Underground Storage Tank - Fuel Island Upgrade – Transportation Department

From: Wissahickon School District(School)

Basic Details

started - 06 Apr, 2024 (28 days ago)

Start Date

06 Apr, 2024 (28 days ago)
due - 06 May, 2024 (Tomorrow)

Due Date

06 May, 2024 (Tomorrow)
Bid Notification

Type

Bid Notification

Identifier

N/A
Wissahickon School District

Customer / Agency

Wissahickon School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

WISSAHICKON SCHOOL DISTRICT REQUEST FOR BIDS UNDERGROUND STORAGE TANK FUEL ISLAND UPGRADE TRANSPORTATION DEPARTMENT April 2024 UST Fuel Island Upgrade Transportation Department April 2024 1 INVITATION TO BID Wissahickon School District, 601 Knight Road, Ambler, Pennsylvania, 19002-3496 will receive sealed bids, until 12:00 Noon, prevailing time, on May 6, 2024. The bids will be publicly opened immediately following for the: UNDERGROUND STORAGE TANK – FUEL ISLAND UPGRADE Bidders may obtain the Specification Documents and Drawings via the Wissahickon School District website – http://www.wsdweb.org/ The Wissahickon School District reserves the right to reject any and all proposals and to waive informalities in the bidding. There is a mandatory Pre-Bid meeting scheduled for April 30,2024 at 10:00 AM held at the Bus Garage, 800 School Road, Blue Bell, PA 19422 No proposal may be withdrawn for a period of ninety (90)
calendar days after the scheduled closing for the receipt of proposals. If there are any questions regarding these bid specifications, please contact Brian Russell, Facilities Director, at brussell@wsdweb.org. WISSAHICKON SCHOOL DISTRICT Wade T. Coleman Secretary Board of School Directors http://www.wsdweb.org/ mailto:brussell@wsdweb.org UST Fuel Island Upgrade Transportation Department April 2024 2 TABLE OF CONTENTS INVITATION TO BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 1 INSTRUCTIONS TO BIDDERS. . . . . . . . . . . . . . . . . . . . . . . . . . . Page 3 INTRODUCTION. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 4 GENERAL CONDITIONS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 5-12 TECHNICAL SPECIFICATIONS and CONTROLS . . . . . . . . . . . . . . . . . . Page 13 BID FORM. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 54 CERTIFICATION REGARDING DEBARMENT AND SUSPENSION . . . . . . . . . . Page 61 PREVAILING WAGE RATES. . . . . . . . . . . . . . . . . . . . . . . . . . . Page 62 UST Fuel Island Upgrade Transportation Department April 2024 3 INSTRUCTIONS TO BIDDERS 1. Bids will be received no later than 12:00 Noon prevailing time, on May 6, 2024 at the office of Mr. Brian Russell, Director of Buildings & Grounds, Wissahickon School District Administration Offices, 601 Knight Road, Ambler, PA 19002. Bids will be opened immediately following. 2. All bids shall be submitted in sealed envelopes marked “BID: Underground Storage Tank – Fuel Island Upgrade”. 3. Bids must be typewritten or written with ink and must be signed by the bidder on the enclosed forms. 4. Each bid must be accompanied by a bid bond or certified check in an amount not less than 10% of the amount of the bid. 5. All bids shall be submitted with a completed Non-Collusion Affidavit form. 6. Provide a list of contractor’s qualifications and references with the bid. 7. Act 127 of 2012 provisions: a. Bidder acknowledges that this bid is for a public works contract and bidder is therefore subject to the provisions, duties, obligations and penalties of the Public Works Employment Verification Act, 43 P.S. 167.1-167.11, which incorporated herein reference. b. The Verification Form must be submitted by the bidder at the time of submission of the Bid Form. c. The lowest responsible bidder must comply with the Public Works Employment Act, by submitting a Commonwealth Public Works Verification Form to the District prior to award of contract. The Form and relevant information can be found on the Department of General Services’ web site at http://www.dgs.state.pa.us. 8. There is a mandatory Pre-Bid meeting scheduled for April 30, 2024, at 10:00 AM held at the Bus Garage, 800 School Road, Blue Bell, PA 19422. 9. Changes, alterations, or interlineations in the bid are not permitted. 10. The School District is exempt from Federal Excise Tax and State Sales Tax and will execute a Tax Exemption Certificate when requested. 11. Bid prices must be valid for a period of ninety (90) days. 12. If there are any questions regarding these bid specifications, please contact Brian Russell, Director of Buildings & Grounds, at brussell@wsdweb.org. 13. Upon project award, all required clearances, not older than one (1) year, must be submitted & approved prior to project commencement. http://www.dgs.state.pa.us/ mailto:brussell@wsdweb.org UST Fuel Island Upgrade Transportation Department April 2024 4 INTRODUCTION Wissahickon School District REQUEST FOR BIDS Underground Storage Tank – Fuel Island Upgrade Wissahickon School District is issuing the Request for Bids (RFB) for the selection of a qualified contractor to perform the following work: removal and replacement of existing gasoline and diesel dispensers, hose retractors and ancillary equipment as described in the “Action Items” under the Technical Specifications and Controls section of this RFB. You are invited to submit a bid in accordance with this RFB. Bids must be received no later than May 6, 2024 at 12:00 Noon. Wissahickon School District wishes to invite firms to submit bids offering their abilities and qualifications of similar size and scope. Complete the “Statement of References” provided in these specifications listing the contractor’s qualifications and references. The “Statement of References” is to be submitted with the bid. There is a mandatory Pre-Bid meeting scheduled for April 30, 2024 at 10:00 AM held at the Bus Garage, 800 School Road, Blue Bell, PA 19422. Questions regarding these Bid Specifications should be referred to Brian Russell, Director of Buildings & Grounds, at brussell@wsdweb.org. mailto:brussell@wsdweb.org UST Fuel Island Upgrade Transportation Department April 2024 5 GENERAL CONDITIONS AWARD: I. It is mutually understood and agreed by and between the Board and the Bidder that the Board may make its award for one or for more than one of the items set forth in these specifications, or may make its award for all the items set forth in these specifications. The Board has the right to accept or reject all or any portion of the bids submitted and to make the award in the best interest of the Wissahickon School District. 2. Each bid shall be accompanied by either a certified check or an approved Surety Company Bond in the amount of 10% of the bid. The check shall be drawn payable or the bond made in favor of the Wissahickon School District. The bidder agrees that the check or bond submitted is the measure of liquidated damages which the School District will sustain by the failure to execute the proper agreement and bonds, and if the Bidder defaults in executing same within ten (10) days following award of contract, the check or Bid Bond shall become the property of the Wissahickon School District. 3. No rights shall accrue to any person submitting a bid or bid until such bid has been accepted, the contract awarded and such contract finally and completely executed in writing by issuing a purchase order by duly authorized person of the School District. 4. The Bidder agrees that if the contract is awarded to him, he will not assign, transfer, or sublet it, unless specific permission to do so is granted in writing by the School District and further, the Contractor shall be responsible for the faithful performance of any work he may sublet. 5. The Bidder agrees that if the contract is awarded to him, he will not assign in whole or in part any rights or privileges which may accrue to him under the terms of the contract or any money which may become due to him thereunder. 6. The Bidder does hereby agree that, if awarded the contract under these specifications and in consideration thereof, he will indemnify and save harmless the Wissahickon School District and the Board of School Directors, its members, and Purchasing Agent and his staff, from all suits and actions of every nature and description brought against them or any of them growing out of any contract or contracts, written or verbal, entered into between the Wissahickon School District and the successful Bidder, and further that upon the awarding of the contract to the undersigned Bidder in accordance with these specifications this agreement and indemnification shall automatically become effective. 7. The singular as used herein shall include the plural; the masculine shall include the feminine and neuter; "items" as used herein shall include supplies, materials and equipment and all incidental work and labor if the same is contemplated in these specifications. Where the term "Board" is used, it shall be taken to mean the Board of School Directors or its authorized representative. The term "furnish" shall mean to furnish at the destination called for. The term "Owner" shall be taken to mean the Director of Buildings and Grounds of the Wissahickon School District. NO SMOKING: There is absolutely NO SMOKING on school property. UST Fuel Island Upgrade Transportation Department April 2024 6 RESPONSIBLE BIDDER: No contract will be awarded until the bids have been examined and the award authorized by the School District. To determine the responsible contractor, the School District shall consider, but not be limited to the following elements: Whether the bidder a) maintains a permanent place of business; b) has adequate plant and equipment to do the work properly and expeditiously; c) has suitable financial status to meet obligations incident to the work; d) has appropriate technical experience and e) can complete the work on time as required by these specifications. CONTRACTOR'S INSURANCE: The contractor shall not commence work under this contract until he has obtained all insurance, required under these specifications, and such insurance has been approved by the School District. 1. All contractors and subcontractors shall take out and maintain during the life of this contract the following coverages and limits in place: Workers Compensation Statutory Employers Liability $ 100,000 per accident $ 500,000 disease policy limit $ 100,000 disease each employee Comprehensive General Liability $1,000,000 per occurrence $1,000,000 products/completed operations $1,000,000 personal/advertising injury $2,000,000 general aggregate Business Automobile Liability $1,000,000 Combined Single Limit (including Non-owned and Hired Liability) Umbrella Liability $5,000,000 each occurrence/aggregate 2. Certificates of insurance shall be filed prior to commencement of the project. The Wissahickon School District must be named as the additional insured on all contractors’ policies. 3. The contractors’ insurance carriers shall have a rating of A-/VII or better. 4. The District will not waive their rights of action against others. UST Fuel Island Upgrade Transportation Department April 2024 7 PERFORMANCE AND LABOR AND MATERIAL PAYMENT BONDS: Each Contractor shall provide a Performance Bond and a Labor and Material Payment Bond, each in the amount of 100% of the contract price, before the award of the contract. (Sections 756 and 757 of the School Code and Public Works Contractors Bond Law of 1967). ASSIGNMENTS: The CONTRACTOR shall not assign the whole or any part of this AGREEMENT or any moneys due or to become due hereunder without written consent of the OWNER. Where the OWNER consents to such assignment, the assignment shall contain a provision substantially to the effect that it is agreed that the right of the assignee in and to any moneys due or to become due to the CONTRACTOR shall be subject to prior claims of all persons, firms and corporations for services rendered or materials supplied for the performance of the WORK called for in this AGREEMENT. SUBCONTRACTING: 1. The CONTRACTOR shall be as fully responsible to the OWNER for the acts and omissions of his SUBCONTRACTORS and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. 2. The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative to the WORK to bind SUBCONTRACTORS to the CONTRACTOR by the terms of the General Conditions and other CONTRACT DOCUMENTS insofar as applicable to the WORK of SUBCONTRACTORS and to give the CONTRACTOR the same power as regards terminating any subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the CONTRACT DOCUMENTS. DISCRIMINATION PROHIBITED: According to 62 Pa. C.S.A. § 3701, the contractor agrees that: 1. In the hiring of employees for the performance of work under the contract, or any subcontract, no such contractor, subcontractor, or any person acting on behalf of the contractor or subcontractor, shall, by reason of gender, race, creed or color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform the work to which the employment relates. 2. No contractor, subcontractor, or any person on their behalf, shall in any manner discriminate against or intimidate any employee hired for the performance of work under the contract on account of gender, race, creed or color. 3. The contract may be canceled or terminated by the school district and all money due or to become due under the contract may be forfeited, for a violation of the terms or conditions of the portion of the contract. HUMAN RELATIONS ACT: The provisions of the Pennsylvania Human Relations Act, Act 222 of October 27, 1955 (P.L. 744) (43 P.S. Section 951, et. seq.) of the Commonwealth of Pennsylvania prohibit discrimination because of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, by employers, employment agencies, labor organizations, contractors and others. The Contractor shall agree to comply with the provisions of this Act as amended that is made part of this specification. Your attention is directed to the language of the Commonwealth's non-discrimination clause in 16 PA. Code 49.101. UST Fuel Island Upgrade Transportation Department April 2024 8 PREVAILING WAGE RATES (for projects estimated to be $25,000 or more): This regulation and the general Pennsylvania Prevailing Minimum Wage Rates, (Act 442 of 1961, P.L. 987, amended), as determined by the Secretary of Labor and Industry, which shall be paid for each craft or classification of all workers needed to perform the contract during the anticipated term therefore in the locality in which public work is performed, are made part of this specifications. COMPETENT WORKERS: No person shall be employed to do work, on this Contract except competent and first-class workers and mechanics and no worker shall be regarded as competent and first class within the meaning of this act except those who are duly skilled in their respective branches of labor and who shall be paid no less than such rates of wages and for such hours work as shall be established and current rates of wages paid for such hours by employers of organized labor in doing similar work in the district where work is being done. STANDARD OF QUALITY: 1. The various materials and products specified in the specifications by name or description are given to establish a Standard of Quality and Cost, for bid purposes. It is not the intent to limit the bidder, the bid or the evaluation of the bid to any one material or product specified but rather to describe the minimum standard. When proprietary names are used, they shall be followed by the words "or alternatives of the quality necessary to meet the specifications". A bid containing an alternative, which does not meet the specifications, may be declared non-responsive. A bid containing an alternative may be accepted but, if an award is made to that bidder, the bidder will be required to replace any alternatives that do not meet the specifications. 2. The contractor shall at all times maintain on the job a competent foreman, acceptable and approved by the District, and sufficient force of men and equipment to vigorously prosecute the work. The work shall be carried on in such a manner as to interfere as little as possible with the normal conduct of school activities and every reasonable care shall be taken to protect the safety of the children, school staff and other employees, as well as any School District property. No interruption to, or interference with, any of the services such as heating, lighting, plumbing, etc., together with all normal means of ingress and egress to buildings and property will be allowed without the express permission from the School District. 3. All operations and material shall be at all times subject to the inspection and approval of the School District and any materials which in the opinion of the School District does not meet the specifications will be rejected and shall be immediately removed from the site. Any work, which in the opinion of the School District does not comply with the specifications, shall be stopped at once and such correction as necessary to make it to conform shall be instituted at once. PROHIBITION ON CASH ALLOWANCES: Cash allowances are not to be included in the bid specifications. PAYMENTS TO CONTRACTOR: The contractor will be paid in three (3) payments; once for mobilization, once for substantial completion and once for final payment of retainage. The District will retain 10% of the first two (2) payments. UST Fuel Island Upgrade Transportation Department April 2024 9 TIME OF COMPLETION AND LIQUIDATED DAMAGES: Work on the project is scheduled to begin on or about July 22, 2024 with final completion on or about August 2, 2024. Liquidated damages in the amount of $1,000 per day may apply beginning on August 5, 2024. USE OF PREMISES AND REMOVAL OF DEBRIS: The CONTRACTOR shall: 1. Take every precaution against injuries to persons or damage to property. 2. Clean up frequently all materials and debris caused either directly or indirectly as a result of work performed covered in this AGREEMENT so the site of the WORK shall present a neat, orderly and workmanlike appearance. PERMITS, FEES AND TAXES: 1. The contractor shall obtain and pay for all permits required by Federal, State and Local governing authorities in connection with the work under these specifications. 2. The contractor shall prepare any detailed diagrams or drawings that may be required by any governing authorities. 3. The contractor shall give all requisite notices to any and all authorities having jurisdiction, and pay all fees necessary for the installation or inspection of the work under these specifications. 4. The contractor shall apply for and pay for all applicable Federal, State or Local taxes required by the governing authorities in connection with the work to be performed. CRIMINAL BACKGROUND CHECKS AND CHILD ABUSE CLEARANCES Contractor shall fully comply with all applicable requirements of Section 1-111 of the Pennsylvania School Code as amended (Act 34 of 1985 as amended and Act 114 of 2006) and Sections 6354-6358 of the Public Welfare Code (Act 151 of 1994).. Applications for Act 34, Act115 and Act 131, can be found on our district website: http://www.wsdweb.org/departments/personnel/job-openings Upon project award, all required clearances, not older than one (1) year, must be submitted and approved prior to project commencement. Act 34 of 1985 - as amended: Independent contractors and their employees who provide services to a Pennsylvania School District are required to obtain a report of "Criminal History Record Information" from the Pennsylvania State Police. In the case of non-Pennsylvania residents, a report of "Federal Criminal Record Information" from the Federal Bureau of Investigation (“FBI”) is required in addition to the Pennsylvania State Police Report. Contractors must comply with conditions of Act 34 shall be required to present the original document(s) - Report of Criminal History Record Information from the Pennsylvania State Police; Report of Federal Criminal History Record Information from the Federal Bureau of Investigation to the Superintendent or the Superintendent's designee prior to the beginning of work under the contract for the District. The District will retain a copy of the background check information and will note on that copy the date on which the original document was inspected and the name of the Administrator who viewed the original. This copy will be retained in the District records with the original being returned to the contractor. The Criminal History Request Form (SP4-164) is available from schools, Pennsylvania State Police Barracks and from the Pennsylvania State Police. http://www.wsdweb.org/departments/personnel/job-openings UST Fuel Island Upgrade Transportation Department April 2024 10 Applicants who have not been a resident of Pennsylvania for at least two years immediately preceding the date of application for employment must also obtain a criminal background check from the FBI. The FBI check requires applicant fingerprints be placed on a special card available from the school in which you are seeking employment or from the School Services Unit in the Department of Education. It is important that you use the card that identifies the Pennsylvania State Board of Education as the requesting agency, otherwise the results may not be returned through proper channels. The FBI check currently requires a payment of approximately twenty-four dollars ($24.00) in the form of a certified check or money order payable to the Commonwealth of Pennsylvania. Call, write or send an email requesting the FBI fingerprint card to: School Services Unit PA Department of Education 333 Market Street 5th floor Harrisburg, PA 17126-0333 Voice: 717.783.3750 TTY: 717.783.8445 email: dwolfgang@state.pa.us Act 114 of 2006: Independent contractors and their employees who provide services to a Pennsylvania School District are required to obtain a report of federal criminal history background check. The law states that the records submitted by applicants cannot be more than one year old. Act 151 of 1994 Child Abuse Clearance: In addition to the criminal background check, Sections 6354-6358 (Act 151) of the Public Welfare Code requires that all applicants for school employment, including both Pennsylvania residents and non- residents, also obtain a Child Abuse History Clearance. This request is submitted to the Pennsylvania Department of Public Welfare, Child Line. The criminal background check and child abuse clearance results are valid for one year. Applicants should make and retain a copy of the reports in case the Pennsylvania Department of Education, Pennsylvania State Police and/or Department of Public Welfare do not maintain copies of the criminal record check or child abuse history clearances. PUBLIC WORKS EMPLOYMENT VERIFICATION ACT 127 of 2012: The Commonwealth of Pennsylvania “Public Works Employment Verification Act”, requires contractors and subcontractors performing work for this Project to complete a form titled “Public Works Employment Verification Form” (the Verification Form) from the Pennsylvania Department of General Services to certify compliance with federal employment eligibility rules, including verification through the U.S. Department of Homeland Securities E-Verify Program, in order to confirm that employees are authorized to work in the United States. The Verification Form must be submitted by the bidder at the time of submission of the Bid Form. As subcontractors are added to the project, they must submit a Verification Form prior to commencing work on the Project. Subcontractors must submit the Verification Form to the Public Body (School District/Owner, not the Prime Contractor. Prime Contractors are required to notify all subcontractors in their contracts of the applicability of the “Public Works Employment Verification Act”, with information regarding the use of the E- Verify Program, referencing the website http://www.dgs.state.pa.us where they can obtain a copy of the Verification Form. ACCOUNTING RECORDS FOR SALES AND USE TAX: 1. The Contractor shall check all materials, equipment and labor entering into the Work and shall keep such full and detailed accounts as may be necessary for proper financial management under this mailto:dwolfgang@state.pa.us http://www.dgs.state.pa.us/ UST Fuel Island Upgrade Transportation Department April 2024 11 agreement and the system shall be satisfactory to the Owner. The Owner or its representative shall be afforded access to all the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Contract, and the Contractor shall preserve all such records for a period of three (3) years, or for such longer periods may be required by law, after the final payment. 2. The Contractor hereby assigns and transfers to the Owner all its rights to sales and use tax which may be refunded as a result of a claim for refund for materials purchased in connection with this contract The Contractor further agrees that it will not file a claim for refund for any sales or use tax, which is subject of this contract. 3. Contractor agrees to include "Access to Accounting Records" and" Assignment of Refund Rights" paragraphs, in full, in any contracts with subcontractors. 4. The Contractor agrees that the Owner will be damaged in an undetermined amount if the Owner is not given access to all the Contractor's records and thus is unable to recover any refunds available to the Owner. The Contractor agrees to pay the Owner an amount equal to 5% of the contract price of the agreement as liquidated/stipulated damages should the Contractor deny access of their records to Owner or its representatives. WORK CONDITIONS: The contractor will perform work in such a manner that it in no way will interfere with the functioning of the building for the students’ use. Work shall be performed after hours. Any area in which work has been performed must be return in a condition for full use by the District. Work will be limited to work days as provided by the District calendar and times to which the custodial staff is working. A schedule of requested times shall be submitted and be approved by the District. PERFORMANCE INTERFERENCE: Contractor shall notify the School District immediately of any occurrence or conditions that interfere with the full performance of the contract, and confirm it in writing within twenty-four (24) hours. SAFETY STANDARDS: All items supplied on this contract shall comply with the current applicable Occupational Safety and Health Standards of the State of Pennsylvania Industrial Commission, the National Electrical Code, the National Fire Protection Association Standards and the Administrative Code. LICENSES: Contractor shall maintain in current status all federal, state and local licenses and permits required for the operation of the businesses conducted by the Contractor. PERMITS: Contractor shall be responsible for obtaining any and all permits required to perform this installation. The installation shall be in complete compliance with the local municipality, building codes, fire codes and state fire marshal codes. UST Fuel Island Upgrade Transportation Department April 2024 12 REFERENCES: Contractor shall provide, with their bid, at a minimum, three (3) comparable references for which similar work has been performed. These references shall be for work performed of similar volume and frequency from other school installation and/or commercial agencies. This list shall include company name, person to contact, address, and telephone number. TELEPHONE TELEGRAPH & FACSIMILE BIDS: Telephone, telegraph and/or facsimile bids will not be accepted. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 1 | P a g e TECHNICAL SPECIFICATION and CONTROLS TABLE OF CONTENTS TS-1 MECHANICAL GENERAL PROVISIONS ........................................................ 2 TS-2 GENERAL JOB SPECIFICATIONS .................................................................... 7 TS-3 UST RETROFIT PROCEEDURES ..................................................................... 19 TS-4 SITE WORK ...................................................................................................... 23 TS-5 ANTICIPATED INVENTORY LIST .................................................................. 24 TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 2 | P a g e TS-1 MECHANICAL GENERAL PROVISIONS Wissahickon School District is issuing the Request for Bids for the selection of a qualified contractor to furnish all tools, equipment and materials for the Wissahickon School District Transportation UST Fuel Island Upgrade and Related Work located at 800 School Road, Blue Bell, PA 19422. The work will be performed for the Wissahickon School District (WSD) 601 Knight Road Ambler, PA 19002 complete and in strict accordance with these specifications, manufacturer requirements and subject to the terms and conditions of all other contract documents. The scope of work under this contract shall generally consist of, but not necessarily be limited to providing all labor, materials, tools, equipment, items and devices for the Underground Storage Tank Fuel Island Upgrade and Related Work complete and in strict accordance with these specifications and subject to the terms and conditions of all other contract documents. Note that all tanks passed leak compliance testing in August 2023. NOTE – The Contractor shall perform the contracted scope of work described herein and shall provide and furnish any and all of the labor, materials, methods or processes, equipment implements, tools, machinery and equipment, and all utility, transportation and other services required to construct, install and put in complete order for use in a state of the art and workmanlike manner all of the work covered by the Contract in connection with strict accordance with and in compliance with all Federal, State, and Local Regulations which defines the scope of work performed. The scope of work under this contract shall generally consist of, but not necessarily be limited to providing all labor, materials, tools, equipment, items and devices for the following: ACTION ITEM #1 • Remove and Decommission Healy Stage 2 Vapor Recovery System from 10,000-gallon gasoline UST piping sump. ACTION ITEM #2 • Remove and replace existing piping sump manhole from 15,000-gallon diesel UST tank. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 3 | P a g e ACTION ITEM #3 • Remove and replace existing dispensers, hose retractors and ancillary equipment servicing the 15,000-gallon diesel UST tank. • Remove and replace existing dispenser, hose retractors and ancillary equipment servicing the 10,000-gallon gasoline UST tank. • A full estimated inventory list is listed within this document. o The installation will be per federal, state, and local regulations for the product stored. All dispensers and equipment shall be fully integrated with the existing Leak Detection System and Fuel Management System. ACTION ITEM #4 • Provide full tank test upon completion. • Provide cathodic protection system test of tank farm. • Provide system start up with training. • Notify PADEP and complete and submit PADEP Modification Report. ACTION ITEM #5 • Hand sand and paint the bollards and bottom of the island form in yellow paint. N.B. – A complete unit price / line item pricing / rate per task / cost per product alternatives and options shall be required to support “Base Bid”. Contractor understands that if contaminated soil is evidenced or additional non-owned equipment is required, the contactor agrees to accept the usual and customary additional costs markup of 10% as set the Underground Storage Tank Indemnification Fund (USTIF) regardless of the additional unit costs as set forth in the unit pricing schedule attached to the bid. Contractor will include the cost of non-contaminated debris in the cost of the work. There should be sufficient detail to provide a clear understanding to the School District / Engineer that the Manufacturers warranties apply totally. Prior to a “Notice of Award” proof of Manufacturers Certification and approval of proposed installation method and/or procedures will be required. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 4 | P a g e Contractor is responsible for obtaining all necessary and applicable permits as well as provide the Underground Storage Tank Modification Form upon project completion. The cost of PADEP permits is a part of the bid submission. The Pennsylvania Storage Tank Program requires anyone conducting tank handling and inspection activities to be certified by the PADEP. Removal and Installation of all regulated tank systems shall be done by a certified tank handler (UMX & UMR) in compliance with 25 Pa Code 245. Bidders shall be licensed and certified as required by PADEP and as required by any other Local, State, or Federal Regulatory Agency having jurisdiction for the purpose of storage tank handling activities. A copy of the PADEP company certification, on-site supervisor and must be submitted with the qualification information. Bidder must be the prime UST PA certified contractor. No portion of this project may be sub-contracted to a PA certified IUM Contractor. Regulated tank systems shall meet the performance standards established in 25 Pa Code Chapter 245. Setbacks, fire code requirements, etc. shall comply with 37 Pa Code Chapter 13. UST systems must be installed in accordance with Federal, State, and Local requirements, industry codes and standards, and manufacturer’s instructions. This includes but is not limited to spill and overfill control, corrosion protection, release detection, and secondary containment. All installations must be performed by licensed and certified installers. USTs installed must be UL Certified and carry a minimum manufacturer’s warranty of 30 years. UST installation and operation must also comply with applicable NFPA and IFC codes and industry standards. All accessary equipment must be designed and installed to be compatible with the UST and the substance to be stored in the tank. The UST must have interstitial monitoring and be equipped with an automatic tank gauge (ATG) system. USTs must be equipped with spill catchment basins and equipment sumps capable of containing spills. In accordance with regulations, each newly installed UST system must be minimally equipped with an ATG and an automatic line leak detector on pressurized systems to continuously monitor for releases. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 5 | P a g e 1.0 GENERAL INSTRUCTIONS TO BIDDERS 1.1 OWNER 1.1.1 The work is to be performed for the Wissahickon School District, 601 Knight Road, Ambler, PA 19002. Owner’s Environmental Engineer/Consultant: Environmental Control Systems, Inc. 950 Sussex Blvd., Broomall, PA 19008. Telephone No. is 610-328-2880 (cell 610-587-6016) (email: ecs_pa@hotmail.com) 1.2 No changes in specifications shall be made by the bidder. Alterations or interlinings in the bid may void the bid entirely or may void it as part interlined or altered at the discretion of the School District. 1.3 Where unit prices are requested, as additions or deductions to the base bid, the bidder shall state the unit prices on the proposal sheet in the spaces provided thereon. 1.4 The unit prices in every case shall include, in place, all other items in connection therewith which were included in the base bid. 1.5 SUPERVISION 1.5.1 The Contractor shall at all times maintain a PADEP certified supervisor on site as a competent person, acceptable to the engineer. Contractor shall maintain sufficient force of workers and equipment to complete the work. The work shall be carried out in such a manner as to interfere as little as possible with the staff and employees at the Bus Garage. No interruption to or interference with, any of the services such as heating, lighting, plumbing, etc. will be allowed without the express permission from the WSD. 1.6 BIDDERS RESPONSIBILITY 1.6.1 Each bidder shall familiarize themselves with all of the attached forms, Instructions to bidders, General Conditions, Specifications, Addenda to the Specifications, and all other documents, federal, state, and local laws pertinent to the work as he/she will be held responsible to fully comply therewith. 1.6.2 The bidder shall visit the site of the work before submitting his/her bid, and shall examine all physical conditions which might be material to the performance of the work. 1.6.3 During the bidding period, bidders may be furnished addenda or supplemental bulletins for additions to or alterations of the drawings and/or specifications which shall be included in the work covered by the proposal and become part of the Contract Documents. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 6 | P a g e 1.6.4 A mandatory pre-bid walkthrough will be held at the transportation department on April 30, 2024 at 10:00 AM with bids due on or before 12:00 Noon on May 6, 2024. All times are prevailing time. Bids will be received by the Wissahickon School District 601 Knight Road, Ambler, PA 19002. Project is scheduled to begin on or about July 22, 2024 with final completion on or about August 2, 2024. 1.6.5 Where unit prices are requested, as additions or deductions to the base bid, the bidder shall state the unit prices on the proposal sheet in the spaces provided thereon. 1.6.6 TIME OF COMPLETION AND LIQUIDATED DAMAGES: • Work on the project shall not commence prior to July 22, 2024 and must be substantially completed by August 2, 2024. Liquidated damages in the amount of $1,000 per day may apply beginning on August 5, 2024. 1.6.7 Contractor shall furnish all labor and materials, services, insurances and equipment necessary for the removal and installation of material from all areas of the School District as listed herein. The contractor is responsible to verify at each location, quantities listed and is not to assume that the probable quantities scheduled is totally accurate. END OF SECTION TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 7 | P a g e TS-2 GENERAL JOB SPECIFICATIONS 2.0 GENERAL 2.1 BIDDING REQUIREMENTS 2.1.1 Site and Bidding Investigation 2.1.1.1 By submitting a bid, the Contractor acknowledges that he has investigated and satisfied himself as to a) the conditions affecting the work, including but not limited to physical conditions of the site which may bear upon site access, handling and storage of tool, materials, access to water, electric, or other utilities or otherwise affect performance of required activities; b) the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonable ascertainable from an inspection of the site, including exploratory work done by the Engineer/Consultant. Any failure by the Contractor to acquaint himself with available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The Owner is not responsible for any conclusions or interruptions made by the Contractor on the basis of the information made available by the Owner. 2.1.1.2 Each bidder shall carefully examine the job site to completely determine the nature and extent of the work and to be fully informed as to all existing conditions 2.1.1.3 Each bidder shall examine the complete Specification and be knowledgeable of the scope of work to be performed WITH SUBMITTED & DOCUMENTED HISTORY OF SIMILAR WORK PERFORMED INCLUDED IN THE BID PACKAGE. CONTRACTORS WITH LIMITED EXPERIENCE WILL AT THE DISCRESSION OF THE SCHOOL DISTRICT NOT BE PREQUALIFIED AND BIDS NOT ACCEPTED. 2.1.1.4 No allowance or extra consideration on behalf of the Contractor will be allowed due to errors or oversight on the part of the bidder during such examinations. All information within this scope of work is not to scale. The bidder shall verify all dimensions, conditions, elevations, and clearances in the field before commencing work and inform the Engineer/Consultant of any discrepancies. If no discrepancies are called to the Engineer/Consultations attention, the Contractor assumes full responsibility. 2.1.1.5 Explanations desired by a prospective bidder regarding the contract specifications or other bid documents shall be requested in writing from the Engineer/Consultant no later than five (5) days prior to the bid opening. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 8 | P a g e 2.1.1.6 Oral explanations or instructions will not be binding. Only written addenda are binding. Any addenda resulting from these requests will be emailed to all listed holders of the Bid Documents no later than three (3) days prior to the bid opening. The bidder shall acknowledge on the proposal the receipt of all addenda. 2.2 LICENSES AND QUALIFICATIONS 2.2.1 The Pennsylvania Storage Tank and Spill Prevention Act (ACT 32 of 1989) and PADEP regulations established a certification program for installers and inspectors of aboveground and underground storage tanks. Only PADEP certified storage tank installers and or inspectors may install, modify, remove or inspect storage tanks. Bidders shall be licensed and certified as required by PADEP and as required by any other Local, State, or Federal Regulatory Agency having jurisdiction for the purpose of storage tank handling activities. A copy of the PADEP company certification and on-site supervisor certification must be submitted with the pre-qualification form and bid as required. Owner will verify certification. Bidder must be the prime UST PA certified contractor. No portion of this project may be sub-contracted to a PA certified IUM Contractor. 2.2.2 Bidders shall demonstrate prior experience on storage tank installation projects of similar nature and scope through the submission of letters of reference from the Building Owner, including name, address, and telephone number with contact. 2.2.3 Bidders shall submit a notarized statement, signed by an officer of the company, containing the following information: 2.2.3.1 A record of any citations issued by Federal, State, or Local Regulatory agencies relating to tank handling activities. 2.2.3.2 A list of citations, fines and or penalties incurred through non-compliance with EPA/DEP/OSHA or other authority regarding project specifications including liquidated damages, overruns, in scheduled time limitations and resolutions. 2.2.3.3 A situation in which related contract has been terminated including projects, dates and reasons for terminations. 2.2.3.4 In the absence of any of the above required submittal documentation and/or approval the Owner or Owners Representative reserves the right to reject the Contractor’s proposal. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 9 | P a g e 2.3 STANDARDS AND PRACTICES REFERENCES Listed below are some industry codes and standards. Please be aware that there may be other codes or standards not listed here that may be used to meet regulatory requirements. The contractor should refer to the current UST regulations to determine if a code of practice is required to be followed in order to meet regulatory requirements. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 10 | P a g e TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 11 | P a g e TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 12 | P a g e TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 13 | P a g e TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 14 | P a g e • PA Title 37 - PA Fire Marshal Flammable and Combustible Liquids Code. • PA Code Title 25, Environmental Protection, Chapter 245 – Administration of the Storage Tank and Spill Prevention Program • 40 CFR Part 280 • 29 CFR. 1926 • Consensus Standards – American Petroleum Institute (API) 1. RP 545 – Recommended Practice for Lightning Protection of Aboveground Storage Tanks for Flammable or Combustible Liquids. 2. RP 574 – Inspection Practices for Piping System Components. 3. RP 575 – Inspection of Atmospheric and Low Pressure Storage Tanks. • RP 1604 – Closure of Underground Petroleum Storage Tanks. • RP 1615 – Installation of Underground Petroleum Storage Tanks. • RP 1632 – Cathodic protection of underground petroleum storage tanks and piping systems. • RP 2350 – Overfill Protection for Storage Tanks in Petroleum Facilities. • STD 650 – Welded tanks for oil storage. • STD 2000 – Venting Atmospheric and low-pressure storage tanks. • STD 2015 – Requirements for Safe Entry and Cleaning of Petroleum Storage Tanks. • Publication A1632S – Cathodic Protection of Underground Petroleum Storage Tanks and Piping Systems. • Consensus Standards – Petroleum Equipment Institute (PEI) 1. RP 100 – Installation of Underground Liquid Storage Systems. 2.4 QUALIFICATIONS 2.4.1 MANUFACTURER: Company specializing in manufacturing the products specified in this section with a minimum three years’ experience. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 15 | P a g e 2.4.2 INSTALLER: Company specializing and holding appropriate certifications in performing the work of this section with a minimum three years’ experience. Company must also possess valid Department of Environmental Protection Storage Tank Installer Certification in appropriate category for work performed. Supply proof of certification with Bidder’s Sworn Qualification Statement as well as list of comparable jobs completed with the bid. 2.5 REGULATORY REQUIREMENTS 2.5.1 Conform to applicable STATE OF THE ART EPA, DEP, PA Fire Marshal, and PA Labor and Industry regulations for removal & installation of regulated UST systems. 2.5.2 Contractor shall secure the necessary permits in conjunction with this scope of work including but not limited to PADEP, PA L&I, Fire Marshall, and Township Engineer. 2.6 SUBMITTALS – If applicable 2.6.1 Include dimensions of tanks, attachments, lifting points, tapings, and drains. 2.6.2 Submit shop drawings including all critical dimensions and show locations of all fittings and accessories for approval. Include all hardware and software. 2.6.3 Submit product data on pipe materials, pipe fittings, valves and accessories for approval. Provide manufactures catalog information. 2.7 OPERATION AND MAINTENANCE DATA 2.7.1 Upon final completion and approval, submit (1) bound set of as-built operations manuals to the Owner to include warranties, installation, operation, maintenance, and inspection data, replacement part numbers, and availability, progress photographs and service depot location and telephone number. Download hard data where possible onto a jump drive. Contractor is required to produce a complete and operational UST system with training of operation and maintenance requirements 2.8 PROJECT RECORD DOCUMENTS 2.8.1 Record actual location of piping system, electrical conduit, storage tanks, and system components. Document progress with photographs to be submitted with the final manual. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 16 | P a g e 2.9 WARRANTY 2.9.1 Submit manufacturer warranty and ensure forms have been completed in OWNER’S name and registered with manufacturer. 2.9.2 Provide manufacturer warranty for coverage of all installed storage tank equipment/components against failure due to defects in material and workmanship. 2.9.3 Provide one (1) year warranty for workmanship for underground storage tank specialties, and accessories against material defects in workmanship and materials. 2.10 GENERAL 2.10.1 Contractor shall visit the site and be familiar with public utilities and structures that may be found in the vicinity of the construction 2.10.2 Contractor shall notify PA One Call at least 72 hours prior to excavation 2.10.3 Contractor shall avoid damage to utilities or structures. Should any damage occur due to the Contractor’s operations, repairs shall be made at the Contractor’s expense in a manner acceptable to the WSD. 2.10.4 Contractor is responsible for meeting all applicable Local, State and Federal requirements for the installation, modification, and removal of USTs 2.10.5 Contractor and employees shall be certified by the PADEP for the work required in this scope of work and shall provide certification document with the bid. Failure to provide certification will be cause for rejection of bid. 2.11 SAFETY 2.11.1 Contractor shall prepare and submit a written Health and Safety Plan prior to job commencement which addresses all health and safety concerns and hazards related to the UST activities. Contractor will hold daily H&S briefings with workers to review the risk associated with daily activities. 2.11.2 Contractor is responsible for the safety of Contractor’s employees on site. Contractor will comply with all OSHA standards while on site as well as all applicable EPA and PADEP standards and Federal, State, and Local regulations. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 17 | P a g e 2.12 UNDERGROUND STORAGE TANK MODIFICATIONS 2.12.1 Contractor will saw cut, break and/or remove all existing materials including concrete, asphalt, or other materials required to expose the underground storage tank and associated piping. Excavated materials shall be stockpiled on-site pending subsequent disposal. Suspected contaminated materials shall be stockpiled separately from the non-contaminated material. Material shall be staged on 6 mil. plastic and covered. In the event of unfavorable weather, stockpiled materials shall be appropriately boomed to prevent runoff. All non-contaminated soil shall be removed from the site and disposed in an approved manner. Analysis shall be performed in accordance with PADEP requirements to verify soils are clean per PADEP requirements. 2.12.2 Excavated material and associated piping shall become property of the contractor and will be completely removed from site and discarded in accordance with the applicable State disposal or recycling regulations. 2.12.3 Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. Prior to start of demolition, carefully study these specifications. Contractor shall visit the site and verify the extent of demolition to be performed under this contract. Contractor shall repair any damage resulting from negligence at no additional cost to the School District. 2.12.4 Contractor must receive written approval for trees, shrubbery, pavement, and all other affected obstacles that may come in harms way (including tree roots). Owner and Engineer are to be informed at all times and sign off jointly. 2.12.5 All areas shall be repaired with material of equal quality and appearance so that it blends in with the surrounding environment and is acceptable to the Owner and Engineer. New blacktop shall overlap old blacktop in a 12” overlap. 2.12.6 Any undesirable material (demolished concrete, etc.) shall become property of the contractor and removed from site. 2.12.7 Pump out and dewater as necessary for all work requiring a dry condition. 2.12.8 If necessary, shoring will be the responsibility of the contractor. Site conditions must comply to OSHA 2226-10R 2015 (Trenching and Excavation Safety). If conditions warrant, shoring during excavation must be furnished and installed by the contractor to protect TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 18 | P a g e workmen, banks, adjacent paving, sidewalks, structures and storm drains and utilities. Shoring, bracing and sheeting shall be removed as the excavation is backfilled. 2.13 SPECIAL CONDITIONS 2.13.1 The contractor shall furnish and install temporary 6’ cyclone fencing around the site and wherever necessary in accordance with OSHA 2226-10R 2015 to protect the public for the duration of the project. 2.13.2 The contractor shall install appropriate measures to control surface water run on and off from the open excavations and the oil staging area. 2.13.3 Contractor shall maintain a Safety Data Sheet (SDS) binder containing all hazardous materials brought on site. 2.13.5 Bedding and backfill material shall be well tamped, clean sand free of dirt and debris. Excavation shall be backfilled in 12” lifts and mechanically tamped. 2.13.6 Contractor will maintain emergency and service entrances usable to pedestrian and vehicle traffic at all times. Where trenches are cut, provide adequate bridging for traffic when required by Owner’s engineer. 2.13.7 All sumps shall be hydrostatically tested at installation. Cathodic protection system test is required. Submit results with final O&M paperwork. END OF SECTION TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 19 | P a g e TS-3 UST RETROFIT PROCEDURES 3.0 GENERAL 3.1 Contractor shall perform work as per recommended practices as stated in Pennsylvania Code, PA L&I Combustible Liquids Handbook, API 1604/1614/1615, as well as local, state and federal regulations, guidelines and nationally recognized standards for the work to be performed. All equipment shall be integrated and work together to include leak detection system, fuel management system and dispensers. 3.2 The Pennsylvania Storage Tank and Spill Prevention Act (ACT 32 of 1989) and PADEP regulations established a certification program for installers and inspectors of aboveground and underground storage tanks. Only PADEP certified storage tank installers and or inspectors may install, modify, remove or inspect storage tanks. 3.3 New and replacement UST systems must have total secondary containment. On existing systems with more than 50% of the piping that routinely contains product is replaced, the main piping run must be double walled with containment sumps at the tank top and dispensers. New sumps and spill buckets must be tested. When new petroleum dispensers are installed, under dispenser containment is required. Certified tank handling companies and installers who perform tank handling activities on underground storage tanks must participate in the Tank Installers Indemnification Program (TIIP). 3.4 Permits Necessary to Operate Storage Tanks. Prior to operating storage tanks, the tank owner is required to obtain the necessary state and/or local permits. This form serves as both the Registration and Operating Permit application as required by the Storage Tank and Spill Prevention Act. Tank owners may not store, dispense from or place a regulated substance in a storage tank that does not have an operating permit. The DEP may register a tank, but may withhold or deny the operating permit for the tank if the owner is not in compliance with storage tank regulations, including payment of registration fees. Other permits may be required by other DEP programs, other State agencies and/or local jurisdictions. STORAGE TANKS REGISTRATION / PERMITTING APPLICATION INSTRUCTIONS must be completed by the Contractor on behalf of the owner and engineer including but not limited to notifying PADEP (30) days prior to the installation, relocation or removal of a regulated tank. 3.5 QUALITY ASSURANCE 3.5.1 Reference to a particular organization’s standards shall be in accordance with those standards unless more restrictive criteria is indicated herein. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 20 | P a g e 3.5.2 All work and materials shall be in accordance with requirements of all applicable state and local codes, regulations and ordinances, the National Electrical Code, Uniform Building Code, Uniform Plumbing Code, Uniform Mechanical Code and Uniform Fire Code (locally adopted editions), the latest standards of the NFPA National Fire Codes, and the rules and regulations of all other authorities having jurisdiction. Nothing in drawings and specifications shall be construed to permit work not in conformance with applicable codes, rules, and regulations. 3.5.3 All electrical motors, starters, controls, devices and wiring shall comply with standards of NEC and shall be UL listed and so identified. 3.6 DRAWINGS 3.7.1 Drawings are diagrammatic and show the general design, arrangement and extent of the systems. Do not scale or attempt to use drawings for roughing-in measurements, nor use as shop drawings. Make field measurements and prepare shop drawings for submittal. Contractor shall investigate the capacity and space requirements of the proposed equipment before submitting shop drawings. 3.7.2 Where conditions necessitate a rearrangement, prepare and submit to the engineer for review, drawings of the proposed rearrangement. Because of the small scale of the drawings, it is not possible to show all offsets, fittings, and accessories which may be required. Carefully investigate the conditions and the work of other trades and arrange work accordingly, furnishing such fittings, traps, valves and accessories as may be required to meet such conditions. 3.7 PRODUCT HANDLING 3.7.1 Contractor is responsible for protection of all material, equipment, and apparatus provided from damage, water, and dust, both in storage and when installed, until final acceptance. Material, equipment, or apparatus damaged because of improper storage or protection will be rejected and replaced at Contractor’s expense. 3.8 TANK APPURTENANCES The following listing of tank appurtenances is basic to the overall scope of work and meant to be used as a general guide. E.O. Habhegger has the following inventory in stock, notified manufacturers of lead time necessary for the completion of this project and has created a discounted inventory bid package specifically for this project. Contractors are encouraged to purchase all equipment from E.O. Habhegger. Anticipated list is located in Section T-5. Contractors will use this list as a guide and is responsible for additional required material not listed herein to complete this project. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 21 | P a g e 3.8.1 FUEL SYSTEM DISPENSING EQUIPMENT Dispensing Equipment shall include but not be limited to the following: • Diesel Fuel Tank - (2) Gasboy 9153 Series, Twin Unit Dispensers for two sided fueling to be single product dispenser with dual hose with high hose retriever. Include hoses, nozzles, swivels, hanging hardware, high hose retrievers, hard wall hoses, and re-connectable breakaways. Include check valves under each pump. Startup shall be provided by a Certified Fuel Master installer. • Gasoline Fuel Tank - (1) Gasboy 9153 Series, Twin Unit Dispensers for two sided fueling to be single product dispenser with dual hose with high hose retriever. Include hoses, nozzles, swivels, hanging hardware, high hose retrievers, hard wall hoses, and re-connectable breakaways. Include check valves under each pump. Startup shall be provided by a Certified Fuel Master installer. 3.8.2 MANHOLES AND CONTAINMENT SUMPS • (1) OPW 44” round composite manhole, non-bolt down (Conquistador) 3.8.3 FINAL TANK SYSTEM TEST • Contractor is to include a completed tank tightness test on the new tank system after completion of the installation per manufacturer specifications. All equipment shall be fully integrated to work with all ancillary equipment including but not limited to the Leak Detection System, Fuel Management System and Dispensers. • Contractor is to include a completed cathodic protection system test. 3.9 VAPOR PROCESSING SYSTEMS. 3.9.1 Vapor processing system components consisting of hose nozzle valves, blowers or vacuum pumps, flame arresters or systems for prevention of flame propagation, controls, and vapors processing equipment shall be individually approved for use in a specified manner. 3.9.2 Dispensing devices used with a vapor processing system shall be approved. Existing listed or labeled dispensing devices may be modified for use with vapor processing systems provided they are ‘’Listed by Report’’. 3.9.3 Means shall be provided in the vapor return path from each dispensing outlet to prevent the discharge of vapors when the hose nozzle valve is in its normal non-dispensing position. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 22 | P a g e 3.9.4 Vapor processing systems employing blower-assist shall not be used unless the system is designed to prevent flame propagation through system piping, processing equipment, and tanks. 3.9.5 If a component is likely to contain a flammable vapor-air mixture under operating conditions, and can fail in a manner to ignite the mixture, it shall be designed to withstand an internal explosion without failure to the outside. 3.9.6 Vapor processing equipment shall be located outside of buildings at least ten feet from adjacent property lines which can be built upon, except as provided for in subsection 3.9.7 Vapor processing equipment shall be located a minimum of 20 feet from dispensing devices. Processing equipment shall be protected against physical damage by the provision of guard rails, curbs, or fencing. 3.9.8 Electrical equipment shall be in accordance with the National Electrical Code and will be required to have third party inspection per Township Code. 3.10 GOVERNING STANDARDS 3.10.1 Equipment and installation necessary to accomplish the work specified herein shall comply with the latest revisions of the applicable Federal, State and Local Municipal Codes. 3.10.2 All work specified herein shall conform to or exceed the requirements of the above referenced codes, regulations, and standards provided that whenever the provisions of said publications are in conflict with the requirements specified herein, the stringent requirement shall apply. 3.10.3 Submittals – Make submittals in accordance with this specification. 3.10.4 Training – Contractor will provide adequate training for Wissahickon School District Personnel. END OF SECTION TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 23 | P a g e TS-4 SITE WORK 4.1 Prior to excavating, the existing asphalt and concrete will be saw cut before excavation can commence. 4.2 Contractor will use professional standards of care during ANY excavation. It will be the contractors’ responsibility should damage occur to any component of the tank system. 4.3 All excavated material will be disposed of at the contractor’s expense. 4.4 All material used to backfill will be well tamped mechanically in 12” lifts. 4.5 The contractor will be expected to backfill with material approved by the manufacturer of material installed. Contractor will restore the site to its original condition or better. 4.6 A complete unit price / line item pricing / rate per task / cost per product alternatives and options shall be required to support “Base Bid”. Contractor understands that if contaminated soil is evidenced or additional non-owned equipment is required, the contactor agrees to accept the usual and customary additional costs markup of 10% as set the Underground Storage Tank Indemnification Fund (USTIF) regardless of the additional unit costs as set forth in the unit pricing schedule attached to the bid. END OF SECTION TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 24 | P a g e TS-5 ANTICIPATED INVENTORY LIST 1. Manhole Specification: • (1) OPW 44” round composite manhole, non-bolt down (Conquistador) 2. Diesel Dispensers: • (2) Gasboy 9153 Series, Twin Unit with: o Single product line o 10:1 pulsar o Fuel filter o Diesel decal package o Universal 870 hose retractor o OPW 1” Diesel hose package 12’ long 3. Gasoline Dispensers: • (1) Gasboy 9153 Series, Twin Unit with: o Single product line o 10:1 pulsar o Fuel filter o Unleaded decal package o Universal 870 hose retractor o OPW 3⁄4” conventional hose package **All material listed above will be installed per local, state and federal regulations as well as in accordance with manufacturer’s installation and operational recommendations and requirements. All equipment shall be fully integrated with the fuel management system and leak detection system. **Disclaimer - All information is considered accurate at the time of writing this specification. Any conditional or product operational changes should be submitted to the engineer in writing at least one week prior to the bid due date. TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 25 | P a g e Wissahickon School District Transportation Department 800 School Road Blue Bell PA 19422 Gasoline UST - Remove/Decommission Healy Stage 2 Vapor Recovery System from Piping Sump Diesel UST - Remove and Replace Existing Manhole Remove and Replace Existing (1) Gasoline and (2) Diesel Fuel Dispensers, all complete with hose retractors and accompanying ancillary equipment TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 26 | P a g e FACILITY ID PRIMARY FACILITY NAME SEQ NUMBER TANK CODE TANK SYSTEM COMPONENT TANK COMPONENT DATE BEGIN 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 1 - TANK CONSTRUCTION 1O - CATHODICALLY PROTECTED DOUBLE WALL STEEL (GALVANIC) 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 4 - PUMP/DELIVERY SYSTEM 4C - PRESSURE 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 5 - PIPE RELEASE DETECTION METHOD 5A - AUTOMATIC LINE LEAK DETECTOR 08/04/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 5 - PIPE RELEASE DETECTION METHOD 5B - ANNUAL LINE TIGHTNESS TESTING (PRESSURE) 08/04/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 6 - SPILL PREVENTION 6Y - YES 08/01/1993 TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 27 | P a g e 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 7 - OVERFILL PREVENTION 7A - OVERFILL ALARM 08/29/2008 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 7 - OVERFILL PREVENTION 7S - DROP TUBE SHUTOFF DEVICE 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 12 - TANK RELEASE DETECTION METHOD 12E - AUTOMATIC TANK GAUGING 08/20/2014 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 12 - TANK RELEASE DETECTION METHOD 12H - INTERSTITIAL MONITORING (2 WALLS) 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 18 - UST TOTAL SECONDARILY CONTAINED 18Y - YES 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 19 - STAGE I VAPOR RECOVERY 19N - NONE OR INCOMPLETE 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 20 - STAGE II VAPOR RECOVERY 20N - NONE 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 21 - TANK-TOP CONTAINMENT SUMPS 21A - AT ALL PENETRATIONS 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 22 - UNDER-DISPENSER CONTAINMENT 22A - AT ALL DISPENSERS 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 23 - LINE LEAK DETECTOR SHUTS OFF PUMP 23N - NO 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 25 - EMERGENCY GENERATOR 25N - NO - EMER GEN 11/17/2020 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 26 - FLEX - TANK END 26I - COMPLETELY INSIDE CONTAINMENT SUMP, SECONDARY PIPE OR LINER 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 27 - FLEX - DISPENSER END 27I - COMPLETELY INSIDE CONTAINMENT SUMP, SECONDARY PIPE OR LINER 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 28 - UG SINGLE / INNER WALL PIPING 28D - FRP 08/01/1993 TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 28 | P a g e 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686510 - 008 UST 29 - UG OUTER WALL PIPING 29D - FRP, OUTER 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 1 - TANK CONSTRUCTION 1O - CATHODICALLY PROTECTED DOUBLE WALL STEEL (GALVANIC) 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 4 - PUMP/DELIVERY SYSTEM 4C - PRESSURE 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 5 - PIPE RELEASE DETECTION METHOD 5A - AUTOMATIC LINE LEAK DETECTOR 08/04/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 5 - PIPE RELEASE DETECTION METHOD 5B - ANNUAL LINE TIGHTNESS TESTING (PRESSURE) 08/04/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 6 - SPILL PREVENTION 6Y - YES 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 7 - OVERFILL PREVENTION 7A - OVERFILL ALARM 08/29/2008 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 7 - OVERFILL PREVENTION 7S - DROP TUBE SHUTOFF DEVICE 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 12 - TANK RELEASE DETECTION METHOD 12E - AUTOMATIC TANK GAUGING 08/20/2014 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 12 - TANK RELEASE DETECTION METHOD 12H - INTERSTITIAL MONITORING (2 WALLS) 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 18 - UST TOTAL SECONDARILY CONTAINED 18Y - YES 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 19 - STAGE I VAPOR RECOVERY 19B - 2 POINT 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 20 - STAGE II VAPOR RECOVERY 20B - COMPLETE ASSIST SYSTEM 07/16/2004 FACILITY ID PRIMARY FACILITY NAME SEQ NUMBER TANK CODE TANK SYSTEM COMPONENT TANK COMPONENT DATE BEGIN TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 29 | P a g e 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 21 - TANK-TOP CONTAINMENT SUMPS 21A - AT ALL PENETRATIONS 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 22 - UNDER-DISPENSER CONTAINMENT 22A - AT ALL DISPENSERS 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 23 - LINE LEAK DETECTOR SHUTS OFF PUMP 23N - NO 08/16/2011 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 25 - EMERGENCY GENERATOR 25N - NO - EMER GEN 11/17/2020 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 26 - FLEX - TANK END 26I - COMPLETELY INSIDE CONTAINMENT SUMP, SECONDARY PIPE OR LINER 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 27 - FLEX - DISPENSER END 27I - COMPLETELY INSIDE CONTAINMENT SUMP, SECONDARY PIPE OR LINER 07/16/2004 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 28 - UG SINGLE / INNER WALL PIPING 28D - FRP 08/01/1993 46-22163 WISSAHICKON SCH DIST BUS GARAGE 686511 - 009 UST 29 - UG OUTER WALL PIPING 29D - FRP, OUTER 08/01/1993 TECHNICAL SPECIFICATION WSD BUS GARAGE – UST EQUIPMENT UPGRADE 30 | P a g e 2630-FM-BECB0501 Rev. 3/2019 Form Page 2 UNDERGROUND STORAGE TANK FACILITY OPERATIONS INSPECTION REPORT FORM Facility Name Wissahickon Sch Dist Bus Garage Date 11/3/2023 Facility ID 46 – 22163 I. TANK SYSTEM INFORMATION. For each tank, fill in the required information using the codes on Page 2-1. Where multiple codes are allowed and used for a specific tank component, describe the arrangement in Section VIII (COMMENTS). (See FOI form instructions for details.) Tank No. 008 Tank No. 009 Tank No. Tank No. Tank No. 1. Tank capacity (name plate gallons) 15000 10000 2. Substance currently stored (and grade) DIESEL GAS-REG 3. Installation date (M/d/yyyy) 8/1/1993 8/1/1993 4. This drone tank is manifolded to tank number 0 0 5a. Stick reading of product level, in inches, at time of inspection 33.5 71.5 5b. Stick reading of water level, in inches, at time of inspection 0 0 6. Total secondary containment on this tank system Y Y 7. Tank construction and corrosion protection 1, 3 O O 8a. Primary (inner or single-wall) piping construction 1, 2 D D 8b. Secondary (outer) piping construction 1, 2 D D 9a. Number of tank top sumps 4 1 1 9b. Number of tank top sumps tested tight 4 0 0 10a. Number of transition sumps 0 0 10b. Number of transition sumps tested tight 0 0 11a. Number of connected dispensers 2 1 11b. Number of connected dispensers with pans 2 1 11c. Number of dispenser pans tested tight 0 0 12a. Piping joints/connections construction at tank 1, 6 I I 12b. Piping joints/connections construction at dispenser 1, 6 I I 13. Pump (product dispensing) system C C 14a. Number of spill containments (must be permanently installed) 1 1 14b. Number of spill containments tested tight 1 1 15. Overfill type (must be permanently installed) A A 16. Current registration certificate displayed/readily available R R 17. Stage I vapor recovery N B 18. Stage II vapor recovery N B 19. This tank supplies an emergency generator N N 20. Tank release detection E E 21. Piping small release detection (0.2 gph monthly or 0.1 gph annually) B B 22. Pressure (line 13 is C or D) piping line leak detector (LLD Function - 3 gph at 10 lbs psi or equivalent within 1 hr) A A 23. LLD function includes a positive turbine pump shutoff 5 N N 1 Use of codes indicating a component is Unknown should be accompanied with comments in Section VIII and must be marked Noncompliant for the appropriate tank system compliance status in the Inspection summary on Page 1. 2 indicate manufacturer, model, and generation (if applicable) in Section VIII. 3 indicate manufacturer and construction in Section VIII. 4 at tank penetrations that have pipe that routinely contains or conveys product. 5 LLD function must include positive turbine shutoff for piping systems installed after 11/10/2007 with pressurized piping systems. 6 Use of code (X – None) or (99 – Other) should include comments in Section VIII. Site drawing / manifold schematic (not master-drone system): See Attachment S F V M EExtractor Valve Manway Vapor Pickup Monitoring Well Submersible Pump Fill Legend DDispenser PPiping Sump AATG IInterstitial F F V AA S S I I D D D Wissahickon Bus Garage 800 School Road Blue Bell, PA 19422 008 009 O ve rf ill A la rm 2630-FM-BECB0501 Rev. 3/2019 Form Page 2-1 UNDERGROUND STORAGE TANK FACILITY OPERATIONS INSPECTION REPORT FORM Tank System Component Codes 6. Total secondary containment Y Yes N No 7. Tank construction A Single-wall steel, unprotected B Single-wall, galvanic anodes C Impressed current protection E Single-wall fiberglass (FRP) F Double-wall fiberglass (FRP) G Double-wall Act 100 or equivalent H Single-wall Act 100 or equivalent I Steel with lined interior J Concrete O Double-wall, steel primary, galvanic anodes P Cathodically protected and lined V Double-wall Act 100 or equivalent with Anodes W Single-wall Act 100 or equivalent with Anodes N Unknown (must provide written comment) 99 Other (must provide written comment) 8a. Primary (inner or single-wall) piping construction A Bare steel (including only wrapped or coated) B Cathodically protected, metallic C Copper, unprotected D Fiberglass or rigid non-metallic E Flexible non-metallic F Unknown (must provide written comment) G No dispensing piping I Stainless Steel 99 Other (must provide written comment) 8b. Secondary (outer)piping construction N None (Single-walled piping) A Bare steel B Cathodically protected, metallic D Fiberglass or rigid non-metallic E Flexible non-metallic F Unknown (must provide written comment) G No dispensing piping I Poly-encased Stainless Steel 99 Other (must provide written comment) 12. Piping joints/connections A Unprotected metallic component(s) (including only wrapped or coated) B Cathodically protected, metallic F Unknown (must provide written comment) I Completely inside a containment sump M Completely jacketed with sealed boot N NO jacket, not in contact with the ground X None (must provide written comment) 99 Other (must provide written comment) 13. Pump (delivery) system A Suction, check valve at pump or siphon bar only B Suction, check valve at tank C Pressure D Gravity flow to dispenser/pump E None 15. Overfill type (if code S or B, ensure compatible with delivery method) S Drop tube shut off device A Overfill alarm (provide description and location in comment section) B Ball float valve E Filled in less than 25 gallon increments N None present or not usable 16. Current registration certificate display Y Properly displayed - manned R Readily available - unmanned N Not displayed 17. Stage I vapor recovery A Coaxial B 2 port N Not complete or none 18. Stage II vapor recovery A Complete balance system B Complete assist system C UG piping only; not complete D Decommissioned N None of the above 19. This tank supplies an emergency generator Y Yes N No 20. Tank release detection D Statistical Inventory Reconciliation (SIR) E Certified Automatic Tank Gauge (0.2 gph Leak Test) F Manual Tank Gauging (36 Hour), no TTT G44 Manual Tank Gauging, 44 Hours G58 Manual Tank Gauging, 58 Hours H Interstitial Monitoring (2 Walls) J Groundwater Monitoring K Vapor Monitoring N None 21. Piping small release detection (0.2/0.1 gph) B Annual Line Tightness Test (pressure) C Line Tightness Test - 3 years (suction) D Monthly Interstitial Monitoring (includes visual checking) E Groundwater Monitoring F Vapor Monitoring H None I Exempt (must provide written comment) J Statistical Inventory Reconciliation (SIR) K Electronic Line Leak Detector (0.1 or 0.2 gph test) 22. Piping line leak detection (3 gph within 1 hr.) A Mechanical Line Leak Detector H None K Electronic Line Leak Detector (3 gph test) L Continuous Interstitial Monitoring with alarm or pump shut off 23. Positive Turbine pump shutoff Y Yes N Not present 2630-FM-BECB0501 Rev. 3/2019 Form Page 3 UNDERGROUND STORAGE TANK FACILITY OPERATIONS INSPECTION REPORT FORM Facility Name Wissahickon Sch Dist Bus Garage Date 11/3/2023 Facility ID 46 – 22163 II. RELEASE DETECTION Instructions: Check the box to indicate that a criterion has been met. Circle the box to indicate that a criterion has not been met. Circle with “N/A” when a criterion is not applicable (provide comment). Release Detection Recordkeeping: • Records may be located at the facility or a readily available alternate site. • The records include all of the information listed below for chosen release detection methods. • The inspector has personally reviewed the records. • If the facility is missing release detection records or if the facility has invalid and/or failing records, enter the dates and results in Section VIII. • A test with an inconclusive result or failure is an indication of a (suspected) product release and must be investigated within 7 days. Enter the results of any suspected release investigations in Section VIII. • An empty tank (no more than 1” of product and/or sludge) that is properly registered as temporarily out-of-use is not required to perform release detection. Indicate date emptied in comments. Tank System Tank System Tank System Tank System Tank System • Recently installed tank systems must begin performing release detection immediately after receiving product. Indicate date of first product receipt in comments. 008 009 Tank Release Detection Recordkeeping: tank release detection records for the last 12 months the system contained product are available tank release detection records are all valid and passing tank release detection records with invalid or failing reports were properly investigated and documented within 7 days, to confirm or disconfirm the occurrence of a release written certifications or performance claims for the tank release detection method(s) in use are available written documentation of all calibration, maintenance and repair of tank release detection equipment for the last year is available all tank release detection equipment is compatible with the substance stored Tank Release Detection Equipment Testing: electronic and mechanical components of tank release detection equipment tested within the last year and documentation available tester name: Ed Guckin tester certification number: 2552 date of last test: 8/23/2023 result: PASS Piping Release Detection Recordkeeping: piping release detection records for the last 12 months the system contained product are available piping release detection records are all valid and passing piping release detection records with invalid or failing reports were properly investigated and documented within 7 days, to confirm or disconfirm the occurrence of a release written certifications or performance claims for the piping release detection method(s) in use are available written documentation of all calibration, maintenance and repair of piping release detection equipment for the last year is available all piping release detection equipment is compatible with the substance stored Piping Release Detection Equipment Testing: electronic and mechanical components of piping release detection equipment tested within the last year and documentation available tester name: Ed Guckin tester certification number: 2552 date of last test: 8/23/2023 result: PASS N/A N/A lestr Rectangle lestr Rectangle 2630-FM-BECB0501 Rev. 3/2019 Form Page 4 UNDERGROUND STORAGE TANK FACILITY OPERATIONS INSPECTION REPORT FORM Facility Name Wissahickon Sch Dist Bus Garage Date 11/3/2023 Facility ID 46 – 22163 II. RELEASE DETECTION (continued) Instructions: Check the box to indicate that a criterion has been met. Circle the box to indicate that a criterion has not been met. Circle with “N/A” when a criterion is not applicable (provide comment). Release Detection Equipment (Tank and/or Piping): • The inspector has personally reviewed the tank release detection equipment in use for each tank system. Tank System Tank System Tank System Tank System Tank System 008 009 Automatic Tank Gauging: (Tank only – code E) ATG manufacturer: Veeder Root ATG model: TLS 350 Does the automatic tank gauge perform continuous in-tank release detection? Yes No probes and gauge software certified for manifolded tank systems ⚫ when not specifically certified, the siphon must be broken to properly test equipment is operational Manual Tank Gauging: (Tank only – code F, G44 or G58) tank capacity is 1,000 gallons or less tank installed on or before 11/10/2007 performed weekly 1/8th inch accuracy stick readings average 2 stick readings before and after test test length appropriate for each tank ⚫ 36 hours minimum ⚫ 44 hours, 551-1000 gallons, 64” diameter ⚫ 58 hours, 551-1000 gallons, 48” diameter variation is within standard (both weekly and monthly) Interstitial Monitoring: (Tank code H; describe monitoring equipment in comments) interstitial sensors properly placed (per manufacturer’s instructions) monitoring wells (secondary barrier) or ports are clearly marked and secured Statistical Inventory Reconciliation: (Tank code D and/or Piping code J) test vendor: version: data is collected according to the test vendor’s instructions analysis complete and valid results supplied to owner/operator within 30 day monitoring period ⚫ valid reports include calculated leak rate, minimum detectible leak rate, leak threshold, probability of detection and probability of false alarm Groundwater or Vapor Monitoring: (Tank code J or K and/or Piping code E or F; describe well locations and monitoring equipment in comments) wells are located according to site evaluation; attach page with properly licensed evaluator authentication to the inspection report wells are properly installed in accordance with site evaluation and regulations monitoring wells are marked and secured fill material is sufficiently porous to allow expeditious detection at the monitoring wells substance stored meets regulatory requirements for type of monitoring Groundwater monitoring: (Tank code J and/or Piping code E) monitoring devices can detect 1/8 inch of product or less on water groundwater is within 20 feet of surface grade wells are sealed from ground surface to the top of the filter pack casing is properly slotted: allows entry of product during all groundwater conditions Vapor Monitoring: (Tank code K and/or Piping code F) the monitoring device is not rendered inoperative by moisture background contamination will not interfere with vapor monitoring vapor monitors will detect increases in concentrations of stored substance N/A N/A N/A N/A N/A N/A N/A lestr Rectangle lestr Rectangle lestr Rectangle lestr Rectangle lestr Rectangle lestr Rectangle lestr Rectangle 2630-FM-BECB0501 Rev. 3/2019 Form Page 5 UNDERGROUND STORAGE TANK FACILITY OPERATIONS INSPECTION REPORT FORM Facility Name Wissahickon Sch Dist Bus Garage Date 11/3/2023 Facility ID 46 – 22163 II. RELEASE DETECTION (continued) Instructions: Check the box to indicate that a criterion has been met. Circle the box to indicate that a criterion has not been met. Circle with “N/A” when a criterion is not applicable (provide comment). Release Detection Equipment (Piping): • The inspector has personally reviewed the piping release detection equipment in use for each tank system. Tank System Tank System Tank System Tank System Tank System 008 009 Interstitial Monitoring: (Piping code D and L; describe monitoring equipment in comments) Secondary is open, enters sump and allows a release to be detected interstitial sensors properly placed (per manufacturer’s instructions) monitoring wells or ports (when used) are clearly marked and secured Continuous Interstitial Monitoring: (Piping code L) system is capable of detecting a 3.0 gph at 10 pounds psi line pressure release from any portion of the piping system within 1 hour (shear valves to submersible turbine pump) Piping Tightness (Line) Testing: (Piping only – code B or C) tester name: Ed Guckin tester certification number: 2552 test vendor: EZY CHEK version: PLT date of last test: 8/23/2023 result: PASS test conducted at proper frequency ⚫ conducted annually for pressurized piping without monthly monitoring ⚫ conducted every 3 years for suction piping not meeting code I requirements (below) Mechanical Line Leak Detector: (PRESSURIZED Piping only – code A) Tank System Tank System Tank System Tank System Tank System 008 009 manufacturer Veeder Root VMI model FX1DV LD 2000 Electronic Line Leak Detector: (PRESSURIZED Piping only – code K) Tank System Tank System Tank System Tank System Tank System manufacturer model Tank System Tank System Tank System Tank System Tank System electronic line leak detector continuously monitors piping date of last 3 gph test: 3 gph test result: Is the electronic leak detector performing the “monthly” monitoring function? Yes No date of last 0.2 gph test: 0.2 gph test result: Is the electronic leak detector performing the “annual” monitoring function? Yes No date of last 0.1 gph test: 0.1 gph test result: Exempt Suction System: (SUCTION piping only – code I) NOTE: No further release detection required on piping meeting all these criteria. the tank top is lower than the suction pump inlet the below grade piping slopes uniformly back to the tank there is no more than one check valve in the piping the check valve is located close to or inside the suction pump compliance with above specifications can be readily determined; describe below: compliance is determined by: N/A N/A N/A N/A lestr Rectangle lestr Rectangle lestr Rectangle lestr Rectangle

601 KNIGHT ROAD AMBLER PA 19002Location

Address: 601 KNIGHT ROAD AMBLER PA 19002

Country : United StatesState : Pennsylvania

You may also like

Above and Underground Storage Tank

Due: 20 May, 2024 (in 15 days)Agency: Orange County Transit Authority

C1DA--PN 509-24-255 - Underground Storage Tanks - A/E Design Services

Due: 23 May, 2024 (in 18 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

RFP OD-404-24 Aboveground Fuel Storage Tanks: Construction, Distribution and Service

Due: 07 May, 2024 (in 2 days)Agency: Purchasing Cooperative of America

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.