code, § 1735.
3 Sample Contract - A sample of the contract the successful Bidder will be required to enter into with the City is provided under the Attachments section and by this reference is incorporated herein and made a part of these Specifications.
4 Contract Bonds - The successful Bidder will be required, within fifteen (15) days after the date of the award, to sign a contract for doing the work and file bonds as specified by Section 1-7.2, entitled Contract Bonds, of the “GREENBOOK”. The Material and Labor Bond and the Faithful Performance Bond shall be for one-hundred percent (100%) of the contract amount consisting of the base bid stated in the Bidder’s Proposal.
5 Insurance Requirements - See Section Named "Insurance Requirements."
6 Workers’ Compensation Certification - California Labor Code, §§ 1860 and 3700 provide that every Contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code, § 1861, the Contractor, in submitting a bid, hereby certifies as follows:
“I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract”.
7 Guarantee of Materials - If any of the electrical or mechanical materials or equipment, furnished by the Contractor, shall prove to be defective within one year after the date of project completion and acceptance of all the work, the Contractor shall, upon receipt of the City's written notice, replace or repair defective materials or equipment to the City's satisfaction, without cost to the City. Manufacturer's warranties shall not relieve the Contractor of his liability under the guarantee; such warranty shall only supplement the guarantee.
8 Partial Payment - Section 7-3.2, Partial and Final Payment of the Pasadena Supplements is hereby amended to provide that payment shall be due the Contractor within thirty (30) calendar days after receipt of an itemized statement for work performed during the progress payment period.
9 Security Deposits in Lieu of Retention - Pursuant to California Public Contract Code, § 22300, the Contractor may substitute securities for any monies withheld to ensure performance under the contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City, or with a State or Federally chartered bank in California as the escrow agent, who shall then pay such monies to the Contractor. Upon satisfactory completion of the contract, the securities shall be returned to the Contractor.
Alternatively, the Contractor may request, and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the same terms provided for in this section for securities deposited by the Contractor. Upon satisfactory completion of the contract, the Contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the City. The Contractor shall pay to each subcontractor, not later than twenty (20) days after receipt of the payment, the respective amount of interest earned, net of costs attributed to retention withheld from each subcontractor, on the amount of retention withheld to ensure the performance of the Contractor.
Securities eligible for investment under this section shall include those listed in the California Government Code, § 16430, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and the City. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest thereon.
The escrow agreement to be used shall be null, void, and unenforceable unless it is substantially similar to the form specified by California Public Contract Code, § 22300(f).
10 Termination of Contract - Section 6-8, entitled Termination of the Contract for Convenience, of the “GREENBOOK” is modified to read:
“The City may terminate this contract in whole or in part at any time, for any cause or without cause, upon fifteen (15) calendar days written notice to the Contractor. If the contract is thus terminated by the City for reasons other than the Contractor’s failure to perform its obligations, the City shall pay the Contractor a prorated amount based on the services satisfactorily completed and accepted prior to the effective date of termination. Such payment shall be the Contractor’s exclusive remedy for termination without cause”.
11 Special Conditions - Prevailing Wages and Employment of Apprentices - The Contractor shall adhere to the provisions of California Labor Code, §§ 1770 - 1782, and Section 5-3, entitled Labor, of the “GREENBOOK”. The Contractor certifies by submission of a bid that they have not been found by the Office of the Labor Commissioner of the DIR to be in violation of Prevailing Wage laws as outlined in California Labor Code, § 1771.
The Contractor shall comply with and adhere to the Special Conditions - Payment of Prevailing Wages and Employment of Apprentices attached to Part 1 of these project Specifications. Attention is directed to Section 1 of the attachment which states, in part, that if there is a difference between the Pasadena Living Wage and Prevailing Wage rates for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the highest wage rate.
Provide experience with governmental agencies for three projects/contracts of similar scope and size. Complete and submit the attached Relevant Experience Form with your proposal to demonstrate experience with projects/contracts of similar scope and size to that which is to be performed.
Bidder agrees to enter into a contract at the unit and/or lump sum prices set forth in the Pricing Table. Bidder understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture of the bid security accompanying this proposal.
The prices bid on the line items include any and all charges required under the California Retail Sales Tax Act of 1933, as amended, and/or the Use Tax Act of 1935 of said State
PLEASE SEE REQUIRED FORMS IN THIS SECTION. FAILURE TO SUBMIT ALL REQUIRED ITEMS WILL RENDER THE CONTRACTOR’S BID AS NONRESPONSIVE.
Bidder shall execute the following:
1. Identity Confirmation
2. Equal Opportunity Employment, Non-Segregation, Workforce Utilization
3. Declaration of Noncollusion
4. Subcontractor Listing/Shoring Design
5. Relevant Experience
6. Civil Litigation History Certification
7. Conflict of Interest
8. Disqualification Disclosure
9. Public Contract Code Disclosure
10. Questionnaire
The Bidder declares that neither he/she nor any member of their firm or corporation is an officer or an employee of the City of Pasadena.
By submitting a response, Bidder agrees to commence work within fifteen (15) calendar days from the date of issuance of a Notice to Proceed and proposes and agrees to have all work completed within 120 working days after contract time commences.
The Bidder declares that neither he/she nor any member of their firm or corporation is an officer or an employee of the City of Pasadena.
The twenty-five percent (25%) quantity change limitation per Section 3-2 of the Standard Specifications does not apply to this item. For these items, there shall be no quantity limitation. Payment for these items will be based on the unit prices stated in this Bidder’s Proposal. The undersigned Bidder agrees to commence work within fifteen (15) calendar days from the date of issuance of a Notice to Proceed and proposes and agrees to have all work completed within 120 working days working days for the base bid items after contract time commences. The undersigned Bidder acknowledges receipt of the addenda issued for the above project.
Required Forms
Please download the below documents, complete, and upload.
If your submittal does not include all of the below items, it may be deemed non-responsive.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Complete and submit the attached Relevant Experience Form with your bid to demonstrate experience with projects of similar scope and size to that which is to be performed.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
The Bidder shall complete under penalty of perjury, the following question:
Has the Bidder, any officer of the Bidder, or any employee of the Bidder who has a proprietary interest in the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of a law or a safety regulation?
If the answer is yes, explain the circumstances in the follow up question.
If you answered yes to prior question, please provide your explanation here:
If you answered no, reply with: Not Applicable
Please upload a copy of the Required License(s) shown below:
Class A license for prime contractor with C-10 electrical and C-27 landscaping license (prime contractor and/or sub-contractors must have C-10 and C-27)
Solely for the purpose of verification. Please enter your CSLB License Number here. This will be verified against the state database.
Solely for the purpose of verification. Please enter your Public Works Contractor Registration Number. This will be verified against the state database for the Department of Industrial Relations Registration.
Please upload a copy of all required DIR registrations.
The City reserves the right to require additional documentation from the Bidder to demonstrate that each listed contractor or subcontractor is currently registered with the California Department of Industrial Relations (DIR) pursuant to Labor Code Section 1725.5. Such documentation may include, but is not limited to, DIR registration verification printouts or other evidence deemed acceptable by the City.
Please provide your California Corporation No
Please enter your Bid Bond information from Surety2000 below.
Electronic Bid bond is required. Bidders must submit all required information for the city to verify the bond with their bid. The bond must meet the following requirements and characteristics: A 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.
Please enter your Bond ID and your Vendor ID from Surety2000 for this Solicitation (Project ID: 2026-IFB-CIV-0167).
Bid Bond Instruction:
Here is what you should provide your 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
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)
All bidders must provide a copy of their Active SAM Registration with their bid.
If any of the following items apply, please contact HR (Jaime Arellano, jarellano@cityofpasadena.net; (626) 744-7301) for approval before you proceed. DO NOT SUBMIT BEYOND THIS POINT UNTIL YOU HAVE OBTAINED APPROVAL FROM HUMAN RESOURCES.
Include a dollar value, for example "$1,250,000"
Please enter a number only to represent the number of calendar days within which the contractor must complete the work.
Select a funding source
Do not erase the text below. Enter the number after the text that reads "FEDERAL-AID PROJECT NUMBER:"
Please provide the dollar value per day. For example please enter "$1,000" with the dollar sign ($).
Please indicate the required licenses or licenses to be eligible to bid. Please properly use AND or OR when necessary.
Please include the date this specification was approved by the City Engineer. For example, "January 2, 2023"
Q (Maintenance Period): Is the Maintenance Period 120 days or 180 days?
A: The required Maintenance Period for this project is 180 calendar days.
Q (Engineers Estimate): Is there an Engineers Estimate on this Project?
A: The estimate for the project is in the range of $5.5 million to $6.5 million.
Q (Self Performance Requirement): Is there a Self Performance Requirement on this project?
A: The Contractor shall perform, with its own organization, Contract work amounting to at least 35 percent of the Contract Price. The Special Provision Section 3-3.2 Self Performance will be indicated in the addendum.
Q (No subject): Is there a need for site services on this project?
A: There is no specific requirement for site services identified for this project by the Contractor. The Contractor shall be responsible for providing all necessary services to support construction operations, as outlined in the contract documents.
Q (Demolition): The note on the demolition drawings states that the City is to be consulted on which trees can be used for implementation of the Hugel. Please confirm prior to bid, which of the existing trees to be removed can or cannot be used as this will affect the price for off-haul and disposition.
A: There are no designated trees to be used for the Hugel. Contractor shall estimate enough various size log from tree removal for the Hugel area as indicated on the plans and details.
Q (Drywells and Filtration Units): Please provide any relevant geotechnical investigations or reports to be utilized for bidding purposes. Specifically, as it may relate to excavation and construction of the proposed storm water structures.
A: The geotechnical report for this project will be uploaded in the attachment for reference.
Q (Insurance): Looking at the insurance requirements for the project, you are asking for $5,000,000 General Liability limits. Can a general contractor use their Umbrella policy/coverage to make up the difference between current coverage and the $5,000,000?
A: Yes, a Contractor’s Umbrella policy/coverage may be used to meet the total required coverage, provided that the combined limits satisfy the $5,000,000 requirement in the Insurance Requirements and all policies comply with the contract specifications, including coverage terms and endorsements.
Q (Property Installation Floater / All Risk Insurance): I see that the insurance information does mention for Property Installation Floater / All Risk Insurance, but I just wanted to confirm that you will require this coverage on a median enhancement project.
A: Yes, Property Installation Floater / All Risk Insurance is required in accordance with the contract specifications. This coverage applies regardless of project type and is intended to protect materials and work in place during construction.
Q (Tree Protection): Detail A - Tree Protection Standard refers to a diagonal tension rod with truss tightener as if this were intended to be a chain link fence; the detail notes specify a 4' orange temporary construction fence. Confirm that the reference to hardware does not apply to this contract and that temporary orange fencing is the intended method of tree protection.
A: The reference to a diagonal tension rod and truss tightener does not apply to this project, as it is intended for chain link fencing. Temporary 4-foot orange construction fencing is the required method for tree protection.
Q (Irrigation System): Please provide and include with this bid package, any available irrigation as-builts that may allow quantification for removal of existing irrigation systems as part of demolition operations.
A: The City does not have any irrigation as-builts.
Q (Irrigation System): Where bubbler zones are shown within the overhead spray irrigation areas; there appears to be an interface of potential for bubblers and potential for overhead spray coverage can occur. The instruction on the plans is to provide individual bubblers and lateral line which are not shown on the plans to account for plant materials within the dashed lines. Confirm that plants shown clearly within the dashed lines will require bubblers and laterals and that where shrubs may be outside of the dashed lines will be watered by the adjacent overhead spray sprinklers shown.
A: Some adjustments to the overhead spray irrigation system may be required to avoid overspray onto bubbler areas. The Contractor shall account for these adjustments and coordination of irrigation components in their bid. Final layout and minor modifications shall be at the Contractor’s discretion to ensure proper coverage and performance.
Q (Irrigation System): Is directional boring an acceptable method of installing proposed mainline or lateral sleeves under existing roadways or paving?
A: Directional boring is not the City’s preferred method. Open trench excavation is preferred as it allows for better identification and avoidance of existing utilities. Any proposed alternative methods shall be subject to City review and approval.
Q (Irrigation Sleeves): The irrigation legend states that sleeves 6" diameter and greater are to be Class 315 PVC but the bid item pays for Schedule 40 plastic. Advise which will supersede.
A: Pipe Sleeve indicate on the plan, Sheet L-01, Legend shall be update as followed: Use PVC schedule 40 for pipes under 6”; Use PVC Class 315 for 6” and larger. The bid items will be revised to account for both Schedule 40/Class 315 PVC pipe sleeves, as applicable. This discrepancy will be updated in an addendum.
Q (No subject): Hello, May we request the sign-in sheet? Thank you!
A: The Pre-bid sign-in sheet is posted in the as Official Notice #1 in the Addenda & Notices tap.
Q (No subject): Please confirm the basis of award regarding the alternate #1 bid schedule.
A: The basis of award shall be the Base Bid plus Additive Alternate, as indicated in the bid documents.
Q (No subject): Is this project subject to State Prevailing Wage Rates OR Federal Davis-Bacon Wage Rates (or both)?
A: This project is subject to State of California Prevailing Wage requirements only. Federal Davis-Bacon wages do not apply.
Q (No subject): Please confirm whether this project is subject to a PLA (Project Labor Agreement), a PSA (Project Stabilization Agreement), a CBA (Collective Bargaining Agreement), a CWA (Community Workforce Agreement), or any other union agreements of that nature?
A: This project is not subject to a Project Labor Agreement (PLA), Project Stabilization Agreement (PSA), Community Workforce Agreement (CWA), or similar agreement, unless otherwise noted in the bid documents.
Q (Planting/Bid Form): Please identify which bid item, 15 gallon Shrubs are to be paid under as the current form does not provide a specific line item for these.
A: A separate bid item for 15-gallon shrubs will be added to the bid schedule. The revised bid schedule is to be issued by addendum.
Q (Planting): Please review detail #C Root Barrier installation; there is no length indicated for root barrier placement at proposed trees within hardscape. We need to know the length of each segment separately from the minimum distance to hardscape.
A: Root barrier installation shall be provided at all tree locations adjacent to hardscape. The minimum length shall be 10 linear feet per tree, centered on the trunk unless otherwise directed in the field. Final placement may be adjusted as directed by the Project Manager to address site-specific conditions.
Q (Planting): Please provide a general soil preparation recipe to be used for all soil amending; the documents do not indicate and without an agricultural report prior to bid, there is no information allowing bidders to accurately bid soil preparation amendments.
A: For bidding purposes, the required soil amendments shall be: • Nitrogen stabilized organic amendments: 6 cubic yards per 1,000 sq ft • Gypsum: 20 lbs. per 1,000 sq ft • Organic fertilizer (slow-release, low nitrogen, 6-20-20): 6 lbs. per 1,000 sq. ft. Incorporate the following uniformly into the top 6 inches of soil and plant backfill per special provisions specification.
Q (Irrigation ): The proposed mainline size is 3", the callout at the Eaton Wash bridge crossing is shown as 2" size. Confirm the size here as this affects the size of the proposed fabricated chase.
A: Eaton Wash Bridge crossing mainline is 2" size, install per plans and specifications.
Q (Bid Form): Refer to bid items #58, #75 and #76, the units of measure don't seem to align with the descriptions of each item. Please review and advise the correct unit of measure.
A: This will be corrected via addendum. • Bid Item #58 shall be measured as each (EA) • Bid Items #75 and #76 shall be measured in linear feet (LF)
Q (Irrigation): 2-wire conductors are to be installed within conduit per notes on the drawings; please specify the size/diameter of conduit required for installation.
A: The required conduit size for installation of 2-wire conductors shall be 1 inch Schedule 40 conduits.
Q (Tree Protection): Please advise which bid item, tree protection is to be paid under.
A: Tree protection shall be considered incidental to Bid Item 1 – Job Site Management.
Q (Planting/Civil): There are plants proposed within areas of either rock-lined swales or rip-rap. Advise if the plants can be omitted or if these are to be considered included or if these can be eliminated to leave room for civil improvements.
A: Contractors shall bid in accordance with the quantities and locations shown in the plans and specifications. Minor field adjustments may be made, as directed by the Project Manager, to avoid conflicts with civil improvements.
Q (Planting): Confirm the use of browse cages for container plants. Separately, there is conflicting information as to which container sizes will require browse cages, advise if both 1 and 5 gallon containers or if only one of these. (refer to detail B/L-20 and specification #800-1.5)
A: Protective/Browse cages shall be required for container plants 5-gallon and 15-gallon size for shrubs and trees. Protective/Browse cages are not required for 1-gallon plants and are not required for boxed trees.
Q (Existing Tree): There is an existing tree that is to remain and be protected within the vicinity of the proposed drywell improvements. Given the extent of work here and the amount of excavation, consider having this tree removed. Refer to Sheet C-02 (Sta. 15+80)
A: The existing tree does not conflict with the proposed drywell improvements and shall remain in place and be protected in accordance with the contract documents.
Q (Biofiltration BMP): Refer to Sheets #C-13 and #C-14 where sections A-E refer to "Infiltration" confirm these are "Biofiltration" to correspond with Detail #5 on Sheet #C-24.
A: The plans are correct as shown. Sections A–E represent Bioretention sections, consistent with Detail 5 on Sheet C-24. Sections F through L represent Infiltration sections, consistent with Detail 1 on Sheet C-23.
Q (Biofiltration/Infiltration BMP Basins): Details indicate an 85 to 90% dry density compaction for soil media. Consider revising this to 80% maximum to avoid compaction and nullifying permeability of filtration media.
A: The specified 85–90% relative compaction shall remain as indicated in the contract documents. The Contractor shall ensure that soil media is placed and compacted in a manner that maintains the intended permeability and performance of the filtration system. Means and methods to achieve both compaction and infiltration requirements shall be the responsibility of the Contractor.
Q (Planting): 15 Gallon Shrubs require installation per Detail A/L-20 which is for tree planting. As previously requested advise if B/L-20 is intended for all shrub plantings.
A: The 15-gallon shrubs shall be installed in accordance with Detail B on Sheet L-20, which is the applicable detail for shrub planting.
Q (Engineer Estimate?): What is the Engineer Estimate for this Project?
A: The estimate for the project is in the range of $5.5 million to $6.5 million.
Q (No subject): Can the prime contractor bid on this project with their Class A License for the C-10 and C-27 portion of work? Or would we need to list a subcontractor with a C-10 and C-27 License?
A: The prime contractor may bid on this project must hold an active Class A license, provided they also hold the required C-10 and C-27 licenses. Alternatively, the prime contractor may bid with only a Class A license and list subcontractors who hold the appropriate C-10 and C-27 licenses for those portions of the work. Also see 3.4. California Public Contract Code, § 3300 for any additional license requirement.
Q (Electrical Conduit): With regard to the previously submitted question/response as to proposed irrigation utility crossings; the same would apply to proposed electrical work for the alternate. The specifications state that conduits under existing paving be installed by the boring method. Please confirm that there would be no exception and that ALL electrical or water lines crossing roadways will need to be open-trenched.
A: The method of installation shall be at the Contractor’s discretion, subject to compliance with the contract documents and applicable standards. Both open trenching and boring methods are acceptable, provided the selected method is appropriate for field conditions and receives approval from the Engineer.
Q (Planting): Please further define the size of Deepots to be used for sedges/rush groundcovers. Provide exact desired container dimensions in order to be able to properly source and bid these plants.
A: The exact dimensions of Deepots are not specified in the plans. Contractors shall provide the standard nursery Deepot sizes typically used for sedge/rush groundcover installations. All plant materials shall comply with the project specifications and industry standards, and shall be subject to review and approval by the Engineer and/or Landscape Architect prior to installation.
Q (Storm Drainage): Refer to callout #27 shown on Sheet #C-11. The callout requires the contractor to verify diameter and material of existing Jones Reservoir drain. Please provide the invert elevation for tie-in, type of material and diameter of anticipated existing utility.
A: The City does not have record information for the invert elevation, pipe material, or diameter of the existing Jones Reservoir drain. As noted on the plans, the Contractor shall field verify the location, size, and material of the existing pipe prior to connection. The Contractor shall furnish and install all necessary transition couplings, fittings, and bends required to connect the proposed improvements to the existing facility based on verified field conditions.
Q (Existing Manholes): Per Demolition and Existing Utility Plans; existing manholes are to be protected in place; per Grading and Drainage plans, existing manholes are to be adjusted to proposed grades. Without knowing the existing elevations at time of bid; it is difficult to carry a cost for adjusting existing manholes especially if they are going to be lowered to account for new elevations within the basins. Please provide known elevations of existing manholes where these are going to be affected by grade changes or consider including an allowance as this will have a significant impact on how each bidder interprets this condition.
A: The information necessary to estimate manhole adjustments is provided in the contract documents. Grading Plan Sheets C-07 through C-12 include both existing and proposed contours, which can be used to determine the required adjustments to existing manholes. For example, on Sheet C-07, an existing manhole is located between contours 803 and 804, while the proposed grade at that location is approximately 802.5, indicating roughly 1 foot of lowering would be required. This same approach can be applied to all manholes throughout the project limits. Contractors shall utilize the provided grading information to determine the extent of adjustment required and include associated costs in their bid.
Q (Browse Cages): Will browse cages be required for small groundcovers such as Carex, Juncus and Phylla from pots?
A: Browse cage is not required for small groundcovers.
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.