Specifications include, but are not limited to: Each inspection shall include: Test electronic and mechanical leak detection equipment for operability (and annually thereafter). Inspect overfill prevention equipment for proper operation (and every three years thereafter). Test spill basins for liquid tightness (and every three years thereafter). Test all containment sumps that are used for piping interstitial monitoring including tank-top sumps, transition sumps, and under dispenser containment. PMMIC will conduct an “annual walkthrough Inspection” as well as “Biennial (every two years) Compliance Inspections”. The City’s UST Operator Class A & B designee or PMMIC will complete the following inspections: All 30-day inspections (besides the initial first 30-day inspection completed by the Contractor) will be completed by the City of Cedar Rapids UST Operator Class A & B designee. Repairs - All repairs shall be issued on a Work Order Form (form available within the Bid Attachments). The Senior Fleet Administrator shall complete the Work Order Form with the scope of the project which will then be sent to the Contractor. For pre-scheduled work, the Contractor shall provide a written, not-to-exceed cost estimate for the project & include a detailed breakdown of the cost, including estimated hours of work, the job classification with the corresponding firm fixed hourly rate (stated on the Bid Rate Submittal Form), a detailed equipment & material list with make, model & cost of each item, delivery schedule, etc. Contractor shall contact the Senior Fleet Administrator to request a Work Order Form for non-emergency work within 24 hours of initial findings & provide a written estimate within three (3) business days of the original request. It is the Contractor’s responsibility to ensure they have all information to prepare accurate estimates. All work is to be completed in a professional & expedient manner, based on the scope of the request.