SLED Opportunity · CALIFORNIA · CITY OF VICTORVILLE

    IWWTP Direct Connection 1 & 2

    Issued by City of Victorville
    cityRFQCity of VictorvilleSol. 239767
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 6, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    City of Victorville seeks bids for removal and replacement of deteriorated manholes at its Industrial Wastewater Treatment Plant, including polymer concrete construction and installation of motorized stainless steel slide gates for improved flow control.

    Opportunity details

    Solicitation No.
    239767
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 6, 2026
    Due Date
    April 9, 2026
    NAICS Code
    237110AI guide
    Agency
    City of Victorville

    Description

    The project will remove and replace two severely deteriorated manholes at the City’s Industrial Wastewater Treatment Plant (IWWTP) that convey critical sanitary sewer bypass flows, sludge, and excess recycled water to The Victor Valley Wastewater Reclamation Authority (VVWRA). The replacement manholes will be constructed of polymer concrete to provide enhanced durability and corrosion resistance in high-strength wastewater environments. The project will also modify the existing goose-neck discharge configuration by redesigning the connection to provide a direct discharge into the new polymer concrete manholes, thereby reducing turbulence, minimizing corrosive conditions, and improving long-term structural reliability. In addition, the Contractor shall furnish and install submersible stainless steel slide gate assemblies with motorized actuators for the 51-inch and 16-inch diameter openings within the Plant Influent Box Manhole at the IWWTP to provide improved operational flexibility and more efficient flow control for plant operators.

    Project Details

    • Reference ID: MS26-107
    • Department: Engineering
    • Department Head: Fredy A. Bonilla, P.E. (City Engineer)

    Important Dates

    • Questions Due: 2026-04-01T19:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-19T17:00:00.000Z — 18374 Phantom W, Victorville, CA 92394 - Main Conference Room

    Addenda

    • Addendum #1 (released 2026-03-20T21:50:23.107Z) —

      ADDENDUM #1 - SIGN IN SHEET & AGENDA 

    • Addendum #2 (released 2026-03-24T23:34:19.632Z) —

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

    • Addendum #3 (released 2026-03-25T17:30:32.870Z) —

      Addendum #3

    Evaluation Criteria

    • IWWTP Direct Connection 1 & 2

      The Work generally consists of removing and replacing two existing deteriorated manholes located at the City’s Industrial Wastewater Treatment Plant (IWWTP). The new manholes will be constructed of polymer concrete and installed in accordance with the Plans and Specifications. Work includes modification of the existing discharge configuration to eliminate the current goose-neck connection and provide a direct discharge into the new manhole structures.

      The project also includes furnishing and installing submersible stainless steel slide gate assemblies with motorized actuators at the 51-inch and 16-inch diameter openings within the Plant Influent Box Manhole to improve operational control and flow management.

      Additional work includes excavation, trench shoring, bypass pumping, connection to existing sewer and sludge lines, testing, restoration, and all appurtenant work necessary to provide a complete and fully operational system, in accordance with the Contract Documents.

      The awarded Contractor shall ensure that personnel driving onto the job site have attended the Airport Badge Training and acquired the appropriate Gate/AOA access. This training is required to obtain an airport badge and is approximately two to three hours in duration. Participants must pass a written test prior to badge issuance. Training sessions are held twice monthly, and applications require approximately two (2) weeks for processing. 

    • PROJECT TITLE AND SUMMARY:

      IWWTP Direct Connection 1 & 2, Project MS26-107. This project will remove and replace two manholes at the City's Industrial Wastewater Treatment Plant (IWWTP) that convey critical sanitary sewer bypass flows, sludge, and excess recycled water to The Victor Valley Wastewater Reclamation Authority (VVWRA).

    • SEALED BID SUBMISSION:

      The City of Victorville (“City”) will accept sealed bids for the above-referenced Project via the City's eProcurement Portal until 2:00 pm, PST on Thursday, April 16, 2026, at which time the bids will be publicly opened and the bids received will be available for viewing.

      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.

    • CONTRACT DOCUMENTS:

      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 bid. Section 6 Bid Proposal Forms shall be acknowledged or submitted along with the proposed bid.

      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 and or Notices.

    • 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.

    • MANDATORY PRE-BID MEETING:

      A MANDATORY pre-bid meeting and job walk has been scheduled for 10:00 am, PST Thursday, March 19, 2026. Potential bidders will meet at the Southern California Logistics Airport (SCLA), 18374 Phantom W, Victorville, CA 92394 to address questions and other issues regarding this project and then a site visit will occur immediately at the IWWTP site to allow bidders to take measurements, ask additional questions, and review the current conditions of project location.  In no event shall failure to inspect the site and equipment constitute grounds for a claim after contract award.

       A bid received from a Contractor who is not represented by a duly authorized agent at the pre-bid meeting and job walk shall be considered non-responsive and rejected form further contract award consideration. The participant agrees that they are attending the job walk and assumes all responsibility for their safety.

    • PROJECT QUESTIONS:

      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, PST onWednesday, April 1, 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 written explanations given by personnel other than purchasing are not valid and will not be binding.

    • BID GUARANTY AND BONDS:

      Bids must be accompanied by a Bidder's Bond in the form of a certified or cashier's check or Corporate Surety Bond in amounts not less than ten percent (10%) of the submitted bid amount. 

    • LIQUIDATED DAMAGES:

      The Bidder shall pay the City the sum of $2,000.00 for each and every calendar day delay in finishing the work as outlined in the Scope in excess of the SIXTY (60) CALENDAR DAYS specified below as Liquidated Damages. The City withholds liquidated damages before the accrual date if the anticipated liquidated damages may exceed the value of the remaining work.

    • BEGINNING OF WORK AND TIME OF COMPLETION:

      The work under this contract shall be diligently prosecuted to completion before expiration of Sixty (60) CALENDAR DAYS beginning on the date specified in the Notice to Proceed.

    • IN-USE OFF-ROAD DIESEL-FUELED FLEET CERTIFICATE OF REPORTED COMPLIANCE:

      Valid CARB Certificates of Reported Compliance as described in California Code of Regulations, Title 13, Section 2449(n) for fleets of vehicles subject to 13 CCR section 2449 are required for this Project.

    • CONTRACTOR'S LICENSE:

      All Bidders shall be licensed as a contractor at the time of submitting a Bid Proposal in accordance with the provisions of Chapter 9, Division 3, of the California Business and Professions Code. The successful Bidder must hold a valid Class A California Contractor’s License. Any Bid submitted which does not comply with the provisions of this Section will be considered nonresponsive and be rejected.

    • CALIFORNIA STATE PREVAILING WAGE:

      Pursuant to Labor Code Section 1773, the City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in San Bernardino County from the Director of the California Department of Industrial Relations (“DIR”) for each craft, classification, or type of worker needed to perform the work required under a contract awarded for this project. A copy of these prevailing wage rates is available at the City’s Finance Department/Purchasing Division, City Hall, 14343 Civic Drive, Victorville, CA 92393 and shall be made available to interested parties upon request. In addition, a copy of the prevailing rate of per diem wages may be obtained via the internet at: http://www.dir.ca.gov/DLSR/PWD. It shall be mandatory upon the Bidder to whom the contract is awarded, and upon any subcontractors, to comply with all provisions set forth in Chapter 1, Part 7, Division 2 of the Labor Code, commencing with Section 1720, which include but are not limited to, the payment of not less than the said specified State prevailing wage rates to all workers employed by them in the execution of the contract, employment of apprentices, hours of labor, and debarment of contractors and subcontractors. 

      Contractor shall be solely responsible for using the correct wage determination and performing accordingly.  An error on the part of any awarding body does not relieve the Contractor from the responsibility for payment of the correct State prevailing wage and compliance with the maintenance and inspection of payroll records, posting of prevailing wage rates at work site, employment of apprentices, and other requirements of California Labor Code (1720-1720.9, 1770-1776, 1810, 1813, and 1815, as amended), California Code of Regulations, Title 8, Section 16000 et seq.; and all other applicable State labor laws. Contractor further acknowledges and agrees that it will be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with those laws.  Contractor will require the same of all its subcontractors.

       

      AB219 (as applicable) adds Section 1720.9 to the Labor Code the hauling and delivery of ready-mixed concrete to carry out a public works contract, with respect to contracts involving state agency and subdivision of the state Section 1720.9 defines the term “ready-mixed” concrete and specifies that the rate of pay shall be the current prevailing wage “for the geographical area in which the factory or batching plant is located” as determined by the DIR. The statute also requires a written agreement between the party hauling or delivering the ready-mixed concrete and the party that engaged its services.

      Effective September 1, 2020, ready-mix concrete companies will be required to submit payroll online to DIR using its electronic certified payroll reporting system. Please note that this requirement applies only to the certified payroll records required by section 1776(a) of the Labor Code. The separate written time records certified by ready-mix drivers do not need to be uploaded into the electronic certified payroll report system and are only required to be submitted to the Labor Commissioner’s Office upon request.

      Assembly Bill 219 governs concrete delivery on public works projects and became effective on July 1, 2016. The amendments added new section 1720.9 to the Labor Code, which provides:

      • A company hauling or delivering ready-mix concrete for a public works contract shall:
        • Register as a public works contractor.
        • Submit a certified copy of the payroll records required by subdivision (a) of Section 1776 to the party that engaged the company and to the general contractor within five working days after the employee has been paid, accompanied by a written time record that shall be certified by each driver for the performance of job duties.
      • Nothing in section 1720.9 shall cause any company to be treated as a contractor or subcontractor for any purpose other than the application of this chapter of the Labor Code.

      The Contractor and all subcontractors shall comply with all Federal and State laws, regulations, and guidelines required in the performance of the contract.  Copies of the updated Wage Determination rates are available to any interested party, by visiting www.dir.ca.gov for State of California.  Additionally, copies of the State prevailing rates are on file at the City of Victorville Finance Department, Purchasing Section, and shall be made available for review to any interested party on request.

       

       

    • DIR REGISTRATION;COMPLIANCE MONITORING:

      Pursuant to Labor Code Section 1771.1, the City may not accept a Bid Proposal from or enter into a Contract with any Bidder, without proof that the Bidder and its prospective subcontractors are registered with the DIR to perform public work pursuant to Labor Code Section 1725.5, subject to limited legal exceptions. This project is subject to compliance monitoring and enforcement by the DIR and the submission of electronic certified payroll records to the California Labor Commissioner in the manner set forth in Labor Code Section 1771.4.

       

    • ELECTRONIC CERTIFIED PAYROLL REPORTING (eCPR):

      Contractors and subcontractors on all public works projects awarded on or after April 1, 2015, must use this system to furnish certified payroll records (CPRs) to the Labor Commissioner.  Contractors and subcontractors who have been submitting PDF copies of their CPRs for earlier projects must also begin using the new system.  For more information, please go to www.dir.gov under Labor Law Public Works.  A copy of proof of payroll submission is required with each invoice to the City of Victorville along with copies of Certified Payrolls.

      This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations (DIR).

    • APPRENTICES ON PUBLIC WORKS:

      The Contractor shall comply with all applicable provisions of Section 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works projects. Prior to commencing work on a contract for public works, contractor shall submit contract award information to an applicable apprenticeship program that can supply apprentices to the site of the public works. Contractor and subcontractor shall provide and keep accurate payroll records and shall be available for inspection by the Labor Standards Enforcement (full texts of these codes are available at http://www.leginfo.legislature.ca.gov/).

    • EXAMINATION OF THE PROJECT SITE AND CONTRACT DOCUMENTS:

      Prior to submitting a Bid, 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.

    • BID PROPOSAL FORMS:

      The Bid Proposal forms are included in Section 6 of this bid package and must be completed in the manner specified therein and signed in blue or black ink before they are sealed and submitted. Bids are required for the entire Work. The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item in the Section 5 Pricing Proposal, are to be included in the cost of the related line item(s) and no additional compensation shall be due to Contractor for the performance of the Work. The amount of the bid for comparison purposes will be the sum of all the subtotals of each of the Bid Schedules. The Bid Proposal Documents must be fully completed without interlineations, alterations, or erasures. Alteration of the proposal forms is prohibited. Any necessary corrections must be clear and legible and must be initialed by the Bidder or its authorized representative. Additional instructions accompany Bid Proposal forms in Section 6. Failure to properly complete the Bid Proposal forms may result in rejection of the Bid as nonresponsive.

    • BONDS AND GUARANTY REQUIRED:

      Bid Proposal submission must include all the Required Bid Documents and Proposal Forms and be accompanied by a certified or cashier’s check, or by a corporate surety bond (Bidder’s Bond) on the form included therein.  Such check or Bidder’s Bond is the Bidder’s guarantee that he/she/it shall, if an award is made in accordance with the terms of his/her/its Bid Proposal, promptly secure the insurance and endorsements, Faithful Performance and Payment Bonds and Guaranty required by the Contract Documents and execute a Contract for the work on the required forms (see sample attached forms the Bid Documents “Contract, Bond and Guaranty Forms”). Said Bidder’s Bond shall be in an amount not less than ten percent (10%) of the total amount of the Bid Proposal.

      The Faithful Performance and Payment Bonds shall be for amounts not less than one hundred percent (100%) of the total amount of the Bid Proposal price named in the Contract.  Bonds shall be issued by responsible corporate sureties, licensed, and authorized to issue surety bonds in California.  The City reserves the right to reject any bond if, in the opinion of the Department Director, the Surety’s acknowledgement is not in the form included in the Contract Documents or in another form substantially as prescribed by law.

       

      The successful Bidder shall also execute a Guaranty Form to warranty the work done and material provided for the period of one (1) year to ensure the Contractor repairs or replaces any defective or faulty work or materials. Once a copy of their bid bond is submitted electronically via OpenGov, Bidder's must also provide a hard copy postmarked within 48 hours of the bid opening date/time, addressed to the procurement contact listed in Section 1, Introduction.

    • RETURN OF BID GUARANTY:

      The Bid Guaranties accompanying the Bid Proposals of the first, second and third lowest responsive and responsible bidders will be retained by the City until a Contract has been fully executed or all bids have been rejected. Thereafter, those Bid Guaranties, except bidder’s bonds and any guaranties which have been forfeited, will be returned to the respective bidders whose bids they accompanied. The Bid Guaranties submitted by all other unsuccessful bidders will be returned upon the City’s determination of the first, second, and third lowest responsive and responsible bidders.

    • WITHDRAWAL OF BIDS:

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

    • RELIEF OF BIDDERS:

      Pursuant to the provisions of Public Contract Code Sections 5100 to 5110, a Bidder may be relieved of its Bid by the City for mistake. If the Bidder claims a mistake was made in the bid presented, the Bidder shall give the City written notice within five (5) Business Days after the date of opening of the Bids of the alleged mistake, which notice specifies in detail how the mistake occurred. Should the City determine that a Bidder mistake occurred, the Bidder shall be relieved from its bid and shall not forfeit its bid security. Pursuant to Section 5105 of the Public Contract Code, a Bidder who claims a mistake shall be prohibited from participating in further bidding on the Project for which the mistake was claimed.

    • SUBCONTRACTING:

      In accordance with the provisions of Sections 4100 through 4113, inclusive, of the California Public Contract Code (“Subletting and Subcontracting Fair Practices Act”), each Bidder shall submit with his/her/its Bid Proposal on the List of Subcontractors form included in Section 6 Bid Proposal Forms of the Bid Documents: the name and location of place of business, and Contractor’s License Number of each proposed subcontractor who will perform work or labor or render service to the principal Bidder in an amount in excess of one-half of one percent (0.5%) of the principal Bidder's bid (or in the case of the construction of streets, highways and bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater); and shall state the portion (type) and percentage of the total contract work which will be done by each such subcontractor.  If no subcontractor is listed for a portion of the work, then the Contractor is required to perform that portion with his own forces.

      The List of Subcontractors form must be completed in its entirety and submitted as part of Bidder’s Bid Proposal, together with all other Required Bid Documents and Proposal Forms. If there are no subcontractors, the form shall be submitted with “None” stated thereon.

       

      The Contractor shall perform with its own organization contract work amounting to not less than twenty percent (20%) of the total original contract price.  Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the amount of work required to be performed by the Bidder’s own organization.

       

        1. “Its own organization” shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime Contractor, with or without operators.  Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor.

       

        1. “Specialty Items” shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract.
    • AWARD OF CONTRACT:

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

      The Bidder’s signature on the Bid Proposal Forms shall constitute a commitment on the part of the Bidder to furnish the equipment, materials, supplies, and labor required to perform the contemplated work, for the amount set forth on the Bid Proposal Price Schedules contained therein, and in accordance with all the required provisions of the Contract Documents.  The Bidder to whom the contract is awarded shall be notified in writing upon approval of the award by the City Council.

    • EXECUTION OF CONTRACT:

      A construction Contract shall be signed by the successful Bidder and returned, together with the contract bonds (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.

    • FAILURE TO EXECUTE CONTRACT:

      Following award, the failure of the lowest responsive and responsible Bidder, the second lowest responsive and responsible Bidder, or the third lowest responsive and responsible Bidder to timely execute the Contract, and provide the items set forth in Execution of the Contract, shall result in the forfeiture of such Bidder’s Bid Proposal guaranty. The successful bidder may file with the City a written notice, signed by the bidder or the bidder’s authorized representative, specifying that the bidder will refuse to execute the Contract if it is presented. The filing of this notice shall have the same force and effect as the failure of the bidder to execute the Contract and furnish acceptable bonds, proof of insurance coverage and endorsements, and a City business license within the time hereinbefore prescribed.

    • EVALUATION OF BIDS:

      The City reserves the right to accept or reject any and all Bid Proposals and to award a Contract to the bidder who best meets its requirements.  Relevant factors that shall be considered in evaluating the Bid Proposals are completeness and accuracy of the Bid Proposal; length and nature of warranties; anticipated length of life of materials; contractor’s 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 bids 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 Five Million Dollars ($5,000,000) per occurrence, and Ten Million Dollars ($10,000,000) 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 Five Million Dollars ($5,000,000) 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. 

       

       

      WORKERS' COMPENSATION INSURANCE

                   Contractor shall procure and maintain at its’ own expense, during the Term of this Agreement, Workers’ Compensation Insurance, providing coverage as required by the California State Workers’ Compensation Law.

      If any class of employees employed by the Contractor, pursuant to this Agreement is not protected by the California State Workers’ Compensation Law, Contractor shall provide adequate insurance for the protection of such employees to the satisfaction of the City of Victorville.

       

      COURSE OF CONSTRUCTION/INLAND MARINE INSURANCE

                 Completed Value of the Work including owned, leased, and rented equipment. This insurance shall include the interest of the City, its officers, officials, employees, agents, and volunteers. Contractor and Subcontractors and will cover their Work at the site and all materials, supplies, equipment, machinery and apparatus entering into the construction of the Work site

       

       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 one (1) day 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.” 



    • DISPUTE RESOLUTION:

      Except for such claims as defined in and covered by California Public Contract Code section 9204 (the full text of which is set forth in the Special Provisions in Section 7 Attachments) any dispute arising out of or relating to the provisions of any construction Contract awarded for this Project, or the breach thereof shall be settled in the manner set forth in the Contract.

    • INDEMNIFICATION:

      a.    Notwithstanding the limits of any insurance and to the fullest extent permitted by law, Contractor shall indemnify the City, its elected or appointed 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, (hereinafter "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 performance of the Work, operations, or activities of Contractor, its agents, employees, Subcontractors, or invitees on the Project, or arising or alleged to arise from the acts or omissions of Contractor hereunder, or arising or alleged to arise from Contractor's 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 active negligence, sole negligence, or willful misconduct of the City, its elected or appointed 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;

       

      1. Contractor will promptly pay any judgment rendered against the City, its elected or appointed officials, officers, agents, volunteers, 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') performance of or failure to perform such Work, operations or activities hereunder; and Contractor agrees to save and hold the City, its elected or appointed officials, officers, agents, volunteers and employees harmless therefrom;

       

      1. In the event the City, its elected or appointed 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 performance of or failure to perform the Work, operation, or activities of Contractor hereunder, Contractor shall  pay to the City, its elected or appointed officials, officers, agents ,volunteers, or employees, any and all costs and expenses incurred by the City, its elected or appointed officers, officials, agents, volunteers, or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees for counsel acceptable to City;

       

      1. Contractor's duty to defend, indemnify, and hold harmless 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 City Engineer or 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.

    • SUBSTITUTION OF SECURITIES:

      Pursuant to California Public Contract Code Section 22300, substitution of eligible equivalent securities for any moneys withheld to ensure performance under the Contract for the work to be performed will be permitted at the request and expense of the successful bidder.

    • PAYMENT:

      On or about the first of each calendar month, the Contractor shall request payment for the work performed prior to such date.  Each payment request shall be accompanied by the updated progress schedule indicating progress achieved to that date. 

      Upon approval by the City Engineer or his designee, of the Contractor's estimate of work completed, the City will make a progress payment to the Contractor equal in amount to the approved estimate less a retention of five (5) percent and less the total of all previous payments.  Retention held will be released 45 days after the Notice of Completion has been accepted by the City Council.

      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.

       

      The making of any payment to the Contractor under this Contract shall not relieve the Contractor of its obligation hereunder.  The Contractor is obligated to complete the Contract in its entirety and to deliver to the City such completed work, finished product or structure as is specified in the Contract, at the time or times specified, and until this Contract is fully performed by the Contractor and the work, product, or structure produced thereby is accepted by the City, the Contractor shall be obligated to repair, replace, restore, or rebuild any fully or partially completed work or structure, or any materials or equipment required to be provided under the Contract which may be damaged, lost, stolen, or otherwise injured in any way; provided, however, that with respect to any major unit of the type mentioned in this section, this particular obligation of the Contractor will terminate upon the completion of the Contract and acceptance by the City of such major unit, and provided further that all work, any structure, materials, and equipment covered by any partial payment is made.

       

      When a "Notice to Withhold" is served upon the City, pursuant to the lien statutes of the State of California, to withhold sufficient funds from payments to the Contractor in support of a claim resulting from default by the Contractor in payment for labor or materials used in the execution of this Contract, the City will withhold from payments due the Contractor, an amount of money equal to the amount of the claim stated in the "Notice to Withhold," and an additional amount equal to twenty-five percent (25%) of the amount of said claim to defray any costs of litigation in the event of court action on the claim, for a total withholding of one and one-quarter (1¼) times in the stated amount of the claim.

       

      The Contractor will be required, in requests for payment, to certify, under penalty of perjury, the following:

       

      1. No workmen were required or permitted to work more than eight (8) hours in any one calendar day, except in cases of emergency, and except as provided by law.

       

      1. Not less than the prevailing rates, as set forth in the Contract for this work, have been paid all laborers, workmen, and mechanics employed to perform this work.

       

      1. There were no substitutions of subcontractors, no assignments or transference of subcontractors, except as approved by the City Engineer or his designee.

       

      1. All of the provisions of the Contract Documents and the Victorville Municipal Code, pertaining to non-discrimination in employment have been complied with.

       

      1. The Record Drawings maintained on the job have been noted with all changes made subsequent to the previous request for payment.

       

      1. The Map and Drawings have been submitted and approved by the Contractor or the City Engineer or his designee, as applicable.

       

      The Contractor warrants and guarantees that title to all work, materials and equipment covered by an application for payment will pass to the City upon receipt of such payment by the Contractor, free and clear of all liens, claims, security interests, or encumbrances - hereinafter referred to in this section as "liens".

       

      PROOF OF PAYROLL AND LIEN RELEASES - The City shall make payments on any properly completed payment request submitted by the Contractor. Contractor and subcontractors on all public works projects must use the Department of Industrial Relations Electronic Certified Payroll Reporting system to furnish certified payroll records (CPRs) to the Labor Commissioner. Contractors and subcontractors who have been submitting PDF copies of their CPRs for earlier projects must also begin using the new system. For more information, please go to www.dir.ca.gov under Labor Law Public Works.

       

      Proof of Payroll submissions, copy of Certified Payrolls, and appropriate Lien Releases are required with each invoice to the City.  Payment of the invoice may be delayed when Proofs of Payroll submissions and/or lien releases are not included with the invoice.  An error on the part on any awarding body does not relieve the Contractor from responsibility for payment of the prevailing wage of per diem wages and penalties pursuant to Labor Code (1770 - 1776).

       

    • SEVERABILITY:

      In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Contract shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Contract which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Construction Contract meaningless.

    • 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).

    • PROTECTION OF EXISTING UTILITIES:

      The Bidder shall call Underground Service Alert (USA) at (800) 422-4133, two (2) working days in advance of beginning work so they can mark utilities.  Whenever the improvement requires the relocation or replacement of an existing utility under the Contract, this information will be shown on the Plans.  Unless this notation is shown on the Plans, the Bidder shall assume that the utility is to remain in place or be relocated or replaced by others.  

      The Bidder is responsible for the protection of any utilities and for any damage to any such utility during the prosecution of the work.  Any damage to a utility shall be repaired to the satisfaction of the organization owning the facility.  The City reserves the right, if so, requested by the owning utility, to permit the owning utility to repair such damage, and all expenses of whatever nature arising from such damage shall be borne by the Bidder.

    • RECYCLING, SALVAGE, AND LANDFILL DIVERSION:

      The City encourages innovative approaches to recycling, reuse, or salvage.  The City is mandated by the State of California to implement programs to reduce the amount of waste sent to landfill by 50% by the year 2000 and beyond.  In addition, the Victorville Municipal Code (Title 6—Health and Sanitation, Chapters 6.36 and 6.37 require the separation of designated materials for recycling.  Contractors performing work for the City will be required to comply with all waste recycling and diversion laws.

       

      Construction and Demolition Material Recycling

      The 2019 California Green Building Standards Code (CalGreen) Sections 4.408 and 5.408 and the City Development Code (Title 16, Chapter 5, Article 11) and subsequent updates require all building permit applicants to develop and submit a Construction Waste Management Plan.  Current CalGreen standards currently require that 65% of non-hazardous construction waste be diverted from landfill.  In addition, construction projects that include land clearing activities are required to divert 100% of trees, stumps, rocks, and associated vegetation and soils resulting primarily from land clearing.   

       

      In order to comply with this State mandate, the District requires all contractors that are bidding on construction and/or demolition projects which require permits to fill out the attached “Construction/Demolition Waste Recycling Plan”.  The plan outlines how the contractor will divert 65% of waste material from the landfill in order to achieve the State goal.  At a minimum, contractors must divert scrap metal, concrete, asphalt, green waste/vegetation materials, non-hazardous wood waste, and soil.

       

      The successful contractor will also be required to complete and submit the attached “Summary Waste Disposal and Diversion Report” (SWDDR) at the end of the project.  Weight slips documenting actual amounts disposed and diverted must accompany the SWDDR.  The SWDDR must be completed at the conclusion of the project and must be submitted to the contract administrator before final payment will be made.

       

      Recycling and Organic Waste Material Diversion Requirements:  CA State Law SB 1383 and Victorville Municipal Code Title 6 (Health and Sanitation), Chapters 6.36 and 6.37 mandate the diversion of organic materials and other designated recyclable materials from landfill.  Organic materials include vegetation (tree trimmings, leaves, grass clippings, weeds, brush, etc.) as well as non-hazardous wood waste.  Contractors are required to comply with waste diversion/recycling mandates and must implement procedures to properly separate all waste materials and participate in City waste diversion programs.  Contractors who need information on local scrap metal recyclers, asphalt and concrete recyclers, or organic material (vegetation/wood) recyclers should contact the City Environmental Programs Division at (760) 955-8615.

    • HIRING OF UNDOCUMENTED IMMIGRANTS PROHIBITED:

      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. 

    • CONTRACTOR'S RESPONSIBILITIES:

      The Contractor shall be responsible for safe, efficient, and adequate methods and equipment during the progress of the work in order to secure the safety of the workmen, the quality of work required, and the stipulated rate of progress. It shall be the Contractor's responsibility to perform the work strictly in accordance with the Specifications and original contract drawings and any revisions as may be made therein by the City Engineer or his designee, from time to time in the form of revised contract drawings or written change orders issued.

       

      The Contractor shall assume the defense of and indemnify and save harmless the City, its officers and agents from all claims of any kind arising from its own negligence or that of its agents in the performance of the contract.

       

      The Contractor shall be responsible for the custody of any material furnished for the care of all the work until its completion and final acceptance, and Contractor shall, at Contractor's own expense, replace damaged or lost material and repair damaged parts of the work, or the same may be done at Contractor's expense by the City.

       

      During the progress of the work, the Contractor shall keep the premises, occupied by, in a neat and clean condition, and free from any unsightly accumulation of rubbish.  Contractor shall remove from the vicinity of the completed work all plant, building, rubbish, unused materials, concrete forms, and equipment belonging to Contractor or used under Contractor's direction during construction, and in the event of failure to do so, the same may be removed by the City at the expense of the Contractor.

       

      Should the contractors need to use a privately owned property to store, stage, or operate equipment from a property that is not the subject of the actual demolition, the Contractor shall be responsible to secure permission from property owner to use such property and shall be responsible to ensure the property is free of debris or alterations upon demolition completion. Such requirement to secure owner permission shall not be needed if the City’s Code Enforcement Officer secures a court order which explicitly allows for such occupancy or activity on the specified parcel.

    • DELAYS AND EXTENSIONS OF TIME:

      When delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in this section.  Such unforeseen events may include war, government regulations, labor disputes, strikes, fires, floods, adverse weather necessitating cessation of work, other similar action of the elements, inability to obtain materials, equipment, or labor, required extra work, or other specific events as may be further described.

       

      No extension of time will be granted for a delay caused by the Contractor's inability to obtain materials unless the Contractor furnished documentary proof to the City Engineer or his designee of the inability to obtain such materials in a timely manner in accordance with the sequence of the Contractor's operations and the approved construction schedule.

       

      When delays, beyond the Contractor's control, are caused by events other than those mentioned above, but substantially equal in gravity to those enumerated, and an extension of time is deemed by the City Engineer or his designee to be in the best interest of the City, an extension of time may be granted, but the Contractor will not be entitled to damages or additional payment due to such delays, except as provided in this section.

       

      When delays, beyond the Contractor's control, are caused solely by action or inaction by the City, such delays will entitle the Contractor to an extension of time as provided in this section.

       

      Extensions of time, when granted, will be based upon the effect of delays to the work and will not be granted for non-controlling delays to minor portions of the work unless it can be shown that such delays did or will delay the progress of the work.

       

      The Contractor will be compensated for damages incurred due to delays for which the City is responsible if such delays are unreasonable in the circumstances involved and were not within the contemplation of the parties when the Contract was awarded to the Contractor.  Such actual costs will be determined by the City Engineer or his designee.  The City will not be liable for, and in making this determination, the City Engineer or his designee will exclude all damages which the City Engineer or his designee determines the Contractor could have avoided by any reasonable means including, without limitation, the judicious handling of forces, equipment, or site.

       

      If the Contractor desires payment for a delay, or damages, or an extension of time, as specified in this section, the Contractor shall, within two (2) days after the beginning of the delay/damages, file with the City a written request and report as to the cause and extent of the delay and an itemized request for payment, if applicable.  Failure, by the Contractor to file these items within the times specified, will be considered grounds for refusal by the City to consider such request.

    • 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 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.

    • EXECUTIVE ORDER N-6-22 - RUSSIA SANCTIONS:

      On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the “EO”) regarding economic sanctions in response to Russian aggression in Ukraine. The EO is located at https://www.gov.ca.gov/wp-content/uploads/2022/03/3.4.22-Russia-Ukraine-Executive-Order.pdf.

       

      As a contractor/consultant submitting a bid/proposal to perform work or provide services on a State grant-funded project, compliance with the economic sanctions imposed in response to Russia’s actions in Ukraine is required, including with respect to, but not limited to, the federal executive orders identified in the EO and the sanctions identified on the U.S. Department of the Treasury website at https://home.treasury.gov/policy-issues/financial-sanctions/sanctions-programs-and-country-information/ukraine-russia-related-sanctions.

       

      By submitting a bid/proposal, contractor/consultant represents that it is not a target of economic sanctions. Should it be determined that contractor/consultant is a target of economic sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the contractor/consultant’s bid/proposal at any time prior to agreement/contract execution, or, if determined after execution, shall be grounds for termination of said agreement/contract.

    • 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 Victorville the following bid proposal for work outlined in plans and specifications provided.  All of the following documents (check below) are completed, fully executed, and included in my bid as required in the bid document:

       

       Submission Certification

       Bidder's Proposal Instructions

       Bidder’s Identification

       Customer References

       Contractor’s Statement of Qualifications

       PCC 10285.1 Statement

       PCC 10232

       Worker’s Compensation

       Signature Authorization

       Subcontractor’s List

       Questionnaire

       Bidder’s Bond

       Non-Collusion Declaration

       Senate Bill 854

       Debarred Certification Acknowledgement

       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.

       

       

    • BIDDER'S PROPOSAL INSTRUCTIONS (required)

      Please download the below documents, complete, and upload.

    • BIDDER'S IDENTIFICATION (required)

      Please download the below documents, complete, and upload.

    • CUTOMER REFERENCES (required)

      Please download the below documents, complete, and upload.

    • CONTRACTOR'S STATEMENT OF QUALIFICATION (required)

      Please download the below documents, complete, and upload.

    • PCC SECTION 10285.1 STATEMENT (required)

      Please download the below documents, complete, and upload.

    • PCC 10232 (required)

      In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.
      Note: The above Statements are part of the Proposal. Signing the Bid Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false statement may subject the certifier to criminal prosecution.

    • WORKER'S COMPENSATION (required)

      The Proposer 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.

    • SUBCONTRACTOR'S LIST (required)

      Please download the below documents, complete, and upload.

    • QUESTIONNAIRE (required)

      In accordance with Government code Section 14310.5, the Bidder shall complete, under penalty of perjury, the following questionnaire:

       

      Has the Bidder, any officer of the Bidder, or any employee of the Bidder who has a proprietary interest in the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or a safety regulation?

       

      If the answer is yes, explain the circumstances on a separate sheet.

       

    • BIDDER'S BOND (required)

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 10 percent (10%) of the total bid price, payable to City of Victorville, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price from the date of the bid opening.

      Please scan and upload a copy of your bid bond/cashier's check as part of your bid submission. In addition, Bidders are required to MAIL and must be “POSTMARKED” the original bid guarantee within (48) forty-eight hours after the bid submission due date.

      The bid guarantee must be mailed to the following address:

      City of Victorville
      14343 Civic Drive
      Victorville, CA 92392
      Attn: Finance Dept./Purchasing Section

      Please have the Bidder Name, Project Number and Title listed clearly on the outside of the envelope.

       

    • NON-COLLUSION DECLARATION (required)

      Please download the below documents, complete, and upload.

    • SENATE BILL 854 (required)

      Please download the below documents, complete, and upload.

    • DEBARRED CERTIFICATION ACKNOWLEDGEMENT (required)

      (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 nonresponsible.

      (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.

    • FLEET COMPLIANCE CERTIFICATION FORM (required)

      Please download the below documents, complete, and upload.

    • ADDENDA AND/OR Q&A ACKNOWLEDGEMENT (required)

      Please download the below documents, complete, and upload.

    • 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 Information (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 (Estimate): What is the engineer's estimate on this project?

    A: The engineer's estimate on this project is $300,000 to $320,000.


    Key dates

    1. March 6, 2026Published
    2. April 9, 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.