Active SLED Opportunity · CALIFORNIA · CITY OF VICTORVILLE
AI Summary
The City of Victorville seeks bids to furnish and deliver a 2025 Ford F750 compacting rear-loader trash truck. The vehicle must meet specified minimum requirements and safety standards. Bids are due by May 28, 2026, via the City's eProcurement Portal. The project includes detailed specifications, delivery requirements, and evaluation criteria.
PROJECT NAME: Furnish & Deliver a 2025 Ford F750 7.3 V8 Gas Engine, Compacting Rear Loader Refuse Truck
For the purpose of evaluating all potential vendors, the City of Victorville requests responses for quotation of purchase based on average requirements for vehicle classes requested. All bids shall include all applicable taxes, fees and licenses. Exempt vehicle registration to be done by vendor.
The following specifications are not manufacturer specific-(Examples only). These specifications are intended for use in the purchase of complete, new vehicle units, including all equipment and accessories necessary for the safe operation of the vehicles shall be provided. The vehicles furnished shall meet all Federal and State of California requirements.
Specifications that follow are minimum basic requirements, any deviations from these specifications must be listed by bidder. Where brand names or specific items are used in these specifications, consider the term “approved equal” to follow unless “no exceptions” are stated. Wherever such names appear, approved equals will be accepted only with the prior written concurrence from the City of Victorville. If bidder claims item “meets or exceeds” specifications, documentation shall be provided with bid to substantiate claim. Failure to do so will result in rejection of the bid and/or product for noncompliance.
Specifications set forth by the City of Victorville are to be considered as a minimum. Bidders shall also accompany the signed Bid Proposal Form with a list of exceptions to the specifications for the equipment proposed which do not meet the minimum specifications as set forth in the City of Victorville Specifications for the Furnish & Deliver 2025 Ford F750 Compacting Rear Loader Trash Truck, Project# JM26-097. A statement of all guarantees provided by the manufacturer covering the item(s) proposed and the appurtenant equipment shall also accompany the Bid Proposal Form.
Bidders shall show in the designated space on the Bid Proposal Form, the number of days from the date of issuance of the signed Purchase Order to the date when delivery of Furnish & Deliver 2025 Ford F750 Compacting Rear Loader Trash Truck, Project# JM26-097, specified is to be made to the designated location Fleet Division, Public Works Yard, 14177 McArt Rd, Victorville, CA 92392 within the City of Victorville.
A statement of all guarantees provided by the manufacturer covering the item(s) proposed and the appurtenant equipment shall also accompany the Bid Proposal Form.
No bidder shall be acceptable who is not reputable manufacturer or manufacturer's authorized dealer of such item as as submitted for bid consideration.
Each bidder shall submit with their bid a copy of their proposed product specifications, complete detailed drawing(s), and other descriptive matter in sufficient detail to clearly describe the Furnish & Deliver 2025 Ford F750 Compacting Rear Loader Trash Truck, Project# JM26-097, material(s) and part(s) offered.
The final determinant for "equal product" quotes shall solely be the City of Victorville. Submission of any quote or proposal shall be subject to this determination and will be a consideration in the presentation and bid award. Any party submitting a quote or proposal shall do so fully accepting this quality determinant procedure.
Bids shall be firm offers, subject to acceptance or rejection within ninety (90) days of bid opening. Unit pricing shall reflect Fleet Division, Public Works Yard, 14177 McArt Yard, Victorville, CA 92392 and shall remain firm for a period of six (6) months from the date of City Council approval. Prices may be renegotiated after the original six (6) month time frame with a cap of three percent (3%) or C.P.I. as listed in the Wall Street Journal, whichever is less.
Manufacturer and/or bidder shall defend any and all suits and assume all liability for any and all claims made against the City of Victorville, or any of its officials or agents for the use of any patented process, device or article forming a part of the Furnish & Deliver 2025 Ford F750 Compacting Rear Loader Trash Truck, Project# JM26-097 or any material(s) furnished under the contract.
The Furnish & Deliver 2025 Ford F750 Compacting Rear Loader Trash Truck, Project# JM26-097 that the bidder proposes to furnish to the City of Victorville must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal government and the State of California, whether such safety features and/or materials have been specifically outlined in the specifications or not.
Successful bidder delivering the item(s) pursuant to these Instructions shall guarantee it meets the specifications as set forth herein Section 4.
If it is found the item(s) delivered do(es) not meet the requirements of the City of Victorville Specifications, the successful bidder shall be required to correct the same at his own expense and within a time frame deemed acceptable by the City of Victorville.
Price shall be quoted F.O.B., Fleet Division, Public Works Yard, 14177 McArt Yard, Victorville, CA 92392 (all transportation charges fully prepaid), and shall include all discounts. Bid shall include California sales tax computed at the rate of 8.75 percent.
All deliveries shall be made within 120 working days of receipt of order. Emergency orders shall be delivered within 24 hours. Verbal orders shall be acceptable. In case the delivery of the item(s) under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the bidder, the terms of delivery may be extended by a number of days to be determined in each instance by mutual written agreement between the successful bidder and the Finance Department, Purchasing Section of the City of Victorville.
In case the delivery of the item(s) under this contract is/are delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the bidder, the terms of delivery may be extended by a number of days to be determined in each instance by mutual written agreement between the successful bidder and the Public Works Department, Fleet Division of the City of Victorville.
Purchaser's authorized representatives shall have the authority to inspect, with the cooperation of the manufacturer, all materials and workmanship at any time during the manufacturing process.
It is agreed by the parties to the contract that in the event complete delivery is not made within the time or times set forth pursuant to these Instructions, damage will be sustained by the City of Victorville and it is impractical and extremely difficult to ascertain and determine the actual damage the City of Victorville will sustain in the event of such delay. Therefore, it is agreed that the successful bidder shall pay to the City of Victorville as fixed and liquidated, damages and not as a penalty, a dollar sum in the amount of One Hundred ($100.00) per day - first five (5) days, Two Hundred Dollars ($200.00) per day - six (6) to ten (10) days, Three Hundred Dollars ($300.00) per day - eleven (11) days and over, for delay in making delivery and assembly or finishing the work, in excess of the number of days prescribed above.
In the event the bidder fails to make complete delivery of the item(s) as specified, bid and awarded, within ten (10) calendar days of the specified contract delivery date, the City of Victorville shall have the right to terminate the contract without being liable to the bidder and acquire said item(s) as the City of Victorville deems appropriate. It is further agreed that in the event such damages are sustained by the City of Victorville, the City of Victorville shall deduct the amount thereof from any monies due or that may become due the vendor under the contract or take other action as the City of Victorville deems appropriate.
Upon notification of award, the successful bidder shall diligently prosecute the work so that delivery of all item(s) awarded/ordered (per specifications) will be completed by the date noted on the bid proposal form.
SCOPE
This bid specification states the requirements for a 2025 Ford F750 with a 14-yard rear loading Pak-Mor R100 Refuse Body. All specifications listed are minimum requirements and are written to allow all major truck/utility vehicle manufacturers the opportunity to bid. All bids received must be equal to the units being replaced to be considered viable candidates.
Any deviation or change from specifications shall be clearly delineated by bidder.
MINIMUM REQUIREMENTS
|
BIDDERS RESPONSE | |
Unless otherwise noted, all specifications are “minimums”. |
MEET |
EXCEPTIONS |
4x2 DRW, 7.3L V8 Gas Engine, With TorqShift-HD 6 Speed Automatic Transmission, and a 14 Yard Pak-Mor rear loading refuse body. Exterior color – White- purest available
|
|
|
Power train & Handling 7.3L 2V DEVCT NA PFI V8 Gas engine Torq shift- Six-Speed Automatic Transmission Brakes, Hydraulic W/traction control Drivetrain – 4x2 Power Steering Oil Maintenance Minder Front Stabilizer bar Heavy duty gas shocks Fuel Tank – 50 Gallons Alternator – 210-amp Chelsea PTO with P50 pump
|
|
|
Wheels & Tires Front Wheels - 22.5" x 8.25"–Steel disc, 10-hole–hub piloted, 5 hand hold, powder-coated white Rear Wheels - 22.5" x 8.25"–Steel disc, 10-hole–hub piloted, 5 hand hold, powder-coated white
|
|
|
Safety Stability Control Airbags-Driver and Passenger Rear view Camera Safety belts-Belt-Minder front safety belt reminder Anti-Theft System Sos Post Crash Alert System Hill Start Assist
|
|
|
Comfort and Convenience Air Conditioning-Manual, Single Zone Handles-Grab Power Equipment Group- power windows; power door locks Instrumentation- Multifunction switch message center Power steering Audio-AM/FM stereo, Bluetooth capable Rear View Camera
Power points - Two (2) in instrument panel Mirrors–Dual Rectangular Velvac XL2020 Integral Spot Mirror, Sail Type, 96" Width, manual Fold, Solid Black Finish - integrated clearance lamps/turn signals
|
|
|
Seating and Interior Seats- 30/0/30–Fixed Driver and Fixed Passenger Seats with Consolette Steering wheel-mounted controls Vinyl Black Flooring Upfitter Switches- mounted in the center instrument panel 110V AC outlet Rear view camera display |
|
|
Exterior Glass- Solar tinted Tow hooks – (2) front Bumper- Front black painted full width Headlamps - halogen Headlamps- AutoLamp (Auto on/off Headlamps) Door handles – black Exterior color-White (purest available) Mirrors-Manual Telescoping/Folding
-14-yard Pak-Mor R100 square body with R100 style cylinders. Winch system with minimum 100 ft. cable and guide winch cable. Chelsea Pto with P50 pump. Steet access door. All LED lights, must have Hooper lights. Back-Up Alarm- active while in reverse Five shovel and broom holders mounted on curb side. ANZI approved riding steps |
|
|
ADDITIONAL OPTIONS
Extra key (3 sets Minimum)
Manual-Shop (CD-ROM/Memory stick)
Extended Warranty 5Year/100,000MI
Additional Equipment
LED Work Lights
4 corner Strobes- Amber in Color
Rear Traffic Advisor Ecco 3400series 55 inch amber in color- or similar
48’’ Roof mounted Light bar Ecco 12+ Pro Vantage series PN: 12-52313-ES or Similar
Tool Box- mounted on curb side under body
The City of Victorville (City) is accepting bids to furnish and deliver a 2025 Ford F750 Compacting Rear-Loader Trash Truck.
The City of Victorville (“City”) will accept sealed bids for the above-referenced Project via the City's eProcurement Portal until '2:00 pm on 'Thursday, May 28, 2026, at which time the bids will be publicly opened and the bids 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 of Victorville strongly recommends completing your response well ahead of the deadline. Bidders take full responsibility for the City's receipt of its bid.
Contract 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.
Bidders may download the Contract Documents associated with this Project from the City's eProcurement Portal. Those registered will be included in a plan holders (followers) list and may receive notices such as revisions to the plans or addenda.
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 by following this link: https://procurement.opengov.com/portal/victorvilleca.
Prospective Bidders desiring an explanation or interpretation of this solicitation, plans, specifications, etc., must request it in writing via the City's eProcurement Portal Q&A feature no later than 12:00 pm, noon PST on Thursday, May 14, 2026 in order to allow a reply to reach all prospective Bidders before the submission of their bids. Oral explanations or instructions given before the award of a Contract will not be binding. Any information given a prospective Bidder concerning this solicitation will be furnished promptly to all prospective Bidders as an addendum to the solicitation, if that information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective Bidders.
PLEASE NOTE: Oral explanations or instructions, or explanations given by personnel other than purchasing are not valid and will not be binding.
The City reserves the right to accept or reject any and all bids and to award a contract to the bidder who best meets its requirements. Relevant factors which shall be considered in evaluating the bids are: completeness and accuracy of bid; length and nature of warranties; past experiences of the City with the bidder; references from other owners or municipalities regarding past business with the bidder; as well as the lowest and best price.
The City of Victorville reserves the right to reject any and all bids and waive any irregularities or informalities in any bid or in the bidding process. The City of Victorville further reserves the right to award the contract to other than the lowest Bidder if such action is deemed to be in the best interest of the City of Victorville. The award of the contract, if awarded, will be made within sixty (60) days after opening of the Bid Proposals. The bidder's signature on the Bid Proposal Form shall constitute a commitment on the part of that Bidder to furnish the equipment as set forth in the Bid Proposal Form, the Instructions to Bidders, the Specifications, and the Notice Inviting Bids. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the City Council. The Instructions to Bidders, the Notice Inviting Bids, the Bid Proposal Form, and the City of Victorville Specifications, together with the specifications of the item(s) proposed to be furnished, shall all be considered as part of the contract between the City and the Bidder to whom a Purchase Order is issued. Furthermore, the bidder to whom the contract is awarded shall furnish and deliver the 2025 Ford F750 Compacting Rear Loader Trash Truck, JM26-097 as set forth herein.
The City of Victorville shall make payment by cash or check within thirty (30) days after complete delivery and acceptance of specified 2025 Ford F750 Compacting Rear Loader Trash Truck, JM26-097 by the City of Victorville and receipt of the bidder's priced invoice.
The City of Victorville may, by written notice, terminate this contract in whole or in part, when deemed in the City's interest. Upon termination of this contract, the City of Victorville shall only be liable for payment under the payment provisions of this contract for services rendered or supplies furnished prior to the effective date of termination.
The City of Victorville, may, by written notice of default to the Contractor, terminate this contract in whole or in part if the Contractor fails to:
1. Deliver the supplies or to perform the services within the time specified in this contract or any extension; or
2. Make progress, so as to endanger performance of this contract; or
3. Perform any of the other provisions of this contract.
The City's right to terminate this contract may be exercised if the Contractor does not cure such failure within five (5) days, after receipt of the written notice from the City of Victorville.
Upon termination of the contract with the successful bidder, the City of Victorville may award the contract to the second lowest responsible bidder, if it is deemed to be in the best interests of the City of Victorville.
The City of Victorville hereby notifies all bidders that it will affirmatively ensure that minority business enterprises will be afforded full opportunity and consideration when submitting bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, creed, or national origin when reviewing the bid proposals for award of contract.
Except as otherwise noted, whenever a material, article or piece of equipment is identified in the Specifications by reference to manufacturers’ or vendors’ names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provide the material, article or equipment so proposed is, in the opinion of the Department Director, of equal substance and function. It shall not be delivered by the awarded bidder without the Director’s written approval.
The City Council, in awarding bids pursuant to Section 2.28.160 of the Municipal Code may, at its discretion, grant qualified local vendors
a bidding preference of three percent (3%). Such preference, however, shall not exceed an aggregate sum of one thousand dollars ($1,000.00) for any contract awarded under this project. A “local vendor” is defined as any individual, partnership or corporation, which regularly maintains a place of business and an inventory of merchandise for sale within the corporate limits of the City.
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 exempting from disclosure pursuant to the California Public Records Act and Government Codes regarding public records. The Bidder who claims such an exemption must also state in the proposal that, “The Bidder agrees to indemnify and hold harmless the City and its officers, employees and agents from any claims, liability, or damages against the City and to defend any actions brought against the City for its refusal to disclose such material, trade secrets or other proprietary information to any party.”
The City of Victorville reserves the right to accept or reject any or all bids and to award a contract to the bidder who best meets its requirements. Relevant factors which shall be considered in evaluating the bids are: completeness and accuracy of bid; length and nature of warranties; past experiences of the City of Victorville with the bidder; references from other owners or municipalities regarding past business with the bidder; as well as the lowest and best price.
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.
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
Bid Proposal Form
Specification Confirmation Form
Bidder’s Identification
Customer Reference
Signature Authorization
Non-Collusion Declaration
Debarred Certification
Service and Parts Form
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.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
(a)(1) The Offeror/Bidder certifies, to the best of its knowledge and belief, that-
(i) The Offeror/Bidder and/or any of its Principals-
(A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(B) Have not, within a three-year period preceding this solicitation, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of bids; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property;
(C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision;
(ii) The Offeror/Bidder has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.
(2) “Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
(b) The Offeror/Bidder shall provide immediate written notice to the City if, at any time prior to contract award, the Offeror/Bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with the with a determination of the Offeror’s/Bidder’s responsibility. Failure of the Offeror/Bidder to furnish a certification or provide such additional information as requested by the City may render the Offeror/Bidder non-responsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror/Bidder is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror/Bidder knowingly rendered an erroneous certification, in addition to other remedies available to the City, the City may terminate the contract resulting from this solicitation for default.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.