HomeMy WebLinkAboutCentral Petroleum0011
▪ Extremely Urgent
- oncsponuenee, urgent aocumeets, and/or electronic media, and must
weigh 8 oz. or less.
those Ii_ted or weiE
Internatiol,al Shipm
• The UPS Express En
value. Certain coup
ups.com/importexl.
• To qualify for the Le
UPS Express Envelo
Note: Express Envel
containing sensitive
or cash equivalent:
Wind
Use this envy
or inkjet prir
3/27/2017
This envelope is for use with the following services: UPS Next Day Air®
UPS Worldwide Express®
UPS 2nd Day Air®
UPS Internet Shipping: Shipment Label
0
014
1
�4j M
va cc:
M
O
c\
c\
C)
M
0�
H'o
XN
7W
z
ag
Reference#1: BID# 081001
knot use this e for:
CITY 1.WATERL.03
CPT'? OFFICE
IACIR 28 2017 P0.2 .'71:4U
044,
International Shipping Notice — Carriage hereunder may be subject to the rules relating to liability and other terms and/or conditions established by the Convention for the Unification of Certain Rules Relating to International Carriage by Air (the "Warsaw Convention") and/or
the Convention on the Contract for the International Carriage at Goods by Road (the "CMR Convention"). These commodities, technology or software were exported from the U.S. in accordance with the Export Administration Regulations. Diversion contrary to U.S. law prohibited.
010195103 4/14 PAC United Parcel Service
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
CONDITIONSIN, BASED ON THE TIONS,
CONTAINED HEREIN.
SUBMIT BID TO THE CITY CLERK AT THE ADDRESS
BELOW, BY THE TIE AND DATE SPECIFIED, IN A
ENVELOPE CLEARLY MARKED WITH BID NUMBER, AS SEALED
NOTED BELOW.
NO FAXED BIDS ACCEPTED.
Page 1ofI0
Bid #08-1001
COST SUMMARY:
1. Equipment Mfg 1 Model:
2. COST:
OPTION A, Outright Purchase: Replacement of Four (4) Existing Fueling Dispensers
(Complete Installation Included)
3. DELIVERY: If awarded the contract of the above bid, we agree to deliver equipment on or before
to
if formal order to proceed is received by ,k11
Name & Title of Representative:
Signature of Representative:
E -Mail Address:
Date Signed: /:21.11_ Date Bid Expires:
Submit Bid to: City of Waterloo, Iowa,
ATTN: City Clerk
Bid # 081001
715 Mulberry St.
Waterloo, IA 50703
Page 2 of 10
Bid d08-1001
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. III).
QUESTIONS: City of Waterloo
Public Works
Mark Rice, Director
625 Glenwood St.
Waterloo, Iowa, 50702
(319) 291-4445
Page 3 of 10
Bid 1108-1001
Section II. DETAILED SPECIFICATION
BID #08-1001, PURCHASE FOUR (4) FUEL DISPENSERS
MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS
e l ra Re uirements . „
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 Standards, OSHA Safety Standards AND DNR requirements.
5
Equipment Proposed: Specify Year/Make/Model of proposed
/�(\
Aild is Y f cfl
JNr o rc t.
�, {ryr�t
syn ;Lek Aire- A
cis\'l ",tR"' \
e-Frr +•ti+" o rd..v
dispenser units. State as item 1 on COST SUMMARY, page 1
6Installation
of Equipment: The successful bidder is responsible for
removal of existing dispensers, installation of replacement
dispensers, insure connectivity with existing card reading equipment
and connectivity with tank gaging and leak detection
equipmenUsoftware.
7
Unit proposed: Specify YEARIMAKEIMODEL of proposed unit.
State as item 1 on COST SUMMARY, page 1.
MEETS
Page 4 of 10
Bid 1/08-1001
1
Four (4) fuel dispensers each with 2 hoses to
su• •ort City operations.
2Two (2) dispensers shall dispense diesel fuel and
Two 2 dis•ensers shall dis•ense •asohol.
3 Reliance series G6205P Twin 1 HS (2 hoses 1
product 2 pumps or comparable for diesel island
4 Reliance series G6202P Twin 1 (2 hoses, 1
•roduct, 1 pump) or comparable for gasohol island.
5
2HP fixed sub pump for the two diesel dispensers
with mechanical line leak detection,
6% HP fixed sub pump for the two gasohol
dispensers
7If switching to a pressure system system must be
verified that the current piping is acceptable by
Iowa DNR.
8
9
4ao 5P- dtA r9 tF}a v e rd --
G toao3 to S-Yhf9 C4- - entt t
Wei n& p t.tar. 4:2017
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.
R fitivz4. ord.n-v
1/{1-- )ri-ta aC" crw"
l'agc 5 of 10
Bid 408-1001
Section 111. 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 ALI. 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
Rid t#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. J000000000000( 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 cashiers 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:
a. 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 I (under $IM)
Type of Coverage Each Occurrence Aggregate
a. Comprehensive General Liability
(1) Bodily Injury & Property Damage $500,000 $1,000,00
Combined
b. Automobile Liability Single Limit
(1) Bodily Injury & Property Damage $500,000
c. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
Formal Project Specs: Class 11 (over $1 M)
Tyne of Coverage Each Occurrence Aggregate
a. Comprehensive General Liability
(1) Bodily injury & Property Damage $1,000,000 $2,000,000
Page 7 of 10
Bid N08-1001
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
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
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 bidders 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 lowa domestic labor, to the extent lawfully required under
Page 8 of 10
Bid 1/08-1001
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 thls 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.
c. 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 1108-1001
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 speclfications 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 10 of 10
Bid 808-1001
• 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 lowa 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.
City of Waterloo
Public Works Division
March 21, 2017
TO: Prospective Bidders
RE: Addendum #1 to Bid #08-1001
PUBLIC
WORKS
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
), 7aLft)„,
r�""
CPEO
Central -Petroleum Equipment Company
City of Waterloo, Iowa
Attn: City Clerk
Bix # 081001
705 Mulberry St.
Waterloo, IA 50703
Re: Fuel Depot Modernization
To whom it may concern:
CPEC is pleased to provide the following for your consideration:
2 — Wayne G6205P Twin 1 HS (2hoses, 1 product) suction pumps with:
Gasahol ID Panels
Pulser
Gallons register
Power reset
Pump & motor
White doors
High Speed Capacity
Note: Limiters will be required and are included to limit the gas to 10 gpm at each hose
per Federal EPA requirements.
2 — Wayne G6203HS Twin II, 2 hoses, 2 products, 2 pumps with:
#1 and #2 diesel Panels
Puller
Gallons register
Power reset
Pump & motor
White doors
High Speed Capacity
INSTALLATION
Remove 4 suction pumps from islands
Set new suction pumps
Realign piping
Realign electrical
Make final connections
109 Terrace Drive • Blue Grass, Ia • 52726 • (563) 381-5092 • Fax (563) 381-5073 • (888) 225-2732
Startup pumps
Confirm communication with PetroVend K800 (FIT) island card reader
Total Down Time: 3 Days
Pump Lead Time: 4 weeks
TOTAL DELIVERED TO JOBSITE & INSTALLED $ 40,116.61
ADDITION # 1— HANGING HARDWARE
4 —'%" Automatic unlead nozzles with breakaways, whip hoses, %" x 10' curb hose, and swivels
4 — 1" Automatic High Speed diesel nozzles with breakaways, whip hoses, %" x 10' curb hose, and
swivels
ADDITION#1—HANGING HARDWARE TOTAL INSTALLED $ 1,874.00
ONE YEAR ONSITE MAINTENANCE FOR HANGING HARDWARE $ 1,432.00
Onsite warranty is based on non -emergency calls only and will be run when a tech is in the area. Non-
emergency calls will be completed within 5 business working days not including weekends and holidays.
ADDITION # 2 — STANDARD HOSE MASTS
4 — Wayne Hose Masts for gas pumps $ 980.00 per pump
4— Universal 870 High Hose Masts for diesel pumps $ 1,022.00 per pump
Includes installation and freight to jobsite
ADDITION # 2 — STANDARD HOSE MASTS TOTAL INSTALLED
ADDITION # 3 — REPLACEMENT CARD READER PEDESTALS
2 — Syntech FMU2500PIus card reader with:
Network cards Data Logger
50 Amp relay per hose
LCD displays
Smartcard or Prokee Encoder
1— Prokee or Smart Card @ $6.00 per card or prokee
Deliberant wireless connectivity from card reader to onsite building
FuelMaster SQL PLUS Windows Software
Delivered to jobsite
2 — Super Maintenance 1st year warranty agreements including:
24/7 Phone Support
Acts of God (coverage. le lightning strikes)
Onsite maintenance (when required)
$ 3,025.00
INSTALLATION:
Remove existing card readers and accessory equipment
Assemble and install new card readers
Install Deliberant wireless receiver on building
Connect Deliberant Wireless receiver to owner provided Ethernet switch
Connect card readers to pumps
Startup card readers
ADDITION # 3 — REPLACEMENT CARD READER PEDESTALS INSTALLED $ 35,022.00
Note: The following is not included:
Owner provided PC
Network support for installation
The installation of the card readers and pumps is based on reusing existing wiring. If new wiring is
required due to damaged wire it will be billed on a time and material basis or the owner can provide the
electrician.
TERMS & CONDITIONS MAY BE FOUND AT THE END OF THIS DOCUMENT.
All products have a one year onsite warranty on parts and labor.
Thank you for your consideration and request of this proposal.
Best regards,
Roger Anderson
CPEC
TERMS & CONDITIONS
1. Offer: It is expressly agreed that there are not any promises, agreements, representations, or
understandings, oral or written, that are not included herein or abandoned by parties. This contract when
accepted within the time allowed of acceptance, will constitute a full and complete bonafide contract
between the parties, and subject to all terms and conditions of this contract shall be binding unless in writing,
and signed by both parties. Acceptance by mail will be effective when received by Central Petroleum
Equipment Company.
2. Workmanship will be performed in an orderly and professional manner. All applicable local, state, and
federal codes will be adhered to as dictated to Central Petroleum Equipment Company. Central Petroleum
Equipment Company is not responsible for any new laws that may have been enacted during or after a
project that may require additional upgrading costs.
3. Underground obstructions: Additional costs required to remove underground obstructions will be billed on a
time and material basis.
4. All delivery dates promised are contingent upon strikes, riots, accidents, lock outs, work stoppages,
availability of materials, acts of GOD, governmental regulation, inclement weather, unforeseen site
conditions, and other causes beyond the installing parties control shall not be the responsibility of Central
Petroleum Equipment Company. Job delays shall be billed on a time and material basis to the customer in
addition to the agreed upon contract amount.
5. Equipment delivered to Central Petroleum Equipment Company's warehouse will be considered delivery to
the customer and the customer will be invoiced promptly. Title and risk of loss shall pass to buyer upon
receipt of delivery of all materials to the jobsite. Central Petroleum Equipment Company retains title of all
equipment until payment has been made by the customer. Central Petroleum Equipment Company may, at
its discretion, repossess any and all equipment and materials not made part of the work upon buyer's default
on payment and charge buyers for deficiency. The buyer shall take necessary precaution to provide security
to all equipment on the jobsite, whether installed or being stored for installation purposes.
6. Electrical remodel: This price is based on the power panel having enough room for the equipment upgrade.
If additional service or equipment inside the building is required, it will be billed on a time and material basis.
7. All cost for permits and fees such as tank registration, self service permits, business permits, canopy, state
inspectors, etc., are the responsibility of the buyer unless specified otherwise in this document.
8. Materials and equipment supplied by Central Petroleum Equipment Company, and warranted by their
supplier or manufacturer, are subject to the manufacturer's warranty. Central Petroleum Equipment
Company will not be responsible for additional costs incurred by the buyer of labor or materials that are not
included in the manufactures warranty.
9. Central Petroleum Equipment Company reserves the right to charge 1.8"/ or the maximum allowable
interest rate for past due accounts. "Past due" is defined as 30 days after the invoice date.
10. In the event of dispute, the parties agree that the appropriate venue and jurisdiction for any litigation will be
handled in the courts of the State of Iowa in and for Muscatine County, or in the Federal District Court of the
United States of America, Southern District of Iowa, Davenport Division, as Central Petroleum Equipment
Company elects.
GArthur J. Gallagher & Co.
Sent Via UPS Overnight
March 24, 2017
Mr. Roger Anderson
Central Petroleum Equipment Co. Inc.
109 Terrace Drive
Blue Grass, IA 52726
RE: Project Owner: City of Waterloo
Project Description: Bid #081001
Letting Date: 3/30/2017
Dear Roger:
Thank you for letting Arthur J. Gallagher Risk Management Services, Inc. issue the enclosed bid bond.
An authorized individual of Central Petroleum Equipment Co. Inc. must sign the bond where indicated
before forwarding to the Project Owner. Please review the bond for correctness and to verify if a
witnessed signature or notarization is needed. As a precaution, please check all dates, descriptions,
names, surety signatures, and remember that the appropriate contractor signature is necessary.
Performance and payment bonds with job completion within 12 months have a bond premium rate of
$25 per thousand of contract price. Our commission is 40% of the bond premium. A copy of the Guide
to Best's Rating, Important Disclosures including Compensation Disclosure, and our Contingent and
Supplemental Commission Disclosure are enclosed for your reference.
Each bond request will be underwritten at the time the bond is required. Note that there is no charge
for bid bonds. Also enclosed is a Bid Bond Results form. Once the bid process is complete and all bids
are known, please complete the enclosed form and return it to our office so we can inform Old Republic
Surety Company.
Sincerely,
Oet-A L
Daniel P. Curran
Arthur J. Gallagher Risk Management Services, Inc.
220 Emerson Place, Suite 200
Davenport, IA 52801-1699
p 563.322.3521
f 563.322.1046
ajg.com
!AIA TMDocument A310 2010
Ski Bond
• .CONTRACTOR:
(Name, legal status and address)
Central Petroleum Equipment Co., Inc.
109 Terrace Drive
Blue Gra$s.' A 5272 :
OWNER:.::: i•:::
(Name, .7e q1 status.�ai d address)
City of.Waterloo::•
;.115 Mulb`er`►ty
Waterlo¢;. IA 500
• BOND AMOUNT:: ,! jve°percent (5%) of attached bid
SURETY:
(Name, legal status and principal place
of business)
Old Republic Surety Company
1415 - 28th Street, Ste. 420
West Des Moines, IA 50266
PROJECT:
(Name, location or address, and Project number, if any)
Bid #081001
he.Coniraetor and Suret _are bound to the Owner in the amount set forth above, for the payment of which the
&tractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
sevei`ally, as provided herein:: The conditions of this Bond are such that if the Owner accepts the bid of the Contractor
within the time.specified in. the bid documents, or within such time period as may be agreed to by the Owner and
donti:`actor, and the :Co tractor either (1) enters into a contract with the Owner in accordance with the terms of such
d;.arid gives_such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted
in.tl e: jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract
and f oi' the.prot iptpayinent of labor and material ftunished in the prosecution thereof; or (2) pays to the Owner the
difference; that to: exceed the amt.: tt Of this Bond, between the amount specified in said bid and such larger amount
for which, the Oft er.inay in goodfaith contract with another party to perform the work covered by said bid, then this
obligation :shall be,null and void; =otherwise to remain in full force and effect. The Surety hereby waives any notice of
an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of
• notice by the.Sitiety shall_ not apply o any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified'm the bid documents, and the Owner and Contractor shall obtain the Surety's consent for
.an extension beyond sixty (60) °days.
:If this Bond is issued in connection with a subcontractor's bid to a Contractor; the term Contractor in this Bond shall
'Se -deemed to be•Subcontraetor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,
any provisioll.in.this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and
provisions conforining to such statutory or other legal requirement shall be deemed incorporated herein. When so
furnished; :the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 24th day of March, 2017. Ce roleum Equipment C
By:
(Principal) (Seal)
This document has important legal
consequences. Consultation with
an attorney is encouraged with
respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shag be considered
plural where applicable,
Project Number, if any:
Init.
C. a`X-` h c
(Title) Old Rep blit Surety o
By: Qom,,,
(Surety)
(Witness)
y
Daniel P. Curran, Attorney -In -Fact
(Seal)
(Title)
AIA Document A3101M – 2010. Copyright 031863, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIAm—
Document is protected by 1.1.5. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' Document, Gr 1
any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 'fhis
document was created on 01/27/2012 07:23:12 under the terms of AIA Documents-on-bemandlM order no. 2008397483 , and Is notjor
resale. This document Is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. olittg 1ii 1 ,
*
OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
DANIEL P. CURRAN, GLEN A. HUMMEL, CAROL VANHOOREBECK, PHYLLIS K. SCHWINDT, KEVIN P OHARA, DEBORAH M. TAYLOR, OF DAVENPORT, IA
itstrueand lawful Attorney(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver
and affix the seal of the company thereto (if a seal is required), bonds, undertakings, rccognizances or other written obligations in the nature thereof, (other than bail
bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers
compensation bondsguaranteeing payment of benefits, asbestos abatement contract bonds, waste management fronds, hazardous waste remediation bonds or black lung
bonds), as follows;
ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED
TWENTY FIVE MILLION DOLLARS ($25,000,000) FOR ANY SINGLE OBLIGATION
22
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This document is not valid unless printedon colored background and is multi -colored. This appointment, is made under and by authority of the board of directors
at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions
adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982.
RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds,' undertakings, rccognizances, and suretyship obligations of all kinds; and said officers may remove
any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of anybond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 8TH day of MARCH, 2017.
ASs.sta I SIs: 'r_•!
STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS
On this 8TH
Jane E Cherney.
day of MARCH, 2017
. W ,nnrorgr
SEAL';=
o t
i
OLD REPUBLIC SURETY COMPANY
President
personally carne before me, Alan Pavlic and
to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above
instrument,' and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are the said officers of the
corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers
were duly affixed and subscribed to the said instrument by the authority of the hoard of directors of said corporation.
<*L
P Notary Public
My commission expires: 9/28/2018
CERTIFICATE (Expiration of notary commission does not invalidate this instrument)
I, the undersigned, assistantsecretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power
of Attorney remains in full force e,nddiRs not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in
force.
40-1817
. ke vinerf',
0
E'AL ;?'.
?_r
a .
m•
ARTHUR J GALLAGHER RISK INC
Signed and sealed at the City of Brookfield, WI this 24th day of
March`
2017
THIS DOCUMENT HA r tdl b ORED BACKGROUND AND IS MULTI -COLORED ON THE FACE. THE COMPANY LOGO APPEARS ON THE
BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT, THIS DOCUMENT IS VOID.
15'' 222.2 5-10)
ARTHUR J. GALLAGHER RISK MANAGEMENT SERVICES
220 Emerson Place, Suite 200
Davenport, IA 52801
Phone: (563) 322-3521
Fax: (563) 322-1046
Dan_curran@ajg.com
Central Petroleum Equipment Co. Inc.
109 Terrace Drive
Blue Grass, IA 52726
BID BOND RESULTS FORM
Project Owner: City of Waterloo
Bid Date: 3/30/17
Project Name: Bid #081001
Approx. Bid Amount: $55,000
Low
2nd
3rd
PLEASE LIST THE FIRST THREE BIDDERS IF KNOWN
Contractor's Name Amount
Yom• Bid If Not Listed Above
Comments:
By: Date:
PLEASE RETURN THIS TO ARTHUR J. GALLAGHER RISK MANAGEMENT SERVICES
BY E-MAIL, FAX OR MAIL AS SOON AS POSSIBLE
Carrier Ratings and Admitted Status
Proposed Carriers
A.M. Best's Rating
Admitted/Non-Admitted
Old Republic Surety Company
A VII i
Admitted
Guide to Best Ratings
Rating Levels and Categories
Level Category Level Category Level Category
Ai•+, A+ Superior 13,13- Fair D Poor
A, A- Excellent C++, C+ Marginal E Under Regulatory Supervision
B++, B+ Good C, C-.... ............ ... Weak F In Liquidation
S Suspended
Financial Size Categories
(In $000 of Reported Policyholders' Surplus Plus Conditional Reserve Funds)
FSC I Up to 1,000
FSC 11 1,000 to 2,000
FSC III 2,000 to 5,000
FSC IV 5,000 to 10,000
FSC V 10,000 to 25,000
FSC VI 25,000 to 50,000
FSC VII 50,000 to 100,000
FSC VIII 100,000 to 250,000
FSC IX 250,000 to 500,000
FSC X 500,000 to 750,000
FSC XI 750,000 to 1,000,000
FSC XII 1,000,000 to 1,250,000
FSC XIII 1,250,000 to 1,500,000
FSC XIV 1,500,000 to 2,000,000
FSC XV 2,000,000 or more
Bests Insurance Reports, published annually by A.M. Best Company, Inc., presents comprehensive
reports on the financial position, history, and transactions of Insurance companies operating in the United
States and Canada. Companies licensed to do business in the United States are assigned a Best's
Rating which attempts to measure the comparative position of the company or association against
industry averages.
A Best's Financial Strength Rating opinion addresses the relative ability of an insurer to meet its ongoing
insurance obligations. It is not a warranty of a company's financial strength and ability to meet its
obligations to policyholders. View the A.M. Best important Notice: Best's Credit Ratings for a disclaimer
notice and complete details at http://www.ambest.com/ratings/notice.
Best's Credit Ratings are under continuous review and subject to change and/or affirmation. ror the
latest Best's Credit Ratings and Best Credit Reports (which include Best Ratings), visit the A.M. Best
website at httpi/www.ambest.com. See Guide to Best's Credit Ratings for explanation of use and
charges. Copies of the Best's Insurance Reports for carriers listed above are also available upon request _
of your Gallagher representative.
Best's Credit Ratings reproduced herein appear under license from A.M. Best and do not constitute,
either expressly or impliedly, an endorsement of (Licensee's publication or service) or its
recommendations, formulas, criteria or comparisons to any other ratings, rating scales or rating
organizations which are published or referenced herein. A.M. Best is not responsible for transcription
errors made in presenting Best's Credit Ratings, Best's Credit Ratings are proprietary and may not be
reproduced or distributed without the express written permission of A.M. Best Company.
Gallagher companies use A.M. Best Company's feting services to evaluate the financial condition of
insurers whose policies we propose to deliver. Gallagher companies make no representations and
warranties concerning the solvency of any carrier, nor does it make any representation or warranty
concerning the rating of the carrier which may change.
GUIDE TO BEST'S FINANCIAL
STRENGTH RATINGS
A Best's Financial Strength Rating isan independent opinion of an insurer's financial strength and ability to meet its ongoing insurance policy and
contract obligations. The rating is based on acomprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating
performance and business profile.
Best's Financial
Strength Ratings
Rating
Descriptor
Definition
a
L.
0
ro
A++, A+
Superior
Assigned to companies that have, in our opinion, a superior ability to meet their ongoing insurance obll-
gations.
A, A-
Excellent
Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing insurance
obligations.
8++, B+
Good
Assigned to companies that have, in our opinion, a good ability to meet their ongoing insurance obliga-
tions.
w
E
w
c
'
B, B-
Fair
Assigned to companies that have, in our opinion, a fair ability to meet their ongoing Insurance obliga-
tions. Financial strength is vulnerable to adverse changes in underwriting and economic conditions.
C++, C+
Marginal
Assigned to companies that have, in our opinion, a marginal ability to meet their ongoing insurance obli-
gations. Financial strength is vulnerable to adverse changes in underwriting and economic conditions.
C, C-
Weak
Assigned to companies that have, in our opinion, a weak ability to meet their ongoing insurance obliga-
tions. Financial strength is very vulnerable to adverse changes in underwriting and economic conditions.
D
Poor
Assigned to companies that have, in our opinion, a poor ability to meet their ongoing Insurance oblige-
tions. Financial strength is extremely vulnerable to adverse changes in underwriting and economic con-
ditions.
E
Under
Regulatory
Supervision
Assigned to companies (and possibly their subsidiaries/affiliates) placed under a significant form of
regulatory supervision, control or restraint - including cease and desist orders, conservatorship or reha-
bilitation, but not liquidation - that prevents conduct of normal, ongoing insurance operations.
In Liquidation
Assigned to companies placed in liquidation by a court of law or by a forced liquidation,
Assigned to rated companies when sudden and significant events impact operations and rating implica-
tions cannot be evaluated due to a lack of timely or adequate Intonation; or in oases where continued
maintenance of the previously published rating opinion is in violation of evolving regulatory require-
ments.
Rating Modifiers
Modifier
Descriptor
Definition
u
Under Review
Indicates the rating may change in the near term, typically within six months. Generally is event driven, With
positive, negative or developing implications.
pd
Public Data
indicates rating assigned to insurer that chose not to participate in A.M. Best's interactive rating process.
(Discontinued In 2010)
s
Syndicate
Indicates rating assigned to a Lloyd's syndicate.
Rating Outlooks
Indicates potential direction of a Best's Financial Strength Rating over an intermediate term, generally defined as 12 to 36 months.
Positive
Indicates possible rating upgrade due to favorable financial/market trends relative to the current rating level,
Negative
Indicates possible rating downgrade due to unfavorable financlaUmarket trends relative to the current rating level
Stable
Indicates low likelihood of a rating change due to stable financial/market trends.
Under Review
Implications
Indicates the potential direction of a Best's Financial Strength Rating that is in Under Review status based on information currently available.
Positive
Indicates there is a reasonable likelihood the company's rating will be raised as a result of A.M. Best's analysis of a recent event.
Negative
Indicates there is a reasonable likelihood the company% rating will be lowered as a result of AM. Best's analysis of a recent event.
Developing
Indicates there is uncertainty as to the final rating outcome, but there Is a reasonable likelihood the company's rating will change as a
result of A.M. Best's analysis of a recent event.
Not Rated Designation
NF1: Assigned to companies that are not rated by A.M. Best.
Rating D,sciosure -
A Best's Financial Strength Rating opinion addresses the relative ability of an insurer to meet its ongoing insurance obligations. The ratings are not
assigned to specific insurance policies or contracts and do not address any other risk, Including, but not limited to, an insurer's claims -payment
policies or procedures; the ability of the insurer to dispute or deny claims payment on grounds of misrepresentation or fraud;. or any specific liability
contractually borne by the policy or contract holder. A Best's Financial Strength Rating is not a recommendation to purchase, hold or terminate any
insurance policy, contract or any other financial obligation issued by an Insurer, nor does it address the suitability of any particular policy or contract
fora specific purpose or purchaser. In arriving at a rating decision, A.M. Best relies on third -party audited financial data and/or other information
provided to it. While this information is believed to be reliable, A.M. Best does not independently verity the accuracy or reliability of the Infomiation.
For additional details, see A.M. Best'% Terms of Use at www.ambest.com.
Best's Financial Strength Ratings are distributed via press release and/or the A.M. Best website at www.ambest:com and are published in the Credit
RatingActlons section of Best's JournalTM. Best's Financial Strength Ratings are proprietary and may not be reproduced without permission.
Copyright 0 2014 by A.M. Best Company, Inc. Version 080114
Ga Hag
e
isc osu res
IMPORTANT DISCLOSURES
The proposal is an outline of certain terms and conditions of the insurance proposed by the insurers,
based on the information provided by your company. It does not include all the terms, coverages,
exclusions, limitations and/or conditions of the actual policy contract language. The insurance policies
themselves must be read for those details. Policy forms for your reference will be made available upon
request.
We will not be operating in a fiduciary capacity, but only as your broker, obtaining a variety of coverage
terms and conditions to protect the risks of your enterprise. We will seek to bind those coverages based
upon your authorization; however, we can make no warranties in respect to policy limits or coverage
considerations of the carrier. Actual coverage is determined by policy language, so read all policies
carefully. Contact us with questions on these or any other issues of concern.
The information contained in this proposal is based on the historical loss experience and exposures
provided to Arthur J. Gallagher Risk Management Services. This proposal is not an actuarial study.
Should you wish to have this proposal reviewed by an independent actuary, we will be pleased to provide
you with a listing of actuaries for your use.
If this proposal contains options to purchase TRIA/TRIPRA coverage, the proposed TRIA/TRIPRA
program may not cover all terrorism losses. While the amendments to TRIA eliminated the distinction
between foreign and domestic acts of terrorism, a number of lines of coverage excluded under the
amendments passed in 2005 remain excluded including commercial automobile, burglary and theft
insurance; surety insurance, farm owners multiple perils and professional liability (although directors and
officers liability is specifically included). If such excluded coverages are required, we recommend that you
consider purchasing a separate terrorism policy. Please note that a separate terrorism policy for these
excluded coverages may be necessary to satisfy loan covenants or other contractual obligations. TRIPRA
includes a $100 billion cap on insurers' aggregate liability.
The TRIPRA program increases the amount needed in total losses by $20 million each calendar year
before the TRIPRA program responds from the 2015 trigger of $100 million to $200 million by the year
2020.
TRIPRA is set to expire on December 31, 2020. There is no certainty of extension, thus the, coverage
provided by your insurers may or may not extend beyond December 31, 2020. In the event you have loan
covenants or other contractual obligations requiring that TRIA/TRIPRA be maintained throughout the
duration of your policy period, we recommend that a separate "Stand Alone" terrorism policy be
purchased to satisfy those obligations.
Compensation Disclosure
One of the core values highlighted in The Gallagher Way states, "We are an Open Society," and our open
society extends to the compensation Gallagher receives. In general, Gallagher may be compensated as
follows:
1. Gallagher Companies are primarily compensated from the usual and customary commissions or
fees received from the brokerage and servicing of insurance policies, annuity contracts,
guarantee contracts and surety bonds (collectively "insurance coverages") handled for a client's
account, which may vary from company to company and insurance coverage to insurance
coverage. As permitted by law, Gallagher companies occasionally receive both commissions and
fees.
Arthur /, Gallagher RI
k Management Service
Gallagher Disclosures
2. In placing, renewing, consulting on or servicing your insurance coverages, Gallagher Companies
may participate in contingent and supplemental commission arrangements with intermediaries
and insurance companies. Contingent commissions provide for additional contingent
compensation if underwriting, profitability, volume or retention goals are achieved. Such goals are
typically based on the total amount of certain insurance coverages placed by Gallagher with the
insurance company and/or through the intermediary, not on an individual policy basis. Some
insurance markets, including Gallagher -owned intermediaries, have modified their commission
schedule with Gallagher, resulting in an increase in some commission rates. These additional
commissions, commonly referred to as "supplemental commissions" are known as of the effective
date, but some insurance companies are paying this commission later and apart from when
commission is normally paid at policy issuance. As a result, Gallagher may be considered to
have an incentive to place your insurance coverages with a particular insurance company. Note:
Upon request, your Gallagher representative can provide more specific market information
regarding contingent and supplemental commission related to your insurance coverage.
3. Gallagher Companies may also receive investment income on fiduciary funds temporarily held by _
them, such as premiums or return premiums.
4. Gallagher Companies may access other facilities, including wholesalers, reinsurance
intermediaries, captive managers, underwriting managers and others that act as intermediaries
for both Gallagher and other brokers in the insurance marketplace. Gallagher Companies may
own some of these facilities, in whole or in part. If such a facility was utilized in the placement of
a client's account, the facility may have earned and retained customary brokerage commission or
fees for its work.
5. Gallagher assists its customers in procuring premium finance quotes and unless prohibited by law
may earn compensation for this value added service.
6. From time to time, Gallagher may participate in insurance company promotional events or training
and development that insurers provide for Gallagher employees.
7. Gallagher strives to find appropriate coverage at a competitive price for our customers. In order
to achieve these goals, we gather and analyze data about our customers and their insurance
coverage. This data and the resulting analytical tools help us better understand the current
marketplace, more accurately predict future trends and offer tailored solutions to our customers.
The data may also be provided to insurers pursuant to consulting service agreements from which
we earn fees.
If you have specific questions about the compensation received by Gallagher and its affiliates in relation
to your insurance placements, please contact your Gallagher representative for more details.
In the event you wish to register a formal complaint regarding compensation Gallagher receives from
insurers or third parties, please send an e-mail to Compensation_Complaints@ajg.com or send a letter
to:
Compliance Officer
Arthur J. Gallagher & Co.
Two Pierce Place, 20th Floor
Itasca, IL 60143
Arthur I, Gallagher Risk Management Services, In
111
syntech
Webinar and Training Options
Thank you for choosing FuelMaster for your fuel management needs. We sincerely
appreciate your business. As a service to our customers and to reinforce the training
received by the installer, we provide a two hour webinar session free of charge on our FM
Plus software. The webinar is initiated by a live desktop sharing program allowing us to
demonstrate the software on your desktop and answer any questions you may have.
Your Training Specialist is an experienced professional with many years of experience
installing, training, and supporting FuelMaster products and services. We encourage you
to use this time to review with them any questions you may have concerning your new
fuel management system. If you feel you or your staff would like additional training, we
offer a customer class, held in our Tallahassee office four times a year. For more
information on this class, please visit our website at mvfuelmaster.com/support/school.
A Syntech Training Specialist will contact you shortly after your system goes active to
schedule a time for your training session. You may also call us at your convenience to
schedule an appointment at 800.888.9136 and ask for the Training Department or by
email at training@ mvfuelmaster.com.
Manufacturer's Warranty & Extended Maintenance Options
All FuelMaster units come with a manufacturer's warranty of 12 months from installation or
15 months from date of shipment, whichever comes first. There are several maintenance
options available to extend your manufacturer's warranty on your FuelMaster unit.
Customers under all maintenance contracts are provided with a toll free number and have
access to FuelMaster technicians to assist in operations and diagnostics. Listed below are
our extended maintenance options:
Limited Maintenance: $550.00 for the first unit & $265.00 for each additional
FuelMaster unit per year (All FMUs must be covered)
This option provides phone support as well as free updates software/firmware, upon
request (systems with customized software will have to be quoted on an individual basis).
The customer can make the decision as to whether he prefers to maintain his current
system or update to the new software/firmware. All FuelMaster hardware parts have a 10%
discount. Additionally, it provides for unlimited telephonic/electronic diagnostics and
support, Monday through Friday, 8 AM to 8 PM EST.
Calls received outsides these hours or on observed federal holidays will incur an after
hour service charge. The following federal holidays are observed: New Year's Day;
Memorial Day; 4th of July; Labor Day; Veteran's Day; Thanksgiving Day and day after;
Christmas Eve and Christmas Day. If one of these days falls on a weekend, then the
day the Federal Government observes said holiday.
41P eLintech
Standard Maintenance: Prokee & Smartcard Units $1,175 per year, per unit - FMU-3500
series & Credit Card units $1,275 per year, per unit - $400 per pedestal receipt printer
This option provides the same coverage as Limited Maintenance and adds additional value
by covering any required repair parts free of charge. The exclusions are Acts of God,
vandalism, and faulty installation or operation (by a vendor). This also does not cover site
visits by FuelMaster technicians if required.
Super Maintenance: $2,650 per year, per unit - $850 per pedestal receipt printer
This option provides the highest level of maintenance support. It includes everything that
Limited and Standard Maintenance offers, as well as 24/7 customer service support, Acts
of God coverage (lightning) and site visits if necessary.
Basic Technical Support - $135/hour, plus parts if required
If you decide not to purchase any of the above extended maintenance plans, you may
purchase technical support on an as needed basis. If you decide to take this route, please
inform all your associates who use the Customer Support helpdesk that they will need to
have a purchase order or credit card ready when they call. Remember, it is our desire to
offer you the best possible support regardless of your decision.
AIM Module Extended Maintenance: $6.25/module
(All AIM modules must be covered)
The basic AIM warranty period that comes standard with purchase for each module is 12
months from the date of shipment and provides coverage for parts and telephonic labor.
If you choose to extend your warranty, this option covers phone support and failed
hardware replacement.
If you need additional information, please do not hesitate to contact Josh Andrews,
Extended Maintenance Specialist, at joshua.andrews(a�mvfuelmaster.com or
800.888-9136 x 1303.
Wayne
FUF1ING SYSTEMS
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 SYSTEM:;
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, connectivity
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
FUELING SYSTEMS
Fuel Dispensers and Peripherals: Standard Equipment Warranty Coverage
Equipment
1 Year
2 Years
Terms
Ovation TM Fuel
Dispenser: (Includes
Options and
Peripherals)
,/
Warranty start date is based on dale 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).
HelixTM Fuel
Dispenser / Vista M
Fuel Dispenser:
(Includes Options and
Peripherals)
./
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)
i
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 TM Fleet
Dispenser / SelectTM
Fleet Dispenser
�/
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 retumed, 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).
XfIoTTM Fuel Meter Recalibration
Equipment
4 Years
Terms
Ovation Dispenser w/
Xflo Meter
✓ 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.
*+/- 3 cubic inches in 5 -gallon prover within 30 days
**+/- 6 cubic inches after 30 days
Retail Systems: Standard Equipment Warranty Coverage
Equipment
1 Year
Parts Only
1 Year Full Terms
Warranty
NucleusTM
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.
Fusion TM
Automation
Server
Warranty start date is based on date recorded on the submitted Start -Up Report. If
a Start -Up Report has not been retumed, 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
FUELING SYSTEMS
Wayne and Tokheim Service Parts: Standard Equipment Warranty Coverage
Equipment
30 Days 90 Days 12 Months Terms
Field Upgrade Kits Including,
but not limited to:
Card Readers, Pump Heads,
Wayne Vac' , Wayne
TRACTm, Wayne ScanTM
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, Xflo
Meter, Security Alarm
Twelve (12) months parts only warranty from date of
Wayne/Tokheim original invoice. WaynetTokheim 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)
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.
WaynelTokheim 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.
Service Parts
A/ Twelve (12) months parts only warranty from date of
WaynelTokheim 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, Tabor, or trip costs.
RELIANCE° G6200
MECHANICAL FLEET DISPENSER
Wayne
FUELING SYSTEMS
Wayne Reliance G6200 Series
Mechanical Fleet Dispensers
Fueling capabilities you can depend on down the road
Keeping your fleet on the move depends on reliable, fast access to fuel. Time spent
waiting for an available dispenser or struggling with slow or inefficient fueling
equipment can negatively Impact your productivity. And any downtime caused by
maintenance or repair issues not only increases inefficiencies, it raises your Total
Cost of Ownership.
Wayne delivers fueling equipment you can count on to deliver consistent performance
today and tomorrow. We've built the Reliance G6200 Series Mechanical Fleet
Dispenser for reliability and durability by combining time -proven components with a
durable cabinet. It stands up to years of rugged use in the harshest conditions.
Superior performance gets vehicles on the road faster
Engineered for fast fueling capabilities, the Reliance G6200 dispenser offers high flow
rates up to 22 GPM". Large capacity inlet/outlet castings, one -inch internal filters and
discharge connections provide superior flow performance. The one horsepower motor
on suction models offers extra capacity which extends the rife of the motor. Plus, the
micro -accurate positive displacement two -piston meter is weights and measures
sealable and provides precise measurement at any flow rate.
'Flow rates are maximum test rates at discharge. Actual rates will depend upon application and accessories, and if applicable the submersible pump.
Exceptionally adaptable to your needs
The Reliance G6200 dispenser gives you flexible configuration choices so you can select a dispenser
that matches your needs. The one -inch hose discharge includes a3/4 -inch adapter allowing all models to
be easily adapted to either hose size for standard gasoline or high flow diesel applications. Choose from
remote dispenser, suction pump or satellite configurations in addition to a wealth of other options.
• High hose masts and internal retractors keep hoses out of fueling lane
• Pulsers support connection to popular fuel control systems
• Panel lighting enhances register viewing at night
• Factory -installed Healy VAC vapor recovery for ORVR and EVR applications
• E85 option offers compatibility with ethanol fuel
• Stainless steel cabinet lasts in corrosive environments
• Lane -oriented nozzle boot conveniently positions nozzle on front bevel
Durable construction withstands years of rugged conditions and use
We've constructed the Reliance G6200 dispenser using the toughest materials. As a result, it holds up
under severe exposure and hard use for many years. The attractive powder -coated finish survives the
elements, and cabinet panels and supports are made from corrosion -resistant galvannealed steel. Tough
14 -gauge side panels and 18 -gauge doors make the dispenser ideal for rough fleet environments. Also,
the Reliance G6200 dispenser does not require gaskets for weather -sealing which can deteriorate and
lose effectiveness over time.
www.wayne.com
Convenient, simple installation and maintenance
Simple installation and low maintenance are among the many ways the Reliance G6200 dispenser
improves productivity and reduces operation costs. A single AC power line feed makes retrofitting to
existing installations easy. Its hinged doors can be removed if necessary by simply pushing a button for
simple access during routine maintenance. The gear -type pumping units (suction models) endure years
of hard use, and the reliable mechanical registers require little maintenance. Additionally, vertical strainer
removal minimizes spills during maintenance, and an adjustable v -link belt in suction models simplifies
motor tension adjustment.
Ready for tomorrow's fuels today
The UL -listed Reliance E85" (E/ model prefix) employs special elastomers, electroless nickel -plating, hard
anodizing, stainless steel, black iron piping and a special ethanol -compatible filter to provide compatibility
with E85 fuel, The E85 option is available for all remote dispenser models and is also compatible with
standard petroleum products like gasoline and diesel. Dispense E85 today or utilize standard fuels with
the peace of mind that you are prepared for conversion to alternative fuels in the future.
Reliance G6200 Models
The Wayne G6200 fuel dispenser comes in a wide range of model selections so you can choose the dispenser that fits seamlessly within
your environment and meets your fleet fueling requirements.
Model Number Type Hoses Products Pumps Motors Solenoid Valves
Suction Pumps
/G6201 P/2GJK
/G6202P/2GJK/W1
/G6205P/2GJK
/G6203P/2GJK
Remote Dispensers
/G6201 D/2GJK/W1
/G62020/2GJK/W1
/G6203D/2GJK/W1
Satellites
N287S/KR
N288S/K
Single
Twin 1
Twin HS
Twin 11
Single
Twin
Twin 11
Single
Fon
1
2
2
1
2
2
1
2
1
2
2
N/A
-N/A
N/A
N/A
N/A
(1) 1 HP
(1)1 HP
(2} 1 HP
(2) 1 HP
N/A
NIA
N/A
N/A
NIA
Option
1"(2.5cm)
Option
Option
1 " (2.5 crn)
1"(2.5cm)
1" (2.5 crn)
1.5" (3.8 cm)
1.5" (3.8 cm)
Model Number Format: /Base Model / Suffix 1 Options / Suffix 2 Options (e.g_ / G6201P / 2GJK / A)
Ai rxxl-satolito modols inckxio Um {c lowing options as standard: 1" piling 121. internal liter [G), AC j -box [JJ. and Ix= hanger In Option suffixes aro notod In tho specifications
in H. A "/P (e.g. (//AD indicates a suffix 2 option.
"Note: "E/" models are UL Listed for ethanol blends up to E85 as well as gasoline and diesel.
Select only hose and nozzle accessories Thal aro expressly compatible with the fuel typo being dispensed.
Standard features deliver a solid solution
Equipped with a rich set of standard features, the Reliance G6200 dispenser offers exceptional value. Based on
years of experience and industry leadership, Wayne incorporates outstanding features into every dispenser.
• Internal filters help ensure product purity
• All user controls meet American Disability Act requirements
• Nozzle boots fit both standard and vapor recovery nozzles
• Satellite piping connections are provided for use with satellite dispensers
Reliance G6200 Specifications
Performance: Up to 22 GPM (83 Ipm) per hose (exception: Twin I suction is 22 GPM per one hose operating, or 12 GPM
(45 Ipm) per hose with both operating).
Note: Specified rates are maximum test rates at the discharge. Actual flow rates will depend upon the installation
conditions, dispenser accessories, and for remote dispensers, size of the submersible pump.
Compatibility: For dispensing low viscosity petroleum fuels - diesel; biodiesel blends up to 20%; gasoline, including oxygenated
blends; kerosene; AvGas^, and jet fuel^. See E85 option and Approvals. Fuel must meet the applicable ASTM standard.
^Note: Confirm with fuel supplier on any fluid path metal restrictions before use. Install the proper filtration and water
separation equipment necessary for aviation fueling.
Register. Non -computer mechanical register with power reset with interlock. Displays on both sides of cabinet.
Maximum 999.9 gallons.
Totalizer: Non-resettable totalizer up to 9999999.9. Displays on front dial face.
Meter: Reliable, micro -accurate 2 -piston positive displacement design. Weights & Measures sealable.
Pumping Unit++: Positive displacement, self -priming, gear -type pumping unit with integral centrifugal air separator
and adjustable bypass valve. Suction strainers at inlet connection.
Motor++: 1 -HP continuous duty with thermal overload protection. Adjustable V -link belt connects to pump pulley.
Electrical: 115VAC, 60Hz operation. Motors —115/230VAC 50/60Hz.
internal Filter [0]: Adapter with ten -micron filter helps ensure product purity.
Inlet Connection: 11/2" NPT (3.8 cm).
Discharge: 1" NPT (2.5 cm) with 4" reducing bushing.
Solenoid Valve: 1" (2.5 cm) two-stage valve. Standard on remote dispensers and Twin I suction, Also provides slow flow
control for fuel control systems. With E85 option, valve is single stage.
Satellite Connection: Discharge assembly includes 1" NPT (2.5 cm) internal port for satellite piping connection on remote
dispensers.
Cabinet Finish: Extremely durable powder -coated finish gives outstanding appearance and toughness. Sides, top, bezel,
and base painted metallic silver. Doors painted blue (optional black, brown, green, red, silver, yellow, or white). Black register
face.
Cabinet Construction: All panels are fabricated from heavy gauge galvannealed steel. 14 -gauge side panels and 18 -gauge
doors. Top of bezel provides space for product id decals (specify w/ order).
Nozzle Boot and Hook: Side location is standard for access from either fueling lane. Fits standard U.L. interchangeable
automatic nozzles. Hook may be adjusted for an OPW 11 -VF long spout balanced vapor recovery nozzle. On/off handle
for dispenser activation, Optional nozzle boot hood kit for fitting short spout balanced vapor recovery nozzles.
Hose Hanger [K]: Keeps hose off the island when not in use.
Actual Dimensions: 32.25" W x 19.38" D x 54.38" H (81.9cm W x 49.2cm D x 138.1 cm H)
Approvals: C -UL -US -includes diesel; biodiesel blends to 85; gasoline including ethanol blends to E10 (to E85 with E85
option - UL only); & kerosene.
U.S. Weights & Measures - includes diesel; biodiesel; gasoline including oxygenated blends; kerosene; AvGas; and Jet Fuel.
www.wayne.com
Options
Pulsers: Transmit electrical pulses for each register revolution for connection to fuel control systems. 10:1 [7A] and 100:1
[7B] ratio options available.
E85 [E/ prefix]: Remote dispensers only. Utilizes nickel -plating, hard anodizing, stainless steel, black iron piping,
special elastomers, and a special filter for E85 compatibility. UL listed for ethanol blends up to E85 as well as gasoline
and diesel.
Hose Mast Kit+ [//J]: Raises hose to ease hose handling and help keep stored hose out of the fueling lane. Optional hose
mast damp kit+ (p/n 890898-001) for Goodyear's vapor recovery hose.
Light [//A]: Illuminates register faces and backlights the translucent product id panels that are included with the light option,
One bulb per side.
Lane -Oriented Nozzle Boot [5]: Locates nozzle boot with lift -to -start hook on front bevel. Fits standard UL interchangeable
nozzles and Emco Wheaton 4015 and I It sky V short spout balance vapor recovery nozzles. Hook extension kits+ for OPW
11VF (p/n 892081-001) and Healy 400 (p/n 892080-001) long spout vapor recovery nozzles. Register displays on side of
cabinet with applicable nozzle boot.
Stainless Steel Panels: Ideal for very corrosive environments. All exterior panels [//S), all panels except painted
galvannealed steel doors (//S1], or stainless steel doors only [//S2].
HealyVac Vapor Recovery: Remote dispensers only. Factory -installed Healy vapor recovery components for ORVR and
EVR applications. One hose [D3] or two -hose [D4] options. Does not include hanging hardware.
Electrical Options: 230VAC 50/60 Hz. operation [Z]. For light option 0 50 Hz, also add (//C).
Other Options: Liter measure (8), internal hose retractor [/M], hand crank kit+ [3], reversed accumulative totalizer (//F),
inlet chock valve [//M], external filter kit+ (p/n 889921-001), solenoid valves [l/W1] on suction models, & short spout vapor
recovery nozzle boot flood kit+ (p/n 892101-001).
N287S and N288S Satellite Specifications
Cabinet Finish: Metallic silver sides and top with blue doors (optional black, brown, green, red, silver, yellow,
or white doors).
Cabinet Construction: Heavy gauge galvannealed steel.
Inlet Connection: 11" NPT (3.8 cm)
Solenoid Valve: 11/2" (3.8 cm) two-stage.
Electrical: 120VAC, 60 Hz.
Discharge: 1" NPT (2.5 cm)
Nozzle Boot: Fits UL interchangeable nozzles. Lane -orientation. Lift nozzle hook to start operation.
Hose Hanger [K]: Keeps hose off the island when not in use.
Actual Dimensions: 35" W x 20" D x 41.5" H (88.9cm W x 50.8cm D x 105.4cm H)
Approvals: C -UL -US -includes diesel; biodiesel blends to B5; gasoline including ethanol blends to E10 (to E85 with E85
option - UL only): & kerosene. U.S. Weights & Measures m includes diesel; biodiesel; gasoline including oxygenated blends;
kerosene; AvGas; and Jet Fuel.
Options: All stainless steel cabinet (//S], stainless steel sides and top with painted doors (//S1], or stainless steel doors only
[//S2). External filter kit+ (p/n 889921-001).
++Note: Applies to suction models only
+Note: Kits require field assembly
Reliable VR 101
Non -Computer
Register with
Power Reset
ADA -Compliant
On/Off Handle
Optional 1"
Two -Stage Solenoid
Valve (standard on
remote models)
Weights & Measures
Sealable Two -Piston
Meter
All remote dispensers include a satellite connection as standard so
that they can be piped to an opposing satellite dispenser for the
convenient fueling of truck saddle tanks or vehicles positioned with
their tank on the opposite side.
Optional Light for
Lighting Register
Face & Product IDs
Optional 10:1 or
100:1 VR Pulser
(not shown)
1" Satellite Piping
Connection (accessible on
remote dispenser models)
44- 1" Discharge with
3/4"Reducing Bushing
Large AC Junction Box
(Additional J -Box
with Pulser Option)
Tough 14 -Gauge
Galvannealed Steel
Side Panels with -►
Powder Coat Finish
Vertical Strainer
Heavy Duty1 HP
Continuous
Duty Motor
Internal 10 -Micron Filter
Large Capacity
CasUngs for Connecting
Components
/G6205P/2GJK
Modal
Dependable Gear
Type Pumping
Unit with Vortex
Air Separator
Adjustable
V -Link Belt
www.wayne.corn
www.wayne.com
Austin, Texas, USA 1 Malma, Sweden 1 Rio de Janeiro, Brazil 1 Shanghai, China
111. it -tp. 11,7 W.1}10 hYp, Ili f 1y :au SlH4• rxrr r.,K.!re .l r;i'�4t>:__. -:r,1 "7 /-<=1r. rr
I. g rS r.t.&-ip,R•xVt;:Yrdrt4-IfII:✓kvirVKV ri N,Vrr.
11ll !:dile
Wayne
FUELING SYSTEMS
NEXT GENERATION
Main Office and Plant:
100 Four Points Way, Tallahassee, FL 32305
Tel: (850) 878-2558
Toll Free: (800) 888-9136
FAX (850) 877-9327
/T#'TECHsrsTEMs,1%,
For more information email:
marketing@syntech-fuelmaster.com- --
(Show above: FMU 2500 PLUS RF)
Benefits
The best just keeps getting better! FueMaster" saves you money by eliminating manual tracking of fuel transactions
and increasing accountability. The same reliable FuelMaster equipment that's been the fleet managers' choice for
years has been upgraded to increase productivity and provide a quicker return on investment... usually within the first
year!
FuelMaster' engineers and technicians provide the best product support service in the industry. Toll-free support
directly to your fuel island, as well as PC to PC training and assistance, saves you time and money. FuelMaster®
doesn't stop there! Its flexibility permits numerous, diverse uses; e.g., a gate opener, car wash activator, or controlling
access to chemicals, to name a few. Consider a FuelMaster® Fuel Management System ...and start saving money
today!
The FuelMaster 2500 Plus series adds additional features that make it the most effective fuel management system
on the market for many years to come. Flash memory has been added to permit updating the fuel island operating
system without changing chips. The Plus system has increased memory and processor speed and the database has
been upgraded to Access 2000. The Plus system also supports a network card to permit Internet access. FuelMaster
software now has more flexibility in the customization of reports. FuelMaster" also communicates directly with elec-
tronic dispensers to permit interfaces with blended MPDs and the capability of remotely changing dispenser prices.
Features
Electronic Read/ Write keys and cards are great for fleet
operations or gas club members. PROKEE®s are high
strength, plastic composite keys containing nonvolatile,
read/write memory chips, which can be encoded with
confidential information to control access to dispensers
and streamline product transaction data.
FuelMasters patented radio frequency tag system
takes driver data entry out of the information collection
equation. The odometer or chronometer data, along with
other information is automatically collected by the island
fuel management unit without driver effort An AIM (auto-
motive information module) unit is installed on the equip-
mentand collects and stores information and sends it to the
fuel management unit by RF during fueling operations. This
system works concurrently with the use of PROKEE"'s or
smart cards so that the (AIM) units may be added to equip-
mentcurrently using electronic read/write access devices.
The FuelMaster 2500 Plus' capabilities to support self -
serve retail applications have also been increased. As
well as being on an ever increasing number of credit card
networks, prepaid smart cards and PROKEE®s can be
issued to customers. The system operator may also enter
up to 300 credit card numbers of repeat customers with a
specified discount for each. The Plus system also returns
more credit card information and settle -up data to the PC
software for easier tracking of fuel purchases.The ability
to price fuel at multiple remote sites has been enhanced
to ensure you're in control of your fuel.
IA real-time, on-site journal printer can provide hard copy
backups of all transactions. A receipt printer is also
available.
FuelMaster® is a leader in the alternative fuels arena...
from CNG to E85! FuelMaster° can control and measure
any liquid or gaseous fuel. Leaders in the alternative fuels
field chose FuelMaster) because of its reliability and ease
of maintenance.
Based on odometer/hour readings, the system calculates
vehicle efficiency and fuel consumption and alerts the driver
and supervisor to maintenance requirements.
The addition of a tank monitor interface kit permits
automatic reconciliation of tank levels with FuelMaster"s
declining balance. FuelMasterr' interfaces with most popu-
lar tank monitors.
The FuelMaster'"' system may be expanded to control an
almost limitless number of fueling sites. Each site consists
of a master unit with up to eight satellites.
FuelMaster" is warranted for one year from date of instal-
lation or fifteen months from date of shipment.
Modular design and construction ensure reliability and
ease of maintenance of your FuelMaster® Fuel Manage-
ment System. Site operators can quickly and easily change -
out modular components, if necessary, with the assistance
of FuelMaster® technicians.
The central controller (a PC operating on Windows 98 or
higher) generates comprehensive transaction reports and
invoices.
Transaction data can be easily exported to most fleet main-
tenance programs.
If you are looking for reliability and flexibility, look no further. The purchase price is only part of what you pay for a
fuel management system. Repairs and system downtime also cost you money, making reliability a key ingredient in
achieving return on your investment. We encourage you to talk with FuelMastser® owners, particularly those who have
previously used other brands of fuel management.
REV. 11/05