Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Dick's Petroleum Co.
Click's Petroleum Company 106 Third Avenue NE PO Box 729 Tripoli IA 50676 bib CITY C - WITERLOC3 CITY CLFR S OFFIff 23 2017 i : 7 _ 0O c .r� tick:610�v. TXJ: C�4 Clerk L3iC81ce1 "IIS nutx\Dexc Qa-\--er 50703 Page 1 of 10 Bid #08-1001 CITY OF WATERLOO 715 Mulberry St., Waterloo, Iowa 50703 (319) 291-4300 REQUEST FOR BID - THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS AND CONDITIONS CONTAINED HEREIN. SUBMIT BID TO THE CITY CLERK AT THE ADDRESS BELOW, BY THE TIE AND DATE SPECIFIED, IN A SEALED ENVELOPE CLEARLY MARKED WITH BID NUMBER, AS NOTED BELOW. NO FAXED BIDS ACCEPTED. COST SUMMARY: 1. Equipment Mfg / Model: \N(L j AL Gip 4tL' 2. COST:A JCAOfl LA c a.c s1' 0 Ga P (I) TOTAL: 3 iN 7A I OPTION A, Outright Purchase: Replacement of Four (4) Existing Fueling Dispensers $ 3Z i W-7 %. a (Complete Installation Included) 3. DELIVERY: If awarded the contract of the above bid, weagree to deliver equipment on or before CD 11 I �O `-1 if formal order to proceed is received by Li 1A1 10 I 1 \Cs Mr -014) U rrl Campo u Name of Firm: Address: IbL r3 AuC L , T»ipn I 1 Tyearn Solo I In Name & Title of Representative: t' 1 C Cl_Q'•��?1'GfultiQ f" f'('-`� Signature of Representative f tiEG� p� en -t deti E -Mail Address: a ecsa.'f.L.,Th1DUL er-krray".L web Site Address: www.f11 C.AI'S fle o /€ tun. f o1r'` Date Signed (di laDI l Date Bid Expires: Li la,1j wriPhone No.: 3I9-Rt1-3O'PPFax No.: 31'1 k& 3y Submit Bid to: City of Waterloo, lowa, ATTN: City Clerk Bid # 081001 715 Mulberry St. Waterloo, IA 50703 Page 2 of 10 Bid #08-1001 Section I. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL BID #08-1001, PURCHASE AND INSTALLATION OF FOUR (4) FUEL DISPENSER The City of Waterloo intends to purchase FOUR (4) Fuel Dispensers to replace existing dispensers located at 1315 Black Hawk Street, Waterloo, IA, to be used by the City to provide fuel to it's vehicle fleet according to the minimum specifications outlined in Section II of this document. All transportation, installation and delivery charges shall be included in the bid price. The SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL in Section I and the DETAILED SPECIFICATIONS in Section II clarify this specific document but are in addition to the GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS in Section III. The City reserves the right to consider not only the bid price but also the ability of the vendor to provide service and parts for the equipment being bid. Contract Compliance will be forwarded to the awarded Vendor ONLY. A. THE FOLLOWING OPTION WILL BE CONSIDERED: 1. Option A: Outright Purchase. B. BID OPENING/BID AWARD: 1. The bid opening for this project will be held at 1:OOpm CST, First Floor Conference Room on Thursday, March 30, 2017 with award of bid tentatively scheduled for April 3, 2017. C. DELIVERY: 1. The Contractor shall coordinate delivery with the Public Works Director. 2. Delivery of the new equipment shall be coordinated with the Public Works Office. D. BIDDING REQUIREMENTS: 1. Bidders are not required to bid on all options for their bid to be considered. 2. Proposed alternates shall meet the requirements of Sec. III -C-2, GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS. 3. 5% BID SECURITY IS REQUIRED FOR THIS BID. 4. Bidder shall submit the following: a. Completed and signed COST SUMMARY, Page 1. b. Completed DETAILED SPECIFICATIONS, Sec. II. c. Manufacturer's catalogs, specifications sheets, or other literature, giving full detailed information on equipment bid. The equipment shall be identified in the catalog, specification sheets, or literature by model and number. d. Manufacturer's warranty literature E. CONTRACT AWARD: 1. It is the intent of the City to make an aware within fourteen (14) calendar days of the bid opening date. 2. Award for the purchase and trade-in(s), if any, shall be in the form of a Notice to Proceed. 3. Aware shall be based on the criteria in Sec. III -D, GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS. 4. Consideration may be given to delivery date, anticipated parts and service, analysis and comparison of equipment specifications details, and past experience of the City with similar or related vehicle(s)/equipment. 5. Awarded Contractor shall complete and return contract compliance within thirty- (30) calendar days of contract award. F. SPECIFIC CONDITIONS AND INSTRUCTIONS: 1. The above conditions and instructions clarify this specific bid document, and are in addition to the attached G GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS (Sec. 111). QUESTIONS: City of Waterloo Public Works Mark Rice, Director 625 Glenwood St. Waterloo, Iowa, 50702 (319) 291-4445 Page 3 of 10 Bid #08-1001 Section II. DETAILED SPECIFICATION BID #08-1001, PURCHASE FOUR (4) FUEL DISPENSERS MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS 1 Bid Completion: Bidder shall complete every item in these specifications with a check mark to indicate the item MEETS or EXCEEDS specification. Also include a description under COMMENTS to indicate deviation from the specifications OR where additional information is requested. 2 Specifications: These specifications describe the minimum technical requirements of the proposed equipment. Any items appearing in the manufacturer's regular published specifications are assumed to be in the Bidder's Proposal. Any additions, deletions or variations from the manufacturer's regular published specifications must be outlined in the detailed specifications below. 3 Current Year/Model: The awarded Contractor shall provide F.O.B. Waterloo, Iowa, one (1) new, current year and model production equipment as described throughout Section II, DETAILED SPECIFICATIONS. 4 Compliance: At the time of delivery, Contractor shall certify that the equipment meet all applicable State and Federal Motor Vehicle Safety StandarrdsOSHA Safety Standards AND DNR requirements. 5 rd (1 'W41 tHHt 6vtC d' p\4M/1C ),--“3,o7,-P 6-G-62°3 9 I- 6-0,01P Equipment Proposed: Specify Year/Make/Model of proposed dispenser units. State as item 1 on COST SUMMARY, page 1 6Installation of Equipment: The successful bidder is responsible for / kto p f do wit bitted- - -i-cmt gookr Or lewk'i-ei- removal of existing dispensers, installation of replacement dispensers, insure connectivity with existing card reading equipment and connectivity with tank gaging and leak detection equipment/software. 7 Unit proposed: Specify YEAR/MAKE/MODEL of proposed unit. v/ '")-en �tyn-e 66i0z 1 C3) (-61-1, SC!) State as item 1 on COST SUMMARY, page 1. 6-62n3 f'(( Page 4 of 10 Bid 1108-1001 MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS 1 Four (4) fuel dispensers, each with 2 hoses to support City operations. 2Two (2) dispensers shall dispense diesel fuel and Two 2 dispensers shall dis.ense gasohol. 3 Reliance series G6205P Twin 1 HS (2 hoses, 1 / V 67-.05-13 P -Fr Citafug.9 1- 67.07 P 0044 product, 2 pumps or com.arable for diesel island. 4 Reliance series G6202P Twin 1 (2 hoses, 1 product, 1 pump) or comparable for gasohol island. 5 2HP fixed sub pump for the two diesel dispensers Aid b,- Li. with mechanical line leak detection. 6 % HP fixed sub pump for the two gasohol �/O f fro( N dispensers 7 If switching to a pressure system system must be 1 ( �( Up /% T 4710+ verified that the current piping is acceptable by Iowa DNR. 8 9 10 2 3 tt 1 Two (2) instruction books/operator's manuals. '- ; I 5-../p14 up)".2Two (2) complete parts manuals. i IUPC -Pik 6 at ( ft(*( 1 Minimum Warranty: A minimum of one (1) year parts and labor shall be provided on all components. Regardless of any statement to the contrary, it is agreed that the implied warranty of merchantability and fitness for a specific purpose is not disclaimed. 2 Warranty Literature: Manufacturer's warranty literature shall be included in the bid. ,/// Page 5 of 10 Bid 1/08-1001 Section III. GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS CITY OF WATERLOO, IOWA The general rules and conditions that follow apply to all bids issued by the City UNLESS OTHERWISE SPECIFIED. Bidders or their authorized agents are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids; failure to do so shall be at the bidder's own risk. Bids and contracts issued by the City of Waterloo shall bind bidders to applicable conditions and requirements herein set forth UNLESS OTHERWISE SPECIFIED in the bid documents, and are subject to all federal, state, and municipal laws, rules, regulations, and limitations. "Bid' as referenced herein shall include all bids quotations and proposals. "Bid date" as referenced herein shall mean the local date and time specified in the bid documents. A. CONDITIONS FOR BIDDING 1. COMPLETENESS/AUTHORIZATION OF BID. Bidder shall supply all information and submittals required by the bid documents to constitute a proper bid. Bid shall be signed with the firm name and by an authorized agent. 2. ADDRESSING OF BID. Unless otherwise specified, faxed bids will not be accepted. Bid shall be submitted in a sealed envelope clearly marked on the front with bid number and due date, and unless otherwise specified, addressed to: City Clerk's Office, City of Waterloo, City Hall, 715 Mulberry St., Waterloo, Iowa, 50703. 3. BID DEADLINE/OPENING. Bidder shall be responsible for taking whatever measures are necessary to ensure that the bid reaches the office of the City Clerk or otherwise specified agent on or before the local time and date specified. The City shall not be responsible for, and may not consider, any bid delayed in the postal or other delivery service, or in the city's internal mail system, nor any late bid, amendment thereto, or request for withdrawal of bid received after the date specified. Bidders and/or their authorized agents may be present if a formal bid opening is held, at which time all bids shall be opened and cost data read aloud. A written request for withdrawal of a bid or any part thereof may be granted, provided the request is received by the City prior to specified bid date. Bids received after the time and date specified on the request for bid will not be opened and will not be considered for award. 4. BIDS BINDING 30 DAYS. Unless otherwise specified, all formal bids submitted shall be binding for thirty (30) calendar days following bid date, unless the bidder(s), at the request, agrees to an extension. 5. TRADE SECRETS OR PROPRIETY INFORMATION. Trade secrets or proprietary information that are recognized as such and protected by law may be withheld if clearly identified as such in the proposal. 6. BIDS FOR ALL OR PART. Unless otherwise specified, bidder may restrict his/her bid to consideration in the whole by so stating, but shall name a unit price item bid upon; any bid on which the bidder names a total price for all items without quoting a price on each and every separate item may be rejected at the option of the City. 7. DISCOUNT BIDS. Discounts may be taken into consideration. 8. MULTIPLE BIDS. Bidders may submit more than one bid, provided these additional bid or bids are properly submitted on the bid forms. 9. COMPETENCY OF BIDDER. No bid may be accepted from or contract awarded to any person, firm or corporation which is in arrears or in default to the City of Waterloo upon any debt or contract, or has failed to perform faithfully any previous contract with the City. The bidder, if requested, shall present evidence of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these specification and contract documents; such evidence shall be presented within a specified time and to the satisfaction of the City. 10. COLLUSIVE BIDDING. The Bidder certifies that his/her bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same project, without prior knowledge of competitive prices, and it is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 11. OFFICERS NOT TO BENEFIT. Upon signing this agreement, Consultant acknowledges that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exception to said statutory provision enumerated in Section 362.5. 12. EQUAL EMPLOYMENT OPPORTUNITY. All bidders are subject to and must comply with the provisions of the City's EEO policy and applicable local, state and federal anti -discrimination laws. All City contractors, subcontractors or consultants with contracts of $25,000 or more (or less, if required by another governmental agency) must abide by the requirements of the City's Contract Compliance. Emergency contracts are exempt from this provision. 13. SAMPLES/LITERATURE REQUIRED. When required, each bidder shall submit samples and/or catalogs, descriptive literature, detailed drawings, and other information necessary to fully describe the proposed commodity or service. Page 6 of 10 Bid #08-1001 Bidder shall bear the cost of and make arrangements for the delivery and removal of samples to the specified location. The City may retain awarded bidder's samples until delivery of contracted commodities and/or service has been completed and accepted. Unsuccessful bidders shall remove samples as soon as possible after bid award. The City shall not be responsible for such samples if not removed by the bidder within thirty (30) calendar days after the award has been made. 14. BID SUMMARY. Summary of bid award made will be posted to the City's web -site at www. )00000 0000000( XX or mailed to those bidders who enclosed a stamped, self-addressed envelope with their bid. B. BONDS AND INSURANCE 1. BID SECURITY. When required, no bid shall be considered unless accompanied by either of the following forms of bid security: a. A certified or cashier's check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States, or a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, in an amount equal to a minimum of five percent (5%) of the bid. b. A bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in a penal sum of a minimum of five percent (5%) of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF WATERLOO, IOWA, and shall be forfeited to the City of Waterloo as liquidated damages in the event the successful bidder fails to enter into a contract within fourteen (14) calendar days and, when required, post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said work, if required, pursuant to the provisions of the bid documents and other contract documents. The amount of the check, draft or bond shall not constitute a limitation upon the right of the City of Waterloo, Iowa, to recover for the full amount of such damage. Security deposits of the lowest two (2) or more bidders may be retained pending contract award or rejection. All other security deposits will be returned promptly. 2. PERFORMANCE BOND. When required, the successful bidder shall furnish a bond in the amount of one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City and shall guarantee the prompt payments of all materials and labor and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract, and shall also guarantee the maintenance of the improvement for a specified period following its completion and acceptance by the City. A letter of Irrevocable Credit from a responsible lending agency approved by the City, for the same guarantee(s) as noted above, may be submitted for approval. The City reserves the right to accept or reject this form of guarantee. 3. INSURANCE REQUIREMENTS. The City requires that the Contractor's insurance carrier be A rated or better by A.M. Best. When required, the successful bidder shall provide insurance as follows: Certificate of Insurance; Cancellation or Modification Before commencing work, the Contractor shall submit to the City for approval of a Certificate of Insurance meeting the requirements specified herein, to be in effect for the full contract period. ii. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. Cancellation or modification of said policy or policies shall be considered just cause for the City of Waterloo to immediately cancel the contract and/or to halt on the contract, and to withhold payment for any work performed on the contract. b. Minimum Coverage Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Informal Project Specs: Class 1 (under $IM) Type of Coverage Each Occurrence Aggregate a. Comprehensive General Liability (1) Bodily Injury & Property Damage $500,000 $1,000,00 b. Automobile Liability (1) Bodily Injury & Property Damage Combined Single Limit $500,000 c. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Formal Project Specs: Class II (over $1 M) Type of Coverage Each Occurrence Aggregate a. Comprehensive General Liability (1) Bodily Injury & Property Damage $1,000,000 $2,000,000 Combined b. Automobile Liability Single Limit (1) Bodily Injury & Property Damage $1,000,000 c. Excess Liability $1,000,000 $1,000,000 d. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. WHEN ADDITIONALLY REQUIRED e. Errors & Omissions $500,000 f. Fidelity Bond (minimum) $50,000 g. Hold Harmless; Endorsement required. C. SPECIFICATIONS Page 7 of 10 Bid 408-1001 1. FORMAL SPECIFICATIONS. The bidder shall abide by and comply with the true intent of the specifications (not take advantage of any unintentional error or admission). Whenever herein mention is made of a commodity and/or service to be proved in accordance with laws, ordinances, building codes, underwriters' codes or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as the minimum requirements of the specifications. The absence of a written list of deviations submitted with the bid shall hold the bidder strictly accountable to the City and to the specifications as written. Any unauthorized deviation from the specifications may be grounds for rejection of the commodity and/or service when delivered. E. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's name or catalog number, it is understood that the bidder proposes to furnish the commodity and/or service so identified by the City unless the bidder specifically proposes an alternate. In bidding on a proposed alternate, the bidder shall clearly state on his/her bid exactly what he/she proposes to furnish, and forward with his/her bid, a complete description of the proposed alternate, including brand, model number, drawings, performance and test data, references, and any other information necessary for a complete evaluation. Bidder shall include a statement setting forth any changes in other materials, equipment, or other work that would be required by incorporation of the proposed alternate. The burden of proof of the merit of the proposed alternate is upon the proposer. The City's decision to approve or disapprove of a proposed alternate shall be final. F. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the bid documents shall be made by addendum to bidders of record. Interpretation, corrections or changes of the bid documents made in any other manner shall not be binding, and bidders shall not rely upon such interpretations, corrections or changes. The City shall issue any addendum within a reasonable time prior to the bid date. Unless otherwise specified, the addendum will be posted to the City of Waterloo web -site www. .orq. It is the bidder's responsibility to visit this web site to insure that they have received all important addenda or revisions to the Invitation to Bid prior to bidding. D. AWARD OF CONTRACT 1. AWARD OR REJECTION OF BIDS. Unless otherwise specified, the contract shall be awarded to the lowest responsible and responsive bidder complying with the provisions of the bid documents, provided the bid price is reasonable and it is the best interest of the City to accept it. The City reserves the right to reject any and all bids, to accept in whole or in part, to add or delete quantities, to waive any informalities in bids received, and to accept or reject any bid that deviates from specifications when in the best interest of the City. The City also reserves the right to reject the bid of any bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a bidder who, investigation shows, is not in a position to perform the contract. In determining a bidder's responsibility, the City may consider the following qualifications, in addition to price: • The quality, availability, adaptability and life cycle costing of the commodities and/or service. • Guarantees and warranties. • Ability, capacity and skill to provide the commodities and/or service required within the specified time. • Ability to provide future maintenance and service. • Character, integrity, reputation, experience and efficiency. • Quality of performance of previous and/or existing contracts. • Previous and existing compliance with laws and ordinances relating to contracts with the City and to the bidder's employment practices. • Whether the bidder is in arrears to the City, in dept on a contract or is a defaulter on surety to the City. • If reasonable doubts arise as to bidder's solvency, the City reserves the right to require financial information sufficient to show solvency and/or require a performance bond. • Such other relevant information as may be secured by the City. In determining a bidder's responsiveness, the City shall consider whether the bid conforms in all material respects to the bid documents. 2. LOCAL PURCHASES. Unless otherwise specified, cost and other considerations being equal, local firms (i.e., an office in Waterloo) shall be given first consideration for the purchasing of goods or services. 3. STATE OF IOWA RESIDENT BIDDER PREFERENCE. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Page 8 of 10 Bid #08-1001 Iowa Statutes. The Iowa Reciprocal Preference Act (SF 2160) applies to the contact with respect to bidders who are not Iowa residents. 4. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state purchase consideration. 5. THE BIDS. If two or more bidders submit identical bids and are equally qualified, the City's decision to make award to one or more of such bidders shall be final. 6. ERRORS IN BID. Any ambiguity in any bid as a result of omission, error, lack of clarity or non-compliance by the bidder with specifications, instructions and all conditions of bidding shall be construed in the light most favorable to the City. Any changes that are made to this bid (white out, crossing out, etc.,) before submission must be dated and initialed in all areas that a change was made. 7. CONTRACT AWARD. A written award in the form of a Purchase Order or other instrument shall result in a binding contact without further action by either party. E. GENERAL CONTRACT PROVISIONS 1. INSURANCE/PERFORMANCE BOND. When required, current Certificate of Insurance and/or Performance Bond in the amounts specified shall be on file with the City before work can commence. 2. AVAILABILITY OF FUNDS. A contract shall be deemed executory only to the extent of appropriations available to each department for the purchase of such commodities and/or service. The City's extended obligation on these contracts, which envision extended funding through successive fiscal periods, shall be contingent upon actual appropriation for the following fiscal year. 3. CONTACT ALTERATIONS. No alterations or variables in the terms of a contract shall be valid or binding upon the City unless authorized in writing by both parties. 4. SUBLETTING OF CONTRACT. Contractor shall not assign, transfer, convey, sublet or otherwise dispose of his/her contract or his/her right, title or interest therein, or his/her power to execute such contract, to any other person, form or corporation, without the prior written consent of the City, but in no case shall such consent relieve the Contractor from his/her obligations, or change the terms of contract. 5. CONTRACT PERIOD. Contract shall remain in force for a full period specified and until all commodities and/or services ordered before date of termination shall have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall be met, unless: a. Extended upon written authorization of the City and accepted by contractor, to permit ordering or unordered balances or additional quantities at contract prices and in accordance with contract terms. b. Extended upon written authorization of the City and accepted by contractor, for a period negotiated and agreed upon by both parties, when in the best interest of the City. Terminated due to default, as described below. 6. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written notice of default to the Contractor upon non-performance, violation of contact terms, delivery failure, bankruptcy or insolvency, or the making of an assignment for the benefit of creditors. An award may then be made to next low bidder, or when time is of the essence, similar commodities and/or service may be purchased on the open market. In either event, the defaulting Contractor (or his/her surety) shall be liable to the City for cost to the City in excess of the defaulted contract price, Lack of knowledge by the Contractor will in no way be a cause for relief from responsibility. 7. DELIVERY FAILURES. Failure of a contractor to provide commodities and/or service within the time specified, unless extended in writing by the City, or failure to replace rejected commodities and/or service when so directed by the City shall constitute delivery failure. When such failure occurs, the City reserves the right to cancel or adjust the contract, whichever is in the best interest of the City. In either event, the City may purchase in the open market commodities and/or service of comparable worth to replace the articles of service rejected or not delivered. On all such purchases, the Contractor shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of contract prices or the City may deduct such amount from monies owed the Contractor. If the contract is not cancelled, such purchases shall be deducted form contract quantities. The City reserves the right to accept commodities and/or service delivered which do not meet specifications or are substandard in quality, subject to an adjustment in price to be determined by the City. The Contractor shall not be liable in damages for delivery failure when such failure is the result of fire, flood, strike, act of God, act of government, act of an alien enemy or any other circumstances which, in the City's opinion, is beyond the control of the Contractor. Under such circumstances, however, the City may at its discretion cancel the contract. 8. NEW GOODS. FRESH STOCK. All contracts, unless otherwise specified, shall produce new commodities, fresh stock, latest model, design or pack. 9. PROFESSIONAL WORKMANSHIP. Professional workmanship shall meet or exceed existing industry standards. 10. GUARANTEE. Unless otherwise specified, the Contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a minimum period of one (1) year from date of acceptance of the items delivered and installed. If, within the guarantee period, any defects or signs of deterioration are noted which in the City's opinion are due to faulty design, installation, workmanship, or materials, the Contractor, upon notification and at his/her expense, shall repair or Page 9 of 10 Bid #08-1001 adjust the equipment or parts to correct the condition or he/she shall replace the part or entire unit to the complete satisfaction of the City. These repairs, replacements or adjustments shall be made only at such time as shall be designated by the City as least detrimental to the operation of the City business. Regardless of any statement to the contrary, the Contractor agrees that the implied warranty of merchantability and fitness for a specific purpose is not disclaimed. 11 INDEMNITY. The Contractor shall indemnify, defend and hold harmless the City of Waterloo and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Waterloo. Contractor further agrees to: i. Save the City, its agents and employees harmless from liability of any nature or kind for the use of any copyright or uncopyright composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of the contract of which the Contractor is not the patentee, assignee, licensee or owner. ii. Protect the City against latent defective material or workmanship and to repair or replace any damages or marring occasioned in transit or deliver. iii. Furnish adequate protection against damage to all work and to repair damages of any kind, to the building or equipment, due to contractor's own work or to the work of other contractors, for which he/she or his/her workers are responsible. iv. Obtain all Permits and licenses required by City, state, and federal governments and pay all related fees. The Contractor shall also comply with all laws, ordinances, rules and regulations of the City, State of Iowa and the Federal Government. 12. OSHA REQUIREMENTS. All commodities and/or service shall satisfactorily comply with applicable OSHA regulations in effect at the time commodities are shipped and/or the service is performed. Material Safety Data Sheets (MSDS) are required in accordance with applicable regulations. 13. NON-DISCRIMINATION. Contractor shall not discriminate against any employee or applicant for employment or any member of the public because of race, color, creed, religion, national origin, sex, gender identity, sexual preference, disability, marital status, or age, or otherwise commit an unfair employment practice. Contractor further agrees that this non-discriminatory agreement shall be incorporated by the Contractor in all contracts entered into with suppliers of commodities and/or services, contractors, and subcontractors, and all labor organizations furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor or services in connection with this contract. F. DELIVERY PROVISIONS 1. CARTAGE. All items shall be delivered F.O.B. destination, and delivery costs and charges included in the bid unless otherwise state in the specifications or proposal. 2. RESPONSIBILITY FOR COMMODITIES AND/OR SERVICE DELIVERED. The Contractor shall be responsible for any commodities and/or service covered by this contract until they are delivered at the designated point, but the Contractor shall bear all risk for rejected commodities and/or service after written notice of rejection. Rejected commodities and/or service shall be removed and/or replaced by and at the expense of the Contractor promptly after written notification of rejection, unless public health and safety require destruction or other disposal of rejected delivery. Upon Contractor's failure to do so within thirty (30) calendar days after the date of notification, the City may return the rejected commodities to the Contractor and/or replace services at the Contractor's risk and expense, or the City may dispose of them as its own property. 3. INSPECTIONS. Final inspection of commodities and/or service shall be conclusive except as regards latent defects, fraud, or such gross mistakes that amount to fraud. Final inspection and acceptance or rejection of the commodities and/or service shall be made within a reasonable time after delivery, but failure to inspect and accept or reject commodities and/or service shall not impose liability on the City if such commodities and/or service are not in accordance with the specifications. All delivered commodities shall be accepted subject to inspection and physical count. 4. TIME OF DELIVERY. Bidders shall guarantee delivery of supplies in accordance with such delivery schedule as may be provided in the specifications and proposals. Deliveries will be accepted between 7:00 a.m. and 4:00 p.m., weekdays only. No deliveries shall be accepted on Saturdays, Sundays or holidays, unless otherwise authorized. 5. PACKING SLIPS OR DELIVERY TICKETS. All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered: • Purchase Order number. • Name and address of ordering department/division. • Name of the contractor. • Commodity name. • Supplier's stock number. Page I O of I O Bid #08-I00I • Quantity ordered. • Quantity and date shipped. • Quantity back ordered. Vendors are cautioned that failure to comply with these conditions may be considered sufficient reason for refusal to accept the commodities and/or for delay in payment. G. PAYMENT PROVISIONS 1. PAYMENT TERMS. Payment may be made only after inspection and acceptance by the using department and, when required, approval by the City Council. No partial payments shall be made unless othe4rwise authorized by the City, or unless commodities were constructed, erected, installed or tested on site, in which case payment shall be made on the basis of a percentage of the value of all work performed less any previous payments. Payment of balances shall be made only after approval and final acceptance by the City. 2. WITHHOLDING PAYMENT. Consideration for withholding payment shall include faulty materials, equipment or workmanship, back orders, and liens that have been filed, or evidence indicating a possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government and State of Iowa shall prevail. 3. INVOICING. Following acceptance, payment shall be made within thirty (30) calendar days from receipt of proper invoice. Invoice shall include bid number, purchase order number, department name, dollar amount, and any other pertinent information. Submit invoice in duplicate to: City of Waterloo Public Works Director 625 Glenwood Street Waterloo, IA 50702 4. TAXES. The City of Waterloo is exempt from all Federal, State of Iowa and other states' taxes on the purchase of commodities and services used by the City of Waterloo within the State of Iowa. The Purchasing Division shall provide tax exemption certification to out-of-state suppliers as required. Out-of-state taxes imposed on purchases of commodities and/or services, which are used within another state, are applicable and subject to payment. Contractors shall bill the City, including tax, for contracts pertaining to the alteration, construction or repair of real property. The Contractor shall provide the necessary Iowa Department of Revenue Contractor's Statement (one contractor's statement for each subcontractor). The Accounting Division shall then contact the State of Iowa of tax reimbursement. Contractors and subcontractors shall pay all legally required sales, consumer and use taxes on all commodities and/or services purchased or rented to complete their contact. Dick's Petroleum Company 106 3rd Avenue PO Box 729 Tripoli, Iowa 50676 800-334-7867 Fax: 319-882-3499 dpcssales(dbutler-bremer.com March 27, 2017 Mark Rice Public Works Director City of Waterloo Public Works Division 625 Glenwood Street Waterloo, IA. 50703 319-291-4267 Fax: 3825 MARK. RI CE@WATERLOO-IA.ORG RE: Bid #08-1001 All of us at Dick's Petroleum Company would like to thank you for the opportunity to give you this quote for the Blackhawk Street pump replacement. If you have any questions, or if I can be of further assistance, please contact me anytime. Please notice that I gave you two options on the hose masts. One per spec and another that will work with hoses up to 17'. If you order the hose masts, I will give you %" x 12' curb hoses for the gas pumps at no extra charge. The masts will not work well with 10' hoses as per bid spec. Following is our estimate to Install 4 new suction pumps at the Blackhawk Street facility utilizing existing product piping, electrical wires and conduits. The equipment is as follows: WAYNE 6200 SUCTION PUMPS 2 — Wayne G6202P 1 product 1 pump 2 hose suction pumps 1 — Wayne G6205P 1 product 2 pump 2 hose suction pump Bid #032717MRS65 Page 1 1 — Wayne G6203P 2 product 2 pump 2 hose suction pump 8-Pulsers to interface with PetroVend system 16 -pump number decals 8 -Do not leave dispenser unattended decals Pumps come with 1 year factory warranty INSTALLATION: • Remove existing hoses, nozzles, etc. to reuse on new pumps • Remove and dispose of existing pumps • Utilize existing electrical wires, conduits, junction boxes • Utilize existing product piping • Set new pumps • Plumb new pumps • Install old hoses, nozzles, etc. • Test new pumps for operation • Test new pumps for operation with PetroVend system • General cleanup TOTAL OF EQUIPMENT & INSTALLATION $32,874.21* ADDITION #1 (hoses, nozzles, etc.) 4-3/4" X 10' curb hose Franklin Fueling FLHFR201000 4- %" breakaways M. CARDER AB34 4- %" x 9" breakaway hoses Franklin Fueling FLHFR200009 4- %" swivels Husky 000350 4- %" unleaded nozzles OPW 11 BP -0500-1 P 4-1" x 17' curb hoses Franklin Fueling FLXSW301700 4- 1" breakaways M. CARDER ABI 4- 1" x 9" breakaway hoses Franklin Fueling FLHFR300009 4-1" swivels Husky 0087 4- 1" Husky 1+10 truck stop style Targe diesel nozzles 177610-3 1 -Installation of above TOTAL ADDITION #1 $2,248.40* ADDITON #2A (hose masts PER SPEC) Bid #032717MRS65 Page 2 • Standard Wayne factory hose masts for gas pumps that will handle up to 17' hose $436.10* per pump(2) • Morrison Brothers 610HHBH0150AR hose mast for diesel pumps that will handle extra -long hoses 17' and longer. $632.18 Per hose (4) • 4-11' x 2" schedule 80 pipe per riser($) $75.00 • Installation of hose masts TOTAL ADDITON #2A $3,700.92* ADDITON #2B (hose masts ) • Standard Wayne hose masts that will handle up to 17' hose $436.10* per pump(4) • Installation of hose masts TOTAL ADDITON #2B $1,784.37* ADDITON #3 (2 -pedestals for PetroVend fuel island terminals) 2-K800 pedestals. Part number — 20-4137 * This does not include the electronic head or any boards associated with system. Remove 2 existing pedestals and install 2 new pedestals utilizing existing electrical wires and conduits. TOTAL ADDITION #3 $1,780:00* *Price does not include any applicable tax and Dick's Petroleum Companies terms and conditions apply. TERMS AND CONDITIONS This quotation is good for 30 days and is subject to supplier price increases. To make sure these prices are still current, call for verification. Any vendor price increases will be forwarded on to the customer with a reasonable markup. We may withdraw this quotation if not accepted within 60 days. Bid #032717MRS65 Page 3 The equipment bid in this quotation carries the manufacturer's warranty only, which will be passed from the seller to the buyer according to the manufacturer's policy. No other warranties are either expressed or inferred. Trade-in of old equipment is figured into this price. Only non-union labor is figured in our final quotation price. If for some reason union labor is required, the difference between the cost of non-union and union labor will be the responsibility of the customer. All material is guaranteed to be as specified, and the above work to be performed in accordance with the drawings and or specifications submitted for the above work and completed in a substantial skillful manner for the sum of Thirty-two thousand eight hundred seventy- four and 21/100 dollars ($32,874.21) plus any additions and any applicable tax. With payment as follows: Balance due 10 days after invoicing. 1 1\2% per month financing charges, starting the 11th day, will apply to past due accounts and also reasonable legal fees in event of default by either party. This agreement shall be deemed to have been made in Bremer County, Iowa, and, if a dispute arises between the parties hereto, it is agreed under the terms and provisions of this agreement that the laws of the state of Iowa shall govern and that any litigation will be in the Bremer County District Court. Persons or companies furnishing labor or materials for the improvement of real property may enforce a lien upon the improved property if they are not paid for their contributions, even if the parties have no direct contractual relationship with the owner. The state construction registry provides a listing of all persons or companies furnishing labor or materials who have posted a lien or who may post a lien upon the improved property. The state construction registry can be found at www.sos.iowa.gov/mnlr, and the toll-free telephone number for the state construction registry is 888-767-8683. Bid #032717MRS65 Page 4 All quotations based on normal conditions. In the event any of the following are encountered and are not made known, Dick's Petroleum Company shall not be held responsible: underground structures, cables, conduits, water, sewer, telephone lines, or any other unknown. Under no circumstances will Dick's Petroleum Company be held responsible for cave-ins, unusual water table levels, sandy soil, rocks, or any developments not encountered under normal circumstances. Any unforeseen problems, changes, alterations, or deviations, to the above -submitted bid, will be done on a time and material basis. Expenses incurred due to inclement weather will be passed onto the customer. Dick's Petroleum is not to be held liable for any state or local laws that may change once contract has been signed. These changes will be billed at time and material. The attached bid is only good on final approval of State Fire Marshall, or other state and or local agencies where applicable. Trade-in of old equipment is figured into this estimate. Respectfully Submitted, Michael R. Sprague President ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions, are satisfactory and are hereby accepted. You are authorized to do this work as specified. Payment will be made as outlined above. We choose addition (Please circle) None 1 2A 2B 3 Print name: Signature: Date: Bid #032717MRS65 Page 5 City of Waterloo Public Works Division March 21, 2017 TO: Prospective Bidders RE: Addendum #1 to Bid #08-1001 'PUBLIC IVOKSKS 1. In reference to the City of Waterloo request for bid (08-1001), replacement of fuel dispensers, the following additions / corrections apply. • CHANGE: In reference to item 3 under minimum specifications, ONE Reliance series G6205P Twin 1 HS (2 hoses 1 product) or comparable.... and ONE G6203P Twin II, 2 hoses, 2 products, 2 pumps or comparable. • ADDITION: Request you bid as an alternate, new hoses, nozzles, breakaways and swivels for each dispenser. %"x 10' hose for the gasohol dispensers and 1" x 17' hose for the diesel dispensers. • ADDITION: Request you bid as an alternate, standard hose masts for the two (2) gasohol dispensers and extra -long hose masts for the two (2) diesel dispensers. • ADDITION: Request you bid as an alternate, replacement card reader pedestals (2) for the site. Mark Rice Public Works Director City of Waterloo, IA Wayne RelianceTM G6200 Series Fleet Mechanical Registration Dispensers Applications Fueling operations requiring only gallons or liters display - government, industry, construction, vehicle rental, marinas, transportation, airports, cardlocks, etc. Reliable mechanical register is ideal for harsh environments. - E85 Option - Lane -Oriented Nozzle Boot - 10:1 Pulser - 100:1 Pulser - HealyVac Vapor Recovery - Light V. Rev A 030117 Standard Equipment Specifications M Non -computer mechanical register wl power reset interlock Non-resettable accumulative totalizer M 2 -piston positive displacement meter (Wayne 2PM) M Gear type pumping unit w/ 1 HP continuous duty motor (suction models) M Internal filter wl standard 10 -micron filter element M 1" high flow internal piping; 1" discharge wl 3/4" reducer bushing M Internal port for satellite piping connection (remote dispenser models) M Powder -coated finish - silver sides and top, blue doors M 115VAC, 60 Hz operation (motors: 115/230VAC, 50/60 Hz) M Less hose and nozzle M For dispensing low viscosity petroleum fuels - diesel, including biodiesel blends up to 20%; kerosene; and gasoline, Including standard oxygenated blends Options - Reversed Accumulative Totalizer - Internal Hose Retractor - Hose Mast Kit - Inlet Check Valve - Two -Stage Solenoid Valve - External Filter Kit - Litres Measure - 230VAC Operation - 50 Hz Operation - Stainless Steel Cabinet G6201P Single 1 Hose, 1 Product, 1 Pump Return to Top of Page A G6201D Single 1 Hose, 1 Product It. Return to Top of Page 1G610 DI Single Shelf -Mount 1 Hose, 1 Product It- Return to Top of Page N287S!R Single 1 Hose, 1 Product It. Return to Top of Page WayneRelianceSeries Models G6202P Twin I 2 Hoses, 1 Product, 1 Pump 40/14,A 1-4 G6202D Twin 2 Hoses, 1 Product L N288S Twin 2 Hoses, 2 Products G6205P Twin I HS G6203P Twin I 2 Hoses, 1 Product, 2 Pumps 2 Hoses, 2 Products, 2 Pumps Vtnst t so- 11 G6203D Twin I 2 Hoses, 2 Products Key = Register = Pump/Motor = Meter = Filter = Inlet u J = Island - Oriented Nozzle Boot = Lane - Oriented Nozzle Boot • = SateIIit Solenoid Reliance Option Selection Model Number: !1G6202P/2GJKIW1 Description: Fleet Twin, One -Product, Suction Pump Dispenser MSRP Price*: $7,340 *Includes $85 net shipping & handling fee Start 0 Click Box of Desired Options Option ❑ E85 Compatibility • Enhanced Capacity ❑ Lane -Oriented Nozzle Boot ❑ 10:1 Volume Pulser & J -Box ❑ 100:1 Volume Pulser & J -Box ❑ 100:1 Money Pulser & J -Box ❑ HealyVac - One Hose ❑ HealyVac - Two Hoses • Intemal Filter D Explosion -Proof AC Junction Box O Hose Hanger ❑ Light ❑ Reversed Accumulative Totalizer ❑ Intemal Hose Retractor ❑ Hose Mast Kit ❑ Hose Mast Vapor Recovery Clamp Kit ❑ Inlet Check Valve ❑ Two -Stage Solenoid Valve ❑ External Filter Kit International Options ❑ Litres Measure • 230VAC Operation (Reset & Valves) ❑ 50 Hz Operation Suffix Price EI prefix N/A /2 Standard /5 $360 17A $700 /7B $1,020 /7C N/A /D3 N/A /D4 NIA IG Standard !J Standard !K Standard //A $175 //F $235 //H $180 /IJ $490 $120 //M $50 //W1 Standard $115 /8 $220 /Z $680 IIC $50 Finish: Painted Silver wl Standard Blue Doors Ad Panels: Super Unleaded Other Items: V. Rev A 030117 O Select Desired Cabinet Finish (scroll down) © Specify Products for Decals on Ad Panels Price Painted Silver w/ Standard Blue DoorS View Images O Select Extended Warranty If Desired Std. Warranty Price Standard Select First Product Name Super Unleaded Second Product - Not Applicable Blank 4 Select or Enter Additonal Items I1 Item 891839-001 Shelf -Mount Kit (S1 only) Qty! Price Disp. Each 1 892081-001 OPW 11 VF Hook Ext. Kit (S1 or Lane) 892080-001 Healy 400 Hook Ext. Kit (S1 or Lane) WP000914-0001 EMCO A4005 Hook Ext. Kit (S1 or Lane) ❑ 892101-001 Short VR Nozzle Hood Kit (Std. Only) ❑ 884223-173 Weather Compensation Sleeve ❑ ❑ 1 N/A N/A N/A N/A $60 $50 Super Unleaded for hoses 1-4 Part Number/Description /G6202P/2GJK/W 1 Shipping & Handling Fee Finish: Painted Silver w/ Standard Blue Doors Ad Panels: Super Unleaded Each Dispenser Includes: Model No. /G6202 P/ 2 G J K W1 Description Fleet Twin, One -Product, Suction Pump Dispenser Enhanced Capacity Internal Filter Explosion -Proof AC Junction Box Hose Hanger Two -Stage Solenoid Valve Std. Warranty Shipping & Handling Fee Qty. 2 2 MSRP $7,255.00 $85.00 Itemized Qty. Total MSRP 1 $7,255.00 2 Standard 2 Standard 1 Standard 2 Standard 2 Standard 1 Standard 1 $85.00 Price Total Price $7,255.00 $14,510.00 $85.00 $170.00 TOTAL: $14,680.00 Itemized Total Price $7,255.00 Standard Standard Standard Standard Standard Standard $85.00 Reliance Option Selection Model Number: i1G6205P/2GJKIM Description: Fleet Twin, One -Product, High Speed Suction Pump MSRP Price*: $8,645 *Includes $85 net shipping & handling fee ;f: xrexcsxm•; ra Start ® Click Box of Desired Options Option ❑ E85 Compatibility Suffix E/ prefix Price N/A Enhanced Capacity /2 Standard ❑ Lane -Oriented Nozzle Boot ❑ 10:1 Volume Pulser & J -Box ❑ 100:1 Volume Pulser & J -Box O 100:1 Money Pulser & J -Box ❑ HealyVac - One Hose ❑ HealyVac - Two Hoses ❑ 0 a /5 /7A 17B /7C /D3 /D4 $360 $700 $1,020 N/A N/A N/A Internal Filter Explosion -Proof AC Junction Box Hose Hanger IG /J /K Standard Standard Standard O Light O Reversed Accumulative Totalizer O Internal Hose Retractor O Hose Mast Kit O Hose Mast Vapor Recovery Clamp Kit 0 I/A //F IIH //J $175 $235 $180 $490 $120 Inlet Check Valve //M Included ❑ Two -Stage Solenoid Valve ❑ External Filter Kit International Options ❑ Litres Measure O 230VAC Operation (Reset & Valves) O 50 Hz Operation //W1 /8 /Z //C $670 $115 $220 $680 $70 Finish: Painted Silver Sides/Top w/ Green Doors Ad Panels: Diesel Other Items: V. Rev A 030117 maw= O Select Desired Cabinet Finish (scroll down) 0 Specify Products for Decals on Ad P. nets Select First Product Name Diesel Painted Silver w/ Green Doors Price View Images O Select Extended Warranty If Desired Std. Warranty NIF Price Standard Second Product - Not Applicable Blank © Select or Enter Additonal Items ❑ 0 0 Item 891839-001 Shelf -Mount Kit (S1 only) Qty! Price Disp. Each 1 N/A 892081-001 OPW 11VF Hook Ext. Kit (S1 or Lane) 0 892080-001 Healy 400 Hook Ext. Kit (S1 or Lane) WP000914-0001 EMCO A4005 Hook Ext. Kit (S1 or Lane) 892101-001 Short VR Nozzle Hood Kit (Std. Only) 884223-173 Weather Compensation Sleeve N/A N/A NIA $60 1 $50 High Speed diesel for 5 & 6 Part Number/Description Qty. MSRP Price Total Price /G6205P/2GJK/M Shipping & Handling Fee Finish: Painted Silver Sides/Top w/ Green Doors Ad Panels: Diesel Each Dispenser Includes: Model No. /G6205P/ 2 G J K / M Description Fleet Twin, One -Product, High Speed Suction Pump Enhanced Capacity Internal Filter Explosion -Proof AC Junction Box Hose Hanger Inlet Check Valve Std. Warranty Shipping & Handling Fee 1 $8,560.00 1 $85.00 Itemized Qty. Total MSRP 1 $8,560.00 2 Standard 2 Standard 1 Standard 2 Standard 2 Included 1 Standard 1 $85.00 $8,560.00 $8,5-60.00 $85.00 $85.00 TOTAL: $8,645.00 Itemized Total Price $8,560.00 Standard Standard Standard Standard Included Standard $85.00 Reliance Option Selection Model Number:.1G6203Pf2GJKf Description: Fleet Twin, Two -Product, Suction Pump Dispenser Finish: Painted Silver Sides/Top w/ Green Doors Ad Panels: Diesel #1 / Diesel #2 MSRP Price*: $8,335 *Includes $85 net shipping & handling fee Other Items: O Select Desired Cabinet Finish (scroll down) - Start 0 Click Box of Desired Options Option ❑ E85 Compatibility Q Enhanced Capacity ❑ Lane -Oriented Nozzle Boot ❑ 10:1 Volume Pulser & J -Box ❑ 100:1 Volume Pulser & J -Box ❑ 100:1 Money Pulser & J -Box ❑ HealyVac - One Hose ❑ HealyVac - Two Hoses Q Internal Filter ❑ Explosion -Proof AC Junction Box ❑ Hose Hanger O Light ❑ Reversed Accumulative Totalizer O Internal Hose Retractor O Hose Mast Kit ❑ Hose Mast Vapor Recovery Clamp Kit O Inlet Check Valve ❑ Two -Stage Solenoid Valve ❑ Extemal Filter Kit International Options O Litres Measure O 230VAC Operation (Reset & Valves) O 50 Hz Operation Suffix Price E/ prefix N/A /2 Standard /5 $360 /7A $700 17B $1,020 /7C N/A /D3 N/A /D4 N/A /G Standard /J Standard /K Standard //A $175 //F $235 //H $180 //J $490 $120 //M $100 /IW 1 $670 $115 /8 $220 /Z $680 IIC $70 V. Rev A 030117 Price Painted Silver w/ Green Doors O Select Extended Warranty If Desired Std. Warranty Price V) Standard 0 Specify Products for Decals on Ad Panels Select First Product Name Diesel #1 Select Second Product Name Diesel #2 ® Select or Enter Additonal Items Item O 891839-001 Shelf -Mount Kit (S1 only) Qty,.:...... Price :. Disp. Each N/A O 892081-001 OPW 11 VF Hook Ext. Kit (S1 or Lane) 892080-001 Healy 400 Hook Ext. Kit (S1 or Lane) WP000914-0001 EMCO A4005 Hook Ext. Kit (S1 or Lane) 892101-001 Short VR Nozzle Hood Kit (Std. Only) 884223-173 Weather Compensation Sleeve 0 N/AI N/A N/A $60 1 S50 2 product diesel for 7 & 8 (Fire Rescue Only) Part Number/Description /G6203P/2GJKI Shipping & Handling Fee Finish: Painted Silver Sides/Top w/ Green Doors Ad Panels: Diesel #1 / Diesel #2 Each Dispenser Includes: Model No. /G6203P/ 2 G J K Description Fleet Twin, Two -Product, Suction Pump Dispenser Enhanced Capacity Internal Filter Explosion -Proof AC Junction Box Hose Hanger Std. Warranty Shipping & Handling Fee Qty. 1 1 Qty. 1 2 2 1 2 MSRP $8,250.00 $85.00 Itemized Total MSRP $8,250.00 Standard Standard Standard Standard 1 Standard 1 $85.00 Price Total Price $8,250.00 $8,250.00 $85.00 $85.00 TOTAL: $8,335.00 Itemized Total Price $8,250.00 Standard Standard Standard Standard Standard $85.00 Wayne Warranty Policy Wayne warrants that its manufactured goods and services will be free from defect in materials and workmanship during the warranty period. Any equipment warranty claim must originate with a service request from Customer directly to Wayne Help Desk within the warranty coverage period and be substantiated by Wayne. Service Requests must be submitted as required by Wayne. Wayne will provide the accepted service request process to Customer upon equipment commissioning. Upon Customer's submission of a substantiated request as provided above, Wayne shall, at its option (i) either repair or replace its non -conforming goods, or re -perform the services or (ii) refund an equitable portion of the purchase price attributable to such non -conforming goods. Wayne shall not be liable for the cost of any unauthorized warranty work. Wayne makes no representation regarding the stocking by Wayne of spare parts for the goods. Repair or replacement of goods or refund of an equitable portion of the purchase price shall be Wayne's only obligation and the sole exclusive remedy of the Customer in the event of a failure to conform to the foregoing warranty. All software is provided subject to the license agreement that is part of the package. Customer agrees that it will be bound by the license agreement once the package is put into use. Wayne does not warrant any software under this agreement. Warranties, if any, for the software are contained in the license agreement that governs its purchases and use. The foregoing warranty is exclusive and in lieu of all other warranties (except that of title), express or implied, including, but not limited to the implied warranties of merchantability or fitness for a particular purpose. Customer's failure to submit a claim as provided above shall specifically waive all claims for damages or other relief including but not limited to claims based on latent defects. IN NO EVENT WILL BE LIABLE IN CONTRACT, IN TORT, IN STRICT LIABILITY OR OTHERWISE FOR ANY SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL DAMAGES, INCLUDING, BUT NOT LIMITED TO, LOSS OF ANTICIPATED PROFITS OR REVENUES, LOSS OF USE, NON -OPERATION OR INCREASED EXPENSE OF OPERATION OF EQUIPMENT, COST OF CAPITAL, OR CLAIMS OF CUSTOMERS OF CUSTOMER FOR FAILURE OR DELAY IN ACHIEVING ANTICIPATED PROFITS OR PRODUCTS. Customer Responsibilities: • All warranty issues must be reported directly to the Wayne Help Desk at 1 -800 -At Wayne (289-2963). A trained technician will be available to take your call 24 hours a day, 365 days a year. • Customer must be prepared to assist with troubleshooting the issue. Requests may include but are not limited to cycling power, cleaning card readers, checking for paper jams, etc. • All repairs determined to be the result of user abuse are the sole responsibility of the customer and not covered by Warranty. • IMPORTANT: Only service calls dispatched by the Wayne Help Desk are covered by warranty. Security Disclaimer On the date of shipment, Wayne warrants data encryption and meets or exceeds industry standard relative to other personal date security functionality. Data security issues, including but not limited to identity theft, resulting from tampering or modifications performed after shipment are the sole responsibility of Customer. Natural Disasters Wayne may require the equipment in areas struck by a natural disaster to be inspected and brought back to a warrantable condition to continue warranty coverage. Equipment must be revalidated by a Wayne Authorized Service Organization. The warranty period shall not be extended. Wayne FUELING SYSTEMS Breach of Contract Wayne may void any remaining portion of the warranty for any breach of the sales contract including but not limited to refusal to pay amounts due to Wayne or its Distributors. IMPORTANT: The following situations are not covered by the Wayne Warranty: • Electrical Issues, i.e. power surge or outages, wiring or other infrastructure issues • Lightning / Acts of God / Fire • Customer misuse, abuse, vandalism, robbery, accident damage or operator error • Damage resulting from customer drive -offs • Work performed by parties not recognized by Wayne as an authorized service organization • Use of non OEM parts • Damage resulting from improper cleaning methods (high pressure wash, corrosive cleaning agents, et.) • Problems related to 3rd Party POS, controllers software or interfaces, including but not limited to, connectiv ity issues, graphics, car wash, back office system • Network related issues, including but not limited to credit cards not working • Printer issues related to use of non-specified paper • Repairs necessitated by improper paper loading, including related paper jam • Replacement of consumables - printer paper, fuel filters, etc. • Fluorescent lamps or bulbs • Filters / Strainers / Slow flow / Submersible Pump related issues • Dispatch for training or reprogramming of equipment • Any work required to meet regulatory changes (e.g. air -to -liquid (NL) ratio, meter calibration outside the startup guidelines, etc.) • Upgrades to software or firmware necessitated by changes to interfacing equipment or third -party controllers • Repair or replacement of retractors, hoses, nozzles, breakaways or swivels • Fuel Quality issues (e.g. limits Ethanol blends to 15%, MTBE blends to 15% and Bio -diesel to 20% ) • Penetration of equipment structure to mount signage or displays • Failures that cannot be replicated • Lost profits or revenue related to down time WaYne PlF Dt ,o iG'S' Fuel Dispensers and Peripherals: Standard Equipment Warranty Coverage Xflo TM Fuel Meter Recalibration uipm Ovation Dispenser w/ Xflo Meter Lsarsr Te s T/ Applicable to both factory -supplied dispensers and retrofit kits, the program covers the cost of meter recalibration if your Xflo Meters accuracy falls outside of typical Weights & Measures acceptance* or maintenance** tolerance after initial start-up. Warranty reimbursement also includes the cost of necessary labor and travel expenses. Under no circumstances will the warranty end date exceed 52 months from date of invoice. * +1- 3 cubic inches in 5 -gallon prover within 30 days **+/- 6 cubic inches after 30 days Retail Systems: Standard Equipment Warranty Coverage Nucleus TM Point -of - Sale System One (1) year parts only. Warranty start date is based on date recorded on the submitted Start- Up Report. If Start -Up Report has not been submitted, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed eighteen (18) months from date of invoice. A "companion" contract can be purchased for labor and travel on any Nucleus product. Fusionm Automation Server Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been returned, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 18 months from date of invoice (parts, trip and labor). �- -' r 8ar, ^-,i Year T quip en OvatIonTM Fuel Dispenser: (Includes Options and Peripherals) V Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been submitted, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 30 months from date of invoice (parts, trip, and labor). HCIIxTM Fuel Dispenser / Vista TM Fuel Dispenser: (Includes Options and Peripherals) s/ Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been submitted, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 18 months from date of invoice (parts, trip, and labor). CenturyTM Fuel Dispenser (Does not include Fleet Dispensers) V Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been submitted, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 18 months from date of invoice (parts, trip, and labor). Reliance"' Fleet Dispenser / SelectiM Fleet Dispenser I Warranty start date is based on the date the start-up has been recorded to the WHD or pre- registration. A start-up form is not required to be submitted. Under no circumstances will the warranty end date exceed 18 months from date of invoice (parts, trip and labor). Healy VAC '/ Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been returned, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 30 months from date of invoice (parts, trip, and labor). Xflo TM Fuel Meter Recalibration uipm Ovation Dispenser w/ Xflo Meter Lsarsr Te s T/ Applicable to both factory -supplied dispensers and retrofit kits, the program covers the cost of meter recalibration if your Xflo Meters accuracy falls outside of typical Weights & Measures acceptance* or maintenance** tolerance after initial start-up. Warranty reimbursement also includes the cost of necessary labor and travel expenses. Under no circumstances will the warranty end date exceed 52 months from date of invoice. * +1- 3 cubic inches in 5 -gallon prover within 30 days **+/- 6 cubic inches after 30 days Retail Systems: Standard Equipment Warranty Coverage Nucleus TM Point -of - Sale System One (1) year parts only. Warranty start date is based on date recorded on the submitted Start- Up Report. If Start -Up Report has not been submitted, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed eighteen (18) months from date of invoice. A "companion" contract can be purchased for labor and travel on any Nucleus product. Fusionm Automation Server Warranty start date is based on date recorded on the submitted Start -Up Report. If a Start -Up Report has not been returned, warranty start date will revert to Wayne's original invoice date. Under no circumstances will the warranty end date exceed 18 months from date of invoice (parts, trip and labor). Wayne I'ti FI NG SY t,Trh`i Wayne and Tokheim Service Parts: Standard Equipment Warranty Coverage Equipmen D 99 DaYs Field Upgrade Kits Including, but not limited to: Card Readers, Pump Heads, Wayne VacTM, Wayne TRACT", Wayne Scan TM, InSight & Standard DPT, MaxVac, Secure Payment Module, Xflo Meter, Security Alarm Thirty (30) days (parts, trip, and labor). Under no circumstance will the warranty end -date exceed 6 months from date of Wayne/Tokheim original invoice. GENERAL: The warranty for field retrofits is non- transferable. The removal and installation into another pump/dispenser will void the warranty. Field Upgrade Kits Including, but not limited to: Card Readers, Pump Heads, Wayne Vac, Wayne TRAC, Wayne Scan, InSight & Standard DPT, MaxVac, Secure Payment Module, Xfio Meter, Security Alarm Twelve (12) months parts only warranty from date of Wayne/Tokheim original invoice. Wayne/Tokheim will supply new or rebuilt parts, or issue credit at its option to replace warranted parts which are found to be defective. Service parts warranty does not include payment of handling, labor, or trip costs. Printers (Installed as part of a Field Upgrade Kit) Service Parts Thirty (30) days (parts, trip, and labor). Additional 60 days parts only (not to exceed 6 months from date of Wayne/Tokheim original invoice). Consumable items such as receipt paper are not warranted. The use of receipt paper not specified by Manufacturer voids the printer warranty. Paper jams are not covered. Wayne/Tokheim will supply new or rebuilt parts, or issue credit at its option to replace warranted parts which are found to be defective. Service parts warranty does not include payment of handling, labor, or trip costs. Twelve (12) months parts only warranty from date of Wayne/Tokheim original invoice. Consumable items such as printer ribbons and receipt paper are not warranted. The use of consumables not specified by Wayne will void printer warranty. Wayne/Tokheim will supply new or rebuilt parts, or issue credit at its option to replace warranted parts which are found to be defective. Service parts warranty does not include payment of handling, labor, or trip costs. Replacement Parts: U MORRISON BROS. CO. nso E. Sth Street, P.O. Box 238 1 Dubuque, IA 52004-0238 1.565.583.5701 1 800.553.4840 1 1.563.583.5028 custserv@morbros.com 1 www.morbros.com U MORRISON BROS. CO. bio & 6ii Hose Retriever Series 1 610 110-0103AK 61ng1 egMklt h. N 610-0104 MP 3' OD aluminum pulley N/A 810-0105A0 20' replacementcableandlcurdamre Drive pin 'A' x 13S" for pulley 1 WA 610--01112P 610-0203AK 'Y Toro weight kg 6108-0100 WPP0 Standard base, coaled 2' threads 6 3 610% 610X-010121'" 2' Snminom past 80'lon9 '' N/A'" 610X -010121P6 2 aluminum post, 80' long, coaled black WA 610X-0100 MB1 - AnW-ed aluminum part "N/A" 610X-0105 AK Hose clamp'/." I 0.2 610X0104#K :: Hme olamp t' 'J020` - 610X -020121 2" aluminum post, 100' long WA 610X -020121P6 c. 2;aluminum pest 100' brig ccak0tiedr N/A -- 6105G0100PK Stabilizer damp l2 pipe) Seth threaded and 1 611 611-01022S Button screxlor 1; hose < : high< 611-010320 I Bulbn screw for 1%" to 114" mall hose WA 611-010428 ` Button eaewlor2 hose 611-01052N Locking nut'? WA 611-01062N Xeon snav 01606 CN/A 611-010728 Bpacer'G"xon, nylon N/A 811-010820 ]:Worm rinse clamp for Those J:: N/A 611-010920 Worm drive damp forl'G to 1nchhose N/A 611-0110 20 " Worniddve damplor2 hove C WA'` 611--011120 Channel neoprene WA 611-011228 -' Hanger saapvntb etached D-dng : N/A `. U MORRISON BROS. CO. nso E. Sth Street, P.O. Box 238 1 Dubuque, IA 52004-0238 1.565.583.5701 1 800.553.4840 1 1.563.583.5028 custserv@morbros.com 1 www.morbros.com U MORRISON BROS. CO. bio & 6ii Hose Retriever Series 1 t6b0 The 610 hose retriever suspends the fueling hose above the dispenser eliminating kinks and tangles while keeping the hose up off the drive. The 360 degree smooth rotating retriever head assists the operator in positioning the hose to the fueling point. The hose retriever reduces safety hazards at the fueling point and eliminates hose wear. A heavy duty steel base is available to simplify retrofit installations saving time and money. Two 10 -pound counterweights connect via stainless steel cable making for low maintenance and trouble-free counter movement. Extra weights are available to counter balance larger diameter hoses. Construction Details for Hose Retriever • Cast iron head (E -coated black) • Stainless steel cable and connectors • Aluminum pulley • Stainless steel ball bearing swivel • Installs on 2" Schedule 80 pipe (installer supplied) 44110 Fig. 610 Standard Base 6,08-0100 WAPB Fig. 610 Square Base 6106-0300AB Fig. 6to Hinged Base 6188-0200 AB The 610 standard base simplifies the anchoring process of a 610 hose retriever by eliminating the need to break concrete. The 610 hinged base allows the hose retriever to be tilted 90° to grade level for installation and service. Features of Hinged Base Reduces installation time Inspection and service are easier and safer from grade level Construction Details Hinged Base Steel, powder coated black Set screws are stainless steel Hinge is stainless steel Standard Base Steel, powder coated black Square Base Steel, powder coated black Set screws... stainless steel 610-0000 AR Hose retriever assembly, less weights and cable 1 N N N 7.10 610-0100 AR Hose retriever assembly. with weight kit I Y N N 27.0 6108-0000 AR Hose retriever assembly, with weight kit and standard base I Y Si Y 33.30 610-0103 AK Single weight ldt(if additional weights are needed) 1 Y N N 11.0 610-0203 AK Double weight kit (if additional weights are needed) 7 N N 21.0 44110 Fig. 610 Standard Base 6,08-0100 WAPB Fig. 610 Square Base 6106-0300AB Fig. 6to Hinged Base 6188-0200 AB The 610 standard base simplifies the anchoring process of a 610 hose retriever by eliminating the need to break concrete. The 610 hinged base allows the hose retriever to be tilted 90° to grade level for installation and service. Features of Hinged Base Reduces installation time Inspection and service are easier and safer from grade level Construction Details Hinged Base Steel, powder coated black Set screws are stainless steel Hinge is stainless steel Standard Base Steel, powder coated black Square Base Steel, powder coated black Set screws... stainless steel Hose Retriever kits (continued): 6SOHH Kits ,t . I ' 6108-0100 WAPB Standard base (threaded) assembly, powder coated black N I N Y 5.30 6108-0200AB Hinged base assembly. powder coated flackN N Y 24.0 6108-0300AB 606 square base (slip -ft) assembly, powder coated black 14 N Y 8.65 610-0123 AK Anchor bolt kit, stainless steel. (four 7" bolts, nuts, and tender washers) for standard and hinged base ' 6108-0303 AK Anchor bolt kit, stainless steel. pour W bolts, nuts, and tender washers( for 606 square base Hose Retriever kits (continued): 6SOHH Kits Includes: 610HHS Kits Retriever Head Hose Hanger Averteore 0Kex 1'. 1'/.'-1%', and 2'. ,t . I ' ,:: 610HH-0100 AR Hose retriever assembly. withl" 611 aluminum hose hanger and weight kit Y 1' N 3050 610H140150AR Hose retriever assembly, with 1W to 1W 611 aluminum hose hanger and weight lut Y 1 17,-1h' N 31.50 610HH-0200 AR Hose retriever assembly, with 2' 611 aluminum hose hanger and weight kit Y 1 ' 1 3250 Includes: 610HHS Kits Retriever Head Hose Hanger Averteore 0Kex 1'. 1'/.'-1%', and 2'. Includes: 610HHBH Kits Retriever Head Standard Base Hose Hanger Available ehee:1; T/.'-rY,'end 2'. . 1 I ' iI 6101+1B0100AR Hose retriever with base, with l- 611 aluminum hose hanger and weight kit Y 1 1' Y 36.80 610HHB0150 AR Hose retriever with base, with 1'A" to 114" 611 aluminum hose hanger and weight kit Y 1 1%-13" Y 37.80 6101+180200 AR Hose remeverthth base, vdth 2" 611 aluminum hose hanger and weight kit Y t .. Y 38.80 Includes: 610HHBH Kits Retriever Head Standard Base Hose Hanger Available ehee:1; T/.'-rY,'end 2'. . 1 I ' iI : 610HHSH0100 AR Hose retriever with hinged base, with 1" 611 aluminum hose hanger and weight kit Y 1' Y 54.80 1 610HHBH0150 ARI Hose retriever with hinged base, with 1W to 1W 611 aluminum hose hanger and waght kit " 1%-1g' Y 55.85 i 610HHBH0200 AR LHose retriever with hinged base, with 2' 611 aluminum hose hanger and weight IdY 2" Y 56.80 ; Includes: Hose Hanger Avaunbre ooeo:'p•, 1W" 1'51", and 2". Page 2 Page 7 Hose Retriever kits: 6 O Kits 610H5 Kits j...Jd:«m e '• r• P 10 •1 ger a'.".,x..«.Fc; n..4 4vt4 550 10 -0100 610H-01.00 AR 610H-0125AR : and Hose reo-laver aesemby. vnm 1" 610 vremane hese Hanger anwalemar van v Y r N 1IC' t� N 30 50 V: -31b1 Hoso reMeverassemhly, vett 1W Hosebrinm and weghtlut 610H-0150AR Hose retriever assembly. with P5Hosebun•" and weight It Y in' N 3150 8 0200A Hose retrieverbiv uh2' Hoseboorn an gat 3780 610H13-0200 AR 510H-0300 AR Hosebu" and weight Mt Hose ret0ever assembly, with 3" n 7 3 N i 330 610H5 Kits j...Jd:«m va'•mYvunrsx `ev � 5 = {?.. ,SI &� -lta .S 6'> t�� a'.".,x..«.Fc; n..4 4vt4 61043-0100 AR Ho sa e0leve rmsembly with standard baaeandl1610 urethane hose banger and weight kh : Y 1 Y 3560 610HB-0125 AR Hose retriever assembly with standard base and t Y' Hosebun" and weight M 7 1Y." 7 37.30 610HB-0150AR 1' Hose told enerassemblywlih#anda'd base and 114' Hosebun'"andweight bt ri Y 1M'r Y 3780 610H13-0200 AR Hose elf sembly 00 standard base and21 Hosebun's and weght lat 3 - N 880 3930 81OHB-0300AR-' Hose retrieverassembly With standard base and 3' Hosebunreand weight Idt -{�'' Y Y Includes: Standard Base Retriever Head Hosebun^ 655 Hosehanger AaeOaki'to,: Y.' -r The proper way to cradle a hose while suspended from a hose retriever is with a Hose Hanger or a Hosebun. The 611 hose hanger supports the bend radius, protecting the hose from kinking. This product is easy to install and is the most economical choice! Features • Durable construction • Economical • Extends life of the hose Construction Details 611 • Cast aluminum, powder coated • Stainless steel hardware • Nylon spacers (11/x"-2" size) • Stainless steel D -ring • UV resistant polyester sling • Stainless steel hose clamps with hose protectors 6 � g NIg 61 -O OO AH 611 a1 n hanger �� N 1 N 30 611 -0150tH 61lu ahanger with slag N ib-ih" -N a75 611-0200 AH i 611 aluminum hose hanger with sing N 2' N <0 The 610 hose hanger and Hosebun protects the bending radius, protecting the hose from kinking. This product is easy to install and has a 5-1 safety factor. Construction Details for Hosebun Urethane hosebun Nylon sling Fig. 0,513UN(3") Houburirs Page 6 Page 3 610HGRO100AH 010 urethane hose hanger mill sling N /"to i" N 350 6105114512516 Mosel= 1'/t (bla v N 510RUN015010 Hosebun"r,1'h" (black( N 114" N 375 610130N020319 Honebuner, 2' (black) N T - N 001 610BUN0300 1B Hosebun"". 3" (black) N 3' N 025 Fig. 0,513UN(3") Houburirs Page 6 Page 3 500' Pet ver Mead U' inless SteeStal Cable C1om°p or Came Clamps and Construction Details 9,00 clamp • Cast iron retriever head (e -coated black) • Stainless steel cable and connectors • Aluminum pulley • Stainless steel ball bearing swivel • Passivated aluminum mounting base with 'A -16x2% stainless steel anchor bolts • Aluminum schedule 40 post (A) (powder coated black (8) optional) included • Steel counterweights • Plastic hose clamp (''/a" or 1' sizes) with stainless steel connector • Adjustable pipe clamp secures post to dispenser The 610X hose retriever assembly suspends the fueling hose above the dispenser eliminating kinks and tangles while keeping the hose off the drive. The 610X is a complete assembly! Features • Smooth operation ---counterweight assemblies matched with specified hose diameters and lengths • 360° rotating retriever head assists the operator in positioning the hose to the fueling point • Pre-cut post and all required components included • Minimal maintenance—durable construction and minimal moving parts Po, —Y (So" 0r150") Y' Aluminum chodme 40 Post Adjmtabl° Pipe Clamp Anchor Bolt (Anodized Alum1num) 14" Bolt and Locknut g. eioX e clam D hbu�.62dy�j�ki'S\��NO 6 4b -14 t•. 0 000Y11(10170 4> x YY�, llai 010% 0100AR A 4 1244 1010s 1 1r 90 2710' 610X-0200AR A '/ 15,20 12101 1'F' 110' 31101 1610% 0300AR A 1 12. 1410s 17n' 90 31101 610X-0400AR A 1" 15'10'. 12165 1'/n'. 110'... aelb 610X-0500AR A Coaxial 11'43' 17 lbs Coaxial 90' 3411os e clam D hbu�.62dy�j�ki'S\��NO 6 l' -14 t•. 0 000Y11(10170 4> x YY�, llai 271 -0100'A0ikv-L 610X-9100ARPB 0 0' '/." 12-14' 12'-14' 1010' lbs 1'rv" 104 99' 00' 2710' s 6102-0200 0090 6 `04' '. 15-20 12100' '1X" '110' 31000 61000-03000090 B 1- 12'-14' 1410' PG 90' 3116' 610X-0400 ARP0 B 0 1' 1545 Plb '1'A: 110 :361051 610X-004000PB B Coaxial It -13'I 1700s 00avial 90' 3416s Hoc °clamp om n ama Coaxwlm Colnvo 00.1 Note: P The 610X6 includes a square base (rather than the post base used in the 610X) and does not include an adjustable pipe clamp. Features • Smooth operation—counterweight assemblies matched with specified hose diameters and lengths • 360° rotating retriever head assists the operator in positioning the hose to the fueling point - Pre-cut post and all required components included • Minimal maintenance—durable construction and minimal moving parts • Comes with square base Construction Details • Cast iron retriever head (e -coated black) • Stainless steel cable and connectors • Aluminum pulley • Stainless steel ball bearing swivel • Aluminum schedule 40 post (A), (powder coated black (B) optional) included • Steel counterweights • Plastic hose clamp (h" or 1" sizes) with stainless steel connector • Cast iron adjustable stabilizer brackets (zinc plated) Naaealampa not Ind detlrvM Nee 0oo014 model 16A`t R {}'^�0 6160 1' Cau� 0 /I' lIF' 11 I jk `z kL k ^i 000Y11(10170 4> x YY�, llai p:j N M(a I i -'.X00'04 LmP 0101100 6100B-0100AR A ''A 12-14' 10163 1'54.' 90" 4210s 01400-020000 610XB030000 A A 'F 1 .., 15 30 12 16 62154 141160 ': t'/kt'lk 1/' 110 90" 40100 40100 610n-0400AR A t' 16 16' 111W '.1/• 110' .5116'' 5100B-0500AR A Coaxial 11-13' 17100 Coaxal 90' 49100 010000-000000 A' Coaxial 13-15' 1]1060' Coma! 1105 "' 5110 Naaealampa not Ind detlrvM Nee 0oo014 model 16A`t R {}'^�0 6160 1' Cau� 0 /I' lIF' 11 I jk `z kL k ^i 000Y11(10170 4> x YY�, llai p:j N M(a I i -'.X00'04 LmP 0101100 fi 10X60100ARPB B500 8 / 12 14 1010 s 1. 1/ 90' 0 42100 610%&02000000 6 04 t5 20 12101 1 1/a' 110' 46100 61006-0304 00901 B 1' 12'-14' 14154 1i/.' 90- 4616' 61008-0400ARP0 B ^ - 1' 15'-06"' 6] 54 PG - ' 110'. 01 Re 61000-0500 PRPB B Coaxial 11-13' 17 10s Coaxial 90' 491W 610000-05000096 B ri Coaxial -13'-15' .J 17101 Coaxial! 110' .'51000- 642 0010 2.akeo.Comm Ilw Nam' How not include, Page 4 Page 5 PARTS LIST ITEM NO. PART NO. DESCRIPTION MATERIAL QTY 1 6108-0201 WAPB WELDED ASSEMBLY STEEL, POWDER COATED 1 2 610B-0204 2S SHIM, 1/8" THICK STAINLESS STEEL 4 3 6108-0205 2S SET SCREW STAINLESS STEEL 2 4 286U-0111 2N HEX JAM NUT, 5/8"-1 1 ZINC PLATED STEEL 4 5 6108-0206 2N WELD NUT STEEL 2 12.0 REF. 12.0 REF. REV. DESCRIPTION BY EO A RELEASED TO PRODUCTION MJS 12-60 SOLID WORKS STANDARD TOLERANCES UNLESS OTHERWISE SPECIFIED 1 PL DECIMAL ±.100 2 PL DECIMAL 0.015 3 PL DECIMAL 1.005 ANGULAR ±2.0' SURFACE FINISH 125UInch RMS MAX TOOL NOSE RADIUS .035 MAX BREAK AND DEBURR ALL SHARP EDGES DIMENSIONS ARE IN INCHES TITLE BASE ASSEMBLED HINGED 610 BASE O E 1 - THIRD ANGLE MATERIAL: SEE PARTS LISTING Morrison Bros. Co. 1/ Dubuque, IA SCALE 1:8 Drawn: MJS Date:7/16/2012 Checkedate: >?-3a iy PART I.D. NO. 6108--0200 AB DO NOT SCALE DRAWING DWG. NO. B-7716-0 L4 MORRISON BROS. CO. Established 1855 Product Warranty WARRANTY—All Morrison products are thoroughly tested before shipment and only material found to be defective in manufacture will be replaced or repaired at our discretion. Claims must be made within one year from the date of invoice. Morrison Bros. Co. will not allow claims for labor or consequential damage resulting from purchase, installation or misapplication of the product. v05E56811' I:0?39076640: 011 029 9u' _ .__r_ y,r�n q- .-x^_r_r_rr crrr_rxJrrxr._c^: r�.-r r_,r_ ,rrr=+-�r_•,r+r_�c^�ce.^_.�,c-r�-:,� _rr�rrr+-.,r._r~: r�c.•-frr—�-.-r.-,�•,,.--:-. rrr. .y.-'-_ -ro c c055568' q: ''PADER L - lyr.,771.0_,_, Pr REMITTER Dick's Petroleum AMERICAN SAVI NGS BANK Tripoli, Iowa 50676 the City of Waterloo, DATE March n .', 72-766/739 0110299 27, 2017 OROFo TOTHE Treasurer of Iowa $ 1,643.71 i 1 slily 1 I; _ _ ..L.. l.." r 1 .. liiur�r c1.011/ .�/� ,r':1i i.. F + .. Q .. ,„!„ IIDOLLARS ji p 3 iz Cashier's Check 14 v05E56811' I:0?39076640: 011 029 9u'