Active SLED Opportunity · CALIFORNIA · CITY OF VICTORVILLE

    DECEASED ANIMAL REMOVAL, TRANSPORTATION, AND DISPOSAL SERVICES - CITY OF VICTORVILLE ANIMAL SERVICES.

    Issued by City of Victorville
    cityRFQCity of VictorvilleSol. 252426
    Open · 12d remaining
    DAYS TO CLOSE
    12
    due May 5, 2026
    PUBLISHED
    Apr 14, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    562920
    AI-classified industry

    AI Summary

    The City of Victorville seeks qualified vendors for deceased animal removal, transportation, and disposal services. The contract includes routine and emergency pickups, regulatory compliance, and environmental responsibility. Minimum 3 years experience and required licenses are mandatory. Quotes due by May 5, 2026 via the City's eProcurement portal.

    Opportunity details

    Solicitation No.
    252426
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 14, 2026
    Due Date
    May 5, 2026
    NAICS Code
    562920AI guide
    Agency
    City of Victorville

    Description

    PROJECT NAME: DECEASED ANIMAL REMOVAL, TRANSPORTATION, AND DISPOSAL SERVICES - CITY OF VICTORVILLE ANIMAL SERVICES.

    The City of Victorville Animal Care and Adoption Center is seeking qualified vendors to provide professional services for the pickup, transportation, and lawful disposal of deceased animals. Services will include routine scheduled pickups as well as on-call emergency response, ensuring timely, safe, and compliant handling in accordance with all local, state, and federal regulations.

    The selected contractor will play a critical role in supporting the City’s public health, sanitation, and animal services operations by providing reliable, respectful, and environmentally responsible disposal services. The City is seeking a responsive and experienced vendor capable of maintaining high standards of professionalism, operational efficiency, and regulatory compliance while partnering with staff to support the daily functions of the Animal Care and Adoption Center.

    Background

    The City of Victorville Animal Care and Adoption Center manages a high volume of animal intake, including stray, surrendered, injured, and deceased animals within city limits. Proper handling and disposal of deceased animals is essential to maintaining facility sanitation standards, protecting public health, and ensuring compliance with California environmental and rendering regulations. These services directly support the City’s broader public safety and community health objectives.

    Due to the sensitive nature of animal services operations, reliability, timely response, and professionalism are critical components of this contract. The City requires a vendor who understands the importance of discreet operations, accurate documentation, biosecurity practices, and adherence to all disposal and environmental requirements. A contractor who demonstrates strong communication, flexibility for emergency call-outs, and experience working with municipal animal care facilities will significantly contribute to operational efficiency and service excellence at the Animal Care and Adoption Center.

    Project Details

    • Reference ID: JR26-115
    • Department: Code Compliance
    • Department Head: Jorge Duran (Code Enforcement Official)

    Important Dates

    • Questions Due: 2026-04-28T21:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-21T23:17:46.198Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • PROJECT TITLE AND DESCRIPTION:

      The City of Victorville (City) is accepting quotes from qualified vendors to provide professional services for the pickup, transportation, and lawful disposal of deceased animals, along with other related work for Project ID JR26-115, DECEASED ANIMAL REMOVAL, TRANSPORTATION, AND DISPOSAL SERVICES - CITY OF VICTORVILLE ANIMAL SERVICES.; the work shall include labor, tools, finishing, clean up, and incidentals required for the proper completion of the work.

    • Purpose

      The Contractor shall provide all labor, supervision, equipment, materials, transportation, documentation, and lawful disposal services necessary to perform the pickup, transport, and disposal of deceased animal carcasses from the City of Victorville Palmdale Yard. Services shall be performed in a professional, safe, sanitary, and environmentally compliant manner in accordance with all applicable federal, state, and local laws and regulations.

    • Service Overview – Single Line Item

      The City is implementing a single bid line item structured as follows:

      Pickup, Transport, and Disposal of Dead Animal Carcasses, consisting of dogs, cats, and small wildlife – two pick-ups a week at 8 barrels per pick-up, not to exceed 16 barrels a week.

    • QUOTE SUBMISSION:

      The City of Victorville ("City") will accept sealed quotes for the above referenced project via the City's eProcurement portal until 2:00 pm, PST on Tuesday, May 5, 2026, at which time the quotes will be publicly open and the quotes received will be available for viewing.

      The City's eProcurement Portal Clock is the official timekeeper for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as a poor internet connection. The City strongly recommends completing your response well ahead of the deadline. Bidders take full responsibility for the City's receipt of its quote. Section 5 Quote Submittal Forms shall be acknowledged or submitted along with the proposed quote.

      Project Documents pertaining to this Project solicitation are available at the City’s eProcurement Portal. Only those who download Contract Documents from the portal will be included in a plan holders/followers list and may receive notices such as revisions to the plans or addenda.

    • Pickup Location

      All services shall occur at:

      City of Victorville
      Palmdale Yard

      14154 Palmdale Rd
      Victorville, California 92392

      The Contractor shall coordinate access and service times with the City’s designated representative.

    • PROJECT QUESTIONS:

      Any prospective Service Provider desiring an explanation or interpretation of the solicitation or specifications must be sent via City's e-Procurement Portal's Question and Answer on or before the date identified in Section 1.4 "Timeline", to allow a reply to reach prospective bidders before the proposal submission date.   All answer to inquiries will be posted on the City's procurement portal promptly as an amendment to the solicitation.

      PLEASE NOTE:  Oral explanations or instructions, or written explanations given by personnel other than the project manager are not valid and will not be binding.

    • Scheduled Services

      A. Routine Pickups

      The Contractor shall perform a minimum of two (2) scheduled pickups per week. Each pickup shall accommodate up to eight (8) barrels per visit, not to exceed sixteen (16) barrels per week.

      Pickup days and times shall be coordinated with the City to ensure operational continuity and sanitation standards.

      B. Additional Pickups

      If operational needs require additional service beyond the scheduled pickups, the Contractor shall provide supplemental pickups upon written request from the City.

    • Transportation and Handling Requirements

      The Contractor shall:

      • Provide enclosed, leak-proof, and properly maintained vehicles suitable for transporting animal carcasses.

      • Secure and contain all materials to prevent leakage, spillage, odors, or public visibility.

      • Maintain sanitation of transport vehicles and equipment.

      • Comply with all California Department of Public Health, Department of Food and Agriculture, CalRecycle, and other applicable regulatory requirements.

    • Disposal Requirements

      The Contractor shall:

      • Dispose of carcasses at a properly licensed and authorized disposal, rendering, cremation, or landfill facility permitted to accept animal remains.

      • Provide verification of lawful disposal upon request.

      • Ensure full compliance with all environmental and public health regulations.

    • ADDENDA TO THE CONTRACT DOCUMENTS:

      The City may issue Addenda to the Contract Documents during the period of advertisement for any reason. Addenda may be issued to answer pre-bid questions and/or to clarify or make any corrections in this solicitation. Bidders are encouraged to check the City's eProcurement Portal for released addenda frequently. Bidders not registered will not receive notifications of released addenda. Bidders must acknowledge the addenda via the City's eProcurement Portal.

    • Documentation and Reporting

      The Contractor shall maintain accurate service records including:

      • Date and time of pickup

      • Number of barrels collected

      • Approximate number and type of animals

      • Disposal facility utilized

      Records shall be submitted with invoices or upon request.

    • Safety and Biosecurity

      The Contractor shall:

      • Ensure personnel are trained in proper carcass handling procedures.

      • Utilize appropriate personal protective equipment (PPE).

      • Follow OSHA and bloodborne pathogen standards.

      • Immediately report any spills, accidents, or safety incidents.

    • Minimum Qualifications & Experience Requirements

      To be considered responsive, bidders must meet the following minimum qualifications:

      1. Experience:

        • Minimum of three (3) years of demonstrated experience providing dead animal removal, rendering, or carcass disposal services for a public agency, animal shelter, veterinary facility, agricultural operation, or similar entity.

      2. Licensing & Compliance:

        • Possess all required federal, state, and local licenses and permits necessary to transport and dispose of animal remains within the State of California.

        • Be in good standing with all regulatory agencies.

      3. Insurance:

        • Maintain insurance coverage as required by the City, including general liability, automobile liability, and workers’ compensation.

      4. Equipment & Capacity:

        • Demonstrate sufficient staffing, vehicles, and equipment to reliably perform twice weekly pickups and handle up to sixteen (16) barrels per week.

      5. Regulatory Compliance History:

        • No significant or repeated violations related to environmental, public health, or transportation regulations within the past five (5) years.

      Failure to meet minimum qualifications may result in disqualification of the quote.

    • EXAMINATION OF THE PROJECT SITE AND CONTRACT DOCUMENTS:

      Prior to submitting a Quote, Bidder shall visit the Project Site and analyze the contents of the solicitation and Contract Documents in their entirety to satisfy itself that it has the abilities and resources to complete the Work. Prospective Bidders may visit the Project Site without making arrangements through the City. Prospective bidders are encouraged to address questions, problems, and other issues regarding this Project. The Bidder agrees that if it is awarded the Contract, no claim will be made against the City based on ignorance or misunderstanding of the provisions of the Contract Documents, the nature and amount of the Work, and/or the physical or climatic conditions of the Project Site.

    • GUARANTY AND BONDS

      A material and workmanship guaranty for a period of twelve (12) months from the date of acceptance of the work will be required.  A guaranty form for this purpose is included in the Proposal.

      For projects over $25,000.00 (including labor and materials), the Service Provider, simultaneously with execution of the Contract, shall furnish a surety bond in an amount equal to one hundred percent (100%), of the contract price as security for the faithful performance of the Contract, and a separate surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with the Contract. 

      Bonds must be issued by an admitted surety insurer in the State of California, as set forth in the Public Contract Code, Section 20170.

      Full compensation for furnishing the guaranty and bonds will be considered as included in the contract price or prices paid for the items or work involved and no additional compensation will be allowed therefor.

    • WITHDRAWAL OF QUOTES:

      Any Quote may be withdrawn by the Bidder at any time prior to the quote opening date and time specified in the Notice of Inviting Quotes, as such may be extended by City-issued addenda. Quotes may be withdrawn via the City's eProcurement Portal. A Quote withdrawal does not prejudice the right of the Bidder to resubmit a Quote prior to the quote opening date and time.

    • AWARD OF CONTRACT:

      The City reserves the right to reject any or all Quote Proposals and waive any immaterial irregularities or informalities in any Quote Proposal or in the bidding.  The City will award the Contract to lowest responsive, responsible bidder.  The award of a Service Provider Contract, if one is to be awarded, shall be made within Forty-five (45) calendar days of the date specified for publicly opening Quote Proposals, unless otherwise specified herein.  Award of a Service Provider Contract, if an award is made, shall be to the lowest responsible bidder whose Quote Proposal conforms to the Contract Documents.  For the purposes of evaluating the lowest Quote Proposal price and selecting the lowest bidder, the lowest Quote Proposal price shall be the lowest total of the summation of all individual line items on the Quote Proposal Forms.

    • EXECUTION OF CONTRACT:

      A Service Provider Contract shall be signed by the successful Bidder and returned, together with the contract bonds (if required Faithful Performance and Payment Bond), proof of required insurance coverage and endorsements, and a copy of the Bidder’s City of Victorville Business License within ten (10) Business Days after the Bidder has received the Contract for execution.

    • EVALUATION OF QUOTES:

      The City reserves the right to accept or reject any or all Quote Proposals and to award a Contract to the bidder who best meets its requirements.  Relevant factors that shall be considered in evaluating the Quote Proposals are completeness and accuracy of the Quote Proposal; length and nature of warranties; anticipated length of life of materials; Service Provider qualifications; as well as the lowest and best price.

    • AFFIRMATIVE ACTION:

      The City hereby notifies all bidders that it will affirmatively ensure that, in any Contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit quotes in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration of award.

    • INSURANCE REQUIREMENTS:

      COMMERCIAL GENERAL AND AUTOMOBILE LIABILITY INSURANCE 

      Contractor shall procure and maintain at its own expense, during the term of this Agreement, commercial general liability insurance, of not less than One Million Dollars ($1,000,000) per occurrence, and Two Million Dollars ($2,000,000) in the aggregate, for bodily injury, personal injury, death, loss, or damage resulting from the wrongful or negligent acts by the Contractor or its officers, employees, servants, volunteers, and agents and independent contractors.   

       

      Contractor shall further procure and maintain, at its own expense, during the Term of this Agreement, commercial vehicle liability insurance covering personal injury and property damage, of not less than One Million Dollars ($1,000,000) Combined Single Limit, covering any vehicle(s) utilized by Contractor or its officers, employees, servants, volunteers, or agents and independent contractors in performing the services required by this Agreement. 

       

      POLLUTION LIABILITY

      Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions applicable to the work being performed, with a limit no less than $1,000,000 per claim or occurrence and $1,000,000 aggregate per policy period of one year.

       

      ADDITIONAL INSURED 

      Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Workers' Compensation coverage, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers, and agents and independent contractors, including, without limitation, the City Attorney, are named as Additional Insureds. 

       

      WAIVER OF SUBROGATION RIGHTS 

      Contractor shall require the carriers of all required insurance policies to waive all rights of subrogation against the City and its officers, volunteers, employees, contractors, and subcontractors. Each policy of insurance shall be endorsed to reflect such waiver. 

       

      PROOF OF INSURANCE COVERAGE; REQUIRED PRIOR TO COMMENCEMENT OF SERVICES 

       

      a.            Contractor shall secure from a good and responsible company or companies authorized to do insurance business in the State of California the policies of insurance required by this Agreement and furnish to the City Clerk certificates of said insurance at least two weeks prior to the commencement of any services to be performed under this Agreement.

       

      b.            The certificates of insurance shall bear an endorsement whereby it is provided that, in the event of cancellation or amendment of any required insurance policy for any reason whatsoever, the City shall be notified by mail, postage prepaid, not less than thirty (30) days before the cancellation or amendment is effective.  In the case of non-payment, ten (10) days’ advance written notice shall be given. 

       

      c.            The certificates of insurance shall bear an endorsement whereby it is provided that the respective insurance policy shall not be terminated or expire without first providing thirty (30) days written notice to the City of such termination or expiration.   

       

      d.            The certificates of insurance shall indicate that the respective insurance policy will be maintained throughout the Term of this Agreement.  

       

      e.            The commercial general liability and vehicle liability policies shall be endorsed to contain the following provision: “For any claims related to this contract, the Contractor’s insurance coverage shall be primary and non-contributory and at least as broad as ISO CG 20 01 04 13 as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. This requirement shall also apply to any Excess or Umbrella liability policies.” 

    • INDEMNIFICATION:

      a. Notwithstanding the limits of any insurance, Contractor shall indemnify the City, its officials, officers, agents, volunteers and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising or alleged to arise out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising or alleged to arise from the negligent acts or omissions of Contractor hereunder, or arising or alleged to arise from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Contract, but excluding such claims or liabilities or portion of such claims or liabilities arising or alleged to arise from the negligence or willful misconduct of the City its officials, officers, agents, volunteers or employees, and in connection therewith:

      1. Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith;
      2. Contractor will promptly pay any judgment rendered against the City, its officials, officers, agents or employees for any such claims or liabilities arising or alleged to arise out of or in connection with Contractor's (or its agents, employees, subcontractors or invitees) negligent performance of or failure to perform such work, operations or activities hereunder; and Contractor agrees to save and hold the City, its officials, volunteers, officers, agents, and employees harmless therefrom;
      3. In the event the City, its officials, officers, agents, volunteers or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising or alleged to arise out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor shall pay to the City, its officials, volunteers officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees for council acceptable to City.
      4. Contractor's duty to defend and indemnify as set out in this Section shall include any claims, liabilities, obligations, losses, demands, actions, penalties, suits, costs, expenses or damages or injury to persons or property arising or alleged to arise from, in connection with, as a consequence of, or pursuant to, any state or federal law or regulation regarding hazardous substances, including but not limited to the Federal Insecticide, Fungicide and Rodenticide Act ("FIFRA"), Comprehensive Environmental Response, Compensation and Liability Act of 1980 ("CERCLA"), Resource Conservation and Recovery Act of 1976 ("RCRA"), the Hazardous and Solid Waste Amendments of 1984, the Hazardous Material Transportation Act, the Toxic Substances Control Act, the Clean Air Act, the Clean Water Act, the California Hazardous Substance Account Act, the California Hazardous Waste Control Law or the Porter-Cologne Water Quality Control Act, as any of those statutes may be amended from time to time.

      b. City will timely notify Contractor upon receipt of any third-party claim relating to the Contract, as required by Public Contract Code § 9201.  The Contractor's indemnification and defense obligations pursuant to this Section shall survive the termination of this Contract. Contractor shall require the same indemnification provisions provided for herein from all Subcontractors.

    • TERMINATION OR SUSPENSION:

      a. This Agreement may be terminated or suspended without cause by either Party at any time, provided that the Party initiating the termination provides the other Party at least thirty (30) days advance written notice of such termination or suspension.  In the event of such termination, the City shall only be liable for payment under the payment provisions of this Agreement for satisfactory work rendered or supplies actually furnished prior to the effective date of termination.

       

                  b. This Agreement may be terminated or suspended with cause by either Party at any time, provided that the Party initiating termination provides the other Party at least ten (10) days advance written notice of such termination or suspension.  In the event of such termination, the City shall only be liable for payment under the payment provisions of this Agreement for satisfactory work rendered or supplies actually furnished prior to the effective date of termination.

    • TERMINATION FOR DEFAULT:

      In the event either party fails to perform its obligations hereunder, the non-defaulting party shall provide the defaulting party written notice of such default.  The defaulting party shall have ten (10) calendar days to cure the default; provided that, if the default is not reasonably susceptible to being cured within said ten (10) calendar days, the defaulting party shall have a reasonable time to cure the default, not to exceed a maximum of thirty (30) calendar days, so long as the defaulting party commences to cure such default within ten (10) calendar days of service of such notice and diligently prosecutes the cure to completion; provided further that if the default is an immediate danger to the health, safety and general welfare, the defaulting party shall take such immediate action as may be necessary.  Notwithstanding the foregoing, the non-defaulting party may, in its sole and absolute discretion, grant a longer cure period.  Should the defaulting party fail to cure the default within the time period provided in this Section, the non-defaulting party shall have the right, in addition to any other rights the non-defaulting party may have at law or in equity, to terminate this Contract.  Compliance with the provisions of this Section shall be a condition precedent to bringing any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured.

    • OWNERSHIP OF DOCUMENTS:

      All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Contract shall be the property of the City and shall be delivered to the City upon request of the Department Director or her/his designee or upon the termination of this Contract, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by the City of its full rights of ownership of the documents and materials hereunder.  Contractor may retain copies of such documents for its own use.  Contractor shall have an unrestricted right to use the concepts embodied therein.  All subcontractors shall provide for assignment to the City of any documents or materials prepared by them, and in the event, Contractor fails to secure such assignment, Contractor shall indemnify the City for all damages resulting there from.

    • PAYMENT:

      On or about the first of each calendar month, the Contractor shall request payment for the work performed prior to such date. 

      Upon approval by the Department Director, or the designee, of the Service Provider's estimate of work completed, City will make a progress payment to the Service Provider.

      In preparing estimates, the material delivered on the site, preparatory work done, and the cost of bonds and insurance paid may be taken into consideration.

      Upon completion of the work, the Service Provider may request full payment for his work, and after acceptance of the work by the City, City will make a final progress payment as described above. 

    • UNFAIR BUSINESS PRACTICE CLAIMS:

      In entering into a public works contract or a subcontract to supply goods, services or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract.  This assignment shall be made and become effective at the time the awarding body renders final payment to the Contractor without further acknowledgment by the parties. (Sec. 7103.5, California Public Contract Code).

    • HIRING OF UNDOCUMENTED IMMIGRANTS PROHIBITIED:

      Contractor shall not hire or employ any person to perform work within the City or allow any person to perform work required under this Contract unless such person is properly documented and legally entitled to be employed within the United States.

    • AMERICAN WITH DISABILITIES:

      The Bidder shall comply with the Americans with Disabilities Act (ADA) of 1990 (42 U.S.C. 12101 et seq.) which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA.

    • VICTORVILLE 15 DEVELOPMENT CODE 16-5.14.010 THROUGH 16-5-14.080:

      Construction Site Maintenance and Trash Containment

      There shall be containment of trash, rubbish and debris on a routine, continuous basis for each construction site, and there shall be no loose materials permitted to accumulate on the sites or to be carried away by wind or water. The Building Official shall have the authority to require additional dust, trash or water run-off measures if necessary, to protect life or property. 

    • DRUG-FREE WORKPLACE REQUIREMENTS

      The Contractor and all subcontractors shall comply with the requirements of the Drug-Free Workplace Act of 1990 (Government Code Sections 8350 et seq.).

    • PUBLIC RECORD

      Be advised that all information contained in proposals submitted in response to this solicitation shall become a matter of public record upon contract award, and be made available upon request, unless otherwise marked.  The Bidder must identify, in writing, all copyrighted material, trade secrets or other proprietary information the Bidder claims are exempt from disclosure pursuant to the California Public Records Act.

    • VEHICLE EMMISION DISCLOSURE & COMPLIANCE REQUIREMENTS

      This Project is subject to the regulation(s) of the California Air Resources Board (“CARB”) listed in this Section.  In bidding this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all equipment and vehicle emission requirements under applicable law in its Bid.

       

      Advanced Clean Fleets

      Vehicles with a Gross Vehicle Weight Rating (GVWR) greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the CARB Advanced Clean Fleets (“ACF”) regulations.  Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets (ACF) webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets.

      Each Bidder shall submit with its Bid a valid CARB certificate of reported compliance with ACF for its fleet and its TRUCRS ID (Fleet Identification Number).  Bidders utilizing subcontractors shall further provide a valid certificate of reported compliance for each subcontractor listed on the List of Subcontractors Form and include the TRUCRS ID number for each subcontractor in the space provided on said form.  Unless exempt, all Bidders and their respective subcontractors must be registered as ACF compliant fleets at the time of bid submittal.

      In the event that a Bidder and/or its subcontractors are exempt from the ACF regulations, the Bidder must submit a signed statement attesting to the fact, and to the reason(s) why it is not subject to the High Priority and Federal Fleets Regulation (Title 13, Sections 2015 through 2015.6 of the California Code of Regulations (“CCR”)) and the State and Local Government Fleets Regulation (Title 13, Sections 2013 through 2013.4 of the CCR).  Each Bidder shall also submit signed statements from each of its subcontractors who are claiming exemption from the ACF regulations.

      Failure to certify as a compliant fleet or provide an attestation to an exemption may render the bid non-responsive.

       

      In-Use Off-Road Diesel-Fueled Fleets

       

      Effective January 1, 2024, CARB implemented amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulation (Title 13 California Code of Regulations (“CCR”) Section 2449 et seq., the “Off-Road Regulation”) which apply broadly to all self-propelled off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California (including any vehicles or equipment that is rented or leased).  A copy of the Off-Road Regulation may be obtained by visiting:  https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf.

      Bidders are required to comply with all CARB regulations and requirements, including without limitation, all applicable sections of the Off-Road Regulation (as codified 13 CCR Section 2449 et seq.) throughout the term of the Project.

      The City of Victorville is a Public Works Awarding Body, as that term is defined in 13 CCR Section 2449(c)(46).  Accordingly, Bidders must submit with their Bids, valid Certificates of Reported Compliance issued by CARB (“CRCs”) for the Bidder’s fleet, and for the fleets of any subcontractors listed on List of Subcontractors Form.  Bidders must also:

      1. Include the DOORS ID number for each subcontractor listed on the List of Subcontractors Form in the space provided; and
      2. (2) complete and submit the Fleet Compliance Certification Form.  Failure to provide valid CRCs for the Bidder and all listed subcontractors, or failure to complete and submit the Fleet Compliance Certification Form may render the Bid non-responsive.

      Contractor shall comply with and ensure that all its subcontractors comply with all applicable requirements of the CARB regulations in Title 13, Division 3, of the California Code of Regulations, including without limitation, all applicable provisions of Chapter 9, as such may be amended from time to time.

      Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor’s and subcontractors’ fleet(s), including without limitation, CRCs, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep, or maintain pursuant to CARB regulations upon two (2) calendar days’ notice from the City of Victorville.

      Contractor shall be solely liable for any and all costs associated with complying with the regulations as well as for any and all penalties, fines, damages, or costs associated with any violations or failures to comply with the regulations. Contractor shall defend, indemnify, and hold harmless the City of Victorville, its elected and appointed officials, officers, agents, and employees from and against any claims, liabilities, costs, penalties, interest, or other damages arising out of any failure or alleged failure to comply with CARB regulations.

       

       

    Submission Requirements

    • SUBMISSION CERTIFICATION ACKNOWLEDGEMENT (required)

      I hereby submit to the City of Victorville the following bid proposal for work outlined in plans and specifications provided.  All of the following documents are completed, fully executed, and included in my bid as required in the bid document:

       

      Submission Certification
      Consultant's Identification
      Customer Reference
      Worker’s Compensation
      Signature Authorization
      Non-Collusion Declaration
      Iran Contracting Act Certification
      Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters
      Fleet Compliance Certification
      Addenda and/or Notices and Q&A Acknowledgement

       

      Confirming this Submittal Certification is affirmation that all items listed above are fully completed and executed and are hereby submitted with the proposal as required.  I understand that failure to complete and/or submit any of the required documents may be cause for rejection of my bid proposal.

    • CONSULTANT'S IDENTIFICATION: (required)

      Please download the below documents, complete, and upload.

    • CONSULTANT'S REFERENCES (required)

      Please download the below documents, complete, and upload.

    • WORKER'S COMPENSATION (required)

      The Consultant shall execute the following form as required by the California Labor Code, Sections 1860 and 1861:

      I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and on behalf of my firm, I will comply with such provisions before commencing the performance of the services of any contract entered into.

    • SIGNATURE AUTHORIZATION (required)

      Please download the below documents, complete, and upload.

    • NON-COLLUSION DECLARATION (required)

      Please download the below documents, complete, and upload.

    • IRAN CONTRACTING ACT CERTIFICATION: (required)

      Please download the below documents, complete, and upload.

    • CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (required)

      Please download the below documents, complete, and upload.

    • FLEET COMPLIANCE CERTIFICATION FORM (required)

      Please download the below documents, complete, and upload.

    • ADDENDA AND/OR NOTICES AND Q&A ACKNOWLEDGEMENT (required)
    • Project includes the following scope of work (required)

      enter a general description of the scope of work

    • Pre-bid/Jobwalk Meeting (required)
    • CSLB License Required (required)

      Please enter the license(s) required for this project.

      Example: Class A

    • Engineer's Estimate (required)

      Please enter the range for this project:

      EXAMPE: $815,000.00 TO $865,000.00

    • Project Manager Name and Info (required)

      EXAMPLE:

      Harry Mayo

      14343 Civic Drive

      Victorville, CA 92392

      Phone: (760) 243-6351

      Email: hmayo@victorvilleca.gov

    • Conference Room for Bid Opening (required)

      Please enter the conference room location for bid opening.

    • TIME OF COMPLETION / CONTRACT TIME (required)

      Please enter the number of working days allowed the contractor for project completion. 

       

      EXAMPLE:  90 days

    Questions & Answers

    Q (Pricing Submission Clarification ): For Line Item 1 under the Cost Proposal, can the City please clarify whether the ‘Flat Rate’ pricing requested is to be provided on a monthly, annual, or per-service (per pickup) basis?

    A: Good morning, The City is seeking a monthly flat rate for the routine collection, transport, and disposal of dead animal carcasses (dogs, cats, and small wildlife), based on the following service level: * Two (2) scheduled pickups per week * Up to eight (8) 55-gallon barrels per pickup (Not to exceed sixteen (16) barrels per week (approximately 64 barrels per month) The flat monthly rate should include all labor, transportation, and disposal costs associated with servicing up to this estimated volume. The quantity of barrels may fluctuate, as some weeks may have fewer than sixteen (16) barrels. Overage Pricing: While sixteen (16) barrels per week represents the City’s average volume, there may be periods where this amount is exceeded. Bidders are requested to provide: * A unit cost per barrel for any barrels collected in excess of sixteen (16) barrels per week


    Q (Pricing Submission Clarification ): The City has requested a unit cost per barrel for volumes exceeding sixteen (16) barrels per week; however, the Cost Proposal form includes only a single line item for a flat rate. Can the City please clarify where and how bidders should provide the requested overage pricing?

    A: The pricing table has been updated to reflect a clearer picture of the requested pricing. Please refer to Addendum #1 for additional information.


    Q (No subject): Does the city have a designated disposal site ?

    A: The City provides a designated pickup location for collection. Disposal of the carcasses will be the responsibility of the awarded bidder, who shall handle disposal in accordance with all applicable regulations and standard industry practices at their own approved disposal facility.


    Key dates

    1. April 14, 2026Published
    2. May 5, 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.