SLED Opportunity · CALIFORNIA · PASADENA

    Vehicle Warning, Safety, and Work Lighting Equipment

    Issued by Pasadena
    cityRFPPasadenaSol. 242799
    Closed
    STATUS
    Closed
    due Mar 30, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    Pasadena
    city
    NAICS CODE
    423610
    AI-classified industry

    AI Summary

    The City of Pasadena seeks bids for a 5-year contract to supply vehicle warning, safety, and work lighting equipment for its municipal fleet to enhance visibility and operational safety during various field operations.

    Opportunity details

    Solicitation No.
    242799
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 16, 2026
    Due Date
    March 30, 2026
    NAICS Code
    423610AI guide
    Jurisdiction
    Pasadena
    Agency
    Pasadena

    Description

    The City of Pasadena Public Works Department, Building Systems & Fleet Management Division (BSFMD) is soliciting bids for the purchase and delivery of vehicle warning and work lighting equipment and related components. The City's municipal fleet utilizes a variety of lighting systems to improve vehicle visibility and enhance operational safety during roadway maintenance, refuse collection, utility service, inspections, and other field operations.

    Lighting products covered under this solicitation primarily consist of amber warning lighting used for municipal fleet visibility, as well as work and utility lighting such as flood lights and scene lighting.

    The City intends to establish a five (5) year contract for the purchase of vehicle warning, safety, and work lighting equipment on an as-needed basis throughout the contract term.

    Background

    The City of Pasadena operates and maintains a diverse fleet of vehicles and equipment in support of municipal operations. Many of these vehicles require specialized lighting systems to provide adequate visibility and warning capability while operating on roadways, job sites, and other active work environments.

    Establishing a contract through this solicitation will provide the City with a reliable source for vehicle warning and work lighting equipment, ensuring that fleet vehicles can be maintained in safe operating condition while supporting ongoing municipal operations.

    Project Details

    • Reference ID: 2026-IFB-MS-0166
    • Department: Public Works Department, BSFMD
    • Department Head: Greg de Vinck (Director)

    Important Dates

    • Questions Due: 2026-03-23T21:00:00.000Z

    Evaluation Criteria

    • Federal Emergency Management Agency (FEMA)

      The work described in this solicitation may be funded, in whole or in part, by the Federal Emergency Management Agency (FEMA).  
      All bidders are advised that this project is subject to the applicable terms, conditions, and requirements associated with FEMA-funded projects. These terms and conditions are included as an attachment to this solicitation and are hereby incorporated by reference.  By submitting a bid, the bidder agrees to comply with all such FEMA-related requirements.

    • BID PROPOSAL QUANTITIES

      The quantities contained in the bid documents are approximate only and are for the sole purpose of comparing bids. The City may, in accordance with the specifications, order more or less equipment and/or materials as necessary at the City’s sole discretion. Payment will be made only for the amount of material actually provided, as determined by the City and accepted at the unit prices noted in the bid.

    • Pasadena Operating Companies

      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. 

    • Funded by the Housing and Urban Development

      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

    • Summary

      The City of Pasadena Public Works Department, Building Systems & Fleet Management Division (BSFMD) is soliciting bids for the purchase and delivery of vehicle warning and work lighting equipment and related components. The City's municipal fleet utilizes a variety of lighting systems to improve vehicle visibility and enhance operational safety during roadway maintenance, refuse collection, utility service, inspections, and other field operations.

      Lighting products covered under this solicitation primarily consist of amber warning lighting used for municipal fleet visibility, as well as work and utility lighting such as flood lights and scene lighting.

      The City intends to establish a five (5) year contract for the purchase of vehicle warning, safety, and work lighting equipment on an as-needed basis throughout the contract term.

    • Data Ownership

      The City retains all rights, title and interest in data and information input, uploaded, transmitted, or otherwise provided by or on behalf of the City into the vendor provided solution (“Organizational Data”). All Organizational Data shall remain the sole and exclusive property of the City. Vendor has no rights to use Organizational Data for any purpose other than to deliver the services contracted, unless otherwise authorized in writing by the City. Upon termination of any agreement between the City and vendor, the Organizational Data will be provided to the City, including uploaded documents and attachments, in an industry standard format such as csv, json or xml, or other agreed upon format at that time.

    • Purpose

      The purpose of this solicitation is to establish a contract for the as-needed purchase and delivery of vehicle warning and work lighting equipment and related components for the City of Pasadena Public Works Department, Building Systems and Fleet Management Division (BSFMD). The City operates a diverse fleet of vehicles and equipment that utilize lighting systems to improve vehicle visibility, support roadway operations, and enhance worker safety during field operations.

      Vehicles utilizing lighting systems may include, but are not limited to:

      • Refuse trucks
      • Boom trucks
      • Street sweepers
      • Graffiti vehicles
      • Utility and service vehicles
      • Maintenance vehicles

      Lighting systems covered under this solicitation primarily consist of amber warning lighting used for municipal fleet visibility and operational safety, as well as work and utility lighting.

      The intent of this solicitation is to establish a contract with a qualified vendor to supply vehicle lighting equipment and related components on an as-needed basis during the contract term.

    • Early Preparation for Submission

      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 3:00 pm on Monday, March 30, 2026 through this eProcurement portalWe 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:

      • Thoroughly review all requirements and the entire solicitation document.
      • Gather, organize, and complete the necessary documents for submittal.
      • Address any unforeseen technical issues that may arise during the preparation or submittal of your response.

      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.

    • Insurance Requirements

      https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/Vendors-Materials-and-Supplies.pdf?v=1623280176766

    • Pre Submittal Meeting

      See the "Timeline" in the Introduction section (#Instructions to Bidders). If there is a Mandatory pre-proposal meeting, bidders/proposers are required to attend at the time, date, and location included in the Timeline. If there is a Non-Mandatory pre-proposal meeting, bidders/proposers are not required to attend.

      Each bidder/proposer will have the opportunity to clarify and ask questions regarding the Specifications. The Pre-Proposal Meeting will be held at the time, date, and location in the Timeline of this solicitation.

    • Delivery Instructions

      Bids will be received via the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena). A bid received after the time set for the bid opening shall not be considered. Bidders are required to submit (upload) all items listed in the Bidder's Submittals/Checklist. Bids will be received prior to the time and date in this Notice Inviting Bids and will be opened online at that time.

      Copies of the Specifications and all required forms may be obtained for this solicitation online: https://procurement.opengov.com/portal/pasadena/projects/242799

      Addenda shall be acknowledged via the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena/projects/242799). Refer to the Specifications for complete details and bidding requirements. The Specification and this Notice shall be considered a part of any contract made pursuant thereunder.

    • Data Sovereignty

      The vendor provided solution must keep all data and information within the United States, including when information is stored as part of a backup, unless otherwise authorized in writing by the City.

    • HUD Section 3 Compliance

      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:

      • A low or very low-income worker, or
      • Employed by a Section 3 business concern; or
      • A Youthbuild participant

       

      Section 3 Targeted Worker is defined as:

      •  Worker employed by a Section 3 business concern; or
      •  Currently fits or when hired fit at least one of the following categories as documented within the past five years:
        •  Living within the service area or the neighborhood of the project (5-mile radius of project site)
        •  Youthbuild participants

       

      Section 3 Business Concern is defined as a business that meets one of the following criteria within the last six months:

      •  At least 51% owned and controlled by low-income or very low-income persons; or
      •  Over 75% of labor hours performed for the business over the prior 3-month period are performed by Section 3 workers; or
      •  51% or more owned and controlled by current residents of public housing or Section 8-assisted housing
    • Scope of Work

      The Contractor shall furnish and deliver new, unused vehicle warning and work lighting equipment and related accessories as specified in this solicitation.

      This solicitation is for parts and equipment only. No labor or installation services shall be provided under this contract.

      The Contractor shall:

      • Supply lighting products identified in the Bidder's Proposal
      • Deliver ordered items to the City's Fleet Maintenance Facility
      • Provide manufacturer warranty support when applicable
      • Provide product specifications upon request
      • Accept the return of defective products in accordance with manufacturer warranty policies 

      Lighting equipment will be ordered on an as-needed basis by the City.

    • Vendor Must Make Thorough Investigation

      It is the bidders/proposers responsibility to examine the location of the proposed work, to fully acquaint themselves with the Specifications or Scope and the nature of the work to be done. The vendor shall have no claim against the City based upon ignorance of the nature and requirements of the project, misapprehension of site conditions, or misunderstanding of the specifications or contract provisions.

    • Equal Employment Opportunity

      Except as otherwise provided under 41 CFR Part 60, to the extent this Agreement meets the definition of a "federally assisted construction contract" as set forth in 41 CFR Part 60-1 3 Locality agrees at all times during the term of this Agreement to comply with and abide by the following: (i) the equal opportunity clause (" Equal Opportunity Clause") in 41 CFR 60-1.4(b) in accordance with Executive Order 11246, as amended by Executive Order 11375 and that the Equal Opportunity Clause is a part of this Agreement and incorporated herein by this reference; and (ii) the regulations implementing the Equal Opportunity Clause at 41 CFR Part 60 and that such implementing regulations are a part of this Agreement and incorporated herein by this reference.

    • Equal Employment Opportunity in Contracting

      Policy - The City of Pasadena is committed to a policy of Equal Employment:

      • Contracting. Contractors expressly agree to comply with the City’s ordinances and regulations regarding Equal Opportunity Employment as well as regulations that may be mandated by the source of the funds supporting this contract.

      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.

    • EVALUATION OF BID

      Bids will be evaluated based on the lowest Grand Total Price submitted in the Bidders' Proposal. The contract award will be made from among responsive and responsible bidders. In case of a discrepancy between the unit prices and item total, the unit price shall govern. In the event of a discrepancy between the item totals and the grand total price the item totals shall prevail. The prices will be subject to adjustment by the City on that basis in the event of discrepancy and bid awarded.

    • Training Resources for Vendors:

      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

      1. New Supplier Account
      2. Submit a Bid or Proposal
      3. Updating Your Company Designation on a Solicitation
      4. Vendor Selection of Category Codes
      5. How To Subscribe To Organizations And Find Active RFPs & Bids
      6. Login Process
      7. How to Edit or Withdraw your Proposal after it's been Submitted
      8. How to Submit a Question
      9. Viewing Bid Results 

      Video Trainings

       

    • Compliance with the Davis-Bacon Act

      a. All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week.

    • OpenGov Technical Support

      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.

    • Bid Specifications

      The Contractor shall furnish and deliver lighting equipment and related components including, but not limited to, the following categories:

      Warning Lightbars

      • Full-size LED (light-emitting diode) amber warning lightbars
      • Mini LED amber warning lightbars
      • Directional or traffic advisory lightbars used for municipal fleet vehicles

      Directional and Warning LED Modules

      • Surface mount directional LEDs
      • Concealed LED warning modules
      • Hide-away LED lighting systems
      • Multi-color LED modules configured for amber operation
      • Split and tri-color modules configured for amber operation

      Beacons

      • Rotating LED beacons
      • Flashing LED beacons
      • Beacon lens covers
      • Beacon branch guards

      Traffic Direction and Visibility Systems

      • Directional traffic advisors
      • Arrow stick assemblies

      Work and Utility Lighting

      • LED work lights
      • Flood and spot lights
      • Interior lighting
      • Utility light bars
      • Scene lighting
      • High-visibility work lights used for municipal fleet operations

      Lighting Control Components

      • Smart flashers
      • Standalone flashers
      • Lighting controllers
      • On/off switches
      • Switch panels
      • Switch boxes
      • Mounting brackets for lighting systems

      Warning lighting components provided under this solicitation shall primarily consist of amber lighting used for municipal vehicle warning and visibility applications, consistent with California Vehicle Code requirements for maintenance, service, and utility vehicles.

    • Acceptance of Conditions

      By submitting a response, each vendor expressly agrees to and accepts the following conditions:

      1. All parts of the Instructions to bidders/proposers and the Specifications or Scope will become part of the Contract between the selected vendor and the City;
      2. The City may require whatever evidence is deemed necessary relative to the bidders/proposers financial stability and ability to complete this project;
      3. The City reserves the right to request further information from the bidders/proposers, either in writing or orally, to establish any stated qualifications;
      4. The City reserves the right to solely judge the bidder's/proposer's representations, and to solely determine whether the bidder is qualified to undertake the project pursuant to the criteria set forth herein. The bidder/proposer, by submitting a bid, expressly acknowledges and agrees that the judgment of the City as to whether or not the bidder/proposer is qualified to perform the project, shall be final, binding and conclusive;
      5. The City reserves the right to reject all bids, waive any irregularity in any of the bids, or cancel or delay the project at any time;
      6. 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/proposer in the preparation and submission of a bid.
    • Pre-bid Conference

      See the Timeline in the section named "Instructions to Bidders." If there is a Mandatory pre-bid meeting, bidders are required to attend at the time, date, and location included in the Timeline Instructions to Bidders of this solicitation. If there is a Non-Mandatory pre-bid meeting, bidders not required to attend.

      Each prospective bidder will have the opportunity to clarify and ask questions regarding these Specifications. The Pre-bid Meeting will be held at the time, date, and location in the Timeline of this solicitation.

    • Data Security

      The vendor provided solution must protect and secure all data and information input to the system, including documents and attachments. Information must be protected by AES 128-bit or greater encryption. Information must be encrypted in transit between the solution and the user’s web browser. The solution must encrypt all data stored at rest, including on disk, within databases and when information is maintained external to the solution, such as part of a backup or a data export, unless otherwise authorized in writing by the City.

    • Market Basket of Goods

      Bidder must bid on all materials and supplies listed in the Bidder’s Proposal (Market Basket). The City anticipates the order amount of the items listed in the Bidder’s Proposal.  However, the City of Pasadena does not imply nor make any commitment to purchase a specific quantity. The City may increase or decrease the quantities based on the current requirements, and the contractor agrees to furnish more or less of the items stated in the Bidder’s Proposal.   Additional varieties of the materials and supplies may be ordered as a result of this bid.   Award of contract shall be based upon the grand total price contained in the Bidder’s Proposal.

      The Market Basket in this solicitation is established to represent TBD of the total estimated value of the contract to be awarded. Prices for the remaining materials and supplies for this solicitation are represented by dollar value in the Grand Total, they will be a part of the market basket analysis when determining the low bidder.

      MOST FAVORED CUSTOMER: Contractor agrees to treat the City as its most favored customer.  Contractor represents that all of the prices, warranties, benefits and other terms being provided hereunder are equivalent to or better than the terms being offered by Contractor to its current customers.  The City shall be entitled to any and all other services normally offered by the Contractor (and/or manufacturer through the Contractor) to its customers. 

      CATALOG PRICING: While the materials and supplies listed in this solicitation represent a majority of the materials and supplies needed, there is a small percentage of items that are unknown at this time.  Therefore, bidders are required to, in addition to providing pricing for all materials and supplies, submit a catalog with all available supplies or materials for future purchasing consideration as a part of this overall contract with their bid.  Catalog information must include per unit pricing.

    • Declaration of Non-Collusion by Contractor

      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."

    • Internet Access
      1. The City cannot guarantee that equipment involved in Solicitation Submission will be available to provide information or receive transmittals. It is your responsibility to ensure that you have current information and that your Submission is received as instructed in this solicitation complete and prior to the deadline. The City is not responsible for the confidentiality of information transmitted over the Internet.
      2. It is the Respondent's responsibility to review your status in our eProcurement system and update your contact information and notification preferences accordingly.
      3. The City does not recommend waiting until the last two days to start preparing or submitting your response.
    • Minimum Product Requirements

      All lighting products shall:

      • Utilize LED technology where applicable
      • Be compatible with 12V (volt) or 12-24V vehicle electrical systems
      • Be designed for municipal fleet or commercial vehicle applications
      • Provide amber warning lighting where applicable, except for work or utility lighting such as flood lights or scene lights
      • Be suitable for exterior vehicle mounting where applicable
      • Be weather-resistant and vibration-resistant
      • Meet applicable California Vehicle Code, DOT (Department of Transportation), or other applicable industry safety standards for vehicle lighting systems
      • Include the manufacturer's standard warranty

      All products shall be new and free from defects in materials and workmanship.

      All lighting products supplied under this contract shall be professional-grade equipment designed and manufactured for municipal or commercial fleet vehicle use. Consumer-grade lighting products intended for personal vehicle use are not acceptable.

      Products shall be supported by manufacturer technical specifications and warranty documentation and shall be designed for installation on commercial or municipal fleet vehicles operating in outdoor and roadway environments. The City reserves the right to reject any product that does not meet these commercial-grade vehicle lighting standards.

    • Required Licenses (Eligibility Requirement)

      Bidders must possess and provide the following license(s) or certification(s) to be deemed qualified to perform the work specified:

      TBD

    • Compelled Data Disclosure

      In the event vendor receives a subpoena, court order, or other legal process requesting access to or disclosure of any Organizational Data, the vendor shall promptly notify the City in writing, unless legally prohibited from doing so, and shall cooperate with City in seeking a protective order or other appropriate remedy. Any disclosure of Organizational Data in response to legal process must be authorized in writing by the City, unless prohibited by law.

    • Active SAM Registration

      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.

    • Bid Shall Remain Open
      Bidder agrees that their bid shall remain open and shall not be withdrawn for a period of not less than one hundred and eighty (180) calendar days from the date of opening bids, or until rejected by the City, whichever occurs first.
    • SAMPLE CONTRACT

      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.

    • Split Award

      Bids will be evaluated based on the lowest Grand Total Price submitted in the Bidders' Proposal for each Group. Each Group will be evaluated and awarded independently based on the lowest Grand total Price for each Group. Bidders may bid on any combination of the Groups below. Bidders are required to bid on all line items listed within the specific Group they select. Failure to bid on all line items for a selected Group or Groups may result in rejection of the bid(s).

      • GROUP ONE:
      • GROUP TWO:
    • Copeland "Anti-Kickback" Act

      a. Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work.

    • Data Storage

      The vendor shall not permit the storage of City data and information on vendor mobile or removable devices (e.g. laptops, USB drives, removable drives, optical disks, etc.) except for limited purpose and duration, and only if authorized in writing by the City. Any such use also requires that vendor meets the data security requirements as noted above, ensuring that all storage on mobile or removable devices is appropriately encrypted and protected.

    • CHANGE ORDER MANAGEMENT

      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.

    • Funding Source

      This procurement is funded by:  TBD. Vendors must submit all required document with their proposal.

    • Build America, Buy America (BABA)

      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.

    • Compliance with the Copeland “Anti-Kickback” Act.

      a. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. c. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.”

    • Award of Bid and Determination of Responsiveness

      The contract shall be awarded to the lowest responsive and responsible bidder. In determining whether a bidder is responsible and responsive, the following shall be considered:

      • The quality of the material offered;
      • The ability, capacity and skill of the bidder to perform the contract or provide the material or services;
      • Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference;
      • The sufficiency of the bidder's financial resources and the effect thereof on his ability to perform the contract or provide the material or services;
      • The character, integrity, reputation, judgment, experience and efficiency of the bidder;
      • The quality and timeliness of the bidder's performance on previous orders or contracts for the City;
      • Litigation by the bidder on previous orders or contracts with the City;
      • The ability of the bidder to provide future maintenance and service where such maintenance and service is essential;
    • Truth and Accuracy of Representation

      False, incomplete or unresponsive statements in connection with the bid may be sufficient cause for rejection of a bidder/proposer.

    • Electronic Submission and Delivery Instructions

      Parties interested in responding are required to submit electronically through the City of Pasadena's eProcurement Portal prior to 3:00 pm, Monday, March 30, 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.

    • Lighting Performance and Compliance Standards

      Lighting equipment supplied under this contract shall comply with applicable industry and regulatory standards including, but not limited to:

      • Society of Automotive Engineers (SAE) J845 Class I, II, or III performance ratings for warning lighting systems where applicable
      • SAE compliant flash patterns suitable for municipal vehicle warning applications
      • California Vehicle Code (CVC) Sections 25252-25279, which authorize flashing amber warning lights for maintenance, service, and utility vehicles
      • Federal Motor Vehicle Safety Standard (FMVSS) 108 for motor vehicle lighting equipment where applicable
      • California Code of Regulations, Title 13, governing vehicle lighting euipment used on roadways

      Lighting systems shall also comply with applicable electromagnetic compatibility requirements and electrical safety standards where applicable.

    • Lighting Performance Requirements

      Lighting equipment supplied under this contract shall:

      • Provide sufficient light intensity (candela output) appropriate for municipal warning and work vehicle applications
      • Provide programmable or SAE-compliant flash patterns where applicable
      • Maintain adequate visibility in both daylight and nighttime operating conditions
      • Be designed to withstand the operational demands of municipal fleet vehicles operating in roadway environments

      Where applicable, lighting equipment shall have a minimum Ingress Protection (IP) rating of IP67 or equivalent for water and dust resistance

    • City Changes to the Solicitation Documents

      The City reserves the right to change any part of these Instructions to Vendors and Specifications any time prior to the submittal deadline.  Any changes shall be in the form of addenda and will become a part of the solicitation documents and of the contract. Addenda shall be made available to each vendor. A bidder's/proposer's failure to address the requirements of the addenda may result in the bid not being considered.  If the City determines that a time extension is required for the solicitation, the addenda will give the new submission date.

      Addenda shall be acknowledged via the City's eProcurement Portal.

    • Deadline for Questions

      The deadline to submit questions related to this solicitation is Monday, March 23, 2026, prior to 2:00 pm.

      Questions regarding this solicitation should be submitted directly through the City's eProcurement Portal (https://procurement.opengov.com/portal/pasadena) Q&A function. Do not contact any other City employee or official regarding this solicitation. Any questions submitted after the date and time specified may not be considered.

    • Contract Work Hours and Safety Standards Act

      To the extent this Agreement is in excess of $100,000 and involves the employment of mechanics or laborers, Locality agrees at all times during the term of this Agreement to comply with and abide by the terms of the Contract Work Hours and Safety Standards Act, codified at 40 U.S.C. 3701 et seq., as supplemented by regulations at 29 CFR Part 5, and that such terms and regulations are a part of this Agreement and incorporated herein by this reference.

    • Data Deletion

      Upon termination of this agreement, or upon written request by the City, the vendor shall permanently delete all City data and information from its systems, including backups and any other repositories under vendor's control, within thirty (30) days, unless retention is required by law or authorized in writing by the City. Deletion must include all documents, attachments, and any derivative data, and shall be performed in accordance with recognized industry standards for secure data erasure. Upon completion of data deletion, the vendor shall provide the City with written certification confirming the destruction of all relevant data.

    • Withdrawal of Proposal

      Any Bidder or Proposer may withdraw their response via the City's eProcurement Portal prior to 3:00 pm on Monday, March 30, 2026.

    • Local Preferences

      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.

    • PRICE ADJUSTMENTS

      At the conclusion of the first contract year and prior to the commencement of the second contract year or any subsequent contract extension period, the contractor may request unit price increases. Under no circumstances shall the City accept price increases, which exceed the rate of the then current Consumer Price Index (C.P.I.) for the region for the latest available preceding 12-month period. 

    • Artificial Intelligence (AI) Usage Disclosure

      The vendor shall fully disclose any use of Artificial Intelligence (AI), Machine Learning (ML), or automated decision-making technologies within the proposed solution. This includes, but is not limited to, the specific functions where AI is used, the nature of the AI model (e.g., predictive, generative, or rule-based), and whether the AI is proprietary, third-party, or open-source. The vendor shall also disclose whether any AI models are shared across multiple customers or tenants. The City reserves the right to approve or reject the use of AI components based on risk, transparency, and alignment with City policies.

    • Release Date

      Release Dated: Monday, March 16, 2026

      MIGUEL MÁRQUEZ
      City Manager

    • Environmental Durability

      Lighting equipment shall be designed for continuous operation in municipal fleet environments and shall:

      • Operate within a minimum temperature range of -40°F (Fahrenheit) to +140°F
      • Be resistant to moisture, vibration, and environmental contaminants
      • Be suitable for installation on vehicles operating in roadway maintenance, refuse collection, and utility service environments 
    • Compliance with the Contract Work Hours and Safety Standards Act.

      The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.

    • City Changes to the Solicitation Documents

      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 "Vehicle Warning, Safety, and Work Lighting Equipment." Project ID: 2026-IFB-MS-0166. 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.

    • Physical Compatibility Requirements

      Lighting equipment supplied under this contract shall:

      • Fit within standard mounting locations on municipal vehicles where applicable
      • Be compatible with existing vehicle wiring configurations and electrical systems
      • Not require modification to current mounting locations or dimensions
      • Integrate with existing control modules where applicable

      The City reserves the right to reject products that require structural, electrical, or system modifications in order to function properly.

    • Notice Regarding Disclosure of Contents of Document

      All responses accepted by the City at the time of bid opening shall become the exclusive property of the City. Upon opening, all bids accepted by the City shall become a matter of public record and shall be regarded as public, with the exception of those elements of each bid which are identified by the bidder as business or trade secrets and plainly marked as "trade secret," "confidential," or "proprietary." Each element of a bid which a bidder desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e., regarding entire pages, documents, or other non-specific designations) shall not be sufficient and shall not bind the City in any way whatsoever. If disclosure is required under the California Public Records Act or otherwise by law (despite the bidder's request for confidentiality), the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof.

    • Clean Air Act

      1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.

    • Deadline for Questions

      The deadline to submit questions related to this solicitation is Monday, March 23, 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.

    • Prohibition on Use of City Data for AI Training

      The vendor shall not use any City data or information to train, fine-tune, or otherwise improve any AI or ML models, whether proprietary, third-party, or public, without the City’s express written consent. This includes a prohibition on using City data for training public or shared models. If AI models are used, the vendor must ensure City data is excluded from any datasets used for model development or refinement unless explicitly authorized in writing by the City.

    • Pasadena Business License

      Awarded bidder or proposer may be required to obtain and pay for any required business license under Title 5 of the Pasadena Municipal Code.

      • If the business will not come into the City for the purpose of providing services for this contract they are not required to obtain a business license.
      • If the business will only be coming into the city no more than 10 times to work on projects, they are charged 33% of the annual tax (Pasadena Municipal Code Section 5.04.130C)
      • If they come into the City more than 10 times they are required to pay the annual fee.
      • Any subcontractors used by the awarded bidder or proposer will be required to obtain a license if they will be coming into the City to perform services.

      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/

    • Invoice Submission Portal

      Invoice Submission Portal

      The invoice submission process is activated when an invoice is submitted through the Vendor Invoice Portal. Invoices submitted are automatically sent to the department being invoiced for review. Once the city department verifies its accuracy, the department will submit the invoice to Accounts Payable for payment processing. One final review and approval by the department who was invoiced is needed in order for a check to be issued. Checks are issued on Tuesday and Thursday.

      How to submit invoices to the City of Pasadena?

      Create an account: Visit the City’s Invoice Submission website: https://invoice.cityofpasadena.net/ and select “Create Account”

      Refer to the "Invoice Submission Portal - Vendor User Guide" for detailed instructions.

    • Brand Name or Equivalent

      Manufacturer names and part numbers identified in the Bidder's Proposal section are provided for reference purposes to establish the minimum quality, performance, and compatibility requirements for the City's fleet lighting systems. The City currently utilizes ECCO lighting products across portions of its municipal fleet, however, bidders may propose equivalent products provided that the proposed product meets or exceeds the specifications outlined in this solicitation and is compatible with the City's existing vehicle lighting systems.

      Equivalent products shall:

      • Provide the same or greater functional performance
      • Be compatible with existing vehicle electrical systems
      • Fit within standard mounting locations where applicable
      • Meet applicable safety and industry standards

      The City reserves the right to determine product equivalency and to reject products that do not meet operational requirements.

      Product Identification

      For each line item in the bid schedule, bidders shall identify the manufacturer and model number of the product being offered. If an equivalent product is proposed in place of the referenced ECCO manufacturer and part number, the bidder shall provide manufacturer documentation or product specifications sufficient for the City to evaluate the proposed product.

      Product documentation submitted with the bid shall clearly reference the corresponding line item in the bid schedule. The ECCO manufacturer part numbers listed in the bid schedule represent the City's current lighting configurations and are provided for reference to establish minimum performance and compatibility requirements.

      Bidders proposing an equivalent product shall identify the manufacturer and model number of the item being offered and provide sufficient documentation to allow the City to determine compliance with the specifications.

      Any Proposed Equivalent

      If a bidder proposes an equivalent product in place of the referenced manufacturer and part number, the bidder shall submit documentation demonstrating that the proposed product meets or exceeds the specifications outlined in this solicitation.

      Documentation may include:

      • Manufacturer specification sheets
      • Product performance data
      • Electrical compatibility information
      • Mounting specifications

      Bidders are encouraged to submit proposed equivalent products to the City for review prior to bid submission to allow sufficient time for evaluation. The City reserves the right to evaluate equivalent products based on documentation submitted with the bid and may request additional information during the bid evaluation process if necessary.

    • Follow these simple steps to submit your proposal electronically:

      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/242799

      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 3:00 pm on Monday, March 30, 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.

       

      Do Not upload a Zip File: Unzip Your Files
      Note: If your files are [zipped or] in a zip folder, you may need to unzip the files before uploading.  The following instructions may be helpful to do so.
      1. Open File Explorer, and find the zipped folder.
      2. To unzip the entire folder, right-click to select Extract All, and then follow the instructions.
      3. To unzip a single file or folder, double-click the zipped folder to open it. Then, drag or copy the item from the zipped folder to a new location.
       
    • AI Feature Transparency and Choice

      The vendor shall disclose whether the proposed solution includes Artificial Intelligence (AI), Machine Learning (ML), or automated decision-making technologies that are integral to its functionality. Where feasible, the vendor should provide mechanisms that allow the City to configure or limit the use of such features. The City recognizes that opting out of AI features may reduce functionality; however, vendors are expected to design solutions that support informed decision-making by clearly identifying which features rely on AI and whether such features are optional or required.

    • Federal Water Pollution Control Act

      1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etseq. 2. The contractor agrees to report each violation to the (name of the applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.

    • Substitutions and Equivalents

      SUBSTITUTION FOR PATENTED AND SPECIFIED ARTICLES

      Wherever these Specifications specify any material or process by patent or proprietary name, or by name of manufacturer, such specification is only for the purpose of describing the material or process desired and shall be deemed to be followed by the words and/or approved equivalent. Any bidder may offer in the proposal any material or process that is equivalent in every respect to the material or process specified. This statement of alternate unit shall clearly describe the material or process for which the substitution is proposed and shall provide technical data establishing equivalency.

      Equivalents to Specifications

      The material, equipment or service offered by the bidder will meet all requirements of the specifications in this Notice Inviting Bids. Questions requesting approval of equals must be submitted before the deadline for questions to the City contacts listed in the Bid Invitation. Bidder must provide all information (no pricing) with their bid in order for the City to determine if the product offered is an equal to the manufacturer specified and/or meets the technical specifications. This includes details for each item to which a proposed equal will be taken, proposed make and model specifications, and any other information on the material specified herein regarding approved equals requested. Bidder must state brand name and/or manufacturer of each item proposed and include detailed specifications. All guarantees and/or warranties must also be stated. Parts and materials must be latest model or current date and meet specifications or be equal to the specifications.

      During the question and answer period, the City reserves the right to determine whether equivalents meet the bid specifications of the City, and are equal to the manufacturer specified or the stated technical specifications. The decision of the City regarding equality shall be final.

      Equals can be submitted for approval during the Question and Answer period through this eProcurement Portal: https://procurement.opengov.com/portal/pasadena/projects/242799.

    • Vendor Registration Instructions & Customer Service information:

      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.

    • Debarment and Suspension Certification

      (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of recipient/subrecipient/applicant). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

    • Performance Standards

      The Contractor shall:

      • Deliver correct lighting components and part numbers as ordered by the City
      • Ensure that lighting products supplied under this contract are compatible with municipal fleet applications and existing vehicle lighting systems used by the City
      • Replace defective or damaged lighting products in accordance with the manufacturer's warranty at no additional cost to the City
      • Maintain sufficient inventory to fulfill routine and emergency orders during the contract term
      • Honor manufacturer warranties for all products supplied under this contract
      • Provide safety data sheets (SDS) upon request

      Failure to meet delivery timelines may result in order cancellation.

       

      Delivery Instructions

      All deliveries of vehicle parts and supplies shall be made to the following location:

      City of Pasadena – City Yards

      323 W. Mountain Street

      Pasadena, CA 91103

      Deliveries shall occur between 7:00 AM and 5:30 PM, Monday through Friday, excluding City holidays and scheduled closure dates. City closure dates may be found at: https://www.cityofpasadena.net/city-closures/

      The City reserves the right to designate an alternate delivery location within the City of Pasadena limits at no additional cost.

      Standard Delivery Requirement

      The vendor shall deliver all requested parts within three (3) hours of order placement during normal operating hours. Orders may be placed verbally or in writing.

      For all orders placed after 12:00 PM that cannot be delivered within the three-hour window due to the close of normal operating hours, delivery shall occur at the start of the next business day, unless otherwise agreed upon in writing.

      All shipments must be accompanied by a packing slip identifying the contract number, part numbers, quantities, and descriptions of items delivered. The City reserves the right to reject any shipment not delivered in accordance with these instructions.

      Timely delivery is critical to maintaining operational readiness. Failure to meet the delivery requirements may result in termination of contract.

      Emergency Delivery

      An emergency order is defined as a lighting component required to restore safe vehicle operation or required visibility where vehicle downtime impacts City operations.

      Emergency orders shall be prioritized and delivered within two (2) hours of order placement during normal operating hours. Orders may be placed verbally or in writing.

      If an emergency order is placed near the close of normal operating hours and the two-hour delivery window extends beyond operating hours, delivery shall occur at the start of the next business day unless otherwise agreed upon in writing.

      Inventory Availability

      The Contractor shall maintain readily available inventory, whether at its own facility or through its established distribution network, to meet the routine and emergency delivery requirements set forth in this solicitation.

      The Contractor must be able to fulfill orders within the required delivery timeframes without reliance on special orders at the time of order placement.

      The City reserves the right to verify inventory levels or request confirmation of product availability at any time during the contract term.

      Warranty Requirements

      All lighting products supplied under this contract shall include a minimum five (5) year manufacturer warranty on LED components, unless otherwise specified by the manufacturer.

      Warranty coverage shall include defects in materials and workmanship under normal municipal fleet operating conditions.

      The Contractor shall facilitate warranty claims and replacement of defective products during the warranty period at no additional cost to the City.

    • BID YOUR FULL EQUAL OR BETTER

      Materials and equipment furnished shall be new, complete, ready-for-use and of the latest model, shall not have been used in demonstration or other services and have all the usual equipment as shown by manufacturer’s current specifications and catalogs unless otherwise specified.

    • Technical Questionnaire Form

      This form is only required for the purchases of technology. The City of Pasadena Department of Information Technology (DoIT) is tasked with reviewing all IT solutions proposed for use by the City. DoIT uses this questionnaire to assess various business, security, and/or operational impacts of bidder or proposer proposed technology solutions, SaaS offerings, software or hardware that will reside on the City’s servers and/or network, that will integrate to the City’s existing applications, servers and/or network, or that may have an impact on the City’s ability to conduct business. This questionnaire is also used to identify and distinguish at an early stage in the evaluation process the potential roles and responsibilities of the City and the proposer.

      If selected, proposers are required to complete the Pasadena Department of Information Technology Technical Questionnaire. The questionnaire is included in the section named "Submittal/Checklist." When completing the questionnaire, please note:

      • Section 4.0 must be completed for externally hosted/SAAS applications; and
      • Section 5.0 must be completed for City hosted/on-premises software
    • Acceptance of Conditions

      By submitting a bid or proposal, each bidder or proposer expressly agrees to and accepts the following conditions:

      • All parts of the Instructions to bidder or proposer and Specifications will become part of the Contract between the selected bidder or proposer and the City;
      • The City may require whatever evidence is deemed necessary relative to the bidder or proposer financial stability and ability to complete this project;
      • The City reserves the right to request further information from the bidder or proposer, either in writing or orally, to establish any stated qualifications;
      • The City reserves the right to solely judge the bidder or proposer representations, and to solely determine whether the bidder or proposer is qualified to undertake the project pursuant to the criteria set forth herein. The bidder or proposer, by submitting a bid, expressly acknowledges and agrees that the judgment of the City as to whether or not the bidder or proposer is qualified to perform the project, shall be final, binding and conclusive;
      • The City reserves the right to reject all bids, waive any irregularity in any of the bids, or cancel or delay the project at any time;
      • 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 or proposer in the preparation and submission of a bid.
    • Errors and Omissions

      Bidders shall not be allowed to take advantage of any errors or omissions in the Instructions to Bidders or Specifications. Full instructions will be given if such error or omission is discovered and timely called to the attention of the City.

    • Patent Feed; Patent, Copyright, Trade Secret, and Trademark Fees

      Each bidder shall include in the price bid any patent fees, royalties and charges on any patented article or process to be furnished or used in the prosecution of the Work.

    • Byrd Anti-Lobbying Amendment

      Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.

    • Pasadena Business

      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.

    • Data Security for Printers/Copiers/Scanners

      This section is only required for the lease/purchase of Printers/Copiers/Scanners.

      All devices or associated storage media which is replaced or removed must be sanitized in accordance with the "clear", "purge" or "destroy" categories of sanitization as defined in the NIST SP 800-88 publication "Guidelines for Media Sanitization". Sanitization of media must be certified by the Contractor and signed documentation detailing the device(s), media and category of sanitization must be provided to the Department of Information Technology (DoIT). Documentation of bulk or blanket sanitization is not acceptable. 

      All equipment must be configured such that the hard drive or associated storage media is encrypted or such encryption can be enabled by DoIT at will. All equipment must be configured to permit hard drive or associated storage media to be removed by a DoIT technician if necessary.

      Temporary removal of equipment, such as for maintenance or repair, is subject to data sanitization requirements as stated above.

      All device hard drives or associated storage media shall be left in DoIT’s possession at the end of the any lease, rental, or other time-limited usage agreement, if specified by the City.

      All administrative accounts on equipment must be configured with non-default password, complex passwords, and the account names and passwords provided to DoIT.

      Contractor must provide configuration printouts in hard copy form of all settings for any TCP/IP functions, including but not limited to network configurations, static routes, SMTP, SNMP, scan-to-file, etc., and storage media encryption configurations. Printouts must be delivered to DoIT when equipment configuration is complete and “ready for operation”.

    • Surety2000 Instructions

      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

    • WARRANTY

      Contractor shall provide factory warranties on all materials furnished against defects in materials and/or workmanship. The factory warranty shall become effective on the date of delivery and acceptance by the City. Should any defect in materials or workmanship appear during the warranty period, the Contractor shall repair or replace the same at no cost to the City.

    • 2 CFR § 200.323: PROCUREMENT OF RECOVERED MATERIALS

      In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements; or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.”

    • Taxes

      Price bid shall include all federal, state, local and other taxes.

    • FEDERAL - REQUIRED CERTIFICATION

      If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C.Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. _________________________________________ Signature of Contractor’s Authorized Official Name ________________________________ Title of Contractor’s Authorized Official _______________________ Date   FEDERAL CONTRACT PROVISIONS

    • Local Bidders; Refund of Sales and Use Tax

      For the purpose of determining the lowest bidder on a contract for materials and supplies only, 1.75% of that portion of the bid subject to sales or use tax shall be deducted from any bid where it is determined that if such bidder were awarded the contract, the City would receive a refund of the 1.75% sales and use tax pursuant to the Uniform Sales and Use Tax Ordinance of the City of Pasadena.

    • DEFECTIVE MATERIALS:

      Any materials not conforming to requirements of this Specification shall be considered defective. All such materials, whether in place or not, shall be immediately removed from the site of the work. Any defective materials installed shall be removed and replaced by the City and all costs of removal and replacement shall be deducted from any amounts due or to become due to the Contractor. No rejected materials, the defects of which have been subsequently corrected, shall be used.

    • Pasadena Living Wage Ordinance

      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.

    • Special Requirements of Contractors

      There is a separate packet of forms as part of these specifications that a bidder must complete to establish compliance with a number of special City of Pasadena requirements, including, but not limited to, Equal Employment and Affidavit of Non Collusion. These forms and their instructions should be considered an integral part of the specifications and failure to complete them shall be grounds, in the sole discretion of the City, for rejection of any bidder.

    • PAYMENT OF A CITY-WIDE MINIMUM WAGE

      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.

       

    • RECEIVING AND INSPECTION:

      Deficient parts will be rejected and the Contractor will be required to make the necessary adjustments or replacements. It shall be the Contractor’s responsibility to pick up any rejected parts, make the necessary corrections, and deliver materials at no additional cost to the City.

    • ACCESS TO RECORDS

      The following access to records requirements apply to this contract: (1) The Contractor agrees to provide (insert name ofstate agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the (write in name of the non-federal entity) and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.

    • Protest Procedure

      This procedure specifies the process to be utilized by the City of Pasadena in resolving protests regarding this solicitation. In order for a protest to be considered by the City of Pasadena, it must be submitted in accordance with the procedures outlined in the FORMAL SOLICITATION PROTEST PROCEDURE found at the following link: (https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/). A protest submitted that is not in accordance with this procedure, may be returned to the submitting party without any further action by the City of Pasadena.

    • Errors and Omissions

      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.

    • Public Contract Code Sec. 9204 New Public Works Claims Procedure

      As detailed in the Section Titled #Public Works Claims Procedure new Public Contract Code Section 9204, effective January 1, 2017, specifies new procedural requirements for claims submitted by a contractor on any public works project.

    • DHS SEAL, LOGO, AND FLAGS

      “The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.”

    • Patent Fees; Patent, Copyright, Trade Secret, and Trademark Fees

      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.

    • Equivalents to Specifications

      The material, equipment or service offered by the bidder will meet all requirements of the specifications in this Notice Inviting Bids. Questions requesting approval of equals must be submitted before the deadline for questions to the City contacts listed in the Bid Invitation. Bidder must provide all information (no pricing) in order for the City to determine if the product offered is an equal to the manufacturer specified and/or meets the technical specifications. This includes details for each item to which a proposed equal will be taken, proposed make and model specifications, and any other information on the material specified herein regarding approved equals requested. Bidder must state brand name and/or manufacturer of each item proposed and include detailed specifications. All guarantees and/or warranties must also be stated. Parts and materials must be latest model or current date and meet specifications or be equal to the specifications.

      During the question and answer period for this solicitation (Vehicle Warning, Safety, and Work Lighting Equipment; 2026-IFB-MS-0166), the City reserves the right to determine whether equivalents meet the bid specifications of the City, and are equal to the manufacturer specified or the stated technical specifications. The decision of the City regarding equality shall be final.

    • COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS

      “This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives.”

    • NO OBLIGATION BY FEDERAL GOVERNMENT

      “The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.”

    • Protest Procedure

      This procedure specifies the process to be utilized by the City of Pasadena in resolving protests regarding this solicitation. In order for a protest to be considered by the City of Pasadena, it must be submitted in accordance with the procedures outlined in the FORMAL SOLICITATION PROTEST PROCEDURE found at the following link: (https://ww5.cityofpasadena.net/finance/doing-business-with-the-city/). A protest submitted that is not in accordance with this procedure, may be returned to the submitting party without any further action by the City of Pasadena.

    • 4.08.130 Lowest and best bidder

      4.08.130 Lowest and best bidder.

      In determining the lowest and best bidder, the following shall be considered, in addition to price:

      A.       The quality of the material offered;

      B.       The ability, capacity and skill of the bidder to perform the contract or provide the material or services;

      C.       Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference;

      D.       The sufficiency of the bidder's financial resources and the effect thereof on his ability to perform the contract or provide the material or services;

      E.       The character, integrity, reputation, judgment, experience and efficiency of the bidder;

      F.       The quality and timeliness of the bidder's performance on previous orders or contracts for the city;

      G.       Litigation by the bidder on previous orders or contracts with the city;

      H.       The ability of the bidder to provide future maintenance and service where such maintenance and service is essential;

      I.        Certification by bidder of compliance with the Equal Employment Opportunity—Non-discrimination requirements.

      J.        Certification by bidder of compliance with the Pasadena living wage ordinance, where applicable.

      (Ord. 6899, § 2, 2002; Ord. 6763, § 2, 1998; Ord. 5068, § 3.08, 1972)

    • Taxes

      Price bid or Price Proposals shall include all federal, state, local and other taxes.

    • Certificate of Insurance

      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.

    • PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS

      “The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.”

    • Payment of Subcontractors, Suppliers, and Workers

      The Prime Contractor shall be solely responsible for the payment of all subcontractors, suppliers, laborers, and any other persons or entities employed in connection with the performance of this Contract.

      The City shall have no obligation to pay, or to ensure the payment of, any subcontractors, suppliers, or workers directly. The Prime Contractor shall ensure timely and full payment in accordance with all applicable laws, including but not limited to California Public Contract Code §§ 10262 and 10262.5 and Labor Code § 218.7.

      Failure to comply with this requirement may result in the withholding of payments, imposition of penalties, and/or other remedies available under the Contract and applicable law.

      The Prime Contractor shall also include in all subcontracts a provision requiring subcontractors to pay their lower-tier subcontractors and suppliers in a timely manner consistent with this section.

    • REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION (IRS Form W-9)

      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.

      Link: https://www.irs.gov/pub/irs-pdf/fw9.pdf

    • 2 CFR § 200.216: PROHIBITION ON CONTRACTING FOR COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES

      FEMA recipients and subrecipients and their contractors and subcontractors are required per 2 C.F.R. Part 200, Appendix II to include a contract provision in all FEMA-funded contracts and subcontracts, including any purchase orders. 1. On or after Aug. 13, 2020, for all new, extended, or renewed contracts using FEMA funds, especially for covered telecommunications equipment or services: a. FEMA recipients and subrecipients are required to include a provision in their contracts explaining the prohibitions under section 889 of the NDAA and as clarified in this policy. b. This also applies to subcontracts under any new, extended, or renewed contract. (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy, #405-143-1 Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services As used in this clause. The link to the policy is listed here: Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim) FEMA Policy #405-143-1 (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing— a. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or b. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: a. Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. b. Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d) Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.

    • CFR § 200.322 - Domestic preferences for procurements.

      (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.

    • LIMITATIONS ON LIABILITY

      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.

    • RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT

      ONLY REQUIRED FOR FUNDING AGREEMENTS a. Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to “funding agreements,” but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households – Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of “funding agreement.” c. Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines “funding agreement” as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph.

    • Recycled Product Procurement Mandates Pertaining to Local Governments [Public Contract Code Sections 22150 - 22154]

      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:

      • Provide products that contain no less than 30% minimum recycled content and recyclability (described in further detail in State of California, Public Contract Code Sections 22150-22154, under the sections “Recycled-Content Requirements” and “Recyclability Requirements”.
      • Provide a written certification and other verification from product vendors, as applicable, certifying that the products meet the recycled-content and recyclability requirements.
    • Buy America Requirement

      This section of the FEDERAL REGISTER contains regulatory documents having general applicability and legal effect, most of which are keyed to and codified in the Code of Federal Regulations, which is published under 50 titles pursuant to 44 U.S.C. 1510. The Code of Federal Regulations is sold by the Superintendent of Documents. DEPARTMENT OF AGRICULTURE Rural Utilities Service 7 CFR Part 1787 RIN 0572–AC42 ‘‘Buy American’’ Requirement. Details for this requirement can be found at the following link: https://www.govinfo.gov/content/pkg/FR-2018-11-27/pdf/2018-25815.pdf

    • AVAILABILITY OF FUNDS

      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.

    • SMALL, MINORITY, AND WOMEN’S BUSINESS ENTERPRISES AND LABOR SURPLUS AREA FIRMS

      REQUIRED FOR ALL FEDERALLY FUNDED AGREEMENTS. City of Pasadena and contractors may be subject to the equal opportunity requirements implementing Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor”, as well as 2 C.F.R. §200.321, “Contracting with small and minority businesses, women’s business enterprises, and labor surplus area firms.” Contractors shall be required to complete the applicable Equal Employment Opportunity forms and SBE/MBE/WBE/LSA forms included in the project specifications. Contractor shall also sign and submit a certification that declares all necessary affirmative steps were taken to assure that small and minority businesses, women’s business enterprises, and labor surplus area firms were used when possible, as outlined by 2 C.F.R. §200.321.

    • Addenda

      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 Vehicle Warning, Safety, and Work Lighting Equipment in order to be included in the "Followers" list in the City's eProcurement system to insure they receive all documents including addendums which are available as a download.

      The City reserves the right to change any part of these Instructions to PROPOSERS and Specifications any time prior to Deadline for Submissions. Any changes shall be in the form of addenda and will become a part of the Proposal documents and of the contract.

    • CARGO PREFEREENCE ACT (CPA)

      REQUIRED FOR ALL FEDERALLY FUNDED AGREEMENTS. Contractors shall comply with the CPA requirements as implemented by 46 CFR 381 in order to ensure a fair and reasonable participation by privately owned United States-flag commercial vessels in transporting cargoes which are subject to the Cargo Preference Act of 1954 and which are generated by U.S. Government Grant, Guaranty, Loan and/or Advance of Funds Programs Use of United States-flag vessels: The contractor agrees – To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.”

    • CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

      REQUIRED FOR FEDERALLY FUNDED AGREEMENTS IN EXCESS OF $100,000 AND INVOLVES THE EMPLOYMENT OF MECHANICS OR LABORERS. The Contractor shall comply with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. Records. The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Access to Records. Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job.”

    • Copyright and Data Rights

      An NFE is required by 2 C.F.R. § 200.315 to provide certain licenses with respect to copyright and data to the federal awarding agency. 2 C.F.R. § 200.315(b) provides to the federal awarding agency “a royalty-free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use [any work that is subject to copyright] for federal purposes, and to authorize others to do so.” 2 C.F.R. § 200.315(d) provides to the federal government the rights to “obtain, reproduce, publish, or otherwise use” data produced under a federal award and to authorize others to do the same. Applicability When an NFE enters into a contract requiring a contractor or subcontractor to produce copyrightable subject matter and/or data for the NFE under the award, the NFE should include appropriate copyright and data licenses to meet its obligations under 2 C.F.R. § 200.315(b) and (d), respectively. Work that is subject to copyright, or copyrightable subject matter, includes any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Suggested Language The following provides a sample contract clause: “License and Delivery of Works Subject to Copyright and Data Rights” The Contractor grants to the (insert name of the non-federal entity), a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to the (insert name of the non-federal entity) or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the (insert name of the non-federal entity) data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the (insert name of the non-federal entity).”

    • UNIQUE ENTITY ID (UEI) SAM.GOV

      SAM REGISTRATION

      Prior to bid submittal date, the lowest responsive and responsible bidder must be verified to not be on the government-wide exclusions list for suspension or debarment. 

      Vendors seeking to register can register for free at the following link: https://sam.gov/content/entity-registration

      All federal financial assistance recipients must have a Unique Entity ID (UEI) number.

      As of April 4, 2022, DUNS Numbers will no longer be used by federal agencies. As part of a governmentwide initiative, the Office of Management and Budget (OMB), directed all federal agencies to complete their transition to the Unique Entity ID created in SAM.gov. This transition allows the government to streamline the entity identification and validation process, making it easier for entities to do business with the federal government for your company does not have a UEI, you can obtain one by visiting https://sam.gov/content/entity-registration.

      The SAM registration process may take several business days to complete. Therefore, the City recommends that the Bidder begin the registration process if bidder has not done so already.

      This proof must be submitted with the Bid. If you fail to submit this information with the Bid, the Bid may be deemed non-responsive.

    • 2 CFR Parts 184 and 200

      Below is a Summary and an Executive Summary: Click Here for the Complete Documenthttps://public-inspection.federalregister.gov/2023-17724.pdf

      SUMMARY: 

      The Office of Management and Budget is revising the OMB Guidance for Grants and Agreements. The revisions are limited in scope to support implementation of the Build America, Buy America Act provisions of the Infrastructure Investment and Jobs Act and to clarify existing provisions related to domestic preferences. These revisions provide further guidance on implementing the statutory requirements and improve Federal financial assistance management and transparency. 

      SUPPLEMENTARY INFORMATION:

      Executive Summary

      The Office of Management and Budget (OMB) is revising its guidance in title 2 of the Code of Federal Regulations (2 CFR) to add a new part 184 and revise 2 CFR 200.322. The revisions implement the requirement for the Director of OMB to issue guidance to the head of each Federal agency to assist in the implementation of the requirements of the Build America, Buy America Act (BABA), Public Law 117-58, 135 Stat. 429, 70901-70927, Nov. 15, 2021. As required by BABA, the new part 184 of 2 CFR provides clear and consistent guidance to Federal agencies about how to apply the domestic content procurement preference (Buy This document is scheduled to be published in the Federal Register on 08/23/2023 and available online at federalregister.gov/d/2023-17724, and on govinfo.gov America or BABA preference) as set forth in BABA to Federal awards for infrastructure projects. See BABA 70915. For example, the new part 184 includes definitions for key terms, including iron or steel products, manufactured products, construction materials, and materials identified in section 70917(c) (section 70917(c) materials) of BABA. These definitions provide a common system for Federal agencies to distinguish between the product categories established under the statutory text in BABA. The new part also offers standards that define “all manufacturing processes” in the case of construction materials. The new part 184 also includes guidance for determining the cost of components of manufactured products. The part 184 text uses a modified version of the “cost of components” test found in the Federal Acquisition Regulation (FAR) at 48 CFR 25.003, which is used for Federal procurement. Using this approach for determining the cost of components of manufactured products in the context of Federal financial assistance aims to provide a consistent approach for industry, with only minor modifications which are explained in this document. The new part 184 also includes guidance on proposing and issuing Buy America waivers. For example, based on the statutory text of BABA, it restates the circumstances under which a waiver may be justified. The new part also includes guidance on the type of process that a Federal agency should implement to allow recipients to request waivers, including the process a Federal agency should follow in issuing proposed and final waivers. The revised provision in 2 CFR part 200 specifies that Federal agencies providing Federal financial assistance for infrastructure projects must implement the Buy America preferences set forth in 2 CFR part 184, as required under section 70914(a) BABA, as of the effective date of the guidance, unless specified otherwise. 

      Click Here for the Complete Documenthttps://public-inspection.federalregister.gov/2023-17724.pdf

    • CAAC Consultation - Class Deviation From the Federal Acquisition Regulation (FAR) Regarding Executive orders 14173 and 14168

      For Compliance with Federal Acquisition Regulations (FAR) Clauses and Deviations

      General Requirements
      All bidders or proposers must adhere to the following Federal Acquisition Regulation (FAR) clauses, including specified deviations. Bidder/Proposers should ensure their representations and certifications are completed and up to date in SAM.gov before submitting their proposal.

       

      Required Representations and Certifications  

      • Annual Representations and Certifications  
        - FAR 52.204-8 (JAN 2025) (DEVIATION FEB 2025)  
          - Bidder/Proposers must have their Annual Representations and Certifications updated in SAM.gov.  
          - No separate submission is required unless there are changes not reflected in SAM.  
          - The Government will review the Bidder/Proposer’s certifications directly in SAM.  
      • Bidder/Proposer Representations and Certifications for Commercial Products and Services  
        - FAR 52.212-3 (MAY 2024) (DEVIATION FEB 2025)  
          - Bidder/Proposers must ensure that their Representations and Certifications – Commercial Products and Commercial Services are current in SAM.  
          - If any part is not completed in SAM, the Bidder/Proposer must submit the relevant information with their bid.  
          - Certifications must align with all federal compliance requirements, including Buy American, small business status, and other regulatory matters.  

      Contract Terms and Conditions  

      • Commercial Products and Services  
        - FAR 52.212-5 (JAN 2025) (DEVIATION FEB 2025)  
          - The awarded contract will include all applicable statutory and executive order requirements.  
          - Bidder/Proposers must comply with all terms, including labor laws, environmental regulations, and cybersecurity requirements.  
      • Simplified Acquisitions (Other Than Commercial Products and Services)  
        - FAR 52.213-4 (JAN 2025) (DEVIATION FEB 2025)  
          - Applicable to simplified acquisitions outside of commercial product and service procurement.  
          - The contract terms will include relevant federal requirements for small purchases, including payment terms, delivery conditions, and compliance obligations.  

      Subcontracting Requirements  

      - FAR 52.244-6 – Subcontracts for Commercial Products and Commercial Services  
        - If the Bidder/Proposer intends to subcontract any portion of the work:  
          - Subcontractors must comply with all applicable FAR clauses.  
          - The prime contractor is responsible for ensuring subcontractor compliance with federal laws.  
        - The Government reserves the right to review and approve subcontractors for compliance.  

    Submission Requirements

    • Acknowledgements
    • Acknowledgement (required)

      By submitting this bid the proposer hereby certifies under penalty of perjury of the laws of the State of California that all representations made in the documents that comprise the proposal for Vehicle Warning, Safety, and Work Lighting Equipment due on Monday, March 30, 2026 are true and correct to the best of my knowledge at the time of the proposal’s submission.

      By confirming, the bidder is acknowledges the following:

      • We have reviewed and agreed to all of the documents contained in this solicitation and understands that the City will not be responsible for any errors or omissions on the part of the vendor in making up this bid or proposal.
      • The representations herein are made under penalty of perjury.
      • We hereby offer to sell the City of Pasadena the materials, products, and/or services at the prices shown and under the terms and conditions included hereon or attached or referenced.
    • Prices must be valid for 180 days (required)

      Bidder agrees that their bid shall remain open and shall not be withdrawn for a period of not less than one hundred and eighty (180) calendar days from the date of opening bids, or until rejected by the City, whichever occurs first.

    • Confirmation, if You are the Recommended Company (required)

      Subsequent to the closing of this solicitation, but prior to contract award, the recommended vendor will be required to provide the following documents within 10 calendar days of being notified, otherwise the submitted proposal may be deemed non-responsive.

      Please confirm that you will provide the following per these instructions.

      • Request for Taxpayer Identification Number and Certification (IRS Form W-9)
      • Pasadena Business License (if required)
      • Any Required Licenses or Certifications
      • All Insurance Requirements in this Solicitation (IF REQUIRED)

    • Forms
    • AA1; AA2; AA3; Signature & Legal Status; and Declaration of Non-Collusion (required)

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

      • Each Bidder must submit a completed Form AA-1. Failure to submit this form may result in automatic disqualification. (Copy attached)
      • Form AA-2 is required to be submitted for projects involving labor or services in excess of $25,000. (Copy attached)
      • Form AA-3 is Optional. (Copy attached)
      • A completed and signed "Declaration of Non-Collusion." (Copy attached)
      • Signature Page and Legal Status (Copy attached)
    • Copy of all required License(s) or Certification(s) (required)

      Please upload a copy of your: TBD

    • Technical Questionnaire Form

      This form is only required for the purchases of technology. If selected, proposers will be required to complete the Pasadena Department of Information Technology Technical Questionnaire. The questionnaire is included in the #Attachments. When completing the questionnaire, please note:

      • Section 4.0 must be completed for externally hosted/SAAS applications; and

      • Section 5.0 must be completed for City hosted/on-premises software

       

    • Data Security for Printers/Copiers/Scanners (required)

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

    • CATALOG PRICING: (required)

      While the materials and supplies listed in this solicitation represent a majority of the materials and supplies needed, there is a small percentage of items that are unknown at this time.  Therefore, bidders are required to, in addition to providing pricing for all materials and supplies, submit a catalog (PDF) with all available supplies or materials for future purchasing consideration as a part of this overall contract with their bid.  Catalog information must include per unit pricing.

    • Federal Requirements
    • Disclosure of Lobbying Activities (required)

      Please download the below documents, complete, and upload.

    • Federal_Required_Certification (required)

      Please download the below documents, complete, and upload.

    • Unique Entity Identifier (required)

      Please download the below documents, complete, and upload.

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

      In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-under-200k.pdf?v=1674593673378

      HUD Federal Forms (under $200k)

      • Worker’s Compensation Certification
      • Federal Lobbyist Certification
      • Past Performance Certification
      • List of Proposed Subcontractors
    • HUD Federal Forms (Over $200k) (required)

      In addition to the items listed above, the following list is provided for the convenience of both you and the City and to help eliminate errors and omissions which may render your bid unacceptable. The following forms are required to be submitted with your bid: https://www.cityofpasadena.net/finance/wp-content/uploads/sites/27/HUD-Federal-Forms-over-200k.pdf?v=1674593673378

      HUD Federal Forms (Over $200k)

      • Worker’s Compensation Certification
      • Federal Lobbyist Certification
      • Past Performance Certification
      • List of Proposed Subcontractors
      • Section 3 Business Concern
      • Business Concern Affirmation
      • Notice of Section 3 Commitment
      • Section 3 Economic Opportunity Plan
    • Funding
    • How is this Procurement Funded? (required)

      Select a general funding source. If the procurement is even partially funded by a grant, select one of the non Local sources.

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

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

    • Federal-Aid Project No. (required)

      Do not erase the text below. Enter the number after the text that reads "FEDERAL-AID PROJECT NUMBER:"

    • Additional Federal Attachments

      Below is a list of potential attachments that may or may not apply to your procurement.  Please review the attachments in the section named "Attachments" to ensure they are relevant and appropriate.

    • Setup & Requirements
    • Does this procurement include any of the following (check all that apply)
    • Has DoIT approved your specifications? (required)
    • Has BSFMD approved your specifications?
    • Type of Technology Included (required)

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

    • Is there a License or Certification Requirement? (required)

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

    • Required License or Certification: (required)

      Please enter the specific License or Certification required to be eligible to compete on this solicitation. For example, "C33 - Painting and Decorating, OR Class A – General Engineering with Asbestos Certification, OR class B – General Building with Asbestos Certification".

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

      General definitions and parameters of each approach.

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

      A Market Basket of Goods are the materials and supplies currently in your Bidder's Proposal and represents a pricing method used in solicitations where vendors must provide prices for a representative list of the most commonly purchased materials and supplies. The current list —called the Market Basket—reflects the City’s anticipated purchasing. The materials in the Market Basket represent a defined percentage of the contract’s estimated value and consist of the top items the City purchases. While bidders must price all items in the Market Basket, they must also provide catalog pricing for all other available materials or supplies to cover items not specifically listed.

    • What percentage of the total purchase does the Market Basket represent? (required)

    Questions & Answers

    Q (Form AA-2): Will Form AA-2 (Project Workforce Utilization) be required for completion on this bid? No labor is involved and services may not exceed $25,000. Thank you

    A: Form AA-2 is a required form that should be filled out.


    Q (No subject): Based on your past usage, what are the annual order frequencies and estimated quantities per order for each line item, and will all items be ordered together or placed separately?

    A: Orders will be placed based on current inventory levels and operational needs. The City maintains stock of frequently used items such as strobes, light bars, and beacon lights through routine inventory orders. Same day or expedited orders may be required to support the outfitting of new vehicles, upgrades to existing vehicles with outdated lighting systems, or to replenish inventory stock after use. Estimated quantities per order will vary by line item and are dependent on monthly demand. Ordering is expected to occur on a consistent, ongoing basis.


    Q (No subject): What is the estimated start date for placing orders under the contract?

    A: The contract start date has not been determined at this time. The agreement will begin following completion of the City's contract routing and approval process.


    Q (No subject): What is your estimated budget for the contract?

    A: The estimated budget for this contract has not been determined at this time. Actual contract expenditures will depend on bid pricing and the City's operational needs during the contract term.


    Q (No subject): Would there be any seasonal or peak periods during which delivery timelines for vehicle warning and work lighting equipment might differ from the standard 3‑hour (regular) or 2‑hour (emergency) requirements? If so, please provide details.

    A: Order activity may increase during periods when vehicles undergo more thorough servicing and safety inspections (around the holidays). During that time, lighting components are more likely to be replaced fur to being non-operational or not meeting visibility requirements. Special events in Pasadena may also increase the frequency and urgency of orders as vehicles are deployed more frequently and require to be fully functional and have visible lighting to support operations in areas with increased pedestrian traffic.


    Key dates

    1. March 16, 2026Published
    2. March 30, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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