Similar Projects
Y--NRM (Proj 546-19-104) DB Secure Medical Gas Farm
Design
$500,000 to $1,000,000 est. value
Miami, FL

Annual Contract for Weekly/Monthly Rental of Diesel By-Pass Pumps and Storage Tanks
Bidding
Pensacola, FL

Central County WRF - Generator Fuel Storage
Bidding
FL

Replace Fuel Tanks Patrick AFB FL
Post-Bid
$10,000,000 to $25,000,000 est. value
Cocoa Beach, FL 32931

Ramrod Pump Station Fuel System Improvements
Post-Bid
Key West, FL 33040

Pinkney Fuel Site Replacement Construction Management at Risk Services
Results
Sarasota, FL

Replacement of the Fuel System
Results
Wewahitchka, FL 32465

Lecanto Fuel Site Dispensers Vacuum Pump System Upgrades
Bidding
$72,000 est. value
FL

Two (2) Year Contract for Natural Gas Pipeline Cathodic Protection System Service and Maintenance
Term Contract
Post-Bid
Pensacola, FL 32502

Perdido Landfill 2019 Gas Collection and Control System (GCCS) Expansion
Results
FL

Diesel Generator Tank Replacement
Bidding
Tampa, FL 33619

Pre-Qualification of Vendors for Maintenance and Repair of Fuel Systems Equipment
Term Contract
Post-Bid
Less than $150,000 est. value
Belle Glade, Pahokee, West Palm Beach, FL

D.L. Tippin Tank Rehabilitation Ferric and Acid Tank Rehabilitation
Results
Less than $700,000 est. value
Tampa, FL 33604

Natural Gas Piping
Term Contract
Bidding
Fort Pierce, FL

Fuel Pump Dispenser at 1075 Ponce de Leon Boulevard
Post-Bid
Belleair, FL 33756

Last Updated 01/13/2021 04:15 PM
Project Title

Fuel Farm Storage System Maintenance and Repair at Destin-Fort Walton Beach VPS

Physical Address View project details and contacts
City, State (County) FL   (Okaloosa County)
Category(s) Sewer and Water
Sub-Category(s) Fuel/Chemical Tanks and Lines
Contracting Method Competitive Bids.
Project Status Results
Bids Due View project details and contacts
Estimated Value
Plans Available from County Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The Contractor will be required to perform Monthly, Quarterly, Semi-Annual, and Annual Checks and Inspections as well as routine and emergency repairs on the fuel farm facility and will be responsible for any preventive and continuing maintenance programs in accordance with ATA-103: Standard for Jet Fuel Quality Control at Airports and the current commercial air carrier fuel manuals. The Contractor shall closely coordinate with the Owner to establish and/or revise the PM schedule. It shall be the contractor’s responsibility to submit a listing of all required inspections and tentative schedule to complete the listed inspections to the Owner approval. Contractor will maintain a record of tank inspections and cleaning on ATA Form 103.07B. All necessary repairs or replacement parts shall be identified on a quote and have approval form the County Representative prior to parts being ordered and work performed. Parts will be ordered (to include any related shipping costs) and installed by the contractor at cost plus a maximum of 5% mark-up and the mark-up percentage is non-negotiable. Contractor shall provide all material, labor and equipment to perform all checks, inspections, PM services, cleanings and emergency repairs. Should vendor require subcontracting efforts, those would require pre-approval and itemized on the written quote. During emergency situations, verbal authorization will be acceptable. Contractor will provide County with a written report within five (5) business days of all work performed. All work performed will be inspected prior to invoice processing. Contractor must provide service (on-call) twenty-four (24) hours per day, seven (7) days a week, including holidays. If the Contractor cannot begin on-site work in response to a service call within the specified time, listed below, the County has the option to obtain service from another qualified vendor. Failing to provide on-time performance to a service call, within the specified time, shall result in Contractor’s financial liability to fully fund all related expenses to County obtaining service from another qualified vendor. Hours are only to be billed for technician time on-site. Actual costs associated with travel may not be billed for travel time to and from County site, however, the respondent shall propose cost/pricing for the scope requirement hourly rates [reference Selection Criteria section below]. The proposed hourly rates shall include all indirect and direct costs, to include any associated travel costs. Contractor shall provide an operational procedure for County to contact Contractor 24 hours per day. Response Times (following notification-service call): - Normal (Non-Emergency) - Work shall have begun on-site by the end of the normal working hours, the following calendar day from service call. In the case of a response within four (4) hours to a normal work request, payment will be made at the normal work hour’s reimbursement rate. - Emergency – Work shall have begun on-site within four (4) hours of service call. - Preventative Maintenance – Work shall have begun on the calendar day scheduled and agreed upon between Contractor and Airport staff. - The County, at its sole discretion, shall determine what constitutes an emergency and shall state, when making the service request, whether it requires “normal” or “emergency” response. The Airport works in agreement with current contractor Fuel FX DBA Emerald Coast Aviation for Fuels management and operations services to provide aviation fuel to air carriers, automotive fuel to rental car operators, Owner and airline-owned vehicles, diesel fuel for Owner and airline ground equipment. The Contractor shall work in business unity and co-operation with FX Fuel provider, or current contractor, as directed by the Owner. The Owner may direct the Contractor to work closely alongside, in co-operative cohesion, or possible coordination, with FX Fuel provider, or current contractor, in the performance of agreement operations. The Contractor shall coordinate and co-operate with the Airport Maintenance representative to schedule all preventative maintenance, checks and inspections and routine repairs. The Airport Maintenance representative is responsible to provide this schedule to Fuel FX for their situational awareness of Contractor’s arrival on site. The Contractor shall contact the Airport Operations Center at 850-651-7166 when the Contractor, subcontractors or any representative arrive on site. In the event there are any arising unforeseen conflicts or issues on site between Contractor and Fuel FX, in performance of scheduled duties, the Contractor shall immediately contact the Airport Maintenance representative for discussion and direction. The Contractor shall follow direction and instruction provided by Owner for situation mediation and resolution.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Facility Fuel Piping, Facility Fuel-Storage Tanks.
Division 31 - Earthwork, Clearing and Grubbing, Grading.
Division 32 - Exterior Improvements, Fences and Gates.
Division 33 - Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents