Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Acterra
CITY OF CITY CI ERK.j!--z OFFICF WIR 28 20.17 12r§f 0:26:04 0 $4.29Q US POSTAGE FIRST-CLASS 062S-1033158595 52302 rtzil cOD -Terra GROUP Corporate Centre 200 PO Box 160 Marion, Iowa 52302-0160 City of Waterloo, Iowa 715 Mulberry Street Waterloo, Iowa 50703 Bid #081001 Bid Date: 3/30/17 @ 1PM CST acTerra GROUP Acterra Group, Inc. Corporate Centre 200 PO Box 160 Marion, IA 52302-0160 T 319.377.6357 F 319.377.0075 TF 800.289.7371 www.acterragroup.com Replacement of Fuel Pump Dispenser At the City Fuel Distribution Site Bid #081001 Bid Opening: Owner: Contents: March 30, 2017; 1:OOPM CST City of Waterloo, 715 Mulberry Street, Waterloo, IA 50703 Bid Bond — AIA Document A310-2010 City of Waterloo Request for Bid form/Cost Summary Acterra quote #QTE-44853-POG3 Certificate of Liability Insurance Manufacturer specification sheets/literature Petroleum Equipment 1 Renewable Energy 1 Tank Manufacturing 1 Back-up ('ower AIA Document A31 O TM - 2010 Bid Bond CONTRACTOR: (Name, legal status and address) Acterra Group, Inc. P 0 Box 160 Marion IA 52302 OWNER: (Name, legal status and address) City of Waterloo 1315 Black Hawk Street Waterloo IA BOND AMOUNT: Five percent of the bid amount (5%) SURETY: (Name, legal status and principal place of business) Western Surety Company 333 S Wabash Avenue 41st Floor Chicago IL 60604 PROJECT: (Name, location or address, and Project number, if any) This document has important legal consequences, Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference 10 Contractor, Surely, Owner or other party shall be considered plural where applicable. City of Waterloo - Suction Pump Replacement The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this i3ond 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 Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith 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 Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in 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 be deemed to be Subcontractor 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 provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted Therefrom and provisions conforming 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 • d not as a common law bond. Signed and sealed this 30th day of March 2017 Act Hess) tern Surety Company itness) (Sure ik (Tide)Nancy •. Baltutat, Attorney -in -Fact c,„20•I j1?t•1' yoti li i. lel ALt' {;{i?lit-S!:Yali'.+;Ii c:ti 1"El•.Cii i!, -: ?1?'•:; c .. ik i'=i i;l7±k ( ,.,:: i;"•:.:.. . Ghanl}oii :eil1 hhrtr,17! l ',::•t.i. (Seal) Init.AIA Document A310TM — 2010. Copyright ®1963,1970 and 2010 by The American Institute or Archttects. All rights reserved. ';.F;idli�i:2. ';'....r ti, frc;cunra,rh a r..frr..: '.i tr} ..i3. i'y;yri(±t:; ...... awl ;awl, riiv,t. t ? st,;ra ihobtt:<:.: -r:., . .!:. ,:a f3' SIJ l:'it) 2..,T; , a!i:: r .nbti1', ,!'); it.rR'a a.: ti an:. ee,lra!;.hi tisart;sitrl ,i i: igt-o-,.•L:;;;:;i :•:: '. <, . 1:}Ar.;):eu i,y.>miF }; i;a;i;s>s,' rv'ai;-r i'; E3:•,. Purchasers are permttted to reproduce ten (10) copies of thla document when completed. To report copyright violations of AIA Contract Documents, e-mail The American Institute of Architects' legal counsel, copyright®ala.org. 061110 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota cotporation, is a duly organized and existing corporation having its ptineipal office in the City of Sioux Falls, and Slate of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby snake, constitute and appoint Mark E Keairnes, Greg T LaMair, Nancy D Baltutat, Patrick K Duff, Jeffrey R Baker, Jill Shaffer, Joseph I Schmit, Christopher R Seiberling, Individually of West Des Moines, IA, its true and lawful Atomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instmments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 1 8th day of May, 2016. State of South Dakota County of Minnehaha SS Zoe F !too 1.4 `4EAx.le< TrN UPKe WESTERN SURETY COMPANY aul T. Bmlfat, Vice President On this 18th day of May, 2016, before Inc personally came Paul T. Bmflat, to the known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that be is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2021 A A AI4,/ J. MOHR xomnvmuc.�6a, BOU1H rvxoTAnl�'rp CERTIFICATE J. Mohr, Notaty Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the coronation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said corporation this 3001 day of March , 2017 . Form F4280-7-2012 WESTERN SURETY COMPANY Nelson, Assistant Secretary Pogo 1 of 10 Bid 408-1001 CITY OF WATERLOO 715 Mulberry St., Waterloo, Iowa 50703 (319) 291-4300 REQUEST FOR BID - THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS AND CONDITIONS CONTAINED HEREIN. SUBMIT BID TO THE CITY CLERK AT THE ADDRESS BELOW, BY THE TIE AND DATE SPECIFIED, IN A SEALED ENVELOPE CLEARLY MARKED WITH BID NUMBER, AS NOTED BELOW. NO FAXED BIDS ACCEPTED. OST SUMMARY: 1. Equipment Mfg( Model: Wayne Reliance (2) G6202P / (1) G6203P / (1) G6205P 2. COST: WAYNE SUCTION PUMP TOTAL: 30,196.20 OPTION A, Outright Purchase: Replacement of Four (4) Existing Fueling Dispensers S_3929E00 WAYNE SUCTION PUMPS W/ INSTALLATION (Complete Installation Included) 3, DELIVERY: If awarded the contract of the above bid, we agree to deliver equipment on or before if formal order to proceed Is received by April 15, 2017 June 1, 2017 Name of Firm: Acterra Group, Inc. Address: P.O. Box 160, 200 35th Street - Marion, Iowa 52302 Name& Title of Representative: Tony Cooper - Vice President Signature of Representative: E -Mail Address: tac • act .• • • Web Site Address: Www. acterragroup.com Date Signed: 3/23/17 Date Bld Expires: 6/4/17 Phone No.: 319-377-6357 Fax No.: 319-377-0075 extension 128 Submit Bid to: City of Waterloo, Iowa, ATTN: City Clerk Bid # 081001 715 Mulberry St. Waterloo, IA 50703 Paget of 10 Bid #08-1001 Section I. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL BID #08-1001, PURCHASE AND INSTALLATION OF FOUR (4) FUEL DISPENSER The City of Waterloo intends to purchase FOUR (4) Fuel Dispensers to replace existing dispensers located at 1315 Black Hawk Street, Waterloo, IA, to be used by the City to provide fuel to it's vehicle fleet according to the minimum specifications outlined in Section II of this document. All transportation, installation and delivery charges shall be included in the bid price. The SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL in Section I and the DETAILED SPECIFICATIONS in Section II clarify this specific document but are in addition to the GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS in Section III. The City reserves the right to consider not only the bid price but also the ability of the vendor to provide service and parts for the equipment being bid. Contract Compliance will be forwarded to the awarded Vendor ONLY. A. THE FOLLOWING OPTION WILL BE CONSIDERED: 1. Option A: Outright Purchase. B. BID OPENING/BID AWARD: 1. The bid opening for this project will be held at 1:00pm 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 ail 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 ." !t 4d l sf X ��� 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. X Waterloo, Iowa, one (1) new, current year and model production equipment as described throughout Section 11, DETAILED SPECIFICATIONS. 4 Compliance: At the time of delivery, Contractor shall certify that the V /� 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 X dispenser units. State as item 1 on COST SUMMARY, page 1 6 Installation of Equipment: The successful bidder is responsible for X removal of existing dispensers, installation of replacement dispensers, insure connectivity with existing card reading equipment and connectivity with tank gaging and leak detection equipment/software, 7 Unit proposed: Specify YEAR/MAKE/MODEL of proposed unit. X State as item 1 on COST SUMMARY, page 1. Page 4 of 10 131d 1108-1001 MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS �.•s.. 1 A`_ao ?$ham ..: Four (4) fuel dispensers, each with 2 hoses to Not included in proposal because system is suction su. •ort City operations. 2 Two (2) dispensers shall dispense diesel fuel and Not included in proposal because system is suction Two (2idispensers shall dispense gasohol. 3 Reliance series G6205P Twin 1 HS (2 hoses, 1 X .roduct 2 .umps) or comparable for diesel island. 4 Reliance series G6202P Twin 1 (2 hoses, 1 X product 1 pump) or comparable for gasohol island. 5 2HP fixed sub pump for the two diesel dispensers Not included in proposal because system is suction with mechanical line leak detection. 53/4 HP fixed sub pump for the two gasohol Not included in proposal because system is suction dispensers 7If switching to a pressure system system must be Not included in proposal because system is suction verified that the current piping is acceptable by Iowa DNR. 8 9 10 $ 2,245.00 1 Upgrade Suction Pump Accessories - 2 Upgrade Suction Pump with Hose Masts $ 1,775.00 3 Upgrade Suction Pump with Hose Masts & Hose Retreivers $ 3,225.00 4 Remove and Replace (2) OPW Fuel Island Pedestals oAC. ....rte $ 2,535.00 's+f- �.� '. SSS `'9'aN 1 '•J. �•v�.� �`�a�. �/ 1 Two (2) instruction books/operator's manuals. 2Two 2 com.lete .arts manuals /� Wa ra•t _ —X 1 Minimum Warranty: A minimum of one (1) year parts and labor shall be provided on alt 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. X - 2 Warranty Literature: Manufacturer's warranty literature shall be included in the bid. /� Page 5 of 10 Bid 1108-1001 Section III. GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS CITY OF WATERLOO, IOWA The general rules and conditions that follow apply to all bids issued by the City UNLESS OTHERWISE SPECIFIED. Bidders or /hair authorized agents are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids; failure to do so shall be at the bidder's own risk. Bids and contracts Issued by the City of Waterloo shall bind bidders to applicable conditions and requirements herein set forth UNLESS OTHERWISE SPECIFIED in the bid documents, and are subject to all federal, state, and municipal laws, rules, regulations, and limitations. "Bid" as referenced herein shall include all bids quotations and proposals. "Bid date" as referenced herein shall mean the local date and time specified in the bid documents. A. CONDITIONS FOR BIDDING 1. COMPLETENESS/AUTHORIZATION OF BID. Bidder shall supply all Information and submittals required by the bid documents to constitute a proper bid. Bid shall be signed with the firm name and by an authorized agent. 2. ADDRESSING OF BID. Unless otherwise specified, faxed bids will not be accepted. Bid shall be submitted In a sealed envelope clearly marked on the front with bid number and due date, and unless otherwise specified, addressed to: City Clerk's Office, City of Waterloo, City Hall, 715 Mulberry St., Waterloo, Iowa, 50703. 3. BID DEADLINE/OPENING. Bidder shall be responsible for taking whatever measures are necessary to ensure that the bid reaches the office of the City Clerk or otherwise specified agent on or before the local time and date specified. The City shall not be responsible for, and may not consider, any bid delayed In the postal or other delivery service, or in the city's internal mail system, nor any late bid, amendment thereto, or request for withdrawal of bid received after the date specified. Bidders and/or their authorized agents may be present if a formal bid opening is held, at which time all bids shall be opened and cost data read aloud. A written request for withdrawal of a bid or any part thereof may be granted, provided the request is received by the City prior to specified bid date. Bids received after the time and date specified on the request for bid will not be opened and will not be considered for award. 4. BIDS BINDING 30 DAYS. Unless otherwise specified, all formal bids submitted shall be binding for thirty (30) calendar days following bid date, unless the bidder(s), at the request, agrees to an extension. 5. TRADE SECRETS OR PROPRIETY INFORMATION. Trade secrets or proprietary Information that are recognized as such and protected by law may be withheld if clearly Identified as such in the proposal. 6. BIDS FOR ALL OR PART. Unless otherwise specified, bidder may restrict his/her bid to consideration in the whole by so stating, but shall name a unit price item bid upon; any bld 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 antidiscrimination 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 l0 Bid f/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 commoditles 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. or mailed to those bidders who enclosed a stamped, self-addressed envelope with their bid. B. BONDS AND INSURANCE 1. BID SECURITY. When required, no bid shall be considered unless accompanied by either of the following forms of bid security: a. A certified or cashier's check drawn on a solvent Iowa bank or a bank chartered under the laws of the United States, or a certified share draft drawn on a credit union In Iowa or chartered under the laws of the United States, in an amount equal to a minimum of five percent (5%) of the bid. b. A bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in a penal sum of a minimum of five percent (5%) of the bld. The bid security shall be made payable to the TREASURER OF THE CITY OF WATERLOO, IOWA, and shall be forfeited to the City of Waterloo as liquidated damages In the event the successful bidder fails to enter into a contract within fourteen (14) calendar days and, when required, post bond satisfactory to the City insuring the faithful performance of the contract and maintenance of said work, if required, pursuant to the provisions of the bid documents and other contract documents. The amount of the check, draft or bond shall not constitute a limitation upon the right of the City of Waterloo, Iowa, to recover for the full amount of such damage. Security deposits of the lowest two (2) or more bidders may be retained pending contract award or rejection. All other security deposits will be returned promptly. 2. PERFORMANCE BOND. When required, the successful bidder shall furnish a bond in the amount of one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City and shall guarantee the prompt payments of all materials and labor and protect and save harmless the City from claims and damages of any kind caused by the operation of the contract, and shall also guarantee the maintenance of the improvement for a specified period following its completion and acceptance by the City. A letter of Irrevocable Credit from a responsible lending agency approved by the City, for the same guarantee(s) as noted above, may be submitted for approval. The City reserves the right to accept or reject this form of guarantee. 3. INSURANCE REQUIREMENTS. The City requires that the Contractor's insurance carrier be A rated or better by A.M. Best. When required, the successful bidder shall provide Insurance as follows: Certificate of Insurance; Cancellation or Modification Before commencing work, the Contractor shall submit to the City for approval of a Certificate of Insurance meeting the requirements specified herein, to be in effect for the full contract period. ii. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. Cancellation or modification of said policy or policies shall be considered just cause for the City of Waterloo to immediately cancel the contract and/or to halt on the contract, and to withhold payment for any work performed on the contract. b. Minimum Coverage Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Informal Project Specs: Class l (under $1M) 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 II (over $1M) Type 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 #08-1001 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 bld date. Unless otherwise specified, the addendum will be posted to the City of Waterloo web -site www..orq. It is the bidder's responsibility to visit this web site to insure that they have received all Important addenda or revisions to the Invitation to Bid prior to bidding. D. AWARD OF CONTRACT 1. AWARD OR REJECTION OF BIDS. Unless otherwise specified, the contract shall be awarded to the lowest responsible and responsive bidder complying with the provisions of the bid documents, provided the bid price is reasonable and it is the best interest of the City to accept it. The City reserves the right to reject any and all bids, to accept In whole or In part, to add or delete quantities, to waive any informalities in bids received, and to accept or reject any bid that deviates from specifications when in the best interest of the City. The City also reserves the right to reject the bid of any bidder who has previously failed to . perform properly or complete on time contracts of a similar nature, or a bid from a bidder who, investigation shows, is not in a position to perform the contract. In determining a bidder's responsibility, the City may consider the following qualifications, in addition to price: • The quality, availability, adaptability and life cycle costing of the commodities and/or service. • Guarantees and warranties. • Ability, capacity and skill to provide the commodities and/or service required within the specified time. • Ability to provide future maintenance and service. • Character, integrity, reputation, experience and efficiency. • Quality of performance of previous and/or existing contracts. • Previous and existing compllance 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 en 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 bidders responsiveness, the City shall consider whether the bid conforms In all material respects to the hid documents. 2. LOCAL PURCHASES. Unless otherwise specified, cost and other considerations being equal, local firms (I.e., an office in Waterloo) shall be given first consideration for the purchasing of goods or services. 3. STATE OF IOWA RESIDENT BIDDER PREFERENCE. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Page 8 of 10 Bid 1108-1001 lowa Statutes. The Iowa Reciprocal Preference Act (SF 2160) applies to the contact with respect to bidders who are not Iowa residents. 4. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state purchase consideration. 5. THE BIDS. If two or more bidders submit identical bids and are equally qualified, the City's decision to make award to one or more of such bidders shall be final. 6. ERRORS IN BID. Any ambiguity In any bid as a result of omission, error, lack of clarity or non-compliance by the bidder with specifications, instructions and all conditions of bidding shall be construed In the light most favorable to the City. Any changes that are made to this bid (white out, crossing out, etc.,) before submission must be dated and initialed In all areas that a change was made. 7. CONTRACT AWARD. A written award in the form of a Purchase Order or other instrument shall result in a binding contact without further action by either party. E. GENERAL CONTRACT PROVISIONS 1. INSURANCE/PERFORMANCE BOND. When required, current Certificate of Insurance and/or Performance Bond In the amounts specified shall be on fife 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 Clty 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 hls/her obligations, or change the terms of contract. 5. CONTRACT PERIOD, Contract shall remain in force for a hill 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. Faiture 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 Clty 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 408-1001 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 attorneys 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. M. 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 ail laws, ordinances, rules and regulations of the City, State of lowa 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 Contractors failure to do so within thirty (30) calendar days after the date of notification, the City may return the rejected commodities to the Contractor and/or replace services at the Contractor's risk and expense, or the City may dispose of them as Its own property. 3. INSPECTIONS. Final Inspection of commodities and/or service shall be conclusive except as regards latent defects, fraud, or such gross mistakes that amount to fraud. Final inspection and acceptance or rejection of the commodities and/or service shall be made within a reasonable time after delivery, but failure to inspect and accept or reject commodities and/or service shall not Impose liability on the City if such commodities and/or service are not In accordance with the specifications: All delivered commodities shall be accepted subject to inspection and physical count. 4. TIME OF DELIVERY. Bidders shall guarantee delivery of supplies in accordance with such delivery schedule as may be provided in the specifications and proposals. Deliveries will be accepted between 7:00 a.m. and 4:00 p.m., weekdays only. No deliveries shall be accepted on Saturdays, Sundays or holidays, unless otherwise authorized. 5. PACKING SLIPS OR DELIVERY TICKETS. All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered: • Purchase Order number. • Name and address of ordering department/division. • Name of the contractor. • Commodity name. • Supplier's stock number. Page 10 of 10 Bid 408.1001 • 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 alt 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 -stale suppliers as required. Out-of-state taxes imposed on purchases of commodities and/or services, which are used within another state, are applicable and subject to payment. Contractors shall bill the City, Including tax, for contracts pertaining to the alteration, construction or repair of real property. The Contractor shall provide the necessary Iowa Department of Revenue Contractor's Statement (one contractor's statement for each subcontractor). The Accounting Division shall then contact the State of Iowa of tax reimbursement. Contractors and subcontractors shall pay all legally required sales, consumer and use taxes on all commodities and/or services purchased or rented to complete their contact. acTerra G la 0 U Room QUOTE # QTE-44853-POG3 PO Box 160 Marion, IA 52302-0160 t. 319.377.6357 f. 319.377, 0075 tkenney@acterragroup.net www.acterragroup.com Bill To City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Ship To City of Waterloo - Public Works 1315 Black Hawk Street Waterloo, Iowa 50702 Attention: City Clerk Date March 23, 2017 Customer ID 93815 Terms 25% Down / Net 10 days Phone (319) 291-4300 Quoted By Tony Cooper Email Fax - Salesperson ID Tom Kenney In response to your request we are pleased to quote as follows: SCOPE OF WORK: Provide and install (4) new Wayne Suction Pumps per Bid #08-1001 specifications. This proposal does not include new suction pump accessories. This proposal is base on reusing existing islands and fuel piping. ELECTRICAL SCOPE Unhook existing suction pumps and hookup new suction pumps. This proposal is based on reusing existing electrical wiring and OF WORK: conduits. (COMMERCIAL DISPENSERS Qty Part# Mfg Part# Description 2 1 1 8 1310 G6202P/27AGJK/W1 Wayne Reliance mechanical dual hose/single product/ single pump - 22 GPM 1310 G6205P/27AGJK/M Wayne Reliance mechanical dual hose/single product/ dual pump - 22 GPM 1310 G6203P/27/AGJK Wayne Reliance mechanical dual hose/dual product/ dual pump - 22 GPM 1310 /7A 10:1 Volume Pulser & J -Box ACTERRA LABOR Description Labor to unhook existing wiring Labor to remove existing suction pumps Labor to install new suction pumps Labor to pipe new suction pumps Labor to wire new suction pumps Labor to install existing hose, nozzles and swivels (FREIGHT Description Wayne Reliance or Select series freight -in Page #1 Petroleum Equipment 1 Renewable Energy 1 Tank Manufacturing 1 Electrical Services 800.289.7371 TERMS: Standard payment terms are NET 10 DAYS unless other terms are specified above. This sale is subject to the Standard Terms & Conditions policy. A copy of the policy is available upon request. One and one-half (1-1/2%) per month finance charge will be due on all past -due balances. Purchaser is required to pay all legal fees, court costs & expenses required to collect the amount due hereafter. The prices, payment terms, specifications and conditions of this proposal are satisfactory, and are hereby accepted. Purchaser is responsible for all sales, use and governmental taxes and charges, which are not included in the price unless expressly stated. You are authorized to the work as specified. Seller may revoke this proposal before acceptance. PROJECT COST SUMMARY OTE=44853-P0G3 TANK(S) TANK ACCESSORIES RETAIL DISPENSERS COMMERCIAL DISPENSERS DISPENSER ACCESSORIES FUEL MANAGEMENT SYSTEM INTERCOM SYSTEM TANK MONITOR SUBMERSIBLE PUMPS ISLAND FORMS CANOPY & LIGHTING PIPE & ACCESSORIES Equipment Total Installation Total Applicable Taxes PROJECT TOTAL 30,196.20 30,196.20 9,598.80 $ 39,795.00 Plus Applicable Taxes We appreciate the opportunity of quoting on this requirement and hope we may be favored with this order. OPTIONS'. Number DosuipUop Total + Taxe Initial here to accept Upgrade project to includes new suction pump accessories Includes: 4 - 11 Bp New Nozzle With Black Cover 1 - Nozzle Auto Farm Hi -Flow Green 2 - 7Hb Green Heavy Duty Auto Truck Nozzle 1 - 7Hb Yellow Heavy Duty Auto Truck Nozzle 4 - Swivel 3/4"X 3/4" 4 - Breakaway 3/4" 4 - Hose 3/4" Spacer 4- Swivel 1" X 1" 4 - Breakaway 1" 4 - Hose, 1" Spacer 4 - Hose 3/4" X 12' Curb Pumpflex 4 - Husky Hose Assy,Cp 1" Hw 17' 2 Upgrade Wayne dispensers to include high hose mast retractors. Includes: 8 - Wayne hose mast kit 3 Upgrade Wayne dispensers to include high hose mast retractors & hose retreivers. Includes: 4 - Wayne hose mast kit 4 - Morrison 110" Hose Retriever Assembly With 1" Hose Clamp For 15'-18' Hose Length 1 - Installation Labor $2,245.00 $1,775.00 $3,225.00 4 Remove and replace existing fuel island terminal pedestal with a new OPW pedestal Includes: 8 - Wayne hose mast kit $2,535.00 Plus Applicable Taxe Plus Applicable Taxes Plus Applicable Taxes Plus Applicable Taxes Page #2 Petroleum Equipment 1 Renewable Energy 1 Tank Manufacturing (Electrical Services 800.289/371 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 12/13/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LMC Insurance & Risk Management, Inc. 4200 University Ave., Suite 200 West Des Moines IA 50266-5945 NAMEACT Lori Godbey PHONE FAx 515-244-9535 /No t)' INC Nov E-MAILEMREss °ri.godbey@Imcins.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A:COIOny Insurance Compafly INSURER B :Employers Mutual Casualty Company COMMERCIAL GENERAL LIABILITY 39993 21415 INSURED ACTEGRO-01 Acterra Group, Inc. PO Box 160 Marion IA 52302 INSURER c :Accident Fund General Insurance Com INSURER D: 1/1/2018 INSURER E : 51,000,000 INSURER F : $ •603527680 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWIITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR!NWWVD TYPE OFINSURANCE ADDL SUBR POLICY NUMBER POLICY EFF DIY (MMIDYYY) POLICY EXP (MMIDDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY PACE304349 1/1/2017 1/1/2018 EACH OCCURRENCE 51,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY 51,000,000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES sin X PER: LOC PRODUCTS - COMP/OP AGO 52,000,000 $ 8 AUTOMOBILE X X X LIABILITY ANY AUTO ALL OSMED HIRED AUTOS Dry Oth Car X SCHEDULED AUTOS NON -OWNED AUTOS 5X41035 1/1/2017 1/1/2018 COMBINED SINGLE LIMIT (Ea accIdent) $ 1,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EXC304350 1/1/2017 1/1/2018 EACH OCCURRENCE 55,000,000 AGGREGATE 55,000,000 $ DED X RETENT ON $0 0 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below VIN NIA WCV6097027 1/1/2017 1/1/2018 X PERTUTE H ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Acterra Group, Inc. PO Box 160 Marion IA 52302 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AU HORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Wayne A GE Energy Business RELIANCE° G6200 MECHANICAL FLEET DISPENSER 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 life 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 of discharge. Actual rates will depend upon application and accessories, and if applicable the submersible pump. 2 1 Wayne High Hose Mast's 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 a 3/4 -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. Reliance G6200 Series Fuel Dispensers 1 3 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 /G6201P/2GJK Single 1 1 1 11) 1 HP Option /G6202P/2GJK/W1 Twin I 2 1 1 1111 HP 1" (2.5 cm) /G6205P/2GJK Twin I HS 2 1 2 (2) 1 HP Option /G6203P/2GJK Twin II 2 2 2 (2) 1 HP Option Remote Dispensers /G6201 D/2GJK/W 1 /G6202 D/2GJK/W 1 /G6203 D/2GJK/W 1 Satellites /V287S/KR /V288S/K Single Twin I Twin II Single Twin 1 2 2 1 2 1 1 2 1 2 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A 1" (2.5 cm) 1" (2.5 cm( 1" (2.5 cm) 1.5"I3.8 cm) 1.5" (3.8 cm) Model Number Format: 1Bose Model / Suffix 1 Options / Suffix 2 Options (e.g. / G6201P / 2GJK / A) All non-sotellite models include the following options os standard: 1" piping [21, internal filter (G], AC j -box (JI, and hose hanger (11. Option suffixes are noted in the specifications in H. A "//' (e.g. U/A]l indicates a suffix 2 option. **Note: "E/" models are UL Listed for ethanol blends up to E85 as well os gasoline and diesel. Select only hose and nozzle accessories that are expressly compatible with the fuel type being dispensed. 4 1 Wayne 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 50/601-1z. Internal Filter (G): Adapter with ten -micron filter helps ensure product purity. Inlet Connection: 11" NPT (3.8 cm). Discharge: 1" NPT (2.5 cm) with 3/4" 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 (KJ: 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 138.1cm 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 - includes diesel; biodiesel; gasoline Including oxygenated blends; kerosene; AvGas; and Jet Fuel. Reliance G6200 Series Fuel Dispensers 5 Options Pulsers: Transmit electrical pulses for each register revolution for connection to fuel control systems. 10:1 [7A] and 100:1 (78] 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+ (//J1: Raises hose to ease hose handling and help keep stored hose out of the fueling lane. Optional hose mast clamp kit+ (p/n 890898-001) for Goodyear® vapor recovery hose. Light (//A1: 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 Husky V short spout balance vopor 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 U/S2]. HealyVac Vapor Recovery: Remote dispensers only. Factory -installed Healy vapor recovery components for ORVR and EVR applications. One hose [031 or two -hose [04] options. Does not include hanging hardware. Electrical Options: 230VAC 50/60 Hz. operation (21. For light option @ 50 Hz, also add [//C]. Other Options: Liter measure [8), internal hose retractor [//H], hand crank kit+ [3], reversed accumulative totalizer [//F], inlet check valve (//M], external filter kit+ Ip/n 889921-001). solenoid valves WW1] on suction models, & short spout vapor recovery nozzle boot hood kit+ (p/n 892101-001). /V287S and /V288S Satellite Specifications Cabinet Finish: Metallic silver sides and top with blue doors (optional black, brown, green, red, Cabinet Construction: Heavy gauge galvannealed steel. Inlet Connection: 11/2" 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 operat Hose Hanger (Kl: 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 - UL only); & kerosene. U.S. Weights & Measures - includes diesel; biodiesel; gasoline including AvGas; and Jet Fuel. Options: All stainless steel cabinet [//S], stainless steel sides and top with painted doors (//S1], [//521. External filter kit+ (p/n 889921-001). ++Note: Applies to suction models only +Note: Kits require field assembly 6 ( Wayne silver, yellow, or white doors). ion. to E10 (to E85 with E85 option oxygenated blends; kerosene; or stainless steel doors only 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 on 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) ♦ 1" Discharge with 3/4"Reducing Bushing Large AC Junction Box (Additional J -Box with Pulser Option) Internal 10 -Micron Filter Large Capacity Castings for Connecting Components Tough 14 -Gauge Galvannealed Steel Side Panels with �► Powder Coat Finish Vertical Strainer Heavy Dutyl HP Continuous Duty Motor /G6205P/2GJK Model Dependable Gear Type Pumping Unit with Vortex Air Separator Adjustable V -Link Belt Reliance G6200 Series Fuel Dispensers 1 7 About Wayne Wayne, a GE Energy Business, is a global leader in the design, manufacture, and servicing of fueling forecourt solutions where reliability and uptime are critical. Dispensers, payment platforms, control systems, and technology from Wayne play an essential role in traditional and alternative fueling sites around the world. Worldwide Headquarters: Austin, Texas, USA T. +01 512 388 8311 European Headquarters: Malmo, Sweden T. +46 40 360 500 South American Headquarters Rio de Janeiro, Brazil T. +55 21 2598 7711 Asia Pacific Headquarters Shanghai, China T. +21 5899 3976 Fleet Fueling Group Perkasie, Pennsylvania, USA T. +01 215 257 1046 0 2011 Dresser, Inc. All rights reserved. Wayne A GE Energy Business www.wayne.com OPW 11A® and 11B® Automatic Nozzles www.opwglobal.com The OPW 11 Series automatic nozzles are OPW's premium conventional nozzles for safe retail and commercial petroleum filling. The OPW 11° Series is the most trusted conventional nozzle in the world for full service use. The OPW 11B° Series is designed for use in retail and commercial filling applications including prepay, self and full-service, credit/debit card readers or card -lock systems to help prevent gasoline spills. The OPW 11B° will not open until the pumping system is pressurized, and closes automatically when the pressure is removed. PRESSURE DROP -PSI PRESSURE DROP-KG/CM2 25 20 15 10 5 0 2.5 2.0 1.5 1.0 .5 0 0 20 40 60 FLOW RATE-UMIN. (GASOLINE) 11AP & 11BP 0 4 8 12 16 FLOW RATE -GPM (GASOLINE) 11AP & 11BP 80 Materials Body: Aluminum Lever & Lever Guard: Duratuft° Packing: Graphite with Teflon° Disc: Viton° Spout: Aluminum Inlet Size: 3/4" NPT Weight: 2.73 lbs. each, 43.1 lbs./case of 15 1.25 kg each, 19.9 kg/case of 15 Features Safe for Use • UL and ULC listed for use in gasoline, diesel, and up to 10% ethanol blends. Specific listings available at www.opwglobal.com. • Prevents gasoline spills in prepay or card lock systems utilizing OPW's unique No Pressure — No Flow Device. —The nozzle cannot be opened until the pumping system is pressurized, and closes automatically when the pressure is removed. (11B Series only) • Prevents consumer from jamming the nozzle in an open position — blocker on lever guard. • FlowLock- allows nozzle to shut-off when falling out of a vehicle, and is tipped up, limiting spillage and unsafe conditions. Durable and Long Lasting Design • Cycle tested and proven to last longer than 1 million cycles — better than any other nozzle available on the market today*. • Stainless steel spout tip that lasts 4 times longer than standard aluminum spouts*. • Durable lever guard that won't scratch your customers' vehicles — made from Duratuff. .11Br Shown with Optional Fillgard" 11AP, • New hold -open clip spring lasts longer than previous designs. Appealing to Customers • Easy to use — utilizing Accu -Stop° to -the -penny Flow Control Technology. • Attractive 2 -Piece Newgard- Hand Insulator is the most comfortable nozzle in the industry to use. • Convenient — one -finger hold -open clip that is easy to set the flow rate (not on all models). Design working pressure • 50 psi (3.45 bar) maximum pressure. * OPW internal lab testing results as of August 2010. NFPA 30-A Automotive and Marine Service Station Code (9-1.2.1) At any installation where the normal flow of product may be stopped other than by the hose nozzle valve, such as at pre -pay stations, the system shall include listed equipment with the feature that causes or requires the closing of the hose nozzle valve before product flow can be resumed, or before the hose nozzle valve can be replaced in its normal position in the dispenser; or the nozzle valve shall not be equipped with a latch -open device. Listings and Certifications 150 9393 Princeton -Glendale Road Hamilton, Ohio USA 45011 • Phone: (800) 422-2525 • Fax: (800) 421-3297 ©2013 OPW Fueling Components Ordering Specifications o WARNING www.opwglobal.com Do not use OPW 11P nozzles with a hold -open device at installations (such as pre -pay and card readers) where the normal flow of product may be stopped or started by means other than with the hose nozzle valve. Use the OPW 1113' with or without a hold -open device. Failure to comply is a violation of NFPA Code 30-A, and may create a hazardous condition. Use of foreign objects to hold open automatic nozzles could result in shut-off failure and personal injury. Automatic Nozzles with Hold -Open Devices Custom Colors * Beginning April 5th, 2010; nozzles without a no -pressure no -flow device may not be ULC listed with Hold -Open clips. Automatic Nozzles without Hold -Open Devices 11AP 11BP 11A 11B Bare 11AKP-0009 11BKP-0009 11AK-0009 11 BK -0009 Accessories Name 11AP* 11BP 11A* 11B New Two -Piece Standard Hand Insulator Colors Unleaded Spout (13/16" O.D.) For standard gasoline service up to 10% Ethanol Unleaded Spout (13/16" O.D.) For standard gasoline service up to 10% Ethanol Leaded Spout (15116" O.D.) For standard Auto Diesel service Leaded Spout (15(16" O.D.) For standard Auto Diesel service • Green 11AP-0100 11BP-0100 11A-0100 11B-0100 Silver 11AP-0200 11 BP -0200 11A-0200 11B-0200 • Red 11AP-0300 11BP-0300 11A-0300 11B-0300 • Black 11AP-0400 11BP-0400 11A-0400 118-0400 • Blue 11AP-0500 11BP-0500 11A-0500 118-0500 Yellow 11AP-0900 11BP-0900 11A-0900 118-0900 • Gold 11AP-0750 11BP-0750 11A-0750 11B-0750 1 Orange 11AP-0800 11BP-0800 11A-0800 1113-0800 Bare 11AP-0009 118P-0009 11A-0009 11B-0009 * Beginning April 5th, 2010; nozzles without a no -pressure no -flow device may not be ULC listed with Hold -Open clips. Automatic Nozzles without Hold -Open Devices 11AP 11BP 11A 11B Bare 11AKP-0009 11BKP-0009 11AK-0009 11 BK -0009 Accessories Name Product # Description Used For: 3/4" to 1" Bushing 28S-0350 314" MNPT to 1" FNPT Bushing Converting an 11 Series nozzle for use on a 1" hose 1" to 3/4" Bushing 28R-2404 1" Male x 3/4" Female Converting an 11 Series nozzle for use on a 1" hose Replacement Parts Name Product # Description Used For: 11A Leaded Spout Kit 5BS-2110 11A , 15/16" O.D, Leaded Spout w/ SST tip 11A Spout Replacement 11AP Unleaded Spout Kit 5BPS-2117 11AP, 13116" O.D. Unleaded Spout wl SST lip 11AP Spout Replacement 1113 Leaded Spout Kit 56BS-2135 11B, 15/16" O.D. Leaded Spout w/ SST tip 11B Spout Replacement 11BP Unleaded Spout Kit 5BBPS-2137 11BP, 13/16" O.D. Unleaded Spout wl SST tip 11BP Spout Replacement NEWGARD Kits See pg. 159 Replacement Hand Insulators 11A, 11AP, 11B, 116P NEWGARD Replacements Instruction Sheet H15985M Installation and Instruclion Sheet 11A, 11AP, 118, 118P Instruction Sheet ®2013 OPW Fueling Components With minimum quantities. Contact OPW customer service. ❑ White • Light Red Orange • Azure Blue • Dark Blue • Brown 28S-0350 Bushing Adaptor 28R-2404 Bushing Adaptor OPW 5BS and 56BS Leaded, Diesel, Kerosene OPW 5BBPS and OPW 5BPS Unleaded NOTE: See OPW's Website at www.opwglobal.com for product instruction sheets, trouble -shooting guides, how -to -use guide and to view the Do's & Don'ts at the Gas Pump video. 9393 Princeton -Glendale Road -4. Hamilton, Ohio USA 45011 - Phone: (800) 422-2525 - Fax:(800)421-3297 151 Automatic shut-off nozzle for full-service and self-service stations. • 1A nozzle shuts off when the gas tank is full. Aluminum reinforced spout bushing keeps the spout tip round and acts as a captive fastener to prevent tip -end sensor damage. Nozzle is equipped with a unique Flo -Stopes device that shuts off the nozzle if it falls from the fill tank or raises above the horizontal. • Strea-wiShapes °A reduces turbulence for straighter fuel flow and less splash back spillage. • Comes standard with smooth full grip guard. US New Unleaded Nozzles w/ NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 696104 with Three Notch Hold Open Clip 3.3 (1.4) 696108 without Hold Open Clip 3.3 (1.4) 696159 with Three Notch Hold Open Clip, Full Grip Guard and Reducer Bushing 3.3 (1.4) 696164 with Three Notch Hold Open Clip and Waffle Splash Guard 3.3 (1.4) 696172 with Three Notch Hold Open Clip, Waffle Splash Guard and Reducer Bushing 3.3 (1.4) New Unleaded Nozzles w/ BSPP Threads MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 696116 with Three Notch Hold Open Clip 3.4 (1.5) 696120 without Hold Open Clip 3.4 (1.5) New Light Duty Diesel Nozzles w/ NPTF Threads MODEL N0. DESCRIPTION SHIPPING WEIGHT LBS (KG) 696103 with Three Notch Hold Open Clip 3.4 (1.5) 696107 without Hold Open Clip 3.4 (1.5) 696161 with Three Notch Hold Open Clip and Reducer Bushing 3.4 (1.5) 696163 with Three Notch Hold Open Clip and Waffle Splash Guard 3.4 (1.5) 696173 with Three Notch Hold Open Clip, Waffle Splash Guard and Reducer Bushing 3.4 (1.5) New Light Duty Diesel Nozzles w/ BSPP Threads MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 696115 with Three Notch Hold Open Clip 3.4 (1.5) 696119 without Hold Open Clip 3.4 (1.5) Construction Body One piece die cast aluminum Seals Fluorocarbon Packing Double o•ring seal protected by fiber reinforced Teflon Lever One piece contoured steel Inlet 1" / 25.4 mm NPTF Ft BSPP FUEL FLOW LPM GPM WIDE OPEN FLOW 100 80 — 60 — 40 — 20 — 30 25 20 15 10 5 — 0 PSI 0 3 6 9 2 5 18 21 KPa 0 20 40 60 80 100 120 140 INLET PRESSURE (SpG =.78) A F1V NOLLNHAN • _ . Rev. 8/13 OPW 7H® and 7HB® Automatic Shut-off Nozzles For Heavy -Duty, High -Flow Truck, Bus and Fleet Service If you operate a full-service truckstop, refuel your own fleet or manage a card lock refueling location, the low cost, long life and durability of the OPW 7H° high-flow nozzle can help increase your productivity, sales and profits. 40 - 30 a 0 0 w 20 coco w w 10 PRESSURE DROP-KG/CM' 0 0 10 20 30 40 50 60 70 FLOW RATE -GPM (STODDARD SOLVENT) 2.5 2.0 1.5 1.0 .5 0 0 40 80 120 160 200 240 280 FLOW RATE-UMIN. (STODDARD SOLVENT) OPVV� A DOVIR� COMPANY Materials Body: Aluminum Lever & Lever Guard: Duratuff° Packing: Graphite with Teflon° Disc: Viton° Inlet Size: 1" NPT Weight: 3.35 lbs. each, 52.05 lbs./case of 15 1.51 kg each, 23.6 kg/case of 15 Features Safe for Use • UL and ULC listed for use in gasoline, diesel and up to 10% ethanol blends. Specific listings available at www.opwglobal.com. • Prevents gasoline spills in prepay or card lock systems utilizing OPW's unique No Pressure — No Flow Device. The nozzle cannot be opened until the pumping system is pressurized, and closes automatically when the pressure is removed. (7HB Series only) • Prevents consumer from jamming the nozzle in an open position — blocker on lever guard. • FlowLockTM allows nozzle to shut-off when falling out of a fill pipe, and is tipped up, limiting spillage and unsafe conditions. • Low reliable shut-off — specifically designed to ensure proper automatic shut-off as low as 5 gallons per minute. Durable and Long Lasting Design • Cycle tested and proven to last longer than 1 million cycles — better than any other nozzle available on the market today.* • Durable lever guard that won't scratch your customers' vehicles — made from Du ratuff! • New hold -open clip spring lasts longer than previous designs. 7W 7HB" Appealing to Customers • Easy to use — utilizing Accu -Stop® to -the -penny Flow Control Technology. • Easy to open, even at high pressures, utilizing Dual Poppets. • Even, smooth spray pattern — minimizes diesel foaming and false shut -offs. • Smooth closing action and reduced line shock from incorporated Dash -pot technology. • Convenient — one -finger hold -open clip that is easy to set the flow rate. (not on all models) • Spout Retaining ring — adds extra measure in securing nozzle spout in fill pipe where required. (not on all models) Design working pressure • 50 psi (3.45 bar) maximum pressure. * OPW internal lab testing results as of August 2010. NFPA 30-A Automotive and Marine Service Station Code (9-1.2.1) At any installation where the normal flow of product may be stopped other than by the hose nozzle valve, such as at pre -pay stations, the system shall indude listed equipment with the feature that causes or requires the closing of the hose nozzle valve before product flow can be resumed, or before the hose nozzle valve can be replaced in its normal position in the dispenser; or the nozzle valve shall not be equipped with a latch -open device. Listings and Certifications Ordering Specifications A WARNING Do not use OPW 7H6 nozzles with a hold -open device at installations (such as pre -pay and card readers) where the normal flow of product may be stopped or started by means other than with the hose nozzle valve. Use the OPW 7HB° or the OPW 7H6 without a hold -open device. Failure to comply is a violation of NFPA Code 30-A, and may create a hazardous condition, Use of foreign objects to hold open automatic nozzles could result in shut-off failure and personal injury. Standard Hand7116 Insulator Color w/ spout ring 7H6 w/o Spout Ring Remanufactured'* 7H' w/ spout ring Remanufactured "* 7H' w/o spout ring • Green 7H-0100 7H-5100 R7701-N1GRNO R7701-11GRNO • Black 7H-0400 7H-5400 R7701-N1BKN0 R7701-11BKN0 Yellow 7H-0900 7H-5900 R7701-N1YWNO R7701-11YWNO Standard Hand7HB6wl Insulator Color spout ring 7HB8 w/o Spout Ring Remanufactured 7HB" w/ spout ring Remanufactured 7HB w/o spout ring • Green 7HB-0100 I 7118-5100 R77B1-N1GRNO R7761-11GRNO • Black 7HB-0400 7HB-5400 R77B1-N1BKNO R7781-I1BKNO Yellow + 7HB-0900 1 7HB-5900 R77B1-N1YWNO R77B1-11YWNO NOTE: All new 711 and 7HB nozzles now come with FiIlGardn". For replacement FillGards, see page 174. " OPW now offers remanufactured nozzles. Contact customer service for details on ordering remanufactured nozzles and the OPW core bank program. Replacement Parts Product Part # 7W O.D.* Length Weight in. mm in. mm lbs. kg Used On 7H Spout Kit w! spout ring 5BH-0115 1 1,6" 30 7" 178 .66 .30 7H* 711 Spout Kit w/o spout ring 513H-5115 1 3/,6" 30 7" 178 .66 .30 7H6 (w/o ring) NewGard'm Kits See pg. 174. 7H6 Product Part # 7HB`" 0.0.6 Length Weight in. mm in. mm lbs. kg Used 0n 7HB Spout Kit wl spout ring 5BBH-0136 13/16"* 30 7" 178 .65 .30 7HB8 7HB Spout Kit w/o spout ring 5BBH-5136 1'/,d' 30 7" 178 .66 .30 7HB9 (w/o ring) NewGard'"' Kits See pg. 174. 7HB9 * Spout end with anchor ring is 131/14" 0.D. 7H6, 7HB° Series Instruction Sheet Order Number: H15985M OPW 5BH 7H® Spout with ring OPW 5BBH 7HB® Spout without ring NOTE: See OPW's Website at: www.opwglobal.com for product instruction sheets, trouble -shooting guides, how -to -use guide and to view the Do's & Don'ts at the Gas Pump video. CD P w A DOVER) COMPANY Standard ( GENERAL FUELINO PPOOTICTS For standard fueling applications. All Husky Multi -Plane Swivels • Compatible with unlead, diesel, and Ethanol blends through E10. • Compact and light weight for easy handling. • High flow rates due to laminar flow design. • High strength step shoulder bearing diameters and impact absorbing stops. Model 2950 Restricted Swivel • Multi -Plane, 210° spherical rotation at the swivel nut. • Double o -ring seals at each swivel provide long life at low temperatures (-40" F/C). All Weather Swivels • Multi -Plane, Full 360° spherical rotation for easy movement of nozzle. Double o -ring seals at each swivel provide long life at low temperatures (-40° F/C). Warm Weather Swivels • Multi -Plane, Full 360° spherical rotation for easy movement of nozzle. • Double o -ring seals at each swivel provide long life at high temperatures (482° F / 250° C). Model 0350 US All Weather NPTF MODEL NO. `0350 0352 DESCRIPTION SHIPPING WEIGHT LBS (KG) I/" M x 3/" F Swivel .50 (.22) I 1" M x 3/4" F Swivel .66 (.29) 0355 3/4" M x Y9" F Black Swivel .49 (.22) 0356 1" M x3" F Black Swivel .66 (.29) 2272 %" M x 3/a" F 90° Swivel .38 (.17) 2950 %" M x 3/4" F Restricted Swivel .50 (.22) Warm Weather NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 0350W 3/" M x 3" F Swivel .50 (.22) 0352W 1" M x I/" F Swivel .66 (.29) All Weather BSPP 1491 1/" M x Y4" F BSPT Swivel .50 (.22) 3590 Y4" M x'/," F BSPP Swivel .60 (.27) 3590A '/" M X %" F BSPP Swivel with Atex Certification .60 (.27) 2771 I/" M x %" F 90° BSPP Swivel .38 (.17) 2771A° 3/4" M x 1/4" F 90° BSPP Swivel with Atex certification .38 (.17) Warm Weather BSPP MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 3590W 3/4" M x 3/4" F BSPP Swivel .60 (.27) Construction ALL WEATHER Body High Aluminum Zinc Alloy Inner 0 -ring Fluorositicone Outer 0 -ring Fluorocarbon WARM WEATHER Body High Aluminum Zinc Alloy Inner 0 -ring Fluorocarbon Outer 0 -ring Fluorocarbon VAPOR FLOW (scfh) 100 80 60 40 20 0 0 .2 .4 .6 .8 1 VAPOR BACK PRESSURE (INCHES H20) FUEL FLOW LPM GPM 50 — 40 — 30 — 20 — 10— o- 15 125 10 7.5 5 2.5 0 WIDE OPEN FLOW PSI 0 .5 1.5 2 2 5 3 I 1 I I I KPa 0 5 10 15 20 INLET PRESSURE (SpG = .78) co fel FATIF-'7, Rev. 8113 Standard c;• GENERAL FUELING PRODUCTS All Husky Safe -T Breaks® stop the flow of fuel on both sides of the separation and have passed the demanding UL test requirements on separations without leaking or failing. Models 3360 and 3385 • Retains UL listing after reconnection. • Features a pre -loaded spring and a single turn wave spring that enables valve to resist sudden pressure build-up in the hose causing nuisance separations. • Separates at Tess than 200 Ibf / 889.6 N which minimizes "backlash" force of separation, reducing damage to equipment. Model 5230 • Retains UL listing after reconnection. • Uses the same pre -loaded spring and a single turn wave spring as Model 3360. • Separates at less than 115 lbf/511.5N. Model 2273 & 2774 • Light -weight, inexpensive and disposable. • Same instant -closing dual poppet check valve design as Model 3360. • Separates at less than 300 lbf / 1334.4 N. Model 6130 • Internal Pressure Compensating Chamber (PCC) that prevents "line shock" nuisance separations. Same instant -closing dual poppet check valve as Model 3360. • Separates at less than 225 Ibf / 1000.8 N. Model 3600 Model 6130 Model 2273 US 0518 111 G EN 13617-2 Reconnectable with NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 0.59 (0.26) 1 13360* 1" F x 3/4" F Reconnectable Safe -T -Break® with scuff guard 5230* 3/4" F x'/" F Reconnectable Low -Pull Safe -T -Break° with scuff guard 0.59 (0.26) Non-reconnectable with NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 2273 34" F x 3" F Non-Reconnectable Safe -T -Break' 0.78 (0.35) 6130" '/a" F x' 'A" F PCC Non-Reconnectable Safe-T-Break°with scuff guard 0.52 (0.23) Reconnectable with BSPP MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 3385' /" F x 3/4" F Reconnectable Safe -T -Break" with scuff guard 0.57 (0.25) Non-reconnectable with BSPP MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 2774 A" F x /." F Non-Reconnectable Safe -T -Break' 0.73 (0.33) 2774A '/" F x /" F Non-Reconnectable Safe -T -Break°- Atex 0.73 (0.33) 'See page 2 for guard color options Construction RECONNECTABLE SAFE -T -BREAKS° Body Aluminum Seals Fluorocarbon Springs Stainless Steel Stainless steel load and latch spring reverse mechanism Hardened stainless steel latch ring and balls NON-RECONNECTABLE SAFE -T -BREAKS° Body Zinc Alloys and Aluminum FUEL FLOW LPM GPM 25 80- 70— 20 60 — 50— 15 40 — 30 — 20 — 10- - 0 10 5 WIDE OPEN FLOW 7 PSI 0 1 2 3 4 5 6 KPa 0 10 20 30 40 INLET PRESSURE (SpG = .78) Rev 24114 'y / 3�;i*_,Xi_`ii GENERAL FUELING PRODUCTS Standard All Husky Safe -T Breaks® stop the flow of fuel on both sides of the separation and have passed the demanding UL test requirements on separations without leaking or failing. Dimensions and System Options Whip Hoses MODEL NO. DESCRIPTION NPTF THREADS 2274 3/4"Mx3/"M(19mmMx19mmM) Whip Hose 227374 3/"Mx33/"M(19mmMx19mmM)Whip Hose connected to Model 2273 3/" F x 3/4" F Non-Reconnectable Safe -T -Break" 336074' 3<"Mx3/"M(19 mm M x 19 mm M) Whip Hose connected to Model 3360 %" F x 3." F Reconnectable Safe -T -Break" 2275 3/4" M x 3/4" M (19 mm M x 19 mm M) Whip Hose with Swivel Nut 227375' 334"Mx3 "M(19mmMx19 connected to Model 2273 3/" Safe -T -Break• mm M) Whip Hose with Swivel Nut F x 3/" F Non-Reconnectabte 336075' 3/4" M x 33/" M (19 mm M x 19 connected to Model 3360 3" Safe -T -Breaks mm M) Whip Hose with Swivel Nut F x %" F Reconnectable BSPP THREADS 2775 3/"Mx3/"M (19 mm M x 19 mm M) Whip Hose Guards MODEL NO. DESCRIPTION 3096' Scuff Guard for Model #3360, 6130 It 5230 6503" Dispenser Scuff Guard for Model #2273 and 2774 Accessories, Testing and Maintenance MODEL NO. DESCRIPTION 7000 Safe -T -Break" Drain Cup 3813 Safe -T -Break" Demonstration Kit Color Chart COLOR SUFFIX COLOR SUFFIX IN Blue -01 ❑ White -06 • Red -02 • Gold -08 • Green -03 ■ Silver -09 IN Black -04 • BP Green -16 Yellow -05 • Pink -20 'Safe -T -Breaks" and Safe -T -Break" Scuff Guards are to be ordered with the corresponding guard color option added to the model number. Example: If BLUE guards are desired, add guard color option -01 to the model number (4034-01). For custom colors, a minimum order of 4,000 guards will be required. Model 3360 4518"/ 117.4 mm Model 6130 4�/i,"/ 117.4 mm Model 2273 2325 Husky Way • Pacific, MO 63069 (800) 325-3558 • Fax (636) 825-7300 www.husky.com • sales@husky.com 454"/117.4mm v. MADE IN THE U.S.A. 131.7 mm �l 1'W' / 31.7 mm IF Rev 2 4/14 High Volume Ary GENERAL FUELING 1'ROCIICT.S For truck and high volume fueling. All Husky Multi -Plane Swivels • Compatible with diesel fuels and Ethanol blends through E10. Compact and light weight for easy handling. • High flow rates due to laminar flow design. • High strength step shoulder bearing diameters and impact absorbing stops. Double o -ring seals at each swivel provide long life at low temperatures (-40° FIC). Husky High Volume Multi -Plane Swivels • Multi -Plane, Full 360° spherical rotation for easy movement of nozzle. • For use with high flow nozzles with flow rates up to 100 gpm/ 378 Lpm. Raised stainless steel ball bearings provide easy joint movement, greatly improving ease of swivel when used on higher pressure systems. • 75% less back pressure. Husky Multi -Plane Restricted Swivels • Multi -Plane, 210° spherical rotation at the swivel nut. Warm Weather Swivels • Multi -Plane, Full 360° spherical rotation for easy movement of nozzle. • Double o -ring seals at each swivel provide long life at high temperatures (482° F / 250° C). NPTF Threads DEL NO, D C 0 S G 0087 1"M x 1" FSwivel .96 (.43) 0087W 1" M x 1" F Swivel with Warm Weather Seals .96 (.43) 4860 1" M x 1" F High Flow Swivel 1.4 (.63) 0095 1" M x 1" F 70' Pump Swivel .76 (.34) 3395 1" M x 1" F Restricted Swivel .93 (.42) BSPP Threads MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 3306 1" M x 1" F Swivel 1.1 (.49) 3306W 1" M x 1" F Swivel with Warm Weather Seals 1.1 (.49) 6949 1" M x 1" F High Flow Swivel 1.1 (.49) 6949A• 1" M x 1" F High Flow Swivel with Atex certification 1.1 (.49) 7254 1" M x 1" F Restricted Swivel .93 (.42) BSPT Threads MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 1670 1" M x 1" F Swivel .93 (.42) CONSTRUCTION STANDARD Body High Aluminum Zinc Alloy Inner 0 -ring Fluorosilicone Outer 0 -ring Fluorocarbon WARM WEATHER Body High Aluminum Zinc Alloy Inner 0 -ring Fluorocarbon Outer 0 -ring Fluorocarbon HIGH VOLUME Body Aluminum, Zinc and Zinc Plated Steel Inner 0 -ring Fluorosilicone Outer 0 -ring Fluorocarbon VAPOR FLOW (scfh) 100 80 60 40 20 0 0 .25 .5 .75 1 1.25 1.5 VAPOR BACK PRESSURE (INCHES H20) tip Rev. 10/13 UELING PRODUCTS High Volume For truck and high volume fueling. Dimensions 131/2" / 342.9 mm Model 0087, 0087W, 3306, 3395 and 7254 Model 4860 and 6949 t 10'2"/ ► 266.7 mm Model 0095 2325 Husky Way • Pacific, MO 63069 (800) 325-3558 • Fax (636) 825-7300 www.husky.com • sales@husky.com MADEINTHE U.S.A. Rev. 10/13 All Husky Safe -T Breaks® stop the flow of fuel on both sides of the separation and have passed the demanding UL test requirements on separations without leaking or failing. Models 2276, 3076 and Model 5812 and 6914 3076A • Retains UL listing after reconnection. • Internal pressure balancing chamber prevents "line shock" nuisance separations. Separates at less than 200 lbf / 889.6 N which minimizes "backlash" force of separation, reducing damage to equipment. Model 5231 • Retains UL listing after reconnection. Uses the same internal pressure balancing chamber as Model #2276. • Separates at less than 115 lbf/511.5N. Model 2276 • Light -weight, inexpensive and disposable. • Same instant -closing dual poppet check valve design as Model 2276. • Separates at Tess than 300 Ibf / 1334.4 N. Mo del 6301 Internal Pressure Compensating Chamber (PCC) that prevents "line shock" nuisance separations. • S p M ame instant -closing dual oppet check valve as odel 2276. • Separates at less than 225 lbf / 1000.8 N. Model 5812 Reconnectable with NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 2276` 1" F x 1" F Reconnectable Safe -T -Break® .75 (.34) 5231* 1" Fx 1" F Reconnectable Low -Pull Safe -T -Break* .75 (.34) Non-reconnectable with NPTF MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 5812* 1" F x 1" F Non-Reconnectable Safe -T -Break* .61 (.27) 6301" 1" F x 1" F PCC Non-Reconnectable Safe•T-Break° .69 (.31) Reconnectable with BSPP MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 3076* 1" F x 1" F Reconnectable Safe -T -Break* .75 (.34) 3076A* 1" F x 1" F Reconnectable Safe -T -Break* - Atex .75 (.34) Non-reconnectable with BSPP MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 6914" 1" F x 1" F Non-Reconnectable Safe-T-Breake .61 (.27) 'See page 2 for guard color options Construction Reconnectable Safe -T -Breaks* Body Aluminum Seals Fluorocarbon Springs Stainless Steel Stainless steel load and latch spring reverse mechanism Hardened stainless steel latch ring and balls Non-Reconnectable Safe -T -Breaks® Body Zinc Alloys and Aluminum Seals Fluorocarbon FUEL FLOW LPM GPM WIDE OPEN FLOW 200 50 180 45 180 40 140 35 120 30 100 25 80 20 15 4 10 ( ,/ 20—i 5 - 0� o PSI 0 KPa 0 2276 —5812 2 3 4 5 6 7 I I 10 20 30 40 50 INLET PRESSURE (SpG =.78) 0 1 Rev. 8/13 j GENERAL FUELING PRODUCTS High Volume All Husky Safe -T Breaks® stop the flow of fuel on both sides of the separation and have passed the demanding UL test requirements on separations without leaking or failing. Dimensions and System Options Whip Hoses MODEL NO. DESCRIPTION 2277 1" M x 1" M (25 mm M x 25 mm M) Whip Hose 227677' 1" M x 1" M Whip Hose connected to Model #2276 1" F x 1" F Reconnectable Safe -T -Break' 581277' 1" M x 1" M Whip Hose connected to Model #5812 1" F x 1" F Non-Reconnectable Safe -T -Break® 2278 1" M x 1" M (25 mm M x 25 mm M) Whip Hose with Swivel Nut Guards MODEL NO. DESCRIPTION 3098` Safe•T•Break® Scuff Guard Accessories, Maintenance, and Testing Model No. Description 7000 Safe -T -Break' Drain Cup 3813 Safe•T-Break• Demonstration Kit Color Chart COLOR SUFFIX COLOR SUFFIX • Blue -01 ❑ White -06 ■ Red •02 • Gold -08 • Green -03 ■ Silver -09 ■ Black -04 ■ BP Green -16 Yellow -05 ■ Pink -20 'Safe -T -Breaks. and Safe -T -Break" Scuff Guards are to be ordered with the corresponding guard color option added to the model number. Example: If BLUE guards are desired, add guard color option -01 to the model number (4034-01). For custom colors, a minimum order of 4,000 guards will be required. 41/2" / 114.3 mm 11/2" / 31 8 mm 2325 Husky Way • Pacific, MO 63069 (800) 325-3558 • Fax (636) 825-7300 www.husky.com • sales@husky.com 47/a" / 123.8 mm MADE IN THE U.S.A. Rev. 8/13 • (J¢.".".� Whip Hoses I, GENERAL FUELING PRODUCTS MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 5/8" HOSES CP1OHW.75 5/8" Hardwall 9" Assembly Hose 0.3 (0.4) 3/4" HOSES CP12HW.75 3/4" Hardwall 9" Assembly Hose 0.3 (0.5) CP12HWG.75 3/4" Green Hardwall 9" Assembly Hose 0.3 (0.5) 1" HOSES CP16HW.75 1" Hardwall 9" Assembly Hose 0.5 (0.7) �`i� �.Y�)� *i i+ __f,T; Rev. 8/13 Softwall Gasoline Pump Hose. • A lightweight, flexible hose for use when a hardwall hose is inappropriate. Recommended for all diesel, leaded, unleaded gasoline, E15 Ethanol and B-20 Biodiesel. • Excellent strength without sacraficing flexibility. • Highly resistant to cuts, abrasions, sun and weather. • HYPALON cover will not mark or scratch vehicle finishes. • All curb pump hose assemblies are 100% pressure tested, inspected for electrical continuity and sample pull tested. us M type only UL Softwall Hoses MODEL NO. DESCRIPTION SHIPPING WEIGHT LBS (KG) 3/4" HOSES CP12SWO4X 3/4" Softwall 4' Assembly Hose Bulk 1.4 (0.6) CP12SW09 3/4" Softwall 9' Assembly Hose 3.1 (1.4) CP12SW10 3/4" Softwall 10' Assembly Hose 3.4 (1.5) CP12SW1OX I CP12SW12 CP12SW14 3/4" Softwall 10' Assembly Hose Bulk 3/4" Softwall 12' Assembly Hose 3/4" Softwall 14' Assembly Hose 3.4 (1.5) 4.1 (1.9) I 4.8 (2.2) CP12SW14X 3/4" Softwall 14' Assembly Hose Bulk 4.8 (2.2) CP12SW17 3/4" Softwall 17' Assembly Hose 5.8 (2.6) CP12SW20 3/4" Softwall 20' Assembly Hose 6.8 (3.1) CP12SW30 3/4" Softwall 30' Assembly Hose 10.2 (4.6) CP12SW40 3/4" Softwall 40' Assembly Hose 13.6 (6.2) CP12SW50 3/4" Softwall 50' Assembly Hose 17.0 (7.7) CP12SW9.5 3/4" Softwall 9.5' Assembly Hose 3.2 (1.5) 1" HOSES CP16SW10 1" Softwall 10' Assembly Hose 4.7 (2.1) CPI6SW11 1" Softwall 11' Assembly Hose 5.2 (2.4) CP16SW12 1" Softwall 12' Assembly Hose 5.6 (2.5) CP16SW14 1" Softwall 14' Assembly Hose 6.6 (3.0) CP16SW14X 1" Softwall 14' Assembly Hose Bulk ICP16SW17 1" Softwall 17' Assembly Hose CP16SW20 1" Softwall 20' Assembly Hose 6.6 (3.0) 8.0 (3.6) 1 9.4 (4.3) CP16SW2OX 1" Softwall 20' Assembly Hose Bulk 9.4 (4.3) CP16SW60 1" Softwall 60' Assembly Hose 28.2 (12.8) Construction Tube Black Nitrile Cover Black HYPALON Reinforcement Multiple textile braids static wire Temperature Range -40°F to +180°F (-40°C to +82°C) r ic1,10:i*�:�.YS�;i Rev 2 9/14 u Lri0 co z 0 0 Replacement Parts: 0 Hose Retriever Series °A 3 g !y$ p E E s F 1- 5 ,o 610% 6102-0101 21 I T aluminum post, 60' long I WA z 3 o g z 1- 3 3 3 3 3 3 3 3 5 3 3 Button screw for 1" hose Button screw for 1Y.' to 1W Inch hose Button screw for 2' hose Locking nut W Spacer `fi'>t 0.' nylon screw, size %' Spacer 0)' 0 03h0" nylon Worm drive damp for Those Worm drive damp for 1%" to 1W Inch hose Worm drive camp for 2' hose g x 7, cp 1$ = Single weight kit 13' OD aluminum pulley 20' replacement cable and tour damps I Drive pin ;" x 1'/7 for pulley Two weight let Standard base, coated, 2' threads 2' aluminum post, 80' long, coated black IAnodized aluminum post .8 a E E -O Z S S B 8§ 8 . m E E ry ci 4 c E 4 f,, a `Xi M s 8 X X m g 0 8a K o b N 610X-0201 21 610X-0201 21P8 - 0 FO n n fJ 0 4 I I b N 611-0104 2S 611-010020) 611-010620) 611-010720 611-010820 611-01092C 611-0110 20 611-0111 2C 611-0112 2S i.¢ o l l b m 41o H d l 4'n 4'v 610-0203 AK 610B-0100 WAPB 36o' Retriever Head V Stainless r— Steel Cable Closcup of Cable Clamps and Hose Clamp Post —le Schedule 4o Post i Fig. 61oX Adjustable Pipe Clamp Andmr Bolt _ Port Bas (Anod3odAluminum) The 610X hose retriever assembly suspends the fueling hose above the dispenser eliminating kinks and tangles while keeping the hose off the drive. The 610X is a complete assembly! Features • Smooth operation—counterweight assemblies matched with specified hose diameters and lengths • 360° rotating retriever head assists the operator in positioning the hose to the fueling point • Pre-cut post and all required components included • Minimal maintenance—durable construction and minimal moving parts Construction Details • Cast iron retriever head (e -coated black) • Stainless steel cable and connectors • Aluminum pulley • Stainless steel ball bearing swivel • Passivated aluminum mounting base with %-16x2% stainless steel anchor bolts • Aluminum schedule 40 post (A) (powder coated black (B) optional) included • Steel counterweights • Plastic hose clamp (V3' or 1' sizes) with stainless steel connector • Adjustable pipe clamp secures post to dispenser Hose Hose Item Number Post I.D. Length 610X-0100 AR A 10 12'-14' Max Counter Hose Overall Shipping Weight O.O. Height Weight 10 lbs 14' 90' 271bs 610X-0200 AR A ®Ezi 12 lbs 14' 110• 31 lbs 610X-0300 AR A 1' 12-14' 14106 1'!: 90' 31 lbs 610X-0400 AR A MiliMILEINIII:1=11111011 610X-0500 AR 1131=1:1105211111512110=1E5111=11 Hose clamps nottntlded with the Coa.Il model Coated Post Item Numbot Option 610X-0100ARPB 8 Hose I.D. '/.' Max Hose Counter Hose Overall Shipping Length Weight 0.0 Height Weight 12'-14' 10100 ®CI 271bs 610X-030069PB Max Hose O.D. 1® 1®® 1® 3® EB 610X-0300 ARPB 610X8-0100 AR A • 10X-O400ARPB 8 MiMENIIIIIMINECIII®' 610X-0500ARPB®giciommitami 1V: Hwa clomps not lnclded tmm fns Co.xi.l model NWo: P.ckaeed In My boxes No. Hoz notmOuded The 610XB includes a square base (rather than the post base used in the 610X) and does not include an adjustable pipe clamp. Features • Smooth operation—counterweight assemblies matched with specified hose diameters and lengths • 360° rotating retriever head assists the operator in positioning the hose to the fueling point • Pre-cut post and all required components included • Minimal maintenance—durable construction and minimal moving parts • Comes with square base Construction Details • Cast iron retriever head (e -coated black) • Stainless steel cable and connectors • Aluminum pulley • Stainless steel ball bearing swivel • Aluminum schedule 40 post (A), (powder coated black (B) optional) included • Steel counterweights • Plastic hose clamp (%" or 1" sizes) with stainless steel connector • Cast iron adjustable stabilizer brackets (zinc plated) Item Number Pont Hose I.D. Hose Length Counter Weight Max Hose O.D. Overall Height Shipping Weight 610X8-0100 AR A 10' 12'-14' 10106 1V: 90' 42Ibs 61021342M 0 AR A 9" 15'-20' 12 lbs 1'h.• 17100 Yl: 61056-0300 AR A 7 12'-14' 14 Ibs 1'!s 90' 46 lbs 51098-0400AR 1- 19-16' 17100 1157 110' 51106 61058-0500 AR A Coaxial 11'-13' 17Ibs Coaxial 90' 49106 61008-0600AR A Coaxial 13'-15' 17106 Coaxial 110' 51106 Hose clam,. not Included wnh mo 004,41 modes 360' Retriever Head y," Stainless Steel Cable Closoup of Cable Clamps and Hose Clamp Post Schedule40 Post 610X8 se Coated Post Item Number Option 61038-0100 ARP8 B Hose I.D. 9- Hoso Length 12'-14' Counter Weight 10 Its Max Hose Overall Shipping O.D. Height Weight 1'l' 90" 42100 610X8-0200 ARPB 8 4.' ®' 1216s 1'lr' 110' Elin 61008-0300 ARPB 9 1' 12'-14' 14106 134' 90- 46 its 61058-0400 ARPB 8 7 15'-16' 17100 Yl: ®' 51 lbs 61008-0500 ARP9 Dom 11'-13' 17 lb Coaxial MEETS 610%8-0600ARPB 8 Coaxial 13'-15' 17 ibis Coaxial 110' 51 lbs Hose clamps not Included with the Coax!, medal Nate: P.c6god In Iwo boxes Nato: Hoz not included Page 4 Page 5