Loading...
Agenda 07/10/2018 Item #16C 507/10/2018 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid 18-7325 to Southern Tank and Pump Company for the maintenance, repair and testing of Collier County-owned or operated storage tanks. OBJECTIVE: To award a professional services agreement with Southern Tank and Pump Company for the maintenance, repair and testing of Collier County-owned or operated storage tanks, thus making it easier to complete the necessary remedial actions. CONSIDERATIONS: The Interdepartmental Tanks Program (ITP) of the Solid and Hazardous Waste Management Division (SHWMD) provides specialist inspection, training, and compliance assistance services to most of the storage tank-owning divisions of Collier County Government. Tank owning county divisions include Facilities Management, Parks and Recreation, Fleet Management, Water, Wastewater, the Collier County Sherriff’s Office and the Airport Authority. Following an inspection of a county-owned tank by ITP staff, a report is generated that makes recommendations concerning any compliance, repair or maintenance that is needed. Tank owning divisions are then expected to arrange and pay for its own tank repairs. This contract will provide the mechanism for the various county divisions to complete the recommendations in the inspection reports in a speedy, economical and efficient manner. As part of the ITP, more than 150 of the 300 county storage tanks are inspected annually, and it is anticipated that 50 county-owned tanks typically require minor attention each fiscal year at an approximate total cost of $75,000. In case a county tank owner is lacking funds, the SHWMD will cover the remedial costs and then recover the amount via an Intergovernmental transfer. Invitation to Bid 18-7325 was posted on April 17, 2018, with 393 notices sent to vendors that provide storage tank maintenance, repair and testing services. Thirty-eight (38) vendors downloaded bid packages, and two bids were received by the May 17, 2018 due date. Staff reviewed the bids and deemed Southern Tank and Pump Company as the only responsive bidder. Guardian Fueling Technologies was deemed non-responsive for making modifications to the bid schedule in the form of adding a new trip charge item and increasing the county set material/equipment markup from 10% to 18%. These two additions to the Bid Tab significantly increased the total annual cost of the contract. Award sum for Guardian Fueling Technologies totaled $293.97 in comparison to Southern Tank and Pump Company award of $249.75; Southern Tank and Pump Company was deemed the lowest responsive bidder. Respondents: Company Name City County State Bid Amount Responsive/Responsible Southern Tank and Pump Co. Ft. Myers Lee FL 249.75 Y/Y Guardian Fueling Technologies Naples Collier FL 293.97 Non-Responsive FISCAL IMPACT: Funding is available in Fund 470-173439 Petroleum Storage Tanks, and is consistent with, the FY2018 Capital Budget approved by the Board on September 28, 2017, in the Solid Waste Fund (470). GROWTH MANAGEMENT IMPACT: There is no growth management plan impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority 16.C.5 Packet Pg. 1164 07/10/2018 vote for Board approval. -SRT RECOMMENDATION: To award Invitation to Bid 18-7325 to Southern Tank and Pump Company for the maintenance, repair and testing of county-owned or operated storage tanks; and, authorize the Chairman to sign the attached Agreement. Prepared By: Alister Burnett, Manager Environmental Compliance, Solid and Hazardous Waste Management Division ATTACHMENT(S) 1. 18-7325 Solicitation (PDF) 2. 18-7325 Bid Tabulation (PDF) 3. NORA Signed (PDF) 4. 18-7325 Contract_Vendor Signed (PDF) 16.C.5 Packet Pg. 1165 07/10/2018 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.5 Doc ID: 6029 Item Summary: Recommendation to award Invitation to Bid 18-7325 to Southern Tank and Pump Company for the maintenance, repair and testing of Collier County owned or operated storage tanks. Meeting Date: 07/10/2018 Prepared by: Title: Manager - Environmental Compliance – Solid and Hazardous Waste Name: Alister Burnett 06/19/2018 4:28 PM Submitted by: Title: Manager - Waste Reduction & Recycling – Solid and Hazardous Waste Name: Dilia Camacho 06/19/2018 4:28 PM Approved By: Review: Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 06/19/2018 4:42 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 06/19/2018 4:47 PM Procurement Services Kristofer Lopez Additional Reviewer Completed 06/20/2018 12:13 PM Procurement Services Sandra Herrera Additional Reviewer Completed 06/20/2018 1:06 PM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 06/20/2018 4:55 PM Procurement Services Ted Coyman Additional Reviewer Completed 06/21/2018 12:32 PM Procurement Services Swainson Hall Additional Reviewer Completed 06/21/2018 1:35 PM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 06/21/2018 5:21 PM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 06/22/2018 8:21 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/22/2018 9:52 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/22/2018 1:47 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/22/2018 3:31 PM Budget and Management Office Ed Finn Additional Reviewer Completed 06/26/2018 10:23 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/03/2018 2:52 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/10/2018 9:00 AM 16.C.5 Packet Pg. 1166 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS INVITATION TO BID (ITB) FOR MAINTENANCE, REPAIR, AND TESTING OF FUEL STORAGE TANKS SYSTEMS SOLICITATION NO.: 18-7325 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8944 Kristofer.Lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.C.5.a Packet Pg. 1167 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") SOLICITATION PUBLIC NOTICE INVITATION TO BID (ITB) NUMBER: 18-7325 PROJECT TITLE: Maintenance, Repair, and Testing of Fuel Storage Tanks Systems LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 PLACE OF BID OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Solid & Hazardous Waste Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Invitation to Bid (hereinafter, “ITB”) with the intent of obtaining bid submittals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The storage tank systems owned by the County containing hazardous materials and petroleum products require routine maintenanc e and testing as well as unexpected repairs on a routine basis. Much of this work is mandated in the National Fire Prevention Association Codes (NFPA) and Florida Administrative Codes (F.A.C.). The County expects to require services for testing, maintenance, and repairs for the storage ta nks that it owns. Historically, County departments have spent approximately $70,000. BACKGROUND County departments, including, but not limited to Facilities Management, Parks & Recreation, Fleet Management, Water, Wastewa ter, Sherriff’s Office, and the Airport Authority have historically required emergency & routine equipment repair/replacement, testing and maintenance to their storage tank systems in order to be compliant with applicable regulations or to avoid the probability of a discharge increasing from their storage tanks with the understanding that the average cost of large petroleum discharge cleanups as tracked by the FDEP is approximately $400,000, not including potential costs associated with third party liability due to inj uries and adjacent property damages. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewal options.. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sol d hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. AWARD CRITERIA ITB award criteria are as follows: ➢ The County’s Procurement Services Division reserves the right to clarify a vendor’s submittal prior to the award of the solicitation. ➢ It is the intent of Collier County to award to the lowest, responsive and responsible vendor(s) that represents the best value to the County. 16.C.5.a Packet Pg. 1168 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") ➢ For the purposes of determining the winning bidder, the County will select the vendor with the lowest price as outlined below: • Add items 1-6 to determine award ➢ Collier County reserves the right to select one, or more than one suppliers, award on a line item basis, establish a pool for quoting, or other options that represents the best value to the County; however, it is the intent to: • Identify a single awardee ➢ The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. DETAILED SCOPE OF WORK This scope of work describes the various testing and maintenance services required for Collier Counties storage tank systems. The vendor shall comply with Department specific requirements, including but not limited to the following testing and maintenance services: Testing: Operability testing of release detection devices (certifications for Veeder Root required for Veeder Root equipment being tes ted), line leak detector testing, tank tightness testing (primary compartment), piping tightness testing(primary compartment), breach integrity testing (BOI, tank interstice), breach of integrity testing (BOI, piping interstice), hydrostatic testing of containment sump s (containment dispensers, & submersible turbine pumps, inert gas testing material, calibration of dispensers for fuel, breach of integrity testing (sump), breach of integrity testing, (spill bucket), Overfill prevention valve (OPV) operability testing for undergro und storage tanks, OPV operability testing for AST no remote fill, OPV operability testing for AST with remote fill, high level alarm tes ting, mechanical level gauge testing, and electronic level gauge testing. Maintenance Services: Painting including corrosion removal and prepping surface for painting, Boot replacement in tank, dispenser, piping, and transition sumps, Spill containment replacement, UST OPV replacement, AST remote fill OPV replacement, AST no remote fill OPV replacement, Liquid sensor replacement for monitoring system, Dispenser sump replacement, Tank sump replacement, Transition sump replacement, Piping sump replacement, Anti-siphon valve install/replacement, Solenoid valve install/replacement, Isolation valve install/replacement, Anti-siphon, solenoid, or isolation valve move upstream / downstream as applicable, Pressure relief valve repair/installation, Breakaway installation/replacement, Nozzle replacement, Shear valve replacement, Vent cap replacement, i .e. rain cap, pressure/vacuum cap for gasoline, Sump closure assessment sampling / report for sump repair / replacement, and Spill bucket closure assessment sampling / report for spill bucket repair / replacement. Waste Disposal: The Contractor is responsible for the disposal of any waste solid or liquid generated from the Contractors maintenance or rep air of fuel system components, petroleum contract water disposal, waste petroleum/fuel disposal or fuel polishing operations are re quired to be properly disposed of. Contractors Responsibility: 1. Regular service shall be made available between the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding County recognized holidays. All other hours shall be considered overtime and charged at the appropriate rate of time and one half. Work completed on County recognized holidays, Saturday and Sunday shall also be considered at the overtime rate of time and one half. 2. The Vendor may be required to do emergency repairs at times other than normal working hours. The Vendor shall be in a position to be available on a twenty-four (24) hour basis, three hundred sixty-five (365) days per year for such emergency work. 3. The Vendor shall supply the County with an emergency on-call telephone number and the same (or different telephone number) for routine repairs/new installation. 4. Licenses & Certifications: The Vendor, at time of bid submittal, shall possess, and maintain throughout the term of the contract period and any renewal periods, employee(s) holding a PCC license; employee(s) Veeder Root, Omn tec, Incon/Franklin, Pnuemercator, and OPW tank monitoring systems certified for installation, testing & repair; and employee(s) holding an RQ lic ense. The vendor shall provide personnel currently certified by the manufacturer for the equipment being insta lled or maintained as dictated applicable in the installation or operation & maintenance manual for said equipment. When required, due to the type of work b eing 16.C.5.a Packet Pg. 1169 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") conducted, the vendor shall insure the holder of the PCC, RQ and tank monitoring system certifi cation be present, supervise or performing the work as applicable. The vendor shall hold the correct occupational licenses, all professional licenses or othe r authorizations necessary to carry out and perform the work required by the project pursuant to al l applicable Federal, State and Local Laws, Statute, Ordinances, and rules and regulations of any kind. The vendor shall be licensed to operate within Collier Cou nty. 5. Safety: Vendor and subcontractors shall comply with all Occupational Safety and Healt h Administration (OSHA), National Electric Code (NEC), State and County Safety and Occupational Health Standards and any other applicable rules and regulations . Vendors and subcontractors shall be responsible for the safety of their employees and any unsaf e acts or conditions that may cause injury or damage to any persons or property within and around the work site. 6. Equipment: Vendor shall own and have in good repair, or have the ability to rent all equipment necessary to perform the described services in particular and the equipment necessary to complete related tasks. 7. Parts / New Storage Tank Equipment: The purchased petroleum equipment for installation or replacement must be listed on the FDEP’s approved equipment list and have a corresponding EQ# re gardless of tank size with the exception of: a. Dispensers, dispenser islands, nozzles, and hoses; b. Monitoring well bailers; c. Manhole and fill box covers; d. Valves; e. Cathodic protection test stations; f. Metallic bulk product piping; g. Small diameter piping not in contact with soil, unless the piping extends over or into surface waters; and h. Vent lines. Parts purchased for equipment repairs or new installations shall be reimbursed at cost plus applicable mark -up. Vendor must also have the ability to order and receive repair parts in a timely and effective manner. The Vendor shall provide written quotes for any specified work upon request from and County Department or Agency. 8. Protection of Property: The Vendor shall make necessary repairs in such a manner that do es not damage property. In the event damage occurs to property by reason of any repairs or installations performed under this Contract, the Vendor shall rep lace or repair the same at no cost to the County. If damage caused by the Vendor has to be repaire d or replaced by the County, the cost of such work shall be deducted from the monies due the Vendor. 9. Discharges of Product and Wastes from the Storage Tank: In the event a discharge is deemed to have been caused by the vendor while working on the storage tank system, the vendor shall immediately notify the County by phone call and a follow up email / fax detailing the discharge event’s time/date, cause, amount discharged, impacted areas and environmental media contaminate d (i.e. groundwater, surface water, soils). 10. Clean-Up: The Vendors shall be responsible for removing all debris from the site and cleaning affected areas. Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses, or upon request by the County's representative, shall remove such debris and materials from the property. The Vendor shall leave all affected areas as they were prior to beginning work (i.e. backfill trenches and replace sod). 11. Warranty/Guarantee: Parts, replacement parts shall be new and warranted for ninety (90) days unless a longer period is specified by the manufacturer. All labor for repairs shall have a ninety (90) day warranty. 12. Compliance: All work must be compliant with 62-761, F.A.C.; 62-762, F.A.C.; NFPA 30, 30A, and all other NFPA codes as applicable; PEI standards, API standards, STI standards; UL standards; ASME standards; NLPA standards; and ACI standards as applicable. 13. Unsatisfactory Work: In the event the work performance of the Vendor is unsatisfactory, the Vendor will be notified by the County and be given seven (7) calendar days to correct the work. There will be no cost to the County for re -work or previously performed service by Vendor. 14. Vendor Rates: All rates quoted shall include the total labor cost including, but not limited to the hourly employee pay rate, insurance, vendor’s overhead, profit, employee-related taxes, and any, and all costs associated with the employee travel including cost of vehicle, mileage, fuel charges and any other surcharges. 15. Invoices: The Vendor shall produce invoices that contain the following details regarding the services performed: 16.C.5.a Packet Pg. 1170 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") a. Purchase order number b. Location of service and any department reference number for the service, c. By position: Identify position, number of work hours performed on site, labor rate and total cost, d. Materials furnished: Description of each part used, vendor’s cost of part, mark-up (10%) and total cost (the County may request the vendor’s invoice from their supplier for any material used on the completion of a project), e. Equipment: Description of each piece of equipment used (including EQ#), vendor’s cost of equipment and total cost (the County may request the vendor’s invoice from their supplier for any equipment rented on the completion of a project) f. Subcontractors: Description of service provided, number of hours, hourly rate per trade, vendor’s mark -up and total cost, g. If applicable, any deductions or discounts, and h. Total cost to be paid by the County. 16. Responses to on-call repair and emergency work will be based on the following priority system: Priority 1 (Emergency) - The department will call for a repair, which shall be followed up by a confirming fax / email to the Vendor from staff. The Vendor shall call the requesting department confirming receipt as soon as it is received. The Vendor shall be on -site and repairs begun within three (3) hours of the initial call being placed. Priority 2 (On-Call Repair) - The department will call for a repair, which shall be followed up by a confirming fax / email to Vendor from staff. The Vendor shall call, email, or fax the requesting department confirming receipt of the fax / email within one (1) hour and on-site repairs begun within forty-eight (48) hours of the initial repair call. This is for repairs that do not require immediate attention. Hurricane and/or Natural Disaster Preparation Responses post hurricane / disaster will follow the priority system above. However, it may be deemed necessary to prepare for the approaching storm by isolating fueling components, draining lines, turning off valves, and anchoring equipment among other th ings. In such instance, the department will call the Vendor for assistance, which shall be followed u p by a confirming fax / email to the Vendor. The Vendor shall call, email, or fax the requesting department confirming receipt of the fax / email within one (1) h our and on-site disaster preparation within one (1) calendar day of the initial request for assistance. Each confirming fax / email will be sent to the vendor with a priority attached and a timetable. A sample copy of the work re quest and timetable is shown below: Sample Only Collier County Agreement 18-xxxx Maintenance, Repair, and Testing for Fuel Storage Tank Systems Request for Fuel Tank Maintenance Services Request for Fuel Tank Repair Services Requesting Division: Request #: Date Issued: Time Issued: Issued By: Phone #: Issued To (Vendor): Vendor Phone #: Request Priority Level 1 Emergency: Request Priority Level 2: On-Call 16.C.5.a Packet Pg. 1171 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") Site Location of Problem/Issue: Description of Problem/Issue: Note: Full details of staffing, times, equipment, and materials used must be include d in all invoices. 17. Inspection Services: An option is available for the department to request inspection services for monthly release detection checks. In the event the work is sub-contracted, the markup shall be no more than 15% and the vendor shall provide invoices from the sub-contractor to the vendor. 16.C.5.a Packet Pg. 1172 Attachment: 18-7325 Solicitation (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") Southern Tank and Pump Co. * Guardian Fueling Technologies Item Description Unit Price Unit Price 1 Superintendant (Foreman) per Hour (straight time) 1 Hour $ 85.00 $ 65.00 2 Certificated Technician per Hour (straight time) 1 Hour $ 85.00 $ 65.00 3 General Laborer/Helper per Hour (straight time) 1 Hour $ 75.00 $ 58.00 4 Petroleum Contact Water disposal (per gal) One Gallon $ 1.50 $ 1.50 5 Waste petroleum/fuel disposal (per gal) One Gallon $ 1.50 $ 1.50 6 1-100 Gallon Tank Size One Gallon $ 0.25 $ 2.50 7 101-250 Gallon Tank Size One Gallon $ 0.25 $ 1.00 8 251-500 Gallon Tank Size One Gallon $ 0.25 $ 0.75 9 501-1000 Gallon Tank Size One Gallon $ 0.25 $ 0.50 10 1001-5,000 Gallon Tank Size One Gallon $ 0.25 $ 0.30 11 5001-10,000 Gallon Tank Size One Gallon $ 0.25 $ 0.22 12 Over 10,000 Gallon Tank Size One Gallon $ 0.25 $ 0.20 * 1 Trip Charge/Regular Time Per Vehicle $ - 65.00$ * 2 Trip Charge/Overtime Per Vehicle $ - 97.50$ * 3 Fuel Polishing is in Addition to Trip Charge One Gallon $ - * 4 Other Consumable Charges will apply, such as gloves, filter disposal, freight, etc. $ - $ 249.75 $ 293.97 *NON-RESPONSIVE Material/Equipment % Markup Sub-contractor % Markup Emergency call out Conflict of Interest Yes Yes Declaration Statement Yes Yes Immigration Affidavit Yes Yes W-9 Yes Yes Insurance Requirements Yes Yes 15% 1.5x Hourly Rate 18% Maintenance, Repair, and Testing for Fuel Storage Tanks Systems - Bid Tabulation 18-7325 Material/Sub-contractor Markups Percentages, and Emergency Rates are Specified by Collier County FUEL POLISHING (PER GAL) *Guardian changed the bid schedule and has additional notes for added charges 1.5x Hourly Rate 10% 15% Unit AWARD TOTAL C:\Users\SarahHamilton\AppData\Local\Microsoft\Windows\INetCache\Content.Outlook\0HDH15GU\18-7325 Bid Tabulation 1 16.C.5.b Packet Pg. 1173 Attachment: 18-7325 Bid Tabulation [Revision 1] (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") Date: J une 3, 2018 Administawe SeMces Depar0nent Procurement Services Division Notice of Recommended Award solicitation : 78-7325 Maintenance, Repair, and Testing for Fuel storage County State Ft FL 249,75 Gua Tecf FL 293,97 Kristofer Lopez P te cu t 2ne nI >) | v I ce s Di I Edward F. Coyman Jr. 16.C.5.c Packet Pg. 1174 Attachment: NORA Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1175Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1176Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1177Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1178Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1179Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1180Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1181Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1182Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1183Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1184Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1185Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1186Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1187Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.d Packet Pg. 1188 Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1189Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1190Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1191Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1192Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1193Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1194Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1195Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1196Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage") 16.C.5.dPacket Pg. 1197Attachment: 18-7325 Contract_Vendor Signed (6029 : Award Invitation to Bid 18-7325 for "Maintenance, Repair, and Testing Fuel Storage")