Active SLED Opportunity · CALIFORNIA · PUBLIC WORKS

    (24) MID SIZE PICKUP TRUCKS

    Issued by Public Works
    localIFBPublic WorksSol. 247818
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due Apr 30, 2026
    PUBLISHED
    Apr 6, 2026
    Posting date
    JURISDICTION
    Public Works
    local
    NAICS CODE
    441110
    AI-classified industry

    AI Summary

    The City of Anaheim Public Works Department seeks bids for 24 mid-size pickup trucks (Ford XL, Chevrolet WT) model year 2025 or newer. Vehicles must meet specified legal and equipment standards, with delivery within 120 days to Anaheim, CA. Bids are due April 30, 2026, via the City's online system.

    Opportunity details

    Solicitation No.
    247818
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 6, 2026
    Due Date
    April 30, 2026
    NAICS Code
    441110AI guide
    Jurisdiction
    Public Works
    Agency
    Public Works

    Description

    The City of Anaheim, Public Works, (hereinafter referred to as City) is requesting competitive bids from qualified vendors (hereinafter referred to as Bidder) for (24) MID SIZE PICKUP TRUCKS. The award Purchase Order will be between the City and awarded Bidder, in accordance with City Terms & Conditions and specifications. This is a fully electronic solicitation – only electronic bids submitted through the City’s online bidding system will be allowed; no other form of bid submittals will be accepted. Prior to submitting a bid, Bidders are advised to carefully read the instructions below, including the City Terms & Conditions and any solicitation attachments and/or exhibits.

    Background

    The City of  Anaheim,  founded  in  1857,  is  one  of  the  nation’s  premier  municipalities  and  is  one  of California’s most populous and most visited cities. Anaheim covers 50 square miles with more than 340,000 residents and more than 3,200 City employees. Anaheim supports a thriving business community, and successful sports franchises including Angels Baseball and the Anaheim Ducks. Anaheim also boasts world-class meeting and entertainment venues with: The Anaheim Convention Center, LEED-certified and the largest convention center on the West Coast; Honda Center; City National Grove of Anaheim; Anaheim Garden Walk; Angel Stadium; and Anaheim Regional Transportation Intermodal Center (ARTIC). Annually, Anaheim welcomes more than 20 million visitors to the city, truly making it a destination where the world comes to live, work, and play.

    Project Details

    • Reference ID: 9886
    • Department: Public Works
    • Department Head: Rudy Emami (Director)

    Important Dates

    • Questions Due: 2026-04-23T21:00:00.000Z

    Evaluation Criteria

    • INTRODUCTION

      The City of Anaheim, Public Works, (hereinafter referred to as City) is requesting competitive bids from qualified vendors (hereinafter referred to as Bidder) for (24) MID SIZE PICKUP TRUCKS. The award Purchase Order will be between the City and awarded Bidder, in accordance with City Terms & Conditions and specifications. This is a fully electronic solicitation – only electronic bids submitted through the City’s online bidding system will be allowed; no other form of bid submittals will be accepted. Prior to submitting a bid, Bidders are advised to carefully read the instructions below, including the City Terms & Conditions and any solicitation attachments and/or exhibits.

    • Governing Law and Venue

      This Contract has been negotiated and executed in the state of California and shall be governed by and construed under the laws of the state of California. In the event of any legal action to enforce or interpret this Contract, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the Parties hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure Section 394.  Furthermore, the parties specifically agree to waive any and all rights to request that an action be transferred for adjudication to another County.

    • Parties and Purpose

      This Contract is entered into as of the date fully executed by and between the City and Contractor, based on the terms and conditions of the City RCA-017-23010021 and this Contract. The Contract allows individual City departments to utilize the Contractor’s services by executing subordinate agreements against this Contract.

      1. Subordinate City Master Agreements (MAs)
        City departments are authorized to enter into individual subordinate MAs under this Contract. Attachment B to this Contract provides a MA template to be utilized. Each subordinate MA shall at a minimum:
        • Specify a not-to-exceed dollar amount; and
        • Include invoice terms and instructions; and
        • Reference this Contract as the governing agreement for the terms of service.
    • BIDDER QUALIFICATIONS

      Bidders must be an authorized dealer for the specified vehicle/ equipment capable of selling, delivering, and servicing the items as specified.

    • Scope of Contract

      This Contract specifies the terms and conditions by which the City will procure MID SIZE PICKUP TRUCKS from the Contractor, as further detailed in the Scope of Work, identified and incorporated herein by this reference as "Attachment A".  All services provided under this Contract shall conform to the Scope of Work as set forth in this contract.

    • SPECIFICATIONS
      1. Substitutions and alternates are NOT acceptable unless City has stated otherwise in the specifications.
      2. Do NOT include additional optional equipment or packages unless it is required by the manufacturer's standards to conform to our specifications.
      3. Propose equipment in the most cost effective way. Include a copy of the specifications sheet with your bid submission. 
      4. Please review specifications carefully as required equipment may differ for each vehicle. 
      5. Bidders may submit partial bids according to the vehicles that they can provide. 

       

      (12) Planning FY 25-26

      VEHICLE A:

      1.

       

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6. 

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Mid-Size Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, XL. Chevrolet, WT. (NO EXCEPTIONS)

      16.

      MODEL YEAR:

      2025 or Newer Model Year.

      17.

      QUANTITY:

      (12)

      18.

      COLOR:

      White

      19.

      ENGINE:

      4 Cylinder Gasoline

      20.

      TRANSMISSION:

       Automatic

      21.

      DRIVE:

       2 Wheel Drive.

      22.

      INTERIOR:

      Seats: Black or Dark Gray Seats Cloth or Vinyl.

      23.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry, (3) key fobs shall also be provided per vehicle.

      24.

       

      Vehicle Shall Come Equipped with the Following as Standard or Optional Equipment:

      25.

       

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Remote Key Fob. AM/FM Radio w/Bluetooth, Cruise Control, Power Window, Remote Key Fob

      26.

       

       Spray In Bedliner.

      27.

       

      All Weather Rubber Floor Mats

      28.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spot light switches

      29.

       

      Furnish and Install: Ecco, Safety Director / Traffic Advisor. PT# 3410A w/Controller. To be Rear Facing. Mount to the Back Rack

      30.

       

      Furnish and Install: Back Rack, Original Rack with Installation Kit.

      31.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      32.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED.  Amber- SKU# ED9040W. Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights

      33.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      34.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      35.

       

      All items not listed above but considered standard to this model shall be included.

      36.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      37.

       

      END OF SPECIFICATIONS

       

      (1) Fire Prevention 6647 -

      Vehicle B: SEE ATTACHMENTS FOR REQUIRED DECAL PACKAGE

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

       

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Pickup Midsize Crew Cab 4x2.

      15.

      MAKE:

      Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Colorado WT.

      17.

      MODEL YEAR:

      2025 or Newer Model Year.

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      Radiant Red.

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

      4x2

      24.

      KEYS:

      Vehicles shall be delivered with (4) sets of keys per vehicle. If equipped with remote keyless entry, (4) key fobs shall also be provided per vehicle.

      25.

      INTERIOR:

      Jet Black, Cloth Seat Trim.

      26.

       

      Vehicle Shall Come Equipped with the Following as Standard or Optional Equipment:

      27.

      O.E EQUIPMENT:

      WT Standard Equipment Package.

      28.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      29.

       

      All Weather Rubber Floor Mats

      30.

       

      Cargo Tie-Down Rings

      31.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Grafix Systems Decal Package. See attachments for required DECAL PACKAGE.

      32.

       

       

      Furnish and install: Snug Top Pro: Commercial Truck Cap. Cab Hi. Solid Side Passenger and Drivers Doors. Vertical Divder in Center HALF Horizontal Shelf Driver and Passenger Side.Standard Framed Glass Door with Single Handle.

      33.

       

      Furnish and Install: Cargo Ease Commercial Truck Slide 1500lbs 5’. (NO EXCEPTIONS)

      34.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      35.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      36.

       

      All items not listed above but considered standard to this model shall be included.

      37.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      38.

       

      END OF SPECIFICATIONS

       

      (1) 1786 CC

      Vehicle C:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Mid-Size Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford Ranger XL or Chevrolet Colorado WT. (NO EXCEPTIONS)

      16.

      MODEL YEAR:

      2025 or Newer Model Year.

      17

      QUANTITY:

      (1)

      18.

      COLOR:

      White

      19.

      ENGINE:

      4 Cylinder Gasoline

      20.

      TRANSMISSION:

      Automatic

      21.

      DRIVE:

      2 Wheel Drive.

      22.

      INTERIOR:

      Seats: Black or Dark Gray Seats Cloth or Vinyl.

      23.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry, (3) key fobs shall also be provided per vehicle.

      24.

       

      Vehicle Shall Come Equipped with the Following as Standard or Optional Equipment:

      25.

       

      XL (100A) Equipment Group or Equivalent.

      26.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      27.

       

      Trailer Tow Package.

      28.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty (2) PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern.

      29.

       

      Furnish and Install: Ecco.12+ Pro Vantage Series Lightbar Amber/White 42” With the Advanced Controller.  Qty (1) Egis Mobile Electric Timer, Delay Relay 30 Amp to be mounted to the best location on the firewall. The Light Bar is to be Mounted Centered Between Cab Doors.

      30.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED. Amber SKU# ED9040A. Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern.

      31.

       

      Furnish and Install: Tight Tough Front Seat Ironweave Seat Covers (W0621034)

      32.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      33.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      34.

       

      All items not listed above but considered standard to this model shall be included.

      35.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      36.

       

      END OF SPECIFICATIONS

       

      (1) APD 526788

      Vehicle D:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Midsize Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, or Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Ranger XL, or Colorado WT.

      17.

      MODEL YEAR:

      2025 OR NEWER MODEL YEAR

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

       2 Wheel Drive, Axle Ratio (STD)

      24.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) key fobs shall also be provided per vehicle

      25.

      INTERIOR:

      Seats:   Vinyl Bucket Seats. Vinyl Flooring.

      26.

      O.E EQUIPMENT:

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Key Fob.  AM/FM Radio w/ Bluetooth.

      27.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      28.

       

      All Weather Rubber Floor Mats

      29.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern

      30.

       

      Furnish and Install: (1) Federal Signal, Valor Amber Light bar with 360 degree White Work Lights and Traffic Advisor: PN. VALR44S-AMBR3 with Controller. Lightbar to be mounted between the front and rear doors.

      31.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED. Amber Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern.

      32.

       

      Furnish and Install: BackRack Safety Rack with Installation Kit (Black).

      33.

       

      Furnish and Install: Bedslide 1000 Classic.

      34.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      35.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      36.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      37.

       

      All items not listed above but considered standard to this model shall be included.

      38.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      39.

       

      END OF SPECIFICATIONS

       

      (1) PW 1780

      Vehicle E:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Midsize Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, or Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Ranger XL, or Colorado WT.

      17.

      MODEL YEAR:

      2025 OR NEWER MODEL YEAR

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

       2 Wheel Drive, Axle Ratio (STD)

      24.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) key fobs shall also be provided per vehicle

      25.

      INTERIOR:

      Seats: Vinyl Bucket Seats. Vinyl Flooring.

      26.

      O.E EQUIPMENT:

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Key Fob.  AM/FM Radio w/ Bluetooth.

      27.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      28.

       

      All Weather Rubber Floor Mats

      29.

       AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern

      30.

       

       Furnish and Install: (1) Each Federal Signal: Valor, Amber Light Bar with 360-degree white LED work lights, Traffic Advisor P/N VALR44S-AMBR3, and Controller. Qty (1) Egis Mobile Electric Timer, Delay Relay 30 Amp to be mounted to the best location. The Lightbar Shall be Mounted Evenly Spaced Between the Front and Rear Doors

      31.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED Amber, Qty (2), Mounted on the Grill or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern. Program to Quad Flash Pattern.

      32.

       

      Furnish and install: (1) each UWS Truck Bed Toolbox – Crossover Style – Single Lid Series. Or Equivalent.  Gloss Black

      33.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      34.

      EMISSIONS RATING:

      Vehicle must be certified as a ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      35.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      36.

       

      All items not listed above but considered standard to this model shall be included.

      37.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      38.

       

      END OF SPECIFICATIONS

       

      (1) PW 1781 Department Funded

      Vehicle F:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIRMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Midsize Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, or Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Ranger XL, or Colorado WT.

      17.

      MODEL YEAR:

      2025 OR NEWER MODEL YEAR

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

       2 Wheel Drive, Axle Ratio (STD)

      24.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) key fobs shall also be provided per vehicle

      25.

      INTERIOR:

      Seats:   Vinyl Bucket Seats. Vinyl Flooring.

      26.

      O.E EQUIPMENT:

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Key Fob.  AM/FM Radio w/ Bluetooth.

      27.

      OPTIONAL EQUIPMENT:

       Spray In Bedliner.

      28.

       

      All Weather Rubber Floor Mats

      29.

       AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern.

      30.

       

       Furnish and Install: (1) Each Federal Signal: Valor, Amber Light Bar with 360-degree white LED work lights, Traffic Advisor P/N VALR44S-AMBR3, and Controller. Qty (1) Egis Mobile Electric Timer, Delay Relay 30 Amp to be mounted to the best location. The Lightbar Shall be Mounted Evenly Spaced Between the Front and Rear Doors.

      31.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED Amber, Qty (2), Mounted on the Grill or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern.

      32.

       

      Furnish and install: (1) each UWS Truck Bed Toolbox – Crossover Style – Single Lid Series. Or Equivalent.  Gloss Black

      33.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      34.

      EMISSIONS RATING:

      Vehicle must be certified as a ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      35.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      36.

       

      All items not listed above but considered standard to this model shall be included.

      37.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      38.

       

      END OF SPECIFICATIONS

       

      (1) PW 1791

      Vehicle G:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Midsize Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, or Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Ranger XL, or Colorado WT.

      17.

      MODEL YEAR:

      2025 OR NEWER MODEL YEAR

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

       2 Wheel Drive, Axle Ratio (STD)

      24.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) key fobs shall also be provided per vehicle

      25.

      INTERIOR:

      Seats:   Vinyl Bucket Seats. Vinyl Flooring.

      26.

      O.E EQUIPMENT:

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Key Fob.  AM/FM Radio w/ Bluetooth.

      27.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      28.

       

      All Weather Rubber Floor Mats

      29.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern

      30.

       

      Furnish and Install: (1) Federal Signal, Valor Amber Light bar with 360 degree White Work Lights and Traffic Advisor: PN. VALR44S-AMBR3 with Controller. Lightbar to be mounted between the front and rear doors.

      31.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED. Amber Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern.

      32.

       

      Furnish and install: (1) each UWS Truck Bed Toolbox – Crossover Style – Single Lid Series. Or Equivalent.  Gloss Black

      33.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      34.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      35.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      36.

       

      All items not listed above but considered standard to this model shall be included.

      37.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      38.

       

      END OF SPECIFICATIONS

       

      (1) PW Department Funded Add

      Vehicle H:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalties to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Midsize Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford, Chevrolet. (NO EXCEPTIONS)

      16.

      MODEL:

      Ranger XL, Colorado WT.

      17.

      MODEL YEAR:

      2025 OR NEWER MODEL YEAR

      18.

      QUANTITY:

      (1)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Gasoline

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel Wheels

      23.

      DRIVE:

       2 Wheel Drive, Axle Ratio (STD)

      24.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) key fobs shall also be provided per vehicle

      25.

      INTERIOR:

      Seats:   Vinyl Bucket Seats. Vinyl Flooring.

      26.

      O.E EQUIPMENT:

      Air Conditioning, Power Steering, Power Brakes, Rear View Camera, Power Door Locks with Key Fob.  AM/FM Radio w/ Bluetooth.

      27.

      OPTIONAL EQUIPMENT:

      Spray In Bedliner.

      28.

       

      All Weather Rubber Floor Mats

      29.

       AFTERMARKET EQUIPMENT:

      Furnish and Install: Soundoff Signal (Intersector) LED under mirror lights. Qty 2 PT # ENT2B3F with separate right and left spotlight switches. Program to Quad Flash Pattern

      30.

       

       Furnish and Install: (1) Each Federal Signal: Valor, Amber Light Bar with 360-degree white LED work lights, Traffic Advisor P/N VALR44S-AMBR3, and Controller. Qty (1) Egis Mobile Electric Timer, Delay Relay 30 Amp to be mounted to the best location. The Lightbar Shall be Mounted Evenly Spaced Between the Front and Rear Doors

      31.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED Amber, Qty (2), Mounted on the Grill or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern.

      32.

       

      Furnish and install: (1) each UWS Truck Bed Toolbox – Crossover Style – Single Lid Series. Or Equivalent.  Gloss Black

      33.

       

      Furnish and Install: Tiger Tough Front Seat Covers. Ironweave Black.

      34.

      EMISSIONS RATING:

      Vehicle must be certified as a ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      35.

      WARRANTY:

      Standard

      36.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      37.

       

      All items not listed above but considered standard to this model shall be included.

      38.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      39.

       

      END OF SPECIFICATIONS

       

      (1) 1790 CS

      Vehicle I:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the city.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Mid-Size Pickup, Crew Cab 4x2

      15.

      MAKE:

      Ford Ranger XL or Chevrolet Colorado WT. (NO EXCEPTIONS)

      16.

      MODEL YEAR:

      2025 or Newer Model Year.

      17.

      QUANTITY:

      (1)

      18.

      COLOR:

      White

      19.

      ENGINE:

      4 Cylinder Gasoline

      20.

      TRANSMISSION:

      Automatic

      21.

      DRIVE:

      2 Wheel Drive.

      22.

      INTERIOR:

      Seats: Black or Dark Gray Seats Cloth or Vinyl.

      23.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry, (3) key fobs shall also be provided per vehicle.

      24.

       

      Vehicle Shall Come Equipped with the Following as Standard or Optional Equipment:

      25.

       

      XL (100A) Equipment Group or Equivalent.

      26.

       

      Spray In Bedliner.

      27.

       

      All Weather Rubber Floor Mats

      28.

      AFTERMARKET EQUIPMENT:

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED. Amber. SKU# ED9040A. Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights

      29.

       

      Furnish and Install: Tight Tough Front Seat Ironweave Seat Covers (W0621034)

      30.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      31.

      WARRANTY:

      Standard

      32.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      33.

       

      All items not listed above but considered standard to this model shall be included.

      34.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      35.

       

      END OF SPECIFICATIONS

       

      (4) PW INSPECTION ENGINEERING

      VEHICLE J:

      1.

      MINIMUM SPECIFICATIONS

      THE FOLLOWING SPECIFICATIONS ARE MINIMUM REQUIREMENTS:

      2.

       

      Note that City will defer to the manufacturer’s up-to-date specifications in the event of conflict with these SPECIFICATIONS unless City states “NO EXCEPTIONS”.

      3.

       

      IF BIDDER DESIRES ANY VARIATIONS TO THESE SPECIFICATIONS, SEND A WRITTEN REQUEST BY THE QUESTIONS DEADLINE, at least 7 calendar days prior to bid due date.

      4.

       

      Bidder acknowledges receipt and understanding of all bid specifications, terms and conditions, and submits their bid in accordance with them.

      5.

      DELIVERY:

      Deliver and offload to FOB is 955 S. Melrose Avenue, Anaheim, CA 92805.

      6.

       

      Delivery required by 120 calendar days after receipt of City purchase order. City will consider allowing additional days due to force majeure (beyond the dealer’s ability to control) if factory production has caused the delay. In such cases, dealer must provide written proof from the factory stating reason for the delay and when delivery should be expected. Bidders should advise the Buyer prior to the bid deadline of any expected delays that might exceed the aforementioned delivery time requirement.

      7.

       

      Any delays in delivery date as required herein shall be immediately reported in writing to the requesting department representative with a copy to the buyer.

      8.

       

      City may cancel the purchase order for late deliveries without penalty to the City.

      9.

       

      Provide invoice and all necessary vehicle registration documentation upon delivery.

      10.

      LEGAL REQUIREMENTS:

      Must meet all applicable legal (Federal and California) requirements.

      11.

      EXEMPTIONS:

      Federal Excise Tax and DMV Fees.

      12.

      ADDITIONAL UNITS:

      City may purchase additional units for up to one year at same price based on model availability.

      13.

      WARRANTY:

      Manufacturer’s standard warranty.

      14.

      DESCRIPTION:

      Mid-Size Crew Cab Pickup.

      15.

      MODEL YEAR:

      2025 or Newer Model Year

      16.

      MAKE:

      Ford, or Chevrolet, (No Exceptions)

      17.

      MODEL:

      XL or WT.

      18.

      QUANTITY:

      (4)

      19.

      COLOR:

      White

      20.

      ENGINE:

      4 Cylinder Engine.

      21.

      TRANSMISSION:

      Automatic

      22.

      WHEELS:

      Painted Steel or Aluminum Wheels.

      23.

      DRIVE:

      2WD

      24.

      INTERIOR:

      Black or Dark Gray 40/20/40 Vinyl Front Seats. Vinyl Floor Covering

      25.

      KEYS:

      Vehicles shall be delivered with (3) sets of keys per vehicle. If equipped with remote keyless entry (3) OEM key fobs shall also be provided per vehicle

      26.

      TRIM PACKAGE:

      XL (100A) Equipment Group or Equivalent

      27.

      OPTIONAL EQUIPMENT:

      Trailer Tow Package, Spray-In Bedliner.

      28.

      AFTERMARKET EQUIPMENT:

      Furnish and Install: Tiger Tough Seat Covers (Ironweave) Black.

      29.

       

      Furnish and Install QTY (4) ECCO. ED9040 Series Hide-A-LED. White. SKU# ED9040W. Qty (2) Mounted on the Grill-or Best Location. Qty (2) Rear Facing Under Tail Lights. Program to Quad Flash Pattern

      30.

       

      Furnish and Install: (1) Each Federal Signal: Valor, Amber Light Bar with 360-degree white LED work lights, Traffic Advisor P/N VALR44S-AMBR3, and Controller. Qty (1) Egis Mobile Electric Timer, Delay Relay 30 Amp to be mounted to the best location on the firewall. The Light Bar is to be Mounted Centered Between Cab Doors.

      31.

       

      Furnish and Install. One Piece Lockable Fiberglass Tonneau Cover. Color Matched to the Body.

      32.

      EMISSIONS RATING:

      Vehicle must be certified as an ULEV or better by the Air Resources Board (CARB) and meet South Coast Air Quality Management District (SCAQMD) Rule 1191

      33.

      CREDITS:

      Any tax credits earned for the purchase of these vehicles and paid to the vendor shall be credited to the City of Anaheim and shall be reflected in the total bid price.

      34.

       

      All items not listed above but considered standard to this model shall be included.

      35.

      REGISTRATION:

      Dealer shall process all DMV for Exempt licensing before final delivery to the City of Anaheim.

      36.

       

      END OF SPECIFICATIONS

    • Incorporation of the City of Anaheim RCA

      The entire City Regional Cooperative Agreement n/a, including its attachments, is incorporated into this Contract by reference. Contractor agrees to provide MID SIZE PICKUP TRUCKS to the City under the terms and conditions of the RCA, except where otherwise modified by the City’s terms outlined in this Contract.

    • IMPORTANT NOTICE

      The City has attempted to provide all information available.  It is the responsibility of each Bidder to review, evaluate, and, where necessary, request any clarification prior to submission of a bid.  If any person contemplating submitting a bid in response to this IFB is in doubt as to the true meaning of any part of the solicitation documents attached hereto or finds discrepancies in or omissions from the specifications, they must submit a written request for clarification/interpretation to the City via the City’s online biding system.

    • Term of Contract

      This Contract shall commence upon execution of all necessary signatures.

    • Entire Contract

      This Contract contains the entire Contract between the Parties with respect to the matters herein, and there are no restrictions, promises, warranties or undertakings other than those set forth herein or referred to herein.  No exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing.  Electronic acceptance of any additional terms, conditions or supplemental Contracts by any City employee or agent, including but not limited to installers of software, shall not be valid or binding on City unless accepted in writing by City’s Purchasing Agent or designee.

    • Amendments

      No alteration or variation of the terms of this Contract shall be valid unless made in writing and signed by the Parties; no oral understanding or agreement not incorporated herein shall be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing.

    • Post Award Submittals (awarded bidder only)
      1. Provide any applicable warranty information with delivery.
      2. Provide any additional items required by City Representative or elsewhere in the Specifications. 
    • Indemnification of the City of Anaheim

      As required by the City Regional Cooperative Agreement n/a, the Contractor agrees to indemnify, defend, and hold harmless the County of City, its elected and appointed officials, officers, employees, agents, and volunteers from and against any and all claims, demands, actions, losses, damages, liabilities, costs, and expenses (including reasonable attorneys’ fees and court costs) of every kind and nature, arising directly or indirectly, out of or in any way related to the Contractor’s performance under this Contract or the City RCA, except for such loss or damage arising from the sole negligence or willful misconduct of the City.

    • IMPORTANT DATES

      These dates only apply to IFB# 9886

      Release Date:April 6, 2026
      Question Submission Deadline:April 23, 2026, 2:00pm
      Bid Submission Deadline:April 30, 2026, 2:00pm
    • Adjustments – Scope of Work

      No adjustments made to the Scope of Work will be authorized without prior written approval of the Purchasing Agent or designee.

    • COMMUNICATION

      Bidders are not to contact other City personnel with any questions or clarifications concerning this Invitation for Bid (IFB). City will provide all official communication concerning this IFB. Any City response relevant to this IFB other than through or approved by City is unauthorized and will be considered invalid.

      All questions regarding this IFB must be submitted via the City’s eProcurement Portal at: https://procurement.opengov.com/portal/anaheim.

    • Bills and Liens

      Contractor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. Contractor shall not permit any lien or charge to attach to the work or the premises, but if any does so attach, Contractor shall promptly procure its release and, in accordance with the requirements of paragraph “28” above, indemnify, defend, and hold City harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto.

    • Taxes

      Unless otherwise provided herein or by law, price quoted does not include California state sales or use tax.  Out-of-state Contractors shall indicate California Board of Equalization permit number and sales permit number on invoices, if California sales tax is added and collectable.  If no permit numbers are shown, sales tax will be deducted from payment.

    • PRICING TERMS
      1. Pricing Terms
        1. Unit Price: includes everything, including but not limited to offloading; registering units with DMV; providing exempt status license plates; includes all preparation, documentation, and transfer charges; includes environmental and disposal fees; no other costs will be considered.
        2. Delivery Cost: cost to deliver vehicle to FOB Anaheim, CA.
        3. Discounts: all applicable discounts must be factored into the unit price.
        4. Fixed Unit Prices: prices are fixed through the delivery period for all units.
        5. Government-Mandated Taxes and Fees: must be included in unit prices.
        6. CA Tire fee: is the per tire fee that the State of California assess, which is subject to change. This amount is included in the eBid as a fixed cost.
        7. Sales Tax: City will add the appropriate sales tax to each order.
      1. Disallowed Costs
        1. Business Permits, Licenses and Fees: obtain, at Contractor’s sole expense, all permits and licenses required in connection with providing the required units and in Contractor’s name.
        2. Additional charges: not allowed, no fuel surcharges, no mileage rates.
    • Governing Terms and Conditions

      The terms and conditions of the RCA as provided in Attachment A, and the following City General Terms and Conditions and Additional Terms and Conditions shall govern the relationship between the City and the Contractor. In the event of a conflict between the RCA and this Contract, the City’s terms shall take precedence.

    • BID TERMS & CONDITIONS
      1. Method of Submission: No bid or proposal will be considered for award unless properly submitted in the City’s electronic bid management system. When bids on certain items are optional, bidders shall indicate “no bid” in the space provided for an item for which no bid is being offered. 
      2. Bid Due Date & Public Opening: All bids, must be submitted in the electronic bid system on or before the closing time indicated in the bid documents.  Bids that are not received by the due date and time are considered late and will be rejected. Bids will be publicly opened immediately following the due date and time.
      3. Specifications and Qualifications: Bidders shall carefully review all specifications, drawings, scopes of work, and any other bid requirements, including but not limited to; insurance, bonding, licensing, references, affidavits, certifications, etc. that may be called for in the bid documents, in order to ensure qualifications and submission of a responsive bid or proposal. All requirements specified in the bid documents will be made a part of any contract with the successful bidder.
      4. Timing of Award/Bid Withdrawal: Awards will be made by the City of Anaheim within ninety (90) days from the date bids are opened, unless a different timeline is provided in the bid documents. Any bid may be withdrawn up until the date and time for opening. Any bid not so withdrawn shall constitute an irrevocable offer, which may not be withdrawn prior to award by the City within the number of days specified in the bid documents.
      5. Questions: Any questions concerning this bid request are to be directed in writing, to the Purchasing Agent or Buyer named in the bid documents, electronically, by the date indicated in the bid. In the event no specific date is indicated, questions are due no later than seven (7) calendar days prior to the scheduled bid submittal date. Attempts to obtain information from other City employees or contractors during the bid cycle may disqualify a bidder. Answers to such inquiries, as well as any revision, deletion, or addition to the bid, will be publicly posted on the City’s website. Bidders should check the website for any addendums prior to submitting their bid.
      6. Price Errors/Discrepancies: In the event of discrepancies between totals, unit price extensions and summaries of totals, the unit price correctly extended will control.
      7. Single or Multiple Awards: If more than one item appears on the bid proposal form and no statement to the contrary is set forth therein, the City of Anaheim reserves the right to:

      a. Make multiple awards based upon prices submitted; or

      b. Make one award based upon the total price of all items.

      Bidders have the option of stipulating "all or nothing" or any combination of items on their proposal unless otherwise stated in the bid specifications.

      1. Open Competition: The City of Anaheim encourages all qualified business firms to submit proposals.  The Purchasing Division will assist by providing detailed instructions, procurement policies, and other relevant information upon request to any potential bidder seeking assistance.
      2. Federally Funded Projects: For projects designated as federally funded, the successful bidder must certify prior to award that it has a written affirmative action program and complies with all federal, state, and municipal laws and regulations pertaining to affirmative action and non-discrimination.

      Vendor must also certify that they have not been disbarred and comply with any additional Federal regulations that may be indicated within the specific bid documents.  When this provision is applicable to the bid, this certification shall be made on the bid form that will be provided with the bid documents.

      1. New Materials: Unless a bid specification calls for used, refurbished or recycled materials, all items or materials bid and supplied to the City are to be new, unused products.
      2. Alternates/Substitutions: When bidding an item believed to be equal to that specified where equals are called for, sufficient supporting data to enable the City of Anaheim to determine whether the proposed item is equal must accompany your bid. Vendors should refer to the specification pages to determine if alternate products or specifications will be considered, and to determine any pre-qualification requirements that may be applicable.
      3. Exceptions:  Exceptions to the City’s specifications, terms or conditions taken at time of, or after bid submittal, may render the bid non-responsive and result in disqualification. Vendors wishing to request such exceptions are requested to notify the Buyer of such request no later than seven (7)  days prior to the bid due date, to allow for consideration and notification of acceptance or rejection of such request.
      4. Lowest Responsive and Responsible Bidder: It is understood that, except as may be otherwise expressly provided in the bid documents, the award will be made to the lowest responsive and responsible bidder where the bids are for identical items or supplies, subject to the right to reject any and all bids.  When bids call for articles or supplies that are similar but of different brand or make, the City may accept the bid of the bidder who submits the article or supply which, in the City's judgment, is deemed best for the City although it may not be the lowest bid.
      5. Sales Tax Consideration: In determining the lowest total price, the ultimate receipt of local sales tax by the City will be considered. Bidders with a place of business in the City of Anaheim, who will be submitting sales tax on the City’s purchases to the State of California, may be given a 1% preference in pricing, to recognize the amount of sales tax that will be returned to the City. Bidders wishing to be recognized as Anaheim businesses should clearly indicate this fact when submitting their bid.
      6. Informality or Irregularity: The City of Anaheim reserves the right to waive any informality or irregularity in a bid when it is to the advantage and best interest of the City to do so.  It is further understood that if the bidder to whom any award is made fails to enter into a contract in a timely manner, award may be made to the next lowest responsible bidder who shall be bound to perform as if he had received the award in the first instance.
      7. Discounts/Rebates: Any and all discounts or proposed rebates must be incorporated as reductions in the bid prices and not shown separately. The price as shown in the unit price and its extension shall be the price used in determining award.
      8. Payment Terms: Standard payment terms are net 30 days.  Payment will be made within thirty days of acceptance of goods or services and receipt of invoice, whichever occurs last. Discount payment terms may be offered; however, they will not be considered in determining lowest responsive bid award.
      9. Delivery Terms: Unless specified otherwise in the bid documents, all items are to be priced with freight and/or delivery charges included in the price quoted. Shipping terms to be FOB delivered to the City specified location.
      10. Taxes: Bidders should submit their bid prices without including State or County sales taxes.  The City pays State sales or use tax at the Orange County rate in effect at the time of purchase, and will include sales tax on the Purchase Order issued to the successful bidder.  The City is exempt from Federal Excise tax.
      11. Non-Collusion: By submitting a bid, bidder certifies they have not divulged, discussed or compared their bid with other bidders, nor colluded with any other bidder or parties to the request for bid. Bidders must sign and submit the City’s Non-Collusion Affidavit with their bid.
      12. Applicable Laws: All applicable laws and regulations of the State of California, County of Orange, and City of Anaheim will apply to any resulting agreement, contract or purchase order. Bidders are responsible to comply with any and all Federal, State and local rules, regulations and requirements applicable to their provision of goods and/or services to the City.
      13. Business License: Any person, including but not limited to, an individual, corporation, or sole proprietor who wishes to conduct any business within the City of Anaheim, must secure a business license and comply with any and all applicable provisions of Title 3 of the City Ordinance relating to business licenses.  A City of Anaheim business license is not required in order to submit a bid, but must be in effect prior to any product or services being provided to the City.
      14. Patents, Royalties and License Fees: Should any articles being bid be protected by patent, copyright, royalties and/or license fees, the successful bidder shall include any such royalties or license fees in their bid price, and defend all suits or claims for infringement of any patent right against the City. Successful bidder shall hold the City of Anaheim harmless from any loss on account thereof and cost and attorney’s fees incurred therefore.
      15. Quality Guaranty: All items furnished shall be new, of good workmanship, in full accordance with the specifications, and free of defects. Items will be subject to inspection by the City. If any product or service delivered shows evidence of shipping damage or defects, does not meet applicable specifications, or does not perform to the standards represented by the supplier, the City shall reject same. Supplier will refund money which has been paid and bear all costs of removal and return of the products. Unless otherwise specified, all products provided shall have a manufacturer’s warranty of at least twelve (12) months on workmanship, parts, and labor.
      16. Hold Harmless and Indemnification: The successful bidder shall agree to indemnify, defend and hold harmless the City (including its officers and employees) from and against any and all claims of any kind or nature presented against the City arising out of vendor’s (including vendor’s employees, representatives, products and subcontractors) performance under any purchase order or agreement resulting from this bid, excepting only such claims, costs or liability which may arise out of the sole negligence of the City.
      17. Bonding and Insurance Requirements: Some procurements may require bonding and/or insurance. Specific requirements will be stated in the applicable bid documents. In the event bonding is required, bonds shall be submitted in a form acceptable to the City (samples will be included in the documents).Checks or letters of credit will not be accepted in lieu of bonding. When work will be performed on City property, the City’s standard insurance requirements (shown below) will apply, unless otherwise indicated in the bid specifications.
      1. Comprehensive General Liability Insurance: In an amount no less than $2,000,000 per occurrence/ $4,000,000 Aggregate. This coverage is  primary over any coverage maintained by the City. 
      2. Auto Liability Insurance:  $2,000,000 per occurrence combined single limit (CSL). This coverage is  primary over any coverage maintained by the City. 
      3. Workers' Compensation Insurance:  as required by State statutes and Employer Liability Coverage in an amount no less than $1,000,000. A waiver of Subrogation is required for Workers Compensation coverage. 

      City of Anaheim to be named as an Additional Insured. All policies shall provide for a minimum of 30 days written notice of any change or cancellation. Insurance policies to be in a form and written through companies acceptable to the City.

      1. Addenda: Any changes, deletions, or additions to this bid solicitation will be made by addendum numbered sequentially and posted on the City’s website. In order to ensure that your bid is predicated upon having received all such addenda, if submitting a paper bid, please enter the last addendum number received on the bid Signature Page; if none have been received, enter "none". Bidders submitting their bids on line will enter this information electronically in the space provided.
      2. Right to Reject: The City of Anaheim reserves the right to accept or reject any and all bids.
    • Changes in Specifications

      No changes shall be made in the specifications unless authorized by the City.  The City shall have the right to make reasonable changes at any time, if not cost is associated with those changes, including drawings that are a part thereof or made a part thereof by reason of the changes.

    • CLARIFICATION/INTERPRETATION

      If clarification or interpretation of this solicitation is considered necessary by City, a written addendum shall be issued and the information will be posted on City’s online bid system.  Any interpretation of, or correction to, this solicitation will be made only by addendum issued by the City.  All addenda will be submitted and posted on the City’s online bidding system.  It is the responsibility of each Bidder to periodically check the City's online biding system to ensure that they have received and reviewed any and all addenda to this solicitation.  The City will not be responsible for any other explanations, corrections to, or interpretations of the documents, including any oral information.

      All questions or requests for interpretation must be received by Thursday, April 23, 2026 before 2:00 pm.

    • Delivery

      Time of delivery of commodities and services is of the essence in this Contract.  City reserves the right to refuse any commodities and services and to cancel all or any part of the commodities not conforming to applicable specifications, drawings, samples or descriptions or services that do not conform to the prescribed scope of work.  Acceptance of any part of the order for commodities shall not bind City to accept future shipments nor deprive it of the right to return commodities already accepted at Contractor’s expense.  Over shipments and under shipments of commodities shall be only as agreed to in writing by City.  Delivery shall not be deemed to be complete until all commodities or services have actually been received and accepted in writing by City.

    • REVIEW

      Before submitting a bid, Bidders shall carefully review the General Instructions and examine the solicitation contents, including the City Terms & Conditions and Scope of Work. Bidders shall include in their bid response a monetary sum to cover the cost of all items.  

    • Civil Rights

      Contractor attests that services provided shall be in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 1964, as amended, Section 504 of the Rehabilitation Act of 1973, as amended; the Age Discrimination Act of 1975 as amended; Title II of the Americans with Disabilities Act of 1990, and other applicable State and federal laws and regulations prohibiting discrimination on the basis of race, color, national origin, ethnic group identification, age, religion, marital status, sex or disability.

    • Acceptance Payment

      Unless otherwise agreed to in writing by City, 1) acceptance shall not be deemed complete unless in writing and until all the commodities/services have actually been received, inspected, and tested to the satisfaction of City, and 2) payment shall be made in arrears after satisfactory acceptance.

    • Americans with Disabilities Act (ADA)

      Section 504 of the Rehabilitation Act of 1973 as amended; Title VI and VII of the Civil Rights Act of 1964 as amended; Americans with Disabilities Act, 42 USC 12101; California Code of Regulations, Title 2, Title 22: California Government Code, Sections 11135, et seq; and other federal and state laws and executive orders prohibit discrimination. All programs, activities, employment opportunities, and services must be made available to all persons, including persons with disabilities.

    • Warranty

      Contractor expressly warrants that the goods covered by this Contract are 1) free of liens or encumbrances, 2) merchantable and good for the ordinary purposes for which they are used, and 3) fit for the particular purpose for which they are intended.  Acceptance of this order shall constitute an agreement upon Contractor’s part to indemnify, defend and hold City and its indemnities as identified in Article “26” harmless from liability, loss, damage and expense, including reasonable counsel fees, incurred or sustained by City by reason of the failure of the goods/services to conform to such warranties, faulty work performance, negligent or unlawful acts, and non-compliance with any applicable state or federal codes, ordinances, orders, or statutes, including the Occupational Safety and Health Act (OSHA) and the California Industrial Safety Act.  Such remedies shall be in addition to any other remedies provided by law.

    • RESPONSIVENESS

      Responsive bids shall include completed submittals/attachments provided in the VENDOR QUESTIONNAIRE.

       

    • Patent/Copyright Materials/Proprietary Infringement

      Unless otherwise expressly provided in this Contract, Contractor shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this Contract.  Contractor warrants that any software as modified through services provided hereunder will not infringe upon or violate any patent, proprietary right, or trade secret right of any third party.  Contractor agrees that, in accordance with the more specific requirement contained in paragraph “26” below, it shall indemnify, defend and hold City and City Indemnitees harmless from any and all such claims and be responsible for payment of all costs, damages, penalties and expenses related to or arising from such claim(s), including, costs and expenses but not including attorney’s fees.

    • Authorization Warranty

      The Contractor represents and warrants that the person executing this Contract on behalf of and for the Contractor is an authorized agent who has actual authority to bind the Contractor to each and every term, condition and obligation of this Contract and that all requirements of the Contractor have been fulfilled to provide such actual authority.

    • BID SUBMISSION

      Electronic Bids shall be submitted via the City’s online bidding system via the following  link https://procurement.opengov.com/portal/anaheim.  All required sections of the IFB as listed above, must be submitted via the City’s eProurement Portal.  Bidder is solely responsible for “on time” submission of their electronic bid.  The City will not accept late bids and no exceptions shall be made.  City will only receive those bids that were transmitted successfully.

      Note: Electronic Bids cannot be viewed by City until after the IFB deadline. If you encounter any problems with your registration, system, bid submission, or other system issues please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.

    • Assignment

      The terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators and assigns of the Parties.  Furthermore, neither the performance of this Contract nor any portion thereof may be assigned by Contractor without the express written consent of City.  Any attempt by Contractor to assign the performance or any portion thereof of this Contract without the express written consent of City shall be invalid and shall constitute a breach of this Contract.

    • Breach of Contract

      The failure of Contractor to comply with any of the provisions, covenants or conditions of this Contract shall be a material breach of this Contract.  In such event City may, and in addition to any other remedies available at law, in equity, or otherwise specified in this Contract:

      1. Terminate Contract immediately, pursuant to Article 11 herein; and
      2. Afford Contractor written notice of the breach and ten (10) calendar days or such shorter time that may be specified in this Contract within which to cure the breach; and
      3. Discontinue payment to the Contactor for and during the period in which Contractor is in breach; and
      4. Offset against any monies billed by Contractor but unpaid by City those monies disallowed pursuant to the above.
    • AWARD

      Upon recommendation of award, if applicable, Bidder will be required to submit the following documents within seven (7) days of City notification, unless otherwise specified in the solicitation:

      1. Insurance: Certificate(s) of Insurance, including additional Insured Endorsement(s); refer to City Terms & Conditions

      2. W-9 Form: Current signed W-9 (Taxpayer ID No & Certification), which includes Contractor’s Legal Business Name(s).  Out of State Vendors may be required to submit a 587/590 Form.

    • Non-Discrimination

      In the performance of this Contract, Contractor agrees that it will comply with the requirements of Section 1735 of the California Labor Code and not engage nor permit any subcontractors to engage in discrimination in employment of persons because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons.  Contractor acknowledges that a violation of this provision shall subject Contractor to penalties pursuant to Section 1741 of the California Labor Code.

    • PRICING
      1. Bid Prices:  The bid prices quoted on this solicitation shall be firm.
      2. Addenda: Bid prices offered shall reflect all addenda issued by City.
      3. Scope of Work: Bids shall be submitted only for the items and/or services as stated in the Specifications; bids for other than the items and/or services listed will not be considered.
      4. Firm Prices: The City will only consider firm price bids.
      5. Price Decreases: All price/rate decreases will automatically be extended to the City.  Please reference Paragraph – Price Increase/Decrease provision for additional information.
      6. Acceptance: Bids must be provided for each item separately, “all-or-none” bids will not be accepted unless in the best interest of the City.
    • Conflict of Interest – Contractor’s Personnel

      Contractor shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with the best interests of City.  This obligation shall apply to Contractor; Contractor’s employees, agents, and subcontractors associated with accomplishing work and services hereunder. Contractor’s efforts shall include, but not be limited to establishing precautions to prevent its employees, agents, and subcontractors from providing or offering gifts, entertainment, payments, loans or other considerations which could be deemed to influence or appear to influence City staff or elected officers from acting in the best interests of City.

    • SUBSTITUTIONS

      Bids offering equivalent items meeting the standards of quality specified in the solicitation may be considered, unless otherwise specified, providing the bid clearly describes the article offered and how it differs from the specified brand.  Unless Bidder specifies otherwise, it is understood that the Bidder is offering the brand item as specified in the solicitation.  If Bidder bids an “equal,” Bidder must state the brand name and must submit complete specifications and/or provide samples with the bid.  Determination of equality shall be at the sole discretion of the City, and the City reserves the right to request a sample for determining equality with the specified brand.  If it has been justified and accepted by the requesting agency/department and/or a City standards committee that only one brand can meet the City’s requirements, “no exceptions” shall be noted in the specifications.

    • Conflict of Interest – City Personnel

      City Council policy prohibits its employees from engaging in activities involving a conflict of interest. Contractor shall not, during the period of this Contract, employ any City employee for any purpose.

    • Termination

      In addition to any other remedies or rights it may have by law, City has the right to immediately terminate this Contract without penalty for cause or after 30 days’ written notice without cause, unless otherwise specified.  Cause shall be defined as any material breach of contract, any misrepresentation or fraud on the part of Contractor. Exercise by City of its right to terminate Contract shall relieve City of all further obligation.

    • Consent to Breach Not Waiver

      No term or provision of this Contract shall be deemed waived, and no breach excused, unless such waiver or consent shall be in writing and signed by the Party claimed to have waived or consented.  Any consent by any party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other different or subsequent breach.

    • NO SUBSTITUTION

      The bidder is required to meet all specifications and requirements contained in this solicitation.  No substitutions will be accepted, unless prior City written approval is received.

    • Contractor’s Project Manager and Key Personnel

      Contractor shall appoint a Project Manager to direct Contractor’s efforts in fulfilling Contractor’s obligations under this Contract. This Project Manager shall be subject to approval by City and shall not be changed without the written consent of City’s Project Manager, which consent shall not be unreasonably withheld.

      Contractor’s Project Manager shall be assigned to this project for the duration of Contract and shall diligently pursue all work and services to meet the project timelines. City’s Project Manager shall have the right to require the removal and replacement of Contractor’s Project Manager from providing services to City under this Contract. City’s Project Manager shall notify Contractor in writing of such action.  Contractor shall accomplish the removal within five (5) business days after written notice by City’s Project Manager. City’s Project Manager shall review and approve the appointment of the replacement for Contractor’s Project Manager.  City is not required to provide any additional information, reason or rationale in the event it requires the removal of Contractor’s Project Manager from providing further services under Contract.

    • Independent Contractor

      Contractor shall be considered an independent contractor and neither Contractor, its employees, nor anyone working under Contractor shall be considered an agent or an employee of City.  Neither Contractor, its employees nor anyone working under Contractor shall qualify for workers’ compensation or other fringe benefits of any kind through City.

    • Contractor’s Records

      Contractor shall keep true and accurate accounts, records, books and data which shall correctly reflect the business transacted by Contractor in accordance with generally accepted accounting principles.  These records shall be stored for a period of three (3) years after final payment is received from City.

    • DISCREPANCIES

      Bidder shall take all responsibility for any errors or omissions in their bids. Any discrepancies in numbers or calculations shall be interpreted to reflect the lowest price to the City.

      If prior to award, a Bidder discovers a mistake in their bid which renders the Bidder unwilling to perform under any resulting contract, the Bidder must immediately notify the buyer and request to withdraw the bid. It shall be solely within the City's discretion as to whether withdrawal will be permitted. If the solicitation contemplated evaluation and award of "all or none" of the items, then any withdrawal must be for the entire bid. If the solicitation provided for evaluation and award on a line item or combination of items basis, the City may consider permitting withdrawal of specific line item(s) or combination of items.

    • Performance Warranty

      Contractor shall warrant all work under this Contract, taking necessary steps and precautions to perform the work to City’s satisfaction.  Contractor shall be responsible for the professional quality, technical assurance, timely completion, and coordination of all documentation and other commodities/services furnished by Contractor under this Contract.  Contractor shall perform all work diligently, carefully, and in a good and workmanlike manner; shall furnish all necessary labor, supervision, machinery, equipment, materials, and supplies, shall at its sole expense obtain and maintain all permits and licenses required by public authorities, including those of City required in its governmental capacity, in connection with performance of the work. If permitted to subcontract, Contractor shall be fully responsible for all work performed by subcontractors.

    • Contractor Work Hours and Safety Standards

      The Contractor shall ensure compliance with all safety and hourly requirements for employees in accordance with federal, state, and City’s safety regulations and laws.

    • Waivable Informality

      The City reserves the right to waive any informality or irregularity in any bid or proposal, provided such waiver does not result in a material deviation from the requirements of the bid or proposal. The City, at its sole discretion, may accept a bid that contains minor defects or discrepancies as long as such defects or discrepancies do not affect the fairness, competitiveness, or outcome of the bid process. Any bid with minor noncompliance or errors may be corrected and considered for evaluation, unless such correction would alter the intended outcome of the bid or give the bidder an unfair advantage.

    • Conditions Affecting Work

      Contractor shall be responsible for taking all steps reasonably necessary to ascertain the nature and location of the work to be performed under this Contract and to know the general conditions which can affect the work or the cost thereof.  Any failure by Contractor to do so will not relieve Contractor from responsibility for successfully performing the work without additional cost to City.  City assumes no responsibility for any understanding or representations concerning the nature, location(s) or general conditions made by any of its officers or agents prior to the execution of this Contract, unless such understanding or representations by City are expressly stated in Contract.

    • Bonding and Insurance Requirements

      Some procurements may require bonding and/or insurance.  Specific requirements will be stated in the applicable bid documents.  In the event bonding is required, bonds shall be submitted in a form acceptable to the City (samples will be included in the documents).  

      Checks or letters of credit will not be accepted in lieu of bonding.  When services are provided to the City, City’s standard insurance requirements (shown below) shall apply, unless otherwise indicated in the bid specifications or an approved exception is granted by the Risk Manager for the City.

      • Comprehensive General Liability Insurance: In an amount no less than $2,000,000 per occurrence/$4,000,000 Aggregate. This coverage is primary over any coverage maintained by the City.
      • Auto Liability Insurance: In an amount no less than $2,000,000 per occurrence combined single limit (CSL). This coverage is primary over any coverage maintained by the City.
      • Workers' Compensation Insurance: As required by State statutes and Employer Liability Coverage in an amount no less than $1,000,000. A Waiver of Subrogation is required for Workers’ Compensation coverage.
      CoverageMinimum Limits
      Commercial General Liability

      $2,000,000 occurrence

      $4,000,000 aggregate

      Automobile Liability including coverage for owned, non-owned and hired vehicles

      $2,000,000

      Combined single limit Per Occurrence

      Workers' Compensation

      Statutory

      Employers' Liability Insurance$1,000,000

      Contractor is responsible for the satisfaction of any applicable deductible or self-insured retention (SIR), which if exceed $10,000, must be disclosed and approved by the City’s Risk Manager prior to the inception of this Agreement.

      Excess/Umbrella insurance can be used to satisfy the minimum insurance requirements subject to the review and approval of the City’s Risk Manager.

      Contractor agrees that required insurance shall not be voluntarily cancelled or limited in scope by Contractor until after thirty  (30) days prior written notice has been given to the City Clerk, City of Anaheim, 200 S. Anaheim Blvd., Anaheim, CA   92805. This does not apply to cancellation for non-payment of premium, which requires notice of not less than ten (10) days.

      Each insurance policy required by this Agreement, except Workers’ Compensation, shall contain the following clauses or shall otherwise provide for the following conditions:                            

      “It is agreed that any insurance maintained by Contractor pursuant to this Agreement shall be primary to, and not contribute with, any insurance or self- insurance maintained by the City of Anaheim.”

      “The City of Anaheim is included as additional insured with respect to the scope of work, operations, and/or activities of the Named Insured, performed under this Agreement with the City of Anaheim.”

      Insurance certificates should state:

      City of Anaheim
      Attn: Purchasing Division
      200 S. Anaheim Blvd. Suite 620
      Anaheim, CA 92805

      Insurance certificates should be emailed to Insurance@anaheim.net.

      Any insurance required under this Agreement must be written by an insurance company admitted to do business in California.”

      The City’s Risk Manager is authorized to approve Contractor generated exceptions, to the above requirements as set forth herein in the event Contractor generated amendment or exception request as to a reduction in coverage or amendment to policy or coverage form is in the City’s best interest.

    • BID EXPENSES

      The City shall not be liable for any expenses incurred by potential Bidders in the preparation or submission of their bids. Pre-contractual expenses are not to be included in the Contractor’s Pricing Sheet. Pre-contractual expenses are defined as, but not limited to, expenses incurred by Bidder in:

      1. Preparing its bid in response to this IFB. 
      2. Submitting that bid to the City. 
      3. Negotiating with the City any matter related to the bid; and, 
      4. Any other expenses incurred by the Bidder prior to the date of the award and execution, if any, of the Contract.
    • Data – Title To

      All materials, documents, data or information obtained from City data files or any City medium furnished to Contractor in the performance of this Contract will at all times remain the property of City. Such data or information may not be used or copied for direct or indirect use by Contractor after completion or termination of this Contract without the express written consent of City. All materials, documents, data or information, including copies, must be returned to City at the end of this Contract.

    • Changes

      Contractor shall make no changes in the work or perform any additional work without City’s specific written approval.

    • Change of Ownership/Name, Litigation Status, Conflicts with City Interests

      Contractor agrees that if there is a change or transfer in ownership of Contractor’s business prior to completion of this Contract, and City agrees to an assignment of Contract, the new owners shall be required under the terms of sale or other instruments of transfer to assume Contractor’s duties and obligations contained in this Contract and complete them to the satisfaction of City.

      City reserves the right to immediately terminate Contract in the event City determines that the assignee is not qualified or is otherwise unacceptable to City for the provision of services under Contract.       

      In addition, Contractor has the duty to notify City in writing of any change in Contractor’s status with respect to name changes that do not require an assignment of Contract.  Contractor is also obligated to notify City in writing if Contractor becomes a party to any litigation against City, or a party to litigation that may reasonably affect Contractor’s performance under Contract, as well as any potential conflicts of interest between Contractor and City that may arise prior to or during the period of Contract performance. While Contractor will be required to provide this information without prompting from City any time there is a change in Contractor’s name, conflict of interest or litigation status, Contractor must also provide an update to City of its status in these areas whenever requested by City.  

      Contractor shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with City interests.  In addition to Contractor, this obligation shall apply to Contractor’s employees, agents, and subcontractors associated with the provision of goods and services provided under this Contract.  Contractor’s efforts shall include, but not be limited to establishing rules and procedures preventing its employees, agents, and subcontractors from providing or offering gifts, entertainment, payments, loans or other considerations which could be deemed to influence or appear to influence City staff or elected officers in the performance of their duties.

    • PROTEST PROCEDURES

      Any actual or prospective bidder or proposer who alleges an error or impropriety in the solicitation or award of a contract may submit a protest to the appropriate Procurement Contact as set forth herein.

      Protest Instructions

      All protests shall be typed under the protester’s letterhead and submitted in accordance with the provisions stated herein and emailed to the Assigned Buyer/Purchasing Liaison.  All protests shall include, at a minimum, the following information:

      1. The name, address, telephone number, and email address of the protester;
      2. The signature of the protester or the protester’s representative;
      3. The solicitation number;
      4. A detailed statement of the legal and/or factual grounds for the protest; and
      5. The form of relief requested.

      Protest of the Solicitation Specifications

      All protests related to the solicitation specifications must be submitted to the appropriate soliciting department’s Assigned Buyer/Purchasing Liaison no later than three (3) business days prior to the close of the solicitation. 

      1. Protests received after the three (3) business days deadline will not be considered by the City.
      2. In the event the protest of specifications is denied, and the protester wishes to continue in the solicitation process, they must still submit a bid or proposal prior to the close of the solicitation in accordance with the solicitation submittal procedures provided in the solicitation.

      Protest of Award of Contract 

      A protest for an award of contract in relation to a solicitation must be received no later than three (3) business days after the Notice of Award is posted on the City’s online bidding system.

      1. Protests relating to a proposed contract award received after the three (3) business day deadline will not be considered by the City.
      2. If the three (3) business day period expires without the receipt of a protest, the department may move forward with the Contract award or if necessary, file the item for approval by the City Council.

      Protest Process

      In the event of a timely protest, the City shall not proceed with the solicitation or award of the contract until the Procurement Contact issues a decision on the protest.

      1. Upon receipt of a timely protest, the Assigned Buyer/Purchasing Liaison will within five (5) business days of the receipt of the protest, issue a decision in writing which shall state the reason for the actions taken.
      2. The City may, after providing written justification to be included in the purchasing file, make the determination that an immediate award of the contract is necessary to protect the substantial interests of the City.  The award of a contract shall in no way compromise the protester’s right to the protest procedures outlined herein.
      3. If the protester disagrees with the decision of the Procurement Contact, the protester may submit a written notice to the City of Anaheim Purchasing Agent requesting an appeal.

      Appeal Process 

      1. If the protester wishes to appeal the decision of the Procurement Contact, the protester must submit, within three (3) business days from the receipt of the Procurement Contact decision, a written appeal to the City of Anaheim Purchasing Agent. 
      2. All appeals must be emailed to purchasing@anaheim.net.
      3. Within ten (10) business days, the City of Anaheim Purchasing Agent will review all materials in connection with the appeal, assess the merits of the appeal and provide a written determination that shall contain their decision.  The decision of the City of Anaheim Purchasing Agent will be final.
    • Default – Re-Procurement Costs

      In case of Contract breach by Contractor, resulting in termination by City, City may procure the commodities and services from other sources.  If the cost for those commodities and services is higher than under the terms of the existing Contract, Contractor will be responsible for paying City the difference between Contract cost and the price paid, and City may deduct this cost from any unpaid balance due Contractor.  The price paid by City shall be the prevailing market price at the time such purchase is made.  This is in addition to any other remedies available under this Contract and under law.

    • Force Majeure

      Contractor shall not be assessed with liquidated damages or unsatisfactory performance penalties during any delay beyond the time named for the performance of this Contract caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided Contractor gives written notice of the cause of the delay to City within 36 hours of the start of the delay and Contractor avails himself of any available remedies.

    • ACCEPTANCE/REJECTION/AWARD

      Acceptance/Rejection/Award

      1. Bids submitted in response to this IFB may become subject to public disclosure under the California Public Records Act, and other applicable law. The City shall not be liable in any way for disclosure of any such records. Additionally, all bids shall become the property of the City.  
      2. The lowest responsive, responsible Bidder will be recommended for contract award.
      3. Bids will be reviewed by the City for responsiveness to all requirements.  The City has the right to reject any bid deemed unresponsive or lacking the resources or experience to adequately perform the services described herein.
      4. Only those responsible, responsive bids meeting all solicitation requirements and specifications shall be further reviewed for consideration for award.  Award shall be based on the lowest, responsive, responsible bid.
      5. Please take notice, non-acceptance of the City terms and conditions, may deem a bid non-responsive.  City may not accept any other terms, conditions, or provisions contrary to those contained within this solicitation.
      6. Final award determination shall be based upon the lowest responsive, responsible bid, and may also include a review of Bidder’s ability to meet the requirements and perform the services specified in this solicitation; Bidder’s references and past performance; and Bidder’s acceptance of City terms and conditions.  In addition, City reserves the right to verify and validate any information prior to Award and during the entire term of the Contract.
      7. By submitting a response to this solicitation, Bidders agree to accept the decision of the City as final.
    • Defective Materials

      Any materials not conforming to the requirements of the Specifications in Attachment A – Scope of Work and Specifications 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 delivered or installed shall be removed by the City and all costs of removal and replacement shall be deducted from any amounts due or to become due do the Contractor.  No rejected materials, the defects of which have been subsequently corrected, shall be used.

    • RIGHTS RESERVED TO CITY

      The City reserves the right to:

      1. Waive, at its discretion, any irregularity or informality, which City deems correctable or otherwise not warranting rejection of the bid.
      2. City reserves the right, at its sole discretion, to make multiple awards to Bidders for services requested in this solicitation.
      3. Accept or reject in whole or in part any or all bids received as a result of this solicitation at its sole discretion and to solicit for new bids, as the best interest of the City may require.
      4. Negotiate the final Contract with the lowest, responsive and responsible Bidder or Bidders as necessary to serve the best interests of the City.
      5. Withdraw or cancel in part or in its entirety this solicitation at any time without prior notice and furthermore makes no representation that any contract will be awarded to any Bidder responding to this solicitation.
      6. Award its total requirements to one Bidder or to apportion those requirements among two or more Bidders as the City may deem to be in its best interests; therefore, bids must be provided for each item separately; “all-or-none” bids will not be accepted unless in the best interest of the City.
    • Disputes – Contract

      The Parties shall deal in good faith and attempt to resolve potential disputes informally.  If the dispute concerning a question of fact arising under the terms of this Contract is not disposed of in a reasonable period of time by the Contractor’s Project Manager and the City‘s Project Manager, as specified in Article 59 “Notices”, such matter shall be brought to the attention of the City Purchasing Agent by way of the following process:

      The Contractor shall submit to the Purchasing Agent a written demand for a final decision regarding the disposition of any dispute between the Parties arising under, related to, or involving this Contract, unless City, on its own initiative, has already rendered such a final decision.

      The Contractor’s written demand shall be fully supported by factual information, and, if such demand involves a cost adjustment to Contract, Contractor shall include with the demand a written statement signed by a senior official indicating that the demand is made in good faith, that the supporting data are accurate and complete, and that the amount requested accurately reflects Contract adjustment for which Contractor believes City is liable.

      Pending the final resolution of any dispute arising under, related to, or involving this Contract, Contractor agrees to diligently proceed with the performance of this Contract, including the delivery of commodities and/or provision of services.  Contractor’s failure to diligently proceed shall be considered a material breach of this Contract.

      Any final decision of City shall be expressly identified as such, shall be in writing, and shall be signed by City Purchasing Agent or his designee.  If City fails to render a decision within 90 days after receipt of Contractor’s demand, it shall be deemed a final decision adverse to Contractor’s contentions.  Nothing in this section shall be construed as affecting City’s right to terminate Contract for cause or termination for convenience as stated in Article 11 herein.

    • Confidentiality

      Contractor agrees to maintain the confidentiality of all City and City-related records and information pursuant to all statutory laws relating to privacy and confidentiality that currently exist or exist at any time during the term of this Contract.  All such records and information shall be considered confidential and kept confidential by Contractor and Contractor’s staff, agents and employees.

    • Compliance with Laws

      Contractor represents and warrants that services to be provided under this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes, restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not limited to those issued by City in its governmental capacity and all other laws applicable to the services at the time services are provided to and accepted by City.  Contractor acknowledges that City is relying on Contractor to ensure such compliance, and pursuant to the requirements of paragraph “26” below, Contractor agrees that it shall defend, indemnify and hold City and City Indemnitees harmless from all liability, damages, costs and expenses arising from or related to a violation of such laws.

    • Drug-Free Workplace

      Contractor hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug-free workplace.  Contractor will:

      1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a)(1).
      2. Establish a drug-free awareness program as required by Government Code Section 8355(a)(2) to inform employees about all of the following:
        1. The dangers of drug abuse in the workplace; and
        2. The organization’s policy of maintaining a drug-free workplace; and
        3. Any available counseling, rehabilitation and employee assistance programs; and
        4. Penalties that may be imposed upon employees for drug abuse violations.
      3. Provide as required by Government Code Section 8355(a)(3) that every employee who works under this Contract:
        1. Will receive a copy of the company’s drug-free policy statement; and
        2. Will agree to abide by the terms of the company’s statement as a condition of employment under this Contract.
      4. Failure to comply with these requirements may result in suspension of payments under Contract or termination of Contract or both, and Contractor may be ineligible for award of any future City contracts if City determines that any of the following has occurred:
        1. Contractor has made false certification, or
        2. Contractor violates the certification by failing to carry out the requirements as noted above.
    • Emergency/Declared Disaster Requirements

      In the event of an emergency or if the City of Anaheim is declared a disaster area by city, county, state or federal government, Contract may be subjected to unusual usage.  Contractor shall service City during such an emergency or declared disaster under the same terms and conditions that apply during non-emergency/disaster conditions.  The pricing quoted by Contractor shall apply to serving City’s needs regardless of the circumstances.  If Contractor is unable to supply the goods/services under the terms of Contract, then Contractor shall provide proof of such disruption and a copy of the invoice for the goods/services from Contractor’s supplier(s).  Additional profit margin as a result of supplying goods/services during an emergency or a declared disaster shall not be permitted.  In the event of an emergency or declared disaster, emergency purchase order numbers will be assigned.  All applicable invoices from Contractor shall show both the emergency purchase order number and Contract number.

    • UNFAIR PRACTICES AND OTHER LAWS

      Bidder warrants that its bid complies with the Unfair Practices Act (Business and Professions Code Section 17000 et seq.) and all applicable Local, State and Federal laws and regulations.

    • Freight

      Prior to City’s express acceptance of delivery of products.  Contractor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under Contract.

    • Errors and Omissions

      All reports, files and other documents prepared and submitted by Contractor shall be complete and shall be carefully checked by the professional(s) identified by Contractor as Project Manager and key personnel attached hereto, prior to submission to the City.  Contractor agrees that City review is discretionary, and Contractor shall not assume that the City will discover errors and/or omissions. If the City discovers any errors or omissions prior to approving Contractor’s reports, files and other written documents, the reports, files or documents will be returned to Contractor for correction. Should the City or others discover errors or omissions in the reports, files or other written documents submitted by the Contractor after City approval thereof, City approval of Contractor’s reports, files or documents shall not be used as a defense by Contractor in any action between the City and Contractor, and the reports, files or documents will be returned to Contractor for correction.

    • INDEPENDENCE OF BID

      By submitting a bid, Bidder swears under penalty of perjury that it did not conspire with any other supplier to set prices in violation of anti-trust laws.

    • Severability

      If any term, covenant, condition or provision of this Contract is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby.

    • AMERICANS WITH DISABILITY ACT (ADA)

      To comply with the non-discrimination requirements of the ADA, it is the policy of the City to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable modification to participate in the procurement process, or for persons having questions regarding reasonable modifications for the procurement process, you must contact the buyer listed in the solicitation.

    • Equal Employment Opportunity

      Contractor shall comply with U.S. Executive Order 11246 entitled, “Equal Employment Opportunity” as amended by Executive Order 11375 and as supplemented in Department of Labor regulations (41 CFR, Part 60) and applicable state of California regulations as may now exist or be amended in the future.  Contractor shall not discriminate against any employee or applicant for employment on the basis of race, color, national origin, ancestry, religion, sex, marital status, political affiliation or physical or mental condition.

      Regarding handicapped persons, Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified.  Contractor agrees to provide equal opportunity to handicapped persons in employment or in advancement in employment or otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicaps in all employment practices such as the following:  employment, upgrading, promotions, transfers, recruitments, advertising, layoffs, terminations, rate of pay or other forms of compensation, and selection for training, including apprenticeship.  Contractor agrees to comply with the provisions of Sections 503 and 504 of the Rehabilitation Act of 1973, as amended, pertaining to prohibition of discrimination against qualified handicapped persons in all programs and/or activities as detailed in regulations signed by the Secretary of the Department of Health and Human Services effective June 3, 1977, and found in the Federal Register, Volume 42, No. 68 dated May 4, 1977, as may now exist or be amended in the future.

      Regarding Americans with disabilities, Contractor agrees to comply with applicable provisions of Title 1 of the Americans with Disabilities Act enacted in 1990 as may now exist or be amended in the future.

    • Attorney Fees

      In any action or proceeding to enforce or interpret any provision of this Contract, each Party shall bear their own attorney’s fees, costs and expenses.

    • Headings

      The various headings and numbers herein, the grouping of provisions of this Contract into separate clauses and paragraphs, and the organization hereof are for the purpose of convenience only and shall not limit or otherwise affect the meaning hereof.

    • Intentionally Left Blank

      Intentionally Left Blank 

    • Interpretation

      This Contract has been negotiated at arm’s length and between persons sophisticated and knowledgeable in the matters dealt with in this Contract.  In addition, each Party had been represented by experienced and knowledgeable independent legal counsel of their own choosing or has knowingly declined to seek such counsel despite being encouraged and given the opportunity to do so.  Each Party further acknowledges that they have not been influenced to any extent whatsoever in executing this Contract by any other party hereto or by any person representing them, or both.  Accordingly, any rule or law (including California Civil Code Section 1654) or legal decision that would require interpretation of any ambiguities in this Contract against the Party that has drafted it is not applicable and is waived.  The provisions of this Contract shall be interpreted in a reasonable manner to affect the purpose of the Parties and this Contract.

    • Liquidated Damages

      In the event the Contractor fails to provide MID SIZE PICKUP TRUCKS or any portion thereof by the delivery dates as specified in the Contract or any agreed-upon amendment, the Contractor shall be liable for liquidated damages.

    • BID VALIDITY

      Bids will be valid for a period of 180 days after IFB closing date.

    • Employee Eligibility Verification

      Contractor warrants that it fully complies with all Federal and State statutes and regulations regarding the employment of aliens and others and that all its employees performing work under this Contract meet the citizenship or alien status requirement set forth in Federal statutes and regulations.  Contractor shall obtain from all employees performing work hereunder, all verification and other documentation of employment eligibility status required by Federal or State statutes and regulations including, but not limited to, the Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently exist and as they may be hereafter amended.  Contractor shall retain all such documentation for all covered employees for the period prescribed by the law. Contractor shall indemnify, defend with counsel approved in writing by City, and hold harmless, City, its agents, officers, and employees from employer sanctions and any other liability which may be assessed against Contractor or City or both in connection with any alleged violation of any Federal or State statutes or regulations pertaining to the eligibility for employment of any persons performing work under this Contract.

    • Mandatory Kick-Off Meeting

      Upon award of the Contract, the awarded vendor(s) may be required to attend a mandatory kick-off meeting with City representatives to discuss important information related to the scope of work, the Contract, and the invoice payment process.  A quarterly check-in meeting may be required to review any issues with the Contract.

    • Hold Harmless and Indemnification

      Contractor agrees to indemnify, defend and hold harmless the City (including its officers and employees) from and against any and all claims of any kind or nature presented against the City arising out of Contractor’s (including Contractor’s employees, representatives, products, and subcontractors) performance under any purchase order or agreement, excepting only such claims, costs, or liability which may arise out of the sole negligence of the City.

      The obligations set forth in this indemnification provision (i) shall be in effect without regard to whether the City, Contractor, or any other person or entity maintains or fails to maintain insurance coverage or a self-insurance program, for any such Claim(s); and (ii) shall survive the termination of this Contract.

    • Audits/Inspections

      Contractor agrees to permit the City’s authorized representative (including auditors from a private auditing firm hired by City) access during normal working hours to all books, accounts, records, reports, files, financial records, supporting documentation, including payroll and accounts payable/receivable records, and other papers or property of Contractor for the purpose of auditing or inspecting any aspect of performance under this Contract.  The inspection and/or audit will be confined to those matters connected with the performance of Contract including, but not limited to, the costs of administering Contract.  City will provide reasonable notice of such an audit or inspection. City reserves the right to audit and verify Contractor’s records before final payment is made.

      Contractor agrees to maintain such records for possible audit for a minimum of three (3) years after final payment, unless a longer period of records retention is stipulated under this Contract or by law.  Contractor agrees to allow interviews of any employees or others who might reasonably have information related to such records.  Further, Contractor agrees to include a similar right to City to audit records and interview staff of any subcontractor related to performance of this Contract.

      Should Contractor cease to exist as a legal entity, Contractor’s records pertaining to this Contract shall be forwarded to City’s project manager.

    • News/Information Release

      Contractor agrees that it will not issue any news releases in connection with either the award of this Contract or any subsequent amendment of or effort under this Contract without first obtaining review and written approval of said news releases from City through City’s Project Manager.

    • Contingency of Funds

      Contractor acknowledges that funding or portions of funding for this Contract may be contingent upon budget approval for each fiscal year covered by this Contract.  If such approval, funding or appropriations are not forthcoming, or are otherwise limited, City may immediately terminate or modify this Contract without penalty.

    • Notices

      Any and all notices, requests, demands, and other communications contemplated, called for, permitted, or required to be given hereunder shall be in writing with a copy provided to the Assigned Buyer, except through the course of the Parties’ Project Managers’ routine exchange of information and cooperation during the terms of the work and services.  Any written communications shall be deemed to have been duly given upon actual in-person delivery, if delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four (4) calendar days after being mailed by US certified or registered mail, return receipt requested, postage prepaid, whichever occurs first.  The date of mailing shall count as the first day.  All communications shall be addressed to the appropriate party at the address stated herein or such other address as the parties hereto may designate by written notice from time to time in the manner aforesaid.

      Contractor:
      Attn:
      Phone: 
      Email:

      Project Manager:
      Attn:
      Phone: 
      Email:

      Assigned Buyer: City of Anaheim/Central Purchasing Office
      Attn: 
      200 S. Anaheim Blvd. Suite 620
      Anaheim, CA 92805
      Telephone: 
      Email: 

      With a copy to: City Clerk
      City of Anaheim
      200 S. Anaheim Blvd. 2nd Floor
      Anaheim, CA 92805

    • Order Dates

      Orders may be placed during the term of the Contract even if delivery may not be made until after the term of the Contract.  The Contractor must clearly identify the order date on all invoices to City and the order date must precede the expiration date of the Contract.

    • Prevailing Wage (as applicable)

      Prevailing Wage (Labor Code §1773): Pursuant to the provisions of Section 1773 et seq. of the California Labor Code, Contractor shall comply with the general prevailing rates of per diem wages and the general prevailing rates for holiday and overtime wages in this locality for each craft, classification, or type of worker needed to execute Contract.  The rates are available from the Director of the Department of Industrial Relations at the following website: http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm.Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates.  Contractor shall comply with the provisions of Sections 1775 and 1813 of the Labor Code.

      1. Labor Code Requirements:  Contractor and all subcontractors shall comply with all applicable requirements of the Labor Code throughout the performance of Contract, including but not limited to the following: 
      2. Labor Code Notice: Contractor and all subcontractors must comply with the requirements of Labor Code Section 1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5. Bids cannot be accepted from unregistered contractors except as provided in Section 1771.1. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. After award of the Contract, Contractor and each subcontractor shall furnish electronic payroll records directly to the Labor Commissioner in the manner specified in Labor Code Section 1771.4.
      3. Threshold Requirements for Prevailing Wages:  Except for public works projects of one thousand dollars ($1,000) or less, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in this chapter, shall be paid to all workers employed on public works.
      4. Wage Rates:  Contractor shall post a copy of the wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this Contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk. Copies may be obtained at cost at the City Clerk’s Office or visit the website of the Department of Industrial Relations, Prevailing Wage Unit at www.dir.ca.gov/DLSR/PWD. The Contractor shall comply with the provisions of Sections 1774, 1775, 1776 and 1813 of the Labor Code.
      5.  Apprenticeship Requirements:  The Contractor shall comply with Section 230.1(A), California Code of Regulations as required by the Department of Industrial Relations, Division of Apprenticeship Standards by submitting DAS Form to the Joint Apprenticeship Committee of the craft or trade in the area of the site.
      6. Registration of Contractor:  All contractors and subcontractors must comply with the requirements of Labor Code Section 1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5. Bids cannot be accepted from unregistered contractors except as provided in Section 1771.1. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. After award of the contract, Contractor and each subcontractor shall furnish electronic payroll records directly to the Labor Commissioner in the manner specified in Labor Code Section 1771.4.

        Prevailing Wage and DIR Requirement:  Awarding agencies are not required to submit the notice of contract award through DIR’s PWC-100 system on projects that fall within the small project exemption. The small project exemption applies for all public works projects that do not exceed:

        1. $25,000 for new construction, alteration, installation, demolition or repair 
        2. $15,000 for maintenance

          If the project meets or exceeds these amounts, the City and the Contractor are required to register the project with the California Department of Industrial Relations.

      7. Payroll Records:  Contractor and any subcontractor(s) shall comply with the requirements of Labor Code Section 1776. Such compliance includes the obligation to furnish the records specified in Section 1776 directly to the Labor Commissioner in an electronic format, or other format as specified by the Commissioner, in the manner provided by Labor Code Section 1771.4.

        The requirements of Labor Code Section 1776 provide, in summary:

            1. Contractor and any subcontractor(s) performing any portion of the work under this Contract shall keep an accurate record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor or any subcontractor(s) in connection with the work.
            2. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following:
              1. The information contained in the payroll record is true and correct.
              2. The employer has complied with the requirements of Labor Code Sections 1771, 1811, and 1815 for any work performed by his or her employees in connection with the Contract.  
            3. The payroll records shall be certified and shall be available for inspection at the principal office of Contractor on the basis set forth in Labor Code Section 1776.
            4. Contractor shall inform City of the location of the payroll records, including the street address, city and county, and shall, within five (5) working days, provide a notice of any change of location and address of the records.
            5. Pursuant to Labor Code Section 1776, Contractor and any subcontractor(s) shall have ten (10) days in which to provide a certified copy of the payroll records subsequent to receipt of a written notice requesting the records described herein. In the event that Contractor or any subcontractor fails to comply within the ten (10) day period, he or she shall, as a penalty to City, forfeit one hundred dollars ($100), or a higher amount as provided by Section 1776, for each calendar day, or portion thereof, for each worker to whom the noncompliance pertains, until strict compliance is effectuated. Contractor acknowledges that, without limitation as to other remedies of enforcement available to City, upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement of the California Department of Industrial Relations, such penalties shall be withheld from progress payments then due Contractor. Contractor is not subject to a penalty assessment pursuant to this section due to the failure of a subcontractor to comply with this section.
            6. Contractor and any subcontractor(s) shall comply with the provisions of Labor Code Sections 1771 et seq., and shall pay workers employed on the Contract not less than the general prevailing rates of per diem wages and holiday and overtime wages as determined by the Director of Industrial Relations. Contractor shall post a copy of these wage rates at the job site for each craft, classification, or type of worker needed in the performance of this Contract, as well as any additional job site notices required by Labor Code Section 1771.4(b). Copies of these rates are on file at the principal office of City’s representative, or may be obtained from the State Office, Department of Industrial Relations (“DIR”) or from the DIR’s website at www.dir.ca.gov. If the Contract is federally funded, Contractor and any subcontractor(s) shall not pay less than the higher of these rates or the rates determined by the United States Department of Labor.
      8. Work Hour Penalty:  Eight (8) hours of labor constitute a legal day's work, and forty (40) hours constitute a legal week's work. Pursuant to Section 1813 of the Labor Code of the State of California, the Contractor shall forfeit to the City Twenty Five Dollars ($25) for each worker employed in the execution of this Contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than the legal day's or week's work, except that work performed by employees of said Contractor and subcontractors in excess of the legal limit shall be permitted without the foregoing penalty upon the payment of compensation to the workers for all hours worked in excess of eight (8) hours per day of not less than 1-1/2 times the basic rate of pay.
      9. Wage Rate Penalty: Contractor and any subcontractor(s) shall comply with the provisions of Labor Code Section 1775.  Contractor and any subcontractor(s) shall be subject to a penalty in an amount up to $200, or a higher amount as provided by Section 1775, for each calendar day, or portion thereof, for each worker paid less than the prevailing wage rates for any work done by Contractor or subcontractor(s) under Contract.
      10. Apprentices:  The Contractor acknowledges and agrees that, if this Contract involves a dollar amount greater than or a number of working days greater than that specified in Labor Code Section 1777.5, this Contract is governed by the provisions of Labor Code Section 1777.5. It shall be the responsibility of the Contractor to ensure compliance with this Article and with Labor Code Section 1777.5 for all apprenticeable occupations.

      Pursuant to Labor Code Section 1777.5 if that Section applies to this Contract as indicated above, the Contractor and any subcontractors under him employing workers in any apprenticeable craft or trade in performing any work under this Contract shall apply to the applicable joint apprenticeship committee for a certificate approving the Contractor or subcontractor under the applicable apprenticeship standards and fixing the ratio of apprentices to journeymen employed in performing the work.

      Pursuant to Labor Code Section 1777.5 if that Section applies to this Contract as indicated above, the Contractor and any subcontractor under him may be required to make contributions to the apprenticeship program.

      The Contractor and all subcontractors under him shall comply with Labor Code Section 1777.6 which Section forbids certain discriminatory practices in the employment of apprentices.

    • Expenditure Limit

      Contractor shall notify City of Anaheim in writing when the expenditures against Contract reach 75 percent of the dollar limit on Contract.  City will not be responsible for any expenditure overruns and will not pay for work exceeding the dollar limit on Contract unless a change order to cover those costs has been issued.

    • Ownership of Documents

      City has permanent ownership of all directly connected and derivative materials produced under this Contract by the Contractor.  All documents, reports and other incidental or derivative work or materials furnished hereunder shall become and remain the sole property of the City and may be used by the City as it may require without additional cost to the City.  None of the documents, reports and other incidental or derivative work or furnished materials shall be used by the Contractor without the express written consent of the City.

    • Permits and Licenses

      Contractor shall be required to obtain any and all approvals, permits and/or licenses which may be required in connection with the permitted operation as set out herein. No permit approval or consent given hereunder by City in its governmental capacity shall affect or limit Contractor’s obligations hereunder, nor shall any approvals or consents given by City as a party to this Contract, be deemed approval as to compliance or conformance with applicable governmental codes, laws, ordinances, rules, or regulations.

    • California Public Records Act

      Contractor and City agree and acknowledge that all information and documents related to the award and performance of this Contract may be subject to disclosure pursuant to the California Public Records Act, California Government Code Section 7920.000 et seq. Contractor shall not respond to any California Public Records Act request directed at City; all responses shall be handled by City.

    • Precedence

      Contract documents consist of this Contract and its exhibits and attachments.  In the event of a conflict between or among Contract documents, the order of precedence shall be the provisions of the main body of this Contract, i.e., those provisions set forth in the recitals and articles of this Contract, and then the exhibits and attachments.

    • Sub-Contracting

      No performance of this Contract or any portion thereof may be subcontracted by the Contractor without the express written consent of the City. Any attempt by the Contractor to subcontract any performance of this Contract without the express written consent of the City shall be invalid and shall substitute a breach of Contract.

      In the event that the Contractor is authorized by the City to subcontract, this Contract shall take precedence over the terms of the Contract between Contractor and subcontractor and shall incorporate be reference the terms of this Contract. The City shall look to the Contractor for performance and indemnification and not deal directly with any subcontractor. All work performed by a subcontractor must meet the approval of the City of Anaheim.

    • Substitutions

      The Contractor is required to meet all specifications and requirements contained herein.  No substitutions will be accepted without prior City written approval.

    • Usage

      No guarantee is given by City to Contractor regarding usage of this Contract.  Usage figures, if provided, are approximations.  Contractor agrees to supply services and/or commodities requested, as needed by City of Anaheim, at rates/prices listed in Contract, regardless of quantity requested.

    • Usage Reports

      Contractor shall submit usage reports on an annual basis to the Assigned Buyer.  The usage report shall be in a format specified by the City and shall be submitted 90 days prior to the expiration date of Contract term, or any subsequent renewal term, if applicable.

    Submission Requirements

    • COMPLIANCE CERTIFICATION QUESTIONS
    • I certify that I, the individual responding to this Bid, am an authorized representative with the authority to certify and submit the following legally binding statements in this Bid Response on behalf of my company. (required)
    • Name and title of authorized representative certifying and submitting this Bid Response. (required)
    • Bid Validity. (required)

      Bid will be valid for a period of 180 days after Bid closing.

    • If you selected No, how long will your bid be valid? (required)
    • Company Legal Name and DBA, if applicable (required)
    • Company Legal Status (required)
    • If your company is incorporated, please include the name(s) and title(s) of the officers (required)

      If this question does not apply to your firm, please respond by typing in "N/A."

    • Length of time the firm has been in business (required)
    • Length of time at current location (required)
    • Regular Business Hours (required)
    • Regular Holidays and Hours when business is closed: (required)
    • Federal Taxpayer I.D. No: (required)
    • In the event of an emergency or declared disaster, the following information is required: (required)
      • Name of Contact individual during non-business hours:
      • Telephone No:
      • Fax Number:
      • E-mail Address:
      • Cell or Pager Number:
    • Contact Person for Accounts Payable (required)
    • Conflict of Interest Statement (required)

      The Political Reform Act (Government Code sections 81000 - 91014) and Government Code section 1090 prohibit any City public official or officer from involvement in a governmental decision or contract in which he or she has a financial interest.

      It is the responsibility of the contractor, contractor’s employees, and subcontractors who perform work under contract with the City to evaluate any potential conflict of interests. Be advised that a prohibited conflict of interest may void any award where a conflict exists.

      I, the undersigned, hereby certify that I have reviewed and understand the above paragraphs, and in furtherance of the foregoing, I have evaluated and caused my company’s employees and subcontractors to evaluate any potential conflict of interests. Based on this evaluation, I hereby further certify that no such conflict of interests exists. 

    • Non-Collusion Declaration (required)

      I represent the party (“Respondent”) making the foregoing bid (“Bid”) and declare as follows:

      • The Bid is not made in the interest of or on the behalf of any undisclosed person, partnership, company, association, organization, or corporation; 
      • The Bid is genuine and not collusive or a sham; 
      • The Respondent has not directly or indirectly induced or solicited any other respondent to put in a false or sham Bid and has not directly or indirectly colluded, conspired, connived, or agreed with any other respondent or anyone else to put in a sham Bid or withhold from submitting a Bid;
      • The Respondent has not in any manner directly or indirectly sought by agreement, communication, or conference with anyone to fix the Bid price of the Respondent or of any other respondent or to fix any overhead profit or cost element of the Bid price, or of that of any other respondent, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; and
      • All statements contained in the Bid are true, and further, that Respondent has not directly or indirectly submitted its Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to any person or persons as have a partnership or other financial interest with Respondent in the general business. 
    • Compliance with the Levine Act (Government Code Section 84308) (required)
    • The Levine Act: City of Anaheim Campaign Contribution Disclosure (required)

      Please download the below documents, complete, and upload.

    • Litigation in relation to the services provided to the City or other government entities in the past five (5) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, in the past five (5) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above.
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against the City in the past five (5) years. (required)
    • Name/Ownership Changes (required)

      Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm as follows:

    • If Yes, please describe: (required)
    • Statement of Compliance (required)
      1. (Yes): Bidder certifies it is in strict compliance with this Bid, including, but not limited to the terms and conditions set forth in the City Master Agreement Terms & Conditions and its Attachments, and no exceptions are proposed. 
      2. (No): Bidder certifies it is in strict compliance with this Bid, including the terms and conditions set forth in the City Master Agreement Terms & Conditions and its Attachments and Exhibits, except for those exceptions expressly listed as required by this Bid and attached hereto.  Attachments for each proposed exception to this Bid, including, but not limited to the Model Contract, must include: 
        1. The complete provision Bidder is taking exception to.
        2. The Bid page number and section of the provision Bidder is taking exception to.
        3. The suggested rewording (i.e., Microsoft Word track changes)
        4. Reason(s) for submitting the proposed exception.
        5. Any impact the proposed exception may have on the services to be provided.
    • Identify Contract Exceptions to be Considered Below: (required)
    • Financial Status (required)

      Bidder shall indicate whether its principals, directors, or majority shareholder(s), or any company Bidder has held a controlling interest in, or which has held a controller interest in Bidder, has ever filed or has been involuntarily put into bankruptcy or has been declared bankrupt. If yes, attach statement indicating the bankruptcy date, court jurisdiction, trustee’s name and telephone number, amount of liabilities, amount of assets and current status of bankruptcy.  Select "YES" to attach information or select "NO" if no prior or pending action.

    • Upload documents here (required)
    • W9 Form (required)
    • BID RESPONSE
    • Delivery/Lead Time (required)

      Please enter the anticipated delivery/lead time for the items in this RFP.

    • Confirm completion of each line item LEAD TIME in the Pricing Proposal (required)

      Proposer shall confirm that the "lead time" column is completed in the PRICING section

    • References (minimum 3) (required)

      Please Provide the following information for at least three (3) references:

      Vendor shall submit at least three (3) references where similar sales are currently in process or recently completed. References must cover commodities or services performed by your company within the past ten (10) years. Include name of firm, phone, and name of the contact person, a brief description, and date of sale.  These references will be checked and could affect the award.

      • Firm Name:
      • Address:
      • Contact Person:
      • Phone Number:
      • Email Address:
      • Description:
      • Date of Sale:
      • Amount:
    • Please confirm that you accept a PO with NET 30 Pay Terms. (required)
    • Specifications Compliance Certification (required)


      I certify that the proposed vehicle is in strict compliance with all specifications, terms and conditions requirements. Pricing is correct and will be held firm as entered.

    • Vehicle/Equipment Specifications (required)

      Please upload the corresponding vehicle/equipment specification sheet(s) for the proposed vehicle/equipment. 

    • Delivery Lead Time (required)

      Please indicate the estimated lead time from the date you receive the City Purchase Order. 

    • Will substitutions be allowed? (required)
    • Delivery Time (required)

      Would you like the vendors to include their anticipated delivery or lead time? Select yes if lead time is applicable to this project.

    • Will you be adding a column for "Lead Time" in the Pricing section? (required)

      If you answer yes, this will prompt the vendor to confirm that they have completed the lead times as part of their response.

      If you do not add a Lead Time column in the Pricing section, please make sure you select "No" here so that the vendors do not get confused.

    • Title of Contract (required)

      Example: Portable Toilets/Showers and Other Site Rentals and Services

    • Sample Agreement (required)
    • Regional Cooperative Agreement (RCA) Contract Number (required)

      Example: RCA-017-23010021

    Questions & Answers

    Q (All weather floor mats and vinyl floors issue): Some of the vehicles are needed with the vinyl floor and all-weather mats (Vehicle D through Vehicle I). In Chevrolet the Vinyl floors are not compatible with any floor mats as there is nothing to secure them to. Will the City accept Vinyl floor with no mats (due to safety hazard) or will the city prefer carpet floors and all-weather floor mats for these configurations?

    A: The city will not accept carpeted flooring with all-weather mats. Husky liners and Smart Liners are both rubberized and do not slip on vinyl flooring.


    Q (No subject): Vehicle C does not list a preference for Vinyl floor or all-weather floormat like the rest of the vehicles. Is this unit just a regular carpet floor with carpet floor mat?

    A: The city will not accept carpeted flooring with all-weather mats. Husky liners and Smart Liners are both rubberized and do not slip on vinyl flooring.


    Q (FLOOR SPEC REVIEW - VYNIL FLOOR NOT AVAILABLE on chevy 2026): The option for full-length black vinyl flooring (B38), which was available on previous Colorado Work Truck models, was removed in recent updates. There is no option for rubberized vinyl floor. The standard is carpeted floor, and we can add factory or aftermarket Floor liners instead. This applies to all specs. Pls advise

    A: If the full-length vinyl flooring option is no longer available, then carpeted flooring with all-weather floor mats would be acceptable.


    Q (Vehicle J - Bed Cover Preference): Do you have a preferred brand for the "One Piece Lockable Fiberglass Tonneau Cover. Color Matched to the Body" on Vehicle J.

    A: Under Cover LUX, color matched to the body.


    Q (Headache Rack): The original Backrack Headache Rack is not available for the 2026 Ford Ranger. Would you be willing to consider an alternative rack from another brand, such as DeeZee?

    A: An alternative headache rack would be acceptable.


    Key dates

    1. April 6, 2026Published
    2. April 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.