NOTICE INVITING BIDS
FOR
CITY OF PORT HUENEME FUEL TANK REMOVALS
City Project No. EN2402A
The City of Port Hueneme ("City") will receive sealed bids for the CITY OF PORT HUENEME FUEL TANK REMOVALS (Project No. EN2402A) at the City Clerk's office no later than 3:00 p.m. on Thursday, October 23rd, 2025. All associated documents, including bonding information, shall be hand-delivered to the City Clerk or received by mail by the deadline. Any bid submitted after the deadline will not be accepted. Bids submitted electronically or after the deadline will not be considered. Bids shall be valid for sixty (60) calendar days after the bid opening date. Bids must be submitted on the City's Bid Forms. Bids shall be sealed, clearly labeled with the project name and number (Bid Documents for Project EN2402A-CITY OF PORT HUENEME FUEL TANK REMOVAL) and the proposer's company information. Bids shall be hand-delivered or mailed to the following address:
City of Port Hueneme
Attn: City Clerk
Bid Documents for Project EN2402A City of Port Hueneme Fuel Tank Removals
(Insert Bidders Company Name)
250 N. Ventura Road
Port Hueneme, CA 93041
Bids shall be opened and read aloud on Thursday, October 23rd, 2025, shortly after 3 p.m. at the City Hall located at 250 N. Ventura Road, Port Hueneme, CA 93041. Bidders may attend the opening.
SCOPE OF WORK. The Project includes, without limitation, furnishing all necessary labor, materials, equipment, and other incidental and appurtenant Work necessary to satisfactorily complete the Project, as more specifically described in the Contract Documents. Work includes but is not limited to removal and recycling of a certified clean 4,000 gallon unleaded fuel steel tank, removal and recycling of a certified clean 2000 gallon steel diesel fuel tank, removal and recycling of two fuel dispensers, removal and recycling of concrete fuel island and miscellaneous items (air dispenser, water dispenser, fuel inventory machine, four steel bollards), removal and disposal of underground fuel piping from the two tanks to the fuel dispensers, removal and recycling of concrete and asphalt pavement, removal and disposal of existing sand and gravel base around the tanks, trench safety measures (shoring), dewatering with assistance from the City, placing backfill with City provided float rock and soil, compacting the backfill and steel plating the open cut areas so that the area can have heavy vehicle traffic over it. All removals of the two tanks, piping, and fuel dispensers must be completed by December 19, 2025. The full scope of work is more specifically described in the Contract Documents. This Work will be performed in strict conformance with the Contract Documents, permits from regulatory agencies with jurisdiction, and applicable regulations. The quantity of Work to be performed and materials to be furnished are approximations only, being given as a basis for the comparison of Bids. Actual quantities of Work to be performed may vary at the discretion of the City Engineer. Total Working Days: Thirty (30).
The Project limits are within the City of Port Hueneme Public Works Service Yard located at 700B Hueneme Road, Port Hueneme, CA 93041.
The Contract Documents may be downloaded at no charge. The City's website https://www.ci.port-hueneme.ca.us/Bids.aspx or www.beaconbid.com/solicitations/port-hueneme-public-works/open and will be used to notify prospective bidders of addenda to the Contract Documents and will be the sole means of providing such notification.
To the extent required by Section 20103.7 of the Public Contract Code, upon request, the City shall provide an electronic copy of the Contract Documents at no charge to a contractor.
Bids must be accompanied by a Bid Bond on the form included in the Contract Documents, cash, or a certified or cashier's check in an amount not less than ten percent (10%) of the submitted Total Bid Price. Special arrangements must be made by prospective bidders, in advance, should a bid be accompanied by cash, certified check or cashier's check by contacting the City Clerk's Department at (805) 986-6503 or Email: GAlverez@CityofPortHueneme.org no less than seven (7) days in advance of bid submission deadline.
No Pre-Bid Conference or Site Walk will be held for this Project. Every Bidder is strongly encouraged to visit the Project site on their own. No allowances for cost adjustments will be made if a Bidder fails to adequately examine the Project site before submitting a Bid.
The successful bidder will be required to furnish the City with requisite insurance and Payment and Performance Bonds on the forms included in the contract documents equal to 100% of the Contract Price.
Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by the City to ensure its performance under the Contract.
PREVAILING WAGES. In accordance with the State of California Labor Code Section 1770, et seq., the Project is a "public work." The selected Bidder (Contractor) and any Subcontractors shall pay wages in accordance with the determination of the Director of the State Department of Industrial Relations ("DIR") regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Director of Public Works and are available to any interested party upon request. The Contractor shall post a copy of the DIR's determination of the prevailing rate of per diem wages at each job site. This Project is subject to compliance monitoring and enforcement by the DIR.
Pursuant to State of CA Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the CA Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the bidder's and subcontractors' current registration with the CA Department of Industrial Relations. Within five working days of the bid opening, the bidder shall submit a valid DIR number. Failure to do so will deem the bid non-responsive. This Project will be subject to compliance monitoring and enforcement by the CA Department of Industrial Relations. If awarded a Contract, the Bidder and its subcontractors of every tier shall maintain active registration with the CA Department of Industrial Relations for the duration of the Project. It shall be the Bidder's sole responsibility to evaluate and include the cost of complying with all labor compliance requirements.
Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code and shall be licensed in the following classification(s) of contractor's license(s), throughout the duration of the Contract: CLASS A General Engineering Contractor or C-12 Earthwork and Paving Contractor.
LIQUIDATED DAMAGES. The successful bidder will be required to complete all work within 60 working days from the commencement date stated in the Notice to Proceed. In accordance with Government Code section 53069.85, City will be compensated for damages incurred due to delays for which the Contractor is responsible. The parties agree that determining City's exact delay damages is and will continue to be impracticable and extremely difficult. As such, for each calendar day in excess of the time agreed upon for completion of the work, the Contractor shall pay to the City $500.00 per day, as liquidated damages and not as a penalty or forfeiture. Such amount shall constitute the only payment allowed for damages resulting from Contractor caused delays. The City shall have the right to deduct the amount of liquidated damages from any money due or that may become due under the Contract.
Consistent with California Public Contract Code Section 7102, Contractor will be compensated for damages incurred due to delays for which the City is responsible. The parties agree that determining Contractor's exact delay damages is and will continue to be impracticable and extremely difficult. As such, for each calendar day in excess of the time agreed upon for completion of the work, the City shall pay to the Contractor $500.00 per day, as reverse liquidated damages and not as a penalty or forfeiture. Such amount shall constitute the only payment allowed for any City caused delays and shall necessarily include all overhead, all profits, all administrative costs, all bond costs, all labor, materials, equipment and rental costs and any other costs, expenses and fees incurred or sustained as a result of such delays. Notice of requests for delay damages and additional days shall be provided to the City within seven (7) days from the discovery of the circumstances giving rise to any delay or three (3) days from the discovery of any latent or subsurface conditions giving rise to a delay.
The calendar days specified above includes the City's Holiday Closures, as well as all legal holidays. Construction work is only authorized within the dates and times as listed in the Project Specifications. Bidders shall note inspection is not available on official City holidays and weekends.
Award of Contract: The City shall award the Contract for the Work to the lowest responsive, responsible bidder as determined from the BASE BID specified by the City. The City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
For further information, contact the City's Project Manager Raymond Gutierrez, PE, City of Port Hueneme (805) 986-6599, rgutierrez@cityofporthueneme.org
Dated: October 5, 2025
/s/Georgianna Nicole Alvarez, City Clerk
October 5 2025
LYRK0382027