Adam Sweet 750 GAL AST FUEL TANK - NO DRAWINGS 9/9/2016 False

Size: px
Start display at page:

Download "Adam Sweet 750 GAL AST FUEL TANK - NO DRAWINGS 9/9/2016 False"

Transcription

1 Diesel Fuel Tank and Installation for Fire Station 15 Category: Fire and Police Stations Project ID #: Street Address: 3510 James Madison Hwy. Haymarket Staff Estimate Value $50, VA County: Prince William Stage: SUBBIDS: ASAP Bid Date: 9/29/2016, 03:00PM Architect: Documents Available: Specs available in Insight Plans available from Prince William County - Purchasing Office Last Update: 9/9/2016 New Project Personal Notes User Note Update Date Adam Sweet 750 GAL AST FUEL TANK - NO DRAWINGS 9/9/2016 False Notes Private? Scope Notes Details Renovation of a fire / police facility in Haymarket, Virginia. Completed plans call for the renovation of a fire / police facility. Contact Information: Torry Huff 1 County Complex Court Prince William, VA Phone: THuff@pwcgov.org Prince William County is soliciting quotes to install a new 750-gallon diesel fuel tank and dispensing system. The supplies and services shall strictly conform to the specifications set forth in this Solicitation in Section III.3 and any amendments thereto.the contractor to furnish and install a motor vehicle fuel dispensing system at Fire Station 15 located at 3510 James Madison Hwy., Haymarket, Virginia The system will include a minimum of 750 gallons of storage capacity, will dispense diesel fuel, and shall have a method for securing and recording the number of gallons used. The Contractor shall commence performance within ten (10) business days after receipt of a County Purchase Order.Services shall be completed within sixty (60) calendar days after commencement.services shall be performed between 8:30 A.M. and 4:00 P.M., Monday through Friday, less established County holidays, unless otherwise approved by the County. Development include(s): Renovation Site Walkthrough: 09/20/ :00AM Site Walkthrough at 3510 James Madison Hwy., Haymarket, Virginia Bid Date: 09/29/ :00PM Submit To: Adam Manne Purchasing Manager Prince William County 1 County Complex Court, Room 205 Prince William, Virginia [Division 15]: Boilers. Additional Details Listed On: 9/9/2016 Floor Area: Contract Type: Work Type: Alteration Stage Comments 1: Floors Below Grade: Stage Comments 2: Owner Type: County Bid Date: 9/29/2016 Mandatory Pre Bid Conference: Invitation #: Commence Date: 10/28/2016 Structures: 1 Completion Date: 12/28/2016 Single Trade Project: Floors: Parent Project ID: Parking Spaces: Site Area: LEED Certification Intent: Units: Project Participants Company Role Owner Company Name Prince William County - Purchasing Office Contact Name Torry Huff Address 1 County Complex Ct., Manassas, VA Phone (703) Fax thuff@pwcgov.org (703) Contracts Classification Conditions Bonding Bid Date Bids To Bid Type General Contractor 9/29/2016 Owner Open Bidding Report Date: 9/9/2016 9:02:47 AM 2016 ConstructConnect. All Rights Reserved. Page 1 of 2

2 History User Viewed First Viewed Date Currently Tracked? Date Tracked Adam Sweet True 9/9/2016 True 9/9/2016 Report Date: 9/9/2016 9:02:47 AM 2016 ConstructConnect. All Rights Reserved. Page 2 of 2

3 SECTION I SPECIAL PROVISIONS 1.1 Scope Prince William County is soliciting quotes to install a new 750-gallon diesel fuel tank and dispensing system. The supplies and services shall strictly conform to the specifications set forth in this Solicitation in Section III.3 and any amendments thereto. 1.2 Requesting Agency The Prince William County Department of Fire and Rescue is the main requesting agency for this Solicitation. 1.3 Contract Period The Contract period shall be upon full acceptance of goods, completion of all services, and expiration of all warranties. 1.4 Delivery of Goods Goods are required to be delivered within thirty (30) calendar days after receipt of order from the County. Deliveries shall be F.O.B. destination, freight fully prepaid and allowed in Prince William County. No collect shipments will be accepted. Deliveries shall be made between 8:30 A.M. - 4:00 P.M., Monday through Friday, less established County holidays, unless otherwise approved by the County. Inside delivery required unless otherwise specified. The Contractor shall give 48-hour advance delivery notice to the requesting agency for deliveries that require unloading assistance from the County and/or for deliveries made to County job site locations. All shipments/deliveries shall be accompanied by packing slips or delivery tickets, which shall contain the following information for package or load. Contractor s Name and Address Contract Number Purchase Order Number Task Order Number/Work Order Number/Bar-coding etc., if applicable Goods Ordered Goods Delivered (article/quantity/date) Goods Back Ordered Failure to comply with these conditions shall be considered sufficient reason for refusal to accept the goods. Page 1 of 15

4 III.3 Specifications The contractor to furnish and install a motor vehicle fuel dispensing system at Fire Station 15 located at 3510 James Madison Hwy., Haymarket, Virginia The system will include a minimum of 750 gallons of storage capacity, will dispense diesel fuel, and shall have a method for securing and recording the number of gallons used. Detailed Scope ofwork: 1. The Contractor shall be responsible for pulling all required permits, licenses, and notifications to the appropriate agencies. This shall include filling out any and all permit applications and the contract price shall include all such fees. 2. The Contractor shall be responsible for leasing any and all equipment and providing labor required to unload equipment or to set the 750-gal tank in place. 3. The Contractor shall be responsible for unloading, setting and securing stairs or landings to the existing concrete pad. 4. The Contractor shall be responsible for arranging and performing any pressure tests with the Authority Having Jurisdiction (AHJ). The AHJ may also require pressure testing of the supply lines. Any caps or plugs necessary to complete these tests are to be provided by the Contractor. 5. The Contractor shall furnish and install 1" black steel pipe for fuel lines to the pumps. No supply lines should be installed more than 6" below the top of the tank. 6. The Contractor shall furnish and install pressure relief valves in both lines and they shall be set to relieve at 25psi. 7. The Contractor shall furnish and install two 1" ball valves in each supply line. 8. The Contractor shall furnish and install One (1) new fuel pump and an appropriate mounting pedestal at edge of pavement; location to be coordinated with Owner. 9. The Contractor shall furnish and install One (1) new High Hang Hose Retractor. 10. The Contractor shall furnish, install, and field wire a puiser for each pump. 11. The Contractor shall furnish, install, and field wire a Fuel Management System. The system shall be suitable for outdoor locations. A user friendly, and code compliant location will be determined with the contract administrator. If mounting pedestal or shelf is required, it shall be supplied and installed by the Contractor. 12. The Contractor shall provide and install a new Electric High Level Alarm system that is clearly visible from the two points of fill. 13. The Contractor shall furnish and install electrical conduit from the existing conduit to the One (1) pump, Fuel Management System, and High Level alarm system. Contractor must verify that wire size, over current protection, and exiting conduit are adequate and properly sized and installed as part of the installation. 14. The Contractor shall furnish and install all electrical wiring required for the One (1) fuel pump, Fuel Management System, High Level System, and Emergency Stop Switch. Electrical connections shall terminate in the electrical control room and be wired into a panel that is on emergency generator power. 15. The Contractor shall furnish and install the required amount of 6" Steel Bollards to protect the fueling equipment. The Contractor shall primer and paint all steel piping and bollards. 16. The Contractor shall start the fuel system and check for proper operation. Any identified issues shall be corrected to the satisfaction of the Contract Administrator. Page 13 o f 15

5 17. The Contractor shall be responsible for maintaining a clean and neat work environment. Al 1 equipment and materials shall be stored neatly at night time. Additionally, the roadway shall be maintained to allow emergency vehicle passage at all times. 18. The use of any subcontractors shall be the responsibility of the Contractor. This includes contracting, payment, and will be held responsible for employee actions while working on-site. Subcontractors shall be pre-approved for use by the County. 19. The Contract Administrator will be responsible for providing a site plan if it is required for permitting purposes. 20. The Contract Administrator is responsible for furnishing all fuel for the new tank. 21. Install 20 feet x 40 feet concrete pad and bollards ( bollards to be painted yellow) A. GENERAL 1. Provide the Con Vault Aboveground Tank System approved for listing under U.L. Standard 2085, Aboveground Tanks, Protected Type, Secondary Containment with Vehicle Impact and Projectile Resistance. Unit must comply with all provisions of U.F.C. 79-7, Appendix A-II-F. The tank and its enclosure shall be a completed unit at the factory (shop fabricated). B. PRODUCTS 1. Primary Tank: The primary tank shall be rectangular in shape, constructed with a minimum of 10 gauge thick carbon steel, listed per U.L. Standard 142, and meet the requirements of N.F.P.A. 30. Welds shall be continuous on all sides, conforming to the American Welding Society Standard for continuous weld. The tank shall be warranted for a minimum of 30 years by the manufacturer. 2. Concrete Encasement: The concrete encasement shall be 6" thick with a minimum design strength of 4000 psi. Concrete enclosure shall encase and protect both the primary steel tank and the secondary containment. The concrete design shall include the following for long-term durability: no less than 3% air entrainment with a maxi mum of 5%, water-reducing admixture, and steel reinforcing bars. Concrete placement shall be monolithic (without seams) and placement methods shall ensure the absence of voids on all sides and beneath the steel tank. An exterior steel jacket covering the concrete vault will NOT be permitted. The steel tank shall be pre-stressed at factory by pressurizing the primary steel tank to 5 psi during concrete encasement to allow for expansion and contraction of the primary steel tank. Vault enclosure shall have concrete support legs of unitized monolithic construction raising the concrete enclosure a minimum of 3" above the ground to meet visual inspection requirements. A mid-level seam or other joint construction which could compromise the liquid tightness (secondary containment) and fire protection capability of the vault is not permitted. 3. Fire Resistance: The tank system shall be designed and tested to provide 2-hour fire protection for the primary tank as per U.L hour furnace fire test and 2-hour simulated pool fire test. No steel members shall penetrate the walls or floor of the concrete encasement to assure isolation from pool fire heat. 4. Thermal and Corrosion Protection: The tank construction shall include thermal insulation equivalent to.25 inches of polystyrene to protect against temperature extremes, and to protect against corrosion by isolating the steel tank from the concrete or other corrosive material. All steel exterior to the concrete encasement shall be anti-oxidant powder coated to inhibit corrosion and meet A.S.T.M. B 117. Page 14 o f 15

6 5. Blast Resistance: The tank system design shall be the subject of a Blast Effects Analysis (BEA) for resistance and performance under the following blast threat scenarios: 1) a 50-pound man-portable improvised explosive device (MPIED) at the standoff distance of 5 ft. and 20 ft.; 2) a 500-pound vehicle-bom improvised explosive device (VBIED) at the standoff distance of 5 ft. and 20 ft.; 3) a vapor cloud explosion (VCE) with a load of 10 psi. The BEA shall conclude that the tank system shall resist and remain intact, without failure of the primary tank. The engineering consultants performing the BEA shall be a nationally recognized firm with over 10-year experience offering comprehensive services related to blast and impact effects analysis, explosive safety design, vulnerability assessments and threat mitigation. 6. Secondary Containment with Leak Monitoring: The tank system shall include an impervious barrier of 30 mil high-density polyethylene to contain leaks from the primary tank. This secondary containment must be inside and protected by the 2-hour rating of the vault. A monitoring tube shall be located between the inner tank and secondary barrier. 7. Spill/Overfill Containment: The tank system shall include a U.L. listed 7-gallon spill/overfill container manufactured as an integral part of the primary tank, surrounding the fill pipe, and protected by 2 hour fire rating of the enclosure. The spill/overfill container shall include a stick port and normally closed valve to release spilled product into the main tank. Exterior steel shall be anti-oxidant powder coated to inhibit rust. 8. Overfill Protection: Overfill protection shall be provided by the following methods: a) direct reading level gauge visible from fill pipe access; b) valve rated for pressurized delivery located within fill pipe to close automatically at 95% full level; c) high level alarm 9. Exterior Finish: The tank system shall be a low maintenance exposed aggregate or architectural (STO, Permacrete, Thorocoat) exterior concrete finish. Fiber clad steel, or painted steel vault tanks are not acceptable. 10. Signage: Tanks shall be marked on all sides as per state and local codes. Signs shall be recessed in concrete exterior to insure against damage during off-loading, refilling or general functions. 11. Venting: Tank system shall include an atmospheric vent and emergency venting in accordance with N.F.P.A. 30. Page 15 o f 15