Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20174252.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & EATON SALES & SERVICE LLC- NORTHERN COLORADO FUEL TANK & INSTALLATION/ NUNN GRADER SHED THIS AGREEMENT is made and entered into this 1 t day of '- i� 201, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1 150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Eaton Sales & Service LLC. whose address is 475 Denver Ave. Loveland, CO. 80537 hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement. including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B 1700149". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion. and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. CO in 5en t da. C6:Wtc,/tAuYeg /2T) 6&_nom/s& act rasa 3C,doI9 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings. drafts or other documents it has completed or partially completed under this Agreement, together with all other items. materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto. except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than S 62,025.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers. agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may he withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality, Confidential Financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word. "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201. et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign. distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents. and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies, This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations. goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof. and during any warranty period. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents. representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County. its officers, agents, and employees, from and against injury, loss damage, liability. suits, actions. or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all timesduring the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers" Compensation Act.. AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1.000.000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate: Automobile Liability: Contractor/Contract Professional shall maintain limits of $1.000.000 for bodily injury per person. $1.000.000 for bodily injury [breach accident, and $1.000,000 for property damage applicable to all vehicles operating both on County property and elsewhere. for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided. a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator. covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional insureds: For general liability, excess/umbrella liability. pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors. subcontractors, independent Contractors. sub - vendors. suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors. independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors. independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder. without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County. automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law. the Contractor agrees that an duly authorized representative of County. including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall he liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God. fires. strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders. and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract: or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(cs) by written notice to the other. Notification Information: Contractor: Eaton Sales & Service LLC- Northern Colorado Attn.: Dulcinca Covan, Division Manager Address: 475 Denver Ave. Address: Loveland. CO E-mail: dulcincacri eatonmetal.com Telephone: (970) 663-5781 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 1-1 Street Address: Greeley, CO 80632 E-mail: ttavlor( co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established. including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations. representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions. of the Colorado Governmental Immunity Act §§24-1 0-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement. shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County. Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto. shall be applied in the interpretation. execution. and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws. rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-I 7.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5). by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract. affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq.. County, may terminate this Agreement for breach, and if so terminated. Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (I 8) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law. (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (e) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be hound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this , 201 CONTRACTOR: Eaton Sales & Service, LLC. Date \- \\-1G 11 day of WELD CO�J[�YT� �• Jd&I � ATTES � �/�/ Weld o n . Clerk tot - Board BY: Deputy Cl j k to the Boar APPROVED AS TO FUNDING: Controller APPVED A FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair JAN 2 2 2018 VED k ST SUBSTANCE: OftS fficial or Department Head 020/� i/oz�oZ T ® CERTIFICATE OF LIABILITY INSURANCE A�� � DATE (MM/DD/TYYY) 01/11/2018 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 have ADDITIONAL INSURED provisions or 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 Marsh USA Inc. One Towne Square, Suite 1100 Southfield, MI 48076 Attn: DetroitGroupCaptive.certrequest@marsh.com 00345--ALWCG17-19 6 CONTACT NAME: PHONE j FAX (A/C. No. Est): 1 (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Company 16535 INSURED Eaton Metal Products Company LLC Eaton Sales & Service LLC Eaton Inspection Service LLC 4800 York Street P.O. Box 16405 Denver, CO 80216 - INSURER B : N/A N/A INSURER C : INSURER 0 INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: CHI -008885581-01 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 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 TYPE OF INSURANCE ADDL INSD SUBR W VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYYI LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ A A AUTOMOBILE X X LIABILITY ANY AUTO OWNED X SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP3487185-09 (PPT) BAP4373311-08 (C0ML) 04/01/2017 04/01/2017 04/01/2018 04/01/2018 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED J RETENTION $ $ A WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY ? ECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YN N N / A WC34867184-09 Does not apply to the Monopolistic States (ND, OH, WA, and WY), Puerto Rico, or the Virgin Islands 04/01/2017 04/01/2018 X I PER I oTH- STATUTE 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) Weld County is/are included as additional insured for Auto Liability as required by written contract or written agreement, per policy terms and conditions. Insurance is primary and non-contributory where required by written contract. Waiver of Subrogation applies to Auto Liability and Workers' Compensation in favor of the Certificate Holder where required by written contract. CERTIFICATE HOLDER CANCELLATION Weld County Nunn Grader Shed 17605 WCR 96 Nunn, CO 80648 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. John C Hurley ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A� �® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) o1.10-2016 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 have ADDITIONAL INSURED provisions or 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 STICO Mutual Insurance Company, RRG 171 W. Wing Street #208 Arlington Heights, IL 60005 CONTACT NAME: Colin Donovan PHONE I FAX (A/C, No): 847.253.5905 Co, Ext1: 847.253.5761 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: STICO MUTUAL INSURANCE CO. RRG 10476 INSURED Eaton Sales & Service LLC 4800 York Street Denver CO 80216 INSURER B : INSURER C: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 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. NOTWITHSTANDING 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 TYPE OF INSURANCE INSD DDL UBR SWVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIDDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY Y 1-GLR000141-17 05-01-2017 05-01-2018 EACH OCCURRENCE $ 5,000,000 CLAIMS -MADE I X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 50,000 MED EXP (Any one person) $ 5,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PROJECT PER: LOC PERSONAL & ADV INJURY $ 5,000,000 GENERAL AGGREGATE $ 5,000,000 PRODUCTS-COMP/OPAGG $ 5,000,000 PROFESSIONAL LIABILITY $ 1,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N PER STATUTE OTH- ER E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County Nunn Grader Shed is added as additional insured to the GL policy as required, in accordance with all policy terms, conditions and exclusions. CERTIFICATE HOLDER CANCELLATION Weld County Nunn Grader Shed 17605 WCR 96 Nunn CO 80648 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD n REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: 11/21/17 BID NUMBER: B1700149 DESCRIPTION: NUNN FUEL TANK BID DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE DATE: DECEMBER 4, 2017 BID OPENING DATE: DECEMBER 15, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director/Purchasing Director (collectively referred ₹o herein as, "Weld County"), wishes to purchase the following: This is a request for a proposal to provide and install a turn -key fuel storage & delivery system to be located at the Nunn Grader Shed. The address for the Nunn Grader Shed is 17605 WCR 96, Nunn, CO. A mandatory pre -bid conference will be held at 10:00 a.m., on December 4, 2017, at the Weld County Buildings & Grounds located at 1105 H-Strr et, Greeley, Co. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: 10:00 AM on December 15, 2017 (Weld County Purchasing Time Clock). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing, located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County.- 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.com. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing partment, 1150 0 Stree:, Room #107 Greeley, CO 80631. Please call Purch sing at 970-400-4222 or 4223 if you have any questions. 3. INSTRUCTIONS TO !EUDDERS: TROUCT! RY INFORMATI Bids shall be typewritten or written in ink on forms prepared by the Weld C•-unty Purchasing Department. Each oid must give the full business address of bidder and be signed by him with his usi al signature. Bids by artnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporati.ns mus be signed with &the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or ther persn authorized bind it in the ratter. The nme of each person signing shall a so be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," „agent," or other title without disclosing nis principal, may be held to be the bid of the individual signing. When requested by the Weld County Contr`:;Iler/Purchasing Director/Purchasing Director, satisfactory evidence .f the authority of the officer signing cn behalf of a corporation shall be furnished. A power of attorney must acc,•.nnpany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and dearly set forth. All blank spaces in the bid forms sn;ll be suitably filled in.:idders are required to use th : Proposal Forms vhich are included in this package and on the basis indicated in the id Forms. The Bid Pro.osal must be filled out completely, in detai , and signed by the Bidder. B _ ate or unsigned bids s l not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department n or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; saic request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Coders are expected to examine the cnditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference t resident Weld County bidders in all cases where said bids are competitive in price and quality. It is :Aso understood that eld C•-unty will give preference to suppliers from the State of Co orado, in accordance witr, C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right 70 reject ary and all bids, t. waive any informality in the bids, to award the bid to multiple vendors, and to Acce3t the bid that, in the opinion of the Bard of County Commissioners, is to the best interes�=s of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder glees that the signed aid submitted, all of the documens .f the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Bair of the Board f County Commissioners, together constitutes a contract, with the contract date being the date a signature by the Bair of he Board of County Commission rs. . SUCCESSFUV _ BUDDER MENMENG PRACTOCES ® ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowing y employ or contract with an i legal alien ho will perform work under this contract. Successful bidder will confirm the emp yment eligibility of all enploye is who are newly hired for employment in the United States to perform work under this Agreement, BID REQUEST #B1700149 Page 2 through p,rticipation in the E -Verity program or the State of Colorado program established pursuant to §8-17.5-102(5)(c). Successful bidder shall not Knowing y employ or contract with .gin illegal alien to perform work under this Agrerent or enter into a contract with subcontractor that fails to certify with Successful oidder that the subcontractor shall n knowingly employ or contract with an illegal alien to perfrm work under this Agreement. Successful bidder sha I not use E Verify Program or State of Colorado program procedures to undertake preemployment screening or dob applicants while this greement is acing performed. f Successful bidoer obtains actual knowledge that a subcontractor performing work ender the pubic contract for services Knowingly employs or contracts with an illegal alien Successfu, bidder shall notify he subcontractor and C.L;nty within three (3) days that Successful bidder has;lethal knowledge That a subcntractor is employing or contracting with an i eg« alien and shall terminate the subcontract if a subcontractor does not stop employing or cantrcting with she illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract it within three days the subcontr ctow provides information to establish tht the subcontractor has not knowingly employed or contracted with n illegal alien. Successful odder shall comply with reasonable requests made in tie course of an investigation, undertaken pursuant to C. .s. §8-17.5A•2(5), by the Col orado Department of Labor and Employment. if successful bidder participates h the State of Co orado program, Successfu bidder shah, within twenty days after hiring a new trmployee to perform work unde P the contract, affirm that Successfu bidder has examined the legal work status of such employee, retained file copies of the documents, nd not Altered or falsified toe identilcation documents for such emp ogees. Successful bidder shah deliver to County, a written notarized affirmation that it las examined the legawork status of sJcn emproyee, and sit;ill comply with all of the other requirements of she state of Co orado program. if Successful bidder fails to comply wit any requirement of this provision or of C.R.S. §8017.5-101 e2t seq., County, may terminate this Agreement for breach, and if s terminated, Successful bidder shall be liable for actual and consequential damages. 0 Except where exemptoc by feder .i L-lAt and except as provided in C.R.S. § 24-76.5-103(3), if successful bidder receives federal ,r state funds under the contract, Successful bidder must confirm that any individual natu -al person eighteen (18) years if age or older is lawfully present in the United States pursuant :o C.R.S. § 24-76.5-c 03(4), if such ondividua applies for public benefits provided under the contract. f Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of per ury that it: (a) is a citizen of tie United State s or is otherwise Lawfully present in the Unitec States pursuant to federa la.w, (b) shall produce one of the forms of identification required by C.R.S. § 24J625O', et seq., and (c) sha produce one of the forms of identification required by C.R.S. § 24-76.5 03 prior to the effective date of the contract. 5. ENER.A PROM ONS Fund A :Mailability: Financial obligations of Weld County payable after the current fiscal year re contingent upon fan for that purpose being ppropriatod, budgeted and otherwise made availao e. By acceptance of the bid, weld County does not wrrant that funds will be wail ble to fund the contract beyond the current fiscal year. C*nfi enfi;d Dnforrnatdn Confidential information of the bidder siould be transmitted sepa from the main bid submittal, clearly denoting in red on the information at the top the wort, "C NA However, th successful bidder is advised tnc.t .s a public entity, Weld County must comply wits provisis is of CURS. 24-72-201, at seq., the Colorado Open ecores Act (CORA), wits regaro records, and ca snot guarantee the confidentiality of a documents. if weld County receives for Did infrmation marked "CONI _ lJ _ NTlAL", staff wi withhold any information which is clear CONFDDENT0Al and submitted separately. W&d County staff will not be responsible for reda identifying Confidential information which is induced within the body of the bid and not separ r rate l y JEN l l L." the to pub is C•RA request y marked cting or tely identificd C. Governmental 1nrcu _ unity: N • term or condition of the cotact shall be construed interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, Protections or other provisions, of tie Colorado Governmental 8mmunoty Act §§24-10=101 et seq., as applicab8e now or rereafter mended. ��. 0. gndcpendent Contract r: The successful bidder shah perform its duties hereunder as an i �deperdent contractor and not as an employee. - e of its agents and employees for all acts performed p r see shall oe solely responsible for its acts and those rsuant to the contract. Neither the successful bidder nor BID REQUEST #B1700149 Page 3 G. No Third -Party _o.neflcoary E forcemeat: ft is expressly understood and agreec that tt enforcement of the terms and cnditions of the c ntract, and a rights if acti n relating to such e sh II be strict y reserve° 3o the undersigned parties and nothing in the contract shall give r all or right f action whatsoever by any other hersiot included in the ccontrac_.. It is the express ih 'he undersigned parties that any entity other than the u idersigned parties receiving services oe L der the cont-act shall be n incidental beneficiary on y. (I: any agent -r employee thereof shall be deemed to be ;3n agert or employee .f Weld County. Th=e successfL o idder and its emp oyees and agents are not entitled to unemplyment insurance .r wt rkr-ts' c.-mpensation benefits through Weld County and Weld County shall not pay for or otherwise provide such cverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will oe available to the successful bidder and its employees ,,nd agents only if such coverage is made available by tne successful bidder or a third party. The successful bidder sha I pay when due all app icable employment taxes and income taxes and coca heed taxes (if applicable) incurred pursuant to the contrct. The successi bidder shall not hay ,uthorization, express or implied, to bind Weld Carty to any agreemen:, iabi ity or u ndo rstanding, except as ex.ress➢y set forth in the contract. --he successful bidder sha I nave the fRowing responsibilities with regard to workers' compensation and unemployment compensAi•,n insurahce matters: (a) pride and keep in force workers' comps nsation and unemployment compensation insurance in the amounts rgLured by aw, and (b) provide proof thereof when requested to do so by We d County. �. Compiance with Law: The successfu bidder shall strictly comply with all applicable federa state laws, rules and regulations in effect or hereafter established, including without lirnitation, laws app icab e to discrimination and unfair employment practices. and j Ch ice of La : Colorado I -w, and rules and regulations established pursuant thereto, shall be applied in the int _ rpretation, execution, and enforcement of the contract..ny .rovision inclLded or iicorporated herein by reference which conflicts with said laws, ales and/or regulations shall be iu and void. rts ;•?, pc S S J e nf*_ rcement, e nt, ,ny claim tention of ben fits H. Attorney's FeesnLeg d Costs: n the event wf a dispute between Weld County and the successful bidder, cncerning the contract, the -attics a!ree that Wend County small not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf o the successful bidder. I. D sadv ntag Business C nterpdses: Weld Cunty assures that disadvantaged business e nterprises wi.I be aff•rded full Opportun'ty tsubmit bids in response to all invitations and not be discriminated against oci the groJnds of race, c* or, tinal origin, sex, age, or disability in. Consideration for an award. o Procurement nd Peri®seance: The successfu bidder agrees to procure the and/or products necessary 'or the prolect and agrees to diligently pro\Ade all services, materials necessary to perform and complete the protect The successfu bidder sha I for the timely completion, and acknowledges that a failure to comply with the standard. outlined in the Bid within the time limits prescribe° by County may result in Csxnty's O payment or to term nate this Agreement. K. Term: 1 hie term of this Agreemo rnt begins up n County, and shall continue through and until successful in the Bid. materials, equipment abor, personnel and further be respnsible s and requirements ecisi• i rtwithho d h, date of the execution of this Agreement by bidder's cletion of the responsibilities described L. er na 0 o county has the rig it to terminate this agreem na, with or without caus on thirty (30) days written novice. Furthermore, this Agreement may oe terminaed at any time withut ntice upon a material breach of the terms of tne Agreement. Nit ns&on or othificaUon: Any amendments or mooif ications r•- this 4g teemeht shall be in writing signed by both parties. No additional se -vices or work performed by the successful bidder shall be the basis for additional Compensation unl ess and until the successhu bidder has obtahed written authorization aid acknowledgement by County for such cditional services. Accordingly, ho clairm that the County has been ➢ REcoUEST #81700149 Page 4 unjust y enriched by ary additiona services, whet'er r n t there is in fact any such unjust enrichment, shall be terse basis oc any increase ire the compensatios payab e gereunder. N . Subcontractors: The successful bidder acknowledges that County has entered int his Agreement in reliance upon the particular reputation and expertise if the successful bidder. The successful bidder shall got enter into any subcontractor :agree rents for the completion of this Project without C.unty's pri:,r written consent, which my be wit'b veld in C.unty's so e discretion County sha l have the right in its reasonable discretion to approve al personne assignee so the sub:ect Project during the performance if this Agr-ern-nt and no personnel to whom County has an sbection, in its reasonable discretion, sip D be assigned to the P roject. The successbidder shall requre each subcontractor, as approved oy county and to the extent of �e Services to be performed by the subcontractor, to be b`•und to the successful bidder by the terms of this greement, and to assume toward the successful bidder all the obligations ;nd resp nsibilities which the successful bidder, by his Agretmeot, assumes tward County. C.uhty shall have the right (but not the obligation) to enforce the provisions o: this agreement against any subcontractor hired by the successful biddt:r and the successful bidder shall cooperate in such process. The successful bidder sha be responsible for the acts and omissions of its 2sents, emplyees a subc ;ntractors. A O. Warranty: The successful bidder Warr ants that services erformed under this Agreement will be performed in a manner consiszent with the st ndares governing such services and the provisiois of this Agreement. The successful bidder further represents ;no warrants teat all services shall be performed by qualified oersonnel in a professional and workman ike manner, consistent with industry sta ridards, aid that :ill services will confrm to applicable specifications. On adoition to the f.regoing warranties, Contractor is aware that all work performed on this Pro:ect pursuant to this Agreement is sub ect ft* ; one year warranty peri �d during which Contractor must correct rny failures or deficiencies caused by cntr;ictor's workmanship of performance. I e bidder warrants that the goods to be supplied shal be merchantable, of good quality, and free from defects, whether patent .r latent. The goods sha be sufficieit for t'rio purpose intended and confirm to he minimum specifications herein. The successful bidder shall warrant that he has title to the goons supplied and that the g000s are free and c ear of all _lens, encumbrances, and security interests. Service cal sin the First %ne Year eriod: he successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of :he goods to be purchased by Weld County, Co orado, pursuant to this bid for as many service caHs as are necessary for the first one (`) year period after said goods are first sup. lies to Weld County. Bidder shall submit wit are submitted: 1. etailed equ 2. Descriptive l i n their bids the following inf ipmeni spec a e r a t u r e. rmati .� ��J n pertainin fications to include the warranty. g t the equipment upo whi h the bids P . _,, .n -Assigns ento The successfu bidder may n assign or transfer thisAgreement or any interest therein or claim thereunder, ve/itnoutthe prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder wit.ut such prior approval oy County shall, at the option of County, automatically terminate this Agreement arc all rights of the successful bidder hereunder. Such consent may be granted or denied at he sole and absolute discretin of County. Lntelrn -ta pans: Neithe o deliver or otherwise to peg beynd its reasonable contr r Govern ntal actins. WI J R. Non -E C contractors or p signat ,. E pBoy [des to r party to this Agreement sha be liable to the other fr de ays ir de ivery or failure �•�rm any obligation under this Agtrirent, where such fai ure is due t. any cause I, including out not limited to 'acts of God, fires, strikes, war, flood, ear hqu <cs u& ve Agreement: This Agreement is nonexclusive a °sons to perform services of the same or similar nature. e FnaniS)s is Agreemen I d County may engage or use oth nteres confhhct of Interest o C.R.S. §§24-18-2 t et seq. and agree that to their knowledge, no employee of Weld County ha §245&507 The s any personal or rr • REQUEST #B1700149 Page 5 beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, r authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and ounty's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the eld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall oe sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the BID REQUEST #B1700149 Page 6 performance (-f tie work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed it pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modi ication to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services prvidod, the timely delivery of said services, and the coordination of all services renderec by the successful bidder and shall, without additional compensation, promptly remedy and correct any err•rs, omissions, or other deficiencies. DEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss dare;,.ge, liability, suits, actions, or claims of any type or character ;rising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or ;mount arising •r recovered under workers° compensation law or arising out of tho failure of the successful bidder to cnform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the greement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any c aims r amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the ;ward of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comp y with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' C mpens Lion Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within tie course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver frm. * Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property tend elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreemena, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and BID REQUEST #B1700149 Page 7 property damage, in form and company acceptable to and approved by said Ad operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to ministrator, covering all provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPE IFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: 1. Bidder shall supply fireguard UL2085 above ground 6,000 -gallon double wall split tank (5,000/1,000), and install the tank and all necessary equipment, to include, (tank sump, pumps, overfill valves, anti -siphon valves, spill container, tank probe, etc.) to ensure effective fuel storage and delivery. 2. Bidder shall install electrical on tank only. A different contractor is constructing the site and shall provide power to new fuel tank and bollards surrounding the tank. 3. Bidder shall deliver the tank to the site and se: in place in coordination with construction contractor. 4. Bidder shall program dispenser & card reader (GasBoy Fleet management system) 5. Bidder shall purge product lines & dispenser 6. Bidder is responsible for obtaining all permits. Fees for permits obtained through Weld County will be waived. All other permit fees shall be included in bid. 7. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 8. All work is to be completed in a professional workmanship manner. 9. Davis -Bacon and Buy American requirements are NOT required. 10. Bids over $50,000 will require a payment and performance bond 11. Provide a total cost of turn -key fuel storage & delivery system and installation FUEL SYSTEM & INSTALLATION TOTAL $ S ART DATE FINISH DATE IMMXTV-r, BID REQUEST #B1700149 Page 8 The undersl r ,ed5 by his or h rs nature, hf- ,re ackn wledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700149. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CI Y, STATE, ZIP CODE TELEPHONE NO P RINTED NAME AND TITLE S IGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXE'`Y PT FR N UMBE IS #.18-03551-0 !3551-0 0 COLORADO SALES TAXES. THE CERTIFICATE OF EXEM''T1O YOU DO NOT NEED TO SEND BACK PAGES _ 1 DO NOT LEAVE THIS PART IF DOING A SEPARATE CONTRACT ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WLLD COUNTY, COLORADO Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B1700149 Page 9 eV Ez i B The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #61700149. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5, Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM EATON SALES AND SERVICE, LLC - NORTFERN COLORADO BUSINESS ADDRESS 475 DENVER AVENUE CITY, STATE, ZIP CODE LOVELAND, COLORADO 80537 TELEPHONE NO 970-563-5781 FAX 970-663-583?. PRINTED NAME AND SIGNATURE E-MAIL DATE DULCINEA COVAN - DIVISION MANAGER dulcir.eac =.eat onnietal .coin TAX ID # 94-1482898 12-14.,17 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 7. DO NOT LEAVE THIS PART IF DOING A SEPARATE CONTRACT ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81700149 Page 9 Agreement, and shall keep in force at all times during the term of the Agreement as the same may be -extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: 1. Bidder shall supply a fireguard UL2085 above ground 6,000 -gallon double wall split tank (5,000/1,000), and install the tank and all necessary equipment, to include, (tank sump, pumps, overfill valves, anti -siphon valves, spill container, tank probe, etc.) to ensure effective fuel storage and delivery. 2. Bidder shall install electrical on tank only. A different contractor is constructing the site and shall provide power to new fuel tank and bollards surrounding the tank. 3. Bidder shall deliver the tank to the site and set in place in coordination with construction contractor. 4. Bidder shall program dispenser & card reader (GasBoy Fleet management system) 5. Bidder shall purge product lines & dispenser 6. Bidder is responsible for obtaining all permits. Fees for permits obtained through Weld County will be waived. All other permit fees shall be included in bid. 7. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 8. All work is to be completed in a professional workmanship manner. 9. Davis -Bacon and Buy American requirements are NOT required. 10. Bids over $50,000 will require a payment and performance bond 11. Provide a total cost of turn -key fuel storage & delivery system and installation FUEL SYSTEM & INSTALLATION TOTAL $ 62, 025.00 START DATE FINISH DATE 2-15-18 3-1-18 BID REQUEST #B1700149 Page 8 Form -9 (Rev. December 2014) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your Income tax return). Name Is required on this line; do not leave this line blank, ESS Inc. w00100R 2 Business name/disregarded entity name, if different from above Eaton Sales & Service LLC 3 Check appropriate box for federal tax classification; check only one of the following seven boxes; ❑ individual/sole proprietor or 0 C Corporation ❑✓ S Corporation 0 Partnership 0 Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for the tax classification of the single -member owner. ❑ Other (see Instructions) ► 4 Exemptions (codes apply only to certain entitles, not Individuals; see Instructions on page 3): Exempt payee code (If any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) 4803 York Street 6 City, state, and ZIP code Denver, CO 80216 Requester's name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this Is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on page 3. For other entitles, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note, If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter. Social security number or Employer Identification number 8 4 1 4 8 2 8 9 8 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. Sign Here Signature ofd U.S. perso ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release It) Is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who Is required to file an Information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (IT1N), adoption taxpayer identification number (ATIN), or employer Identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of Information returns Include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099 -Div (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) Date ► /� if // 7 • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (Including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership Income from a U.S. trade or business Is not subject to the withholding tax on foreign partners' share of effectively connected Income, and 4. Certify that FATCA code(s) entered on this form (If any) Indicating that you are exempt from the FATCA reporting, Is correct. See What is FATCA reporting? on page 2 for further information. Cat. No. 10231X Form W-9 (Rev. 12-2014) Eaton Sales & Service LLC SALES SERVICE INSTALLATION RE: FUEL SYSTEM NUNN GRADER SHED FUEL TANK NUNN, CO BID NUMBER B1700149 Eaton is pleased to offer equipment & scope of work for this project. . Scope: • Supply 6,000 Gallon split tank (5,000/1,000) & Install the tank top equipment (tank sump, overfill valve, spill container, tank probe, etc.) on tank while tank is still in our yard • Run product pipe, vent pipe & fill pipe on tank in our yard • Install electrical on tank only • Deliver tanks to site and with a crane set in place • Call for state & local inspections • Program dispenser & card reader (management system) • Purge product lines & dispenser • Train on site personal Notes: Eaton is not responsible for concrete, bollards or on site electrical Page 1 Nunn Grader Shed Bid # B1700149 Tank & Equipment 1 — 6,000 split Fireguard UL. 2085 tank paint white, signage and delivery to site. 3 — Morrison emergency vents (2-8" & 1 — 6") 1 — Morrison remote spill containment 2 — GPRO pumps 30 gpm for Diesel and 20 gpm for Gasoline (both 110V pumps) 1 — Morrison overfill valves set at 95% 2 — Morrison anti -siphon valves, one for each product 1 — All necessary riser pipes, plugs, caps & adaptors, 2" ball valves, extractor Fittings, impact valves & flex connectors. 1" Product pipe & fittings 3" Fill line piping for Diesel and 2" for Unleaded 1 — Petrovend PV 100 2 hose System with numeric pin pad entry 2 — GPI remote dispensers one for Diesel and one for Gasoline with 14' hose, nozzle, swivel, break away Page 2 Eaton Sales & Service LLC SALES SERVICE INSTALLATION (303) 296-4800 FAX (303) 296-5749 QUALIFICATION DATA SHEET Business Founded: Present Management Since: Incorporated In: Corporate Management: PRODUCTS AND SERVICES 1919 1979 Colorado Timothy J. Travis, Owner Kirby Boutelle, CEO Dorothy Martin, Vice President Finance Brian Travis, President Serving the Petroleum, Automotive and Industrial fluid storage and handling industries: Eaton Sales & Service, LI,C provides turnkey solutions through Manufacturing, Distribution, Service and Installation. Whether combining or offering each capability separately, Eaton finds the most efficient and cost effective solution to your fluid handling needs. MANUFACTURING Eaton Sales & Service, LEX manufacturing division, is a steel plate fabricator. Eaton manufactures in various dimensions both underground and aboveground tanks. Our tanks are built to UL, Southwest Labs and STI specifications to meet current Federal and State regulations. We manufacture standard tank capacities from 500gallons to 75,000 gallons in horizontal, vertical and double wall configurations. Our tanks are used for a wide variety of purposes: • • • • • • Chemical Storage Blender Tanks Gasoline's and Fuel Oil Storage Pressure Vessels Potable and Non -Potable Water Storage P.O. BOX 16405 • 4803 YORK STREET • DENVER. COLORADO 80218-0405 EATON SALES & SERVICE LLC In addition to our standard tanks, Eaton can design and fabricate tanks to fit special applications. DISTRIBUTION In order to provide turnkey solutions Eaton distributes products from only the best fluid handling, containing, monitoring and measurement manufactures. Eaton has a fully trained staff of experienced sales people to help you meet your needs with accurate estimates for your projects. Here are a few of our major suppliers: Dresser Wayne: Retail and commercial fuel dispensing equipment Vecder Root: Liquid Measurement, monitoring and compliance equipment and services Gasboy: Commercial fuel dispensing equipment Verifone: Electronic Point of sales systems for retail applications OPW: Valves, fittings, containiment and piping products. Rotary : Vehicle lifts Red Jacket: submersible pumping sytems Graco: Automotive and industrial lubrication systems Simplex: Fuel oil control systems for mission critical applications SERVICE Eaton Sales and Service prides itself on the cradle to grave philosophy. Our Service departments are staffed only with state of the art trained service technicians, providing service for all distributed products, 24 / 7 . Eaton utilizes the latest in technology for managing their service departments, therefore providing our customers with quick response, repair and billing. Eaton has eight offices thoughout the Rocky Mountains in order to better meet our customer's needs. Currently our operations are located per the attached list. INSTALLATION Eaton's installation crews are factory and field trained people with years of experience. Our crews are experienced piping installers whether it's specified Felxible, Glass, steel welded, glued or threaded pipe. Our installation crews are state licensed for underground fuel installations. For your environmentally sensitive jobs, we have crews with 40 hours OSHA certified training. Eaton's installation crews are capable of new installations, remodels and removals. Eaton has installation crews in each of the listed branches. EATON SALES & SERVICE LLC SAFELY .Eaton has a comprehensive safety program available through E-mail or CD. Eaton considers safety Job 1. All employees participate through monthly and quarterly safety meetings, training sessions and a rigorous disciplinary policy for any non- compliance. Our goal is zero accidents. UNION OR NON-UNION S1 -HOP Installation / Service Fabrication Shop COMPANY DRUG POLICY Non Union Union All new employees must pass a physical before they start work at Eaton Sales & Service. This physical includes alcohol and drug screening. COMPANY QA / QC PROGRAM • • Service install equipment per manufacturer recommended practices as well as to Federal, State and local regulations. • • Each installer has installation manuals and checklists with him at all times to confirm. • • Technicians and installers attend factory training to keep pace with currenproducts development. UNIQUE QUALIFICATIONS • • Complete Engineering and Drafting Departments. • • ' Multi Branch Locations -- Provide excellent coverage of the Rocky Mountain Area. • • Turn Key capabilities for all products we manufacture and distribute. • • Special Fabrication Capabilities — Increases flexibility for storage and system design. • • Quality Production, Installation and Service. • • Experienced Sales Staff, Warehouse and Construction Personnel. • • Factory -Trained Personnel. • • Service Department utilizes a State—Of--The-Art reporting and dispatching computer service. • • A Recognized Leader in the Sale and Service of Fluid Handling Equipment and Systems in the Rocky Mountain Region. EATON SALES & SERVICE LLC PARTIAL LIST OF PAST JOB EXPERIENCES AT & T Communications Adams County Anadarko Anschutz Hospitals Arapahoe County Arapahoe National Park Aurora Public Schools Boulder Valley Schools Buckley Air Force Base Castle Rock Hospital Cherry Hills Village Chevron Cheyenne Regional Med Center Circle K City of Arvada City of Aspen City of Colorado Springs City of Englewood City of Greenwood Village City of Loveland City of Northglenn City of Steamboat Springs City of Thornton City & County of Denver Climax Mine Conoco Inc. Convenience Plus Coors Colorado Department of Game & Fish Cripple Creek Gold Mine Crosslands Construction Crown Hill Cemetery Denver Rio Grande Railroad Denver International Airport Alamo Car Rental Dollar Car Rental Thrifty Car Rental Resort Car Rental Enterprise Car Rental Denver Public Schools Duran Oil Firestone Fort Carson Fort Warren Air Force Base Goodyear I-Ialliburton Ilenderson Mine Hensel Phelps Hewlett Packard Honda Data Center Level III JR's Country Stores Jefferson County Road & Bridge Jefferson County Schools Kettle Creek Data Center Kum &Go Lake Powell Recreation Area Leprino Foods National Park Service Penrose Hospital Phil Long Ford Progressive Data Center Public Service Company Safeway Sam's Club Saint Anthony's Hospital Saint Joe's Hospital Saint Mary's Hospitals Shell Oil Snowmass Village South Down Mine Southern Pacific Railroad Southland Corporation (7-11 Stores) State of Colorado Tesoro Companies, Inc. Total Petroleum Trapper Coal Mine Trautman & Shreve U. S. Forest Service U. S. Postal. Service University of Boulder [Re Mountain Indian Tribe Vail & Associates Visa Data Center Wagner Equipment Wal-Mart SHELL GIRTH SEAM INNER & OUTER TANK 1'-11" 2'-3" SEAM IGEREO) YP .LL 2'-6" i \ LAYOUT VIEW NOT TO SCALE OUTER, SHELL (3) TYP. 3/16" V 2-12 CONT. WELD AT ENDS HEAD TO SHELL INNER & OUTER TANK ..' 'l . 1`-2p. �'- INNER SHELL OUTER SHELL NS FS APPROVED FOR CONSTRUCTION DATE BY (2) 6000-1-4 2 SHEET 7GA X 72 ROLL 6000-1-5 1 SHEET 7GA X 60 ROLL 6000-1-6 2 , 8" PIPE SCH 40 (.322 WALL) 6000-1-7 7 COUPLING FULL 4" STD SCRD 6000-1-8 2 LIFT LUG - STI/UL (L1-1) 6000-1-9 2 8" AWWA CLASS D PLATE FLANGE 6000-1-10 7 THREAD PROTECTOR 4" 6000-1-11 1 ELBOW 2 1/2" STO WT. LR _........ 6000-1-12 1 PIPE,21/2" SCH 40 ............................._...._...TOE 6000-1-13 1 COUPLING FULL 2 1/2" STD SCR() 6000-1-14 1 1 BUSHING NYLON 2 1/2" X 2" 6000-1-15 ! 1 INTERSTITAL VACUUM ASSEMBLY (D- _ 6000-1-16 I 3 1/4" SKID. SECTION (SKID_UL-96) 6000-1-17 1 MANWAY RISER PL 1/4" X 4" 6000-1-18 1 MANWAY EATON 24" A/L & LID 6000-1-19 2 CHANNEL 4 x5.4# 6000-1-20 r 1 SHEET 10 GA X 1 1/2" w_._-_....... -6000-1.21 l 1 NAME PLATE (EMP STD) .......... . 6000-1-22 1 LABEL BRACKET FOR VENT 6000-1-23 1) 1 8" 150# FLANGE PROTECTOR 6000-1-24 ! 28 1/2" BOLT W /NUT 6000-1-25 J 1 1/8" GASKET FOR 24" MANWAY 6000-1-26 1 1 3/8" PL. FLG W/ 5/8" BOLT HOLES I _ 6000-1-27 1 1/8" GSKT FOR 8" 150# FIG 6000-1_28 ' 8 1/2" BOLT W/ NUT & FLAT WASHEF 6000-1-29 1 4 LIFT LUG STI/UL-5 ......_............................_........................_.-1............SWRI LABEL 1 STI - F921 LABEL SHOP TO LOCATE 1 VENTING CAPACITY LABEL �_...__...__.__._......._...) 4 GAL. PAINT PRIMER -RED #PB5422 NOTES: 1.TANK SHALL BE CONSTRUCTED I INC. STANDARDS FOR ABOVE GRO LATEST REVISION (SW RI LABEL 2.LEAK TEST AT MORE THAN 3 P 3.TANK IS DESIGNED FOR ZERO P 4.ALL OPENINGS SHALL BE COVER) NS MOISTURE DURING SHIPMENT. FS 5.PAINT OUTSIDE OF TANK WITH 6.TANK REQUIRES EMERGENCY REL CUBIC FEET PER HOUR FOR INNER PER HOUR FOR OUTER TANK. B A 4/28/16 6/5/14 CG CG By RT RT AO[ AD[ No. Dale Chk'd ) 2 O O N A co el g C laSPILL CONTAINERS Body... 12 gauge spun steel, powder coated white Cover.,. 14 gauge steel, powder coated white Drain valve.. Brass Drain o -ring,,. triton Florida DEP EQ-345: meets the new and revised requirements for CAN-ULC-5663-11 (effective September 25 2015) Container and lid, 12 gauge steel, powder coated white 518 Series 71 Gallon AST Spill Containers LISTED Tank top spill containers are designed to contain small spills that occur at the fill point of aboveground storage tanks. Features • 7% -gallon (28.39 liters) capacity • Hinged cover is lockable with a padlock • Space saving offset design option • 518 has female threaded offset connection • 518CG has female threaded centered connection • 518M has male threaded offset connection N 518---0100 AC 518CC-0100 AC Wei t lbs):. 26.0 26.0 5181.1--0100 AC 4' 25.0 518M-0200 AC 2' 22.50 515OEM 15 Gallon Remote Spill Container (Tank or Wall Mount) The 515OEM remote spill container provides containment of small spills during tank filling operations. Features • 15 -gallon (56.78 liters) capacity • Hinged lid opens upward, is pad -lockable, and is held open by a hydraulic cylinder • 1" locking drain valve • Four mounting tabs on the back of the unit for easy wall or tank mounting • Female threaded piping entries connect from the top of the container • 2" female threaded pump return connection 5150Et,?0200 AC 2" 515OEM0300AC 3' 515OEM2200 AC 2" & 2" 5150EM2300 AC 3' & 3' 145.0 145.0 145.0 145.0 'Consul! MBC Customer Service (or other options. - 70 - www.morbros.com VENTS 244O--0050 AV 2440--0060 AV 4" 2440--0100 AV 2440--0170 AV 244O--0170AVEVR 5' 2440--0800 AV 244O-0900 AV 2440-0900AVEVR 6" 2440--0200 AV 2440-0200AVEVR 244O--0400 AV 244O--0400AVEVR 8" 2440--0600 AV 2440-0600AVEVR 2440--0700 AV 244O--0700AVEVR 8.0 16.0 8.0 16.0 8.0 16:0 8.0 16.0 8.0 16.0 'Consult Price List for BSP, screen, and iron body options. 4" 2440E-0600 AV 244OF-0600 AVE 24401,0170 AV 2440E-0170AVEVR 6" 244OF-0050 AV 244OF-O050AVEVR 244OF-0075 AV 244OF-0075AVEVR 8" 2440E-0100 AV 244OF-0100AVEVR 244OF-0200 AV 244OF-0200AVEVR 10' 244OF-0300 AV 244OF-0400 AV 244OF-0400AVEVR 2440E-0500 AV 244OF-0500AVEVR :M' 'Consult Price List Ice BSP and screen options. 8.0 16 0 8.0 16.0 60,994 131,700 131,700 190,087 190.087 299,684 299,684 503.517 503.517 131,700 131,700 299,684 299,684 80 503.517 16 0 2.5 8.0 503,517 881,670 890,275 16.0 890,275 Female NPT Female NPT Female NPT 18.0 Female NPT 14-0 Female NPT 27.0 7 11.50 10.0 Female NPT 19.0 Female NPT 36.0 Feinole NPT 33.0 Female NPT 62.0 Flanged 11.0 Flanged 20.0 Flanged 21.0 Flanged 38.0 Flanged 33.0 Flanged 67.0 Flanged 25.0 Flanged 57.0 Flanged 103.0 WARNING: The Morrison 244 emergency vent is for "emergency pressure relief only" and must be used in conjunction with a "normal vent" or pressure vacuum vent such as a Morrison 354. 548,748, 749 or 922 This vent must he properly sized and selected for each specific lank application in order to meet the proper "venting capacity" requirements. See the Morrison Vent Guide for further instructions. C ' strttf; 3", 4", 5", 6", 8", 10" Vents Body... Aluminum Cover... Power coated cast iron 0-Ring...Viton*A, standard models 0 -Ring... Viton'5 B, Model numbers ending in AVE orAVEVR Screen.. 3 mesh stainless steel (3",4',5" & 6") (optional) Certifications 8, Lisriiicis UL 2583 Listed; (10 inch 2.5oz vent is UL Listed. but NOT Listed to UL 2583) When properly sized for the tank, this vent will conform to the requirements of NFPA 36, 30A: UL 142; ULC S601; IFC; PEI RP200: CARB EVR Executive Order VR-402 WARNING: DO NOT FILL OR UNLOAD FUEL FROM A STORAGE TANK UNLESS IT IS CERTAIN THAT THE TANK VENTS WILL OPERATE PROPERLY, Morrison tank vents are designed only for use on shop fabricated atmospheric tanks which have been built and tested in accordance with UL 142, NFPA 30 & 30A, and API 650 and in accordance' with all applicable local, state and federal laws. In normal operation, dust and debris can accumulate in vent openings and block air passages. Certain atmospheric conditions such as a sudden drop in temperature, below freezing temperatures, and freezing rain can cause moisture to enter the vent and freeze which can restrict internal movement of vent mechanisms and block air passages All storage tank vent air passages must be completely free of restriction and all vent mechanisms must have free movement in order to insure proper operation Any restriction of airflow can cause excessive pressure or vacuum to build up in the storage tank, which can result in structural damage to the tank, fuel spillage, property damage. fire, injury. and death. Monthly inspection, and immediate inspection during freezing conditions, by someone familiar with the proper operation of storage tank vents, is required to insure venting devices are functioning properly before filling or unloading a tank. Normal vents such as pressure vacuum and updraft vents for aboveground storage tanks should be sized according to NFPA 30 (20081 21 4.3 -47- wP!'w. morbros.corn Installation and Operation Instructions laMorrison Clock Gauge and Clock Gauge Alarm Fig No. 818 and 918 IMPORTANT This device is to be used only as an "auxiliary warning" to the operator of a possible overfill situation, and should not be relied upon to prevent tank overfill. It is the responsibility of the operator to continuously monitor the tank filling process and to prevent any spillage regardless of the situation or status of any gauge or alarm apparatus. WARNING Morrison Bros. Co. will not accept any responsibility or warranty claim if this product is physically modified in any way or used in any way other than as originally intended. Morrison Bros. Co. 32.5 East 24th Street, Dubuque, Iowa 52001 800-553-4840 11/19/03 918--0148 PP _TANIS TANK (3.66 M) Max ©CLOCK GAUGE INSTALLATION - Fig 818/918 Unit mounts on top of an aboveground storage tank. 12 ft (3.66 M) = maximum measurement. Float rides up and down with change in liquid level which is indicated on Clock Face by rotation.of hands. STANDARD VERSION: SMALL HAND = FEET LARGE HAND = INCHES EXAMPLE: -Clock reads 9:25, Liquid Level is 9 feet, 5 inches METRIC VERSION: SMALL HAND = METERS LARGE HAND = CENTIMETERS (x10) EXAMPLE: Liquid Level is 2 Meters, 40 Centimeters FOLLOW THESE STEPS WARNING!!! Do not pull and release cable quickly like a Yo -Yo. This can cause spring to unload. Always wind and unwind the cable in a slow steady motion. 1. MEASURE LIQUID - Record liquid level in the tank to the nearest 1/8" (1 cm for Metric Version) using a gauge stick. 2. INSTALL FLOAT- Open large end of snap. Put wire through the ball bearing swivel. Close snap. 3. MOUNT CLOCK GAUGE - Guide float carefully through the tank opening. Slowly lower it into the tank until it rests at the liquid level. Apply pipe sealant and thread the Clock Gauge into the 2" opening until it is snug. Swivel the face of the Gauge to the desired orientation. 4. SET CLOCK - Remove the retaining ring and back metal cover of the Clock Gauge. Hold the large pulley wheel in place & loosen the nut. Using a screwdriver, rotate the shaft and set the hands of the clock to the liquid level recorded in step one. 5. SECURE SETTING - When hands are set, hold the screwdriver firmly in the slot of the shaft and tighten the nut. 6. If installing Clock Gauge only, reinstall back cover with retaining ring, insuring it snaps securely into place. If Installing the Clock Gauge Alarm, keep back plate off and proceed to the next section. ()CLOCK GAUGE ALARM INSTALLATION Clock Gauge Alarm consists of the Clock Gauge and the Alarm Unit. Clock Gauge must already be installed upright on tank and set. See instructions in first section. NOTE: High Level Alarm requirements may differ from one location to the next. Be sure to follow all Federal, State, and Local Code Requirements governing this installation. FOLLOW THESE STEPS (Failure to do so may void warranty) 1. SET THE ALARM Select OPTION A or OPTION B - "Setting Alarm Dial" on the facing page and follow the instructions provided. GAUGE MUST BE INSTALLED UPRIGHT ON TANK PRIOR TO SETTING ALARM. 2. INSTALL THE ALARM UNIT NOTE: As defined in article 501 - Class 1 Locations of the National Electric Code, this apparatus and it's interconnect wiring are intrinsically safe. Under normal conditions this apparatus and it'S `wiring cannot release sufficient energy to ignite a specific ignitable atmospheric mixture by opening, shorting, or grounding. WARNING: Interconnect wiring between the gauge and the alarm unit must be kept totally isolated and separate from any other wiring. This wiring must not share any junction box, conduit, raceway, or fixtures with circuits other than those defined by NEC as being intrinsically safe for all class 1 locations. LOCATION: NEC ARTICLE 501 -3 -CLASS 1 Locations exempt intrinsically safe enclosures in paragraph 501-3(b)(1)(c), and• therefore may be placed in the most convenient location but must be within reach to ALARM UNIT the operator and within audible range. Shaft & Lock Nuts Large Pulley Wheel ALARM DIAL JUNCTION BOX ALARM MOUNTING: Since a general purpose NEMA 4X enclosure is used to protect the alarm circuits and batteries, any mounting holes, conduit, or fasteners must be sealed in order to maintain the weatherproof integrity of the enclosure. All penetrations into enclosure must be made at the bottom of alarm unit. Separate the two halves of the Alarm Unit box. Attach the rear cover of the box to a suitable fixture. Connect the two wires from the Clock Gauge to the two screw terminals located on the alarm circuit board in the box. The wires should be gas and oil resistant. Although not required, it is recommended to run the wires in some type of conduit in order to protect them against possible damage during tank filling operations. Setting The Alarm Dial OPTION A 10'-0" - Tank Ht 9'-0" - 90% High Level Alarm 13'-0" Difference 6`-0" = Existing Liquid Level n 451 7g 3--g 2 10 1 11 ALARM Compute the difference between the required high level alarm limit and actual liquid level in the tank. ( Example shown 9Ft. - 6Ft. = 3Ft.) Remove lens plate on the Gauge Unit and set the Alarm Dial to the mark. (Example set to numeral(3).) Set Alarm Dial by pulling it out, rotating it to desired setting, and letting it "snap back in gear". The gear spread allows settings to the nearest 4 inches. Do not disrupt the position of the clock hands. If the clock hands are in the way with this option, use OPTION B for setting dial. Once Alarm is set, go back and proceed at step 2 "Install the Alarm Unit". 3. TEST THE SYSTEM ALARM SIGNAL - Test the connection by shorting the two wires together at the gauge end. This will cause the alarm to retest until results are satisfactory sound until the "Test/Cancel" button is pushed. If the alarm fails to sound, check the connections and the batteries and Reassemble the two halves of the box. Connect the wires to the Clock Gauge at the junction box and replace cove r. float and simulate filling the tank. TRIGGER ALARM - Rotate large pulley wheel in back of gauge with thumb tips in a counter -clockwise direction to lift Keep thumb -tip control on the wheel. If it slips and unwinds freely, spring verify that they are moving with gear movement. Allow clock hands to pass over "Point of Alarm". Alarm sAlarm hould sounto d. If Alarm, fails to sound at the correct level, adjust dial until opera on atis can satisfactory. Ouncoil.nce satisfied, let float bserve hands d Dial slowly to liquid level and replace back plate on Clock Gauge. down slowly Attach warning tag at fill point with supplied cable tie, in a location visible to operator. Setting The Alarm Dial OPTION B 10'-0" - Tank Ht 9'-0" - 90% High Level Alarm 6'-0" - Existing Liquid Level ALARM Remove lens plate and back plate off of the Clock Gauge. Clock Gauge should be set for current liquid level in tank. If not, do so. Using thumb tips rotate large pulley wheel counter -clockwise lifting float off of the liquid as if filling the tank. When clock reaches point of high level alarm, hold it on that mark. (In this example it would be 9:00.) Set Alarm Dial by pulling it out, rotating it to the arrow (pointing directly down) as shown, and letting it "snap back in gear". Slowly lower float back to tank level. Take care not to disrupt the position of the clock hands. If the clock hands are in the way with this option, use OPTION A. Once Alarm is set, go back and proceed at step 2 "Install the Alarm Unit". Clock Setting Examples: If Liquid Level = 6" Set Clock to read 12:30 If Liquid Level = 4'- 6" (54") Set Clock to read 4:30 Template for Indicator Decals Outline shows sample of proper decal location r Instructions 1. Remove front (clear) lens cover. 2. Place lens onto template aligning outside edge to outside circle. 3. Remove decal backing and place decal on lens as shown on template. Align wide end against inside circle and narrow end pointing toward level you want to indicate. (NOTE: template is set for inside reading out and lettering on decal will read backwards.) 4. Decals represent small hand on clock which indicates feet. If both high level and low level decals are used, make sure each points to the correct level you want to indicate. 5. Reinstall lens cover with decals on the inside. Make sure indicators are in correct location and wording is readable before putting gauge in service. VALVES & FITTINGS LISTED EVR 9095AA Overfill Prevention Valve The 9095AA series overfill prevention valve is designed to prevent the overfilling of storage tanks by providing a positive shut-off during a pressurized fill. The valve is installed at the fill port of a storage tank and can be set to the desired shut-off level by using standard length pipe nipples. Features • Installs directly onto a 4` or a 6" riser or top -mounted spill container • Minimum shut-off height is 2" from the tank top • 2''/.2' of float height adjustment • Drop tube adaptor accepts 2" or 3" drop fill tubes (Morrison 419) • Full flow to shut-off point • Cushioned shut-off eliminates line shock • Integral pressure relief feature allows for safe uncoupling at the completion of the fill operation Operational Criteria • Minimum 5 PSI flow requirements • A tight fill connection is required • The estimated flow rate for the 2" model is 230 GPM at 10 PSI pressure drop • The estimated flow rate for the 3" model is 560 GPM at 10 PSI pressure drop An optional manual test mechanism allows a technician to pull on the test line at any time during the filling process to actuate the float, stop the fill, and verify the valve is working properly. NOTE For use on clean liquids only. 9095AA0200 AV 9095AA4000 AV 9095AA5200AVEVR 9095AA0300 AV ;- 9095AA3200AVEVR 9095AA4200AVEVR 9095M330OAVEVR 9095AA9200AVEVR 9095AA9300AVEVR 9095A-KIT91 AV i 9095ATKIT91 AV iixxiownwaiirwrix 9095ATM0100 AM 9095ATM0200 AK 9095ATM0300 AK 9095ATM3200 AK 9095ATM3300 AK Size Maximum Pressure Maximum Viscosity 2" 100 PSI 3" 100 PSI 300 Centistokes 300 Centistokes 2" 4" Valve with 2" male quick disconnect 2' 4' Valve with 3' male quick disconnect 2" 4" Valve with 2" male dry disconnect: EVR approved 3' 6' Valve with 3' male quick disconnect 2 sr" 2" ENU { 3" E 2` 3' 2" 2" 9095AA (3") with top riu adaptor C:)Ms ii't.,ici. t rn t`'otajls Male quick disconnect,.. Passivated aluminum Female adaptor,.. Ductile iron, powder coated Shaft, linkage, and hardware... Stainless steel Lower pipe nipple... E -coated steel Drop tube adaptor... Passivated aluminum Body... Passivated aluminum Plunger and dashpot... Anodized aluminum Float., Nitrophyl M ,rt:ric iiic;r s h_i ;?inn ULC-S661-10 Listed: NFPA30. 30A: UFC; IFC: PEI1RP 200, 600; Florida DEP EQ-851; GARB EVR Executive Order VR-402 4' Valve with 2' female threaded adaptor; EVR approved 4" Valve with 3' female threaded adaptor; EVR approved 6` Valve with 3" female threaded adaptor, EVR approved 4" Valve with 2' female threads (less top adaptor); EVR approved Valve with 3' female threads (less top adaptor); EVR approved one Includes 9095AA0200 AV, 2" x 6' 419 drop tube, and 305C cap Same as 9095A.KIT91 AV, with test mechanism 2" & 3" Mechanical test mechanism kit (9095A & 909AA), valve top not included 2" Mechanical test mechanism, includes 9095AA0200 top, with 2' male quick disconnect x 4" female threads 3" Mechanical test mechanism, includes 9095AA0300 top, with 3" male quick disconnect s 6" female threads 2" Mechanical test mechanism, includes 9095AA3200AVEVR top, with 2' female threads x 4" female threads 3" Mechanical test mechanism, includes 9095AA3300AVEVR top, with 3' female threads x 6" female threads 'Consult Price List ;or BSP options. '9t?95A models have been replaced by 9095A4 models. -1- www.morbros.corn 14.10 16.80 21.0 21.0 14 21.25 30.0 14.10 14,40 0.50 0.50 0.50 0.50 0.50 0.50 0.50 More Products Turn The Page ISCELLANEOUS AST 6.101 C 4luhSi k:ansaSCO. •fissounn.lr'9 1_98 Part No. 1228-03-2053 1228-03-2054 1228-03-3053 1228-03-3054 1228-03-6053 1228-03-6054 Description Cam Lock Adaptor Cam Lock Dust Cap Cam Lock Adaptor Cam Lock Dust Cap Cam Lock Adaptor Cam Lock Dust Cap Size Features 2" 2" 3" 3'. 4" 4" Heavy duty aluminum fuel delivery connec- lion items. Dust cap provides a tight seal on the adaptor. Part No. Description Dry Break Adaptor Dry Break Coupler Dry Break Dust Cap Size 1228-03-2050 1228-03-2051 1228-03-2052 Features 2" 2" 21 /2" I-Iard coated aluminum fuel delivery connec- tion products. Provides for minimal fuel spillage during disonnection of hose from Storage tank. Part No. Description 1228-03-5048 2" x 4 Ft Drop Tube 1228-03-5072 2" x 6 Ft Drop Tube 1228-03-5096 2" x 8 Ft Drop Tube 1228-03-6148 4" x 4 Ft Drop Tube 1228-03-6172 4" x 6 Ft Drop Tube 1228-03-6196 4" x 8 Ft Drop Tube 1228-03-6199 4" x 10 Ft Drop Tube Features Heavy duty aluminum drop tube designed to prevent fuel agitation during fill operations. Standard with gasket and flanged lip for sealing. CEayanci MacyMtg. en. 1-S1i_u?$-3` )(! 1.8fkf-8'-1.6583 11\ I-St«p^.3-34)3 4� cla. balky clot emvl (' I3i1ll' LvvtuIcv.cwn FOR DISPOSAL INFORMATION PLEASE CONTACT YOUR NEAREST EPA OFFICE. 409 Series Water Sensing & Particulate Removing Benefits • The 40910W and 40930W are designed to remove particulate and to sense both free and emulsified water from neat gasoline, diesel, Biodiesel, ULSD (Ultra Low Sulfur Diesel), Kerosene, and fuel oils. This filter will not sense nor react to water in Ethanol -blended gasoline, (Reaction known as phase separation) • PetroClear°'' models 40910W and 40930W are particulate and water sensing spin -on filters. These filters are designed to sense water, both free and emulsified, and. slow flow as an indicator of the presence of water in neat gasoline and diesel fuels. ▪ PetroCieare model 40910W filter offers efficient 10 micron (nominal) particulate removal and senses both free and emulsified water in neat gasoline. PetroClear4° model 40930W filter offers efficient 30 micron (nominal) particulate removal and senses both free and emulsified water in neat gasoline, a Textured paint coating helps ensure a simple, mess -free installation and removal process. DI UP recognized Of Will not detect phase separation in Ethanol blended fuels. PetroClear Filters are NOT to be used in Aviation Fuel Applications! Specifications SO The PetroClear® model 40910W utilizes a 10 micron (nominal) cellulose media to remove particulate from gasoline and diesel fuels including Biodiesel and ULSD (Ultra Low Sulfur Diesel). Removes particulate 10 microns (nominal) or larger, with water sensing capability in neat gasoline and diesel fuels. The PetroCiearO9 model 40930W utilizes a 30 micron (nominal) cellulose media to remove particulate from gasolineand diesel fuels including Biodiesel and ULSD (Ultra Low Sulfur Diesel). Removes particulate 30 microns (nominal) or larger, with water sensing capability in neat gasoline and diesel fuels. Once PetroClear°d models 40910W and 40930W have absorbed 10.7 ounces (315 mil) of water from neat gasoline or diesel fuel, flow will be noticeably slow. • The maximum flow rate for PetroCleare models 40910W and 40930W is 25 gpm (94.6 Ipm). Maximum operating pressure Is 50 psid (3.4 bar). Collapse pressure is 150 psid (10.3 bar). Maximum operating temperature is 250"F (139'C). • PetroClear°0 models 40910W and 40930W utilize'a standard 1"-12 UNF mounting thread ref. (3/4" flow) required for most spin -on filter adaptors used in Gilbarco, Wayne, Bennet, Tokheim and other major manufacturers' dispensers, as well as with adaptors used in the aftermarket. X Adaptors are available for models 40910W and 40930W in aluminum and cast iron. These single adaptors are available in both 3/4" and 1" NPT or BSP Inlet/outlet threads. NOTE: If you experience frequent filter changes, it is recommended that you have fuel samples analyzed to determine the source of contamination, such as water, dirt, rust, bacteria, phase separation, etc. ( Mea le.:i.':.. 40910W and 40930W For Fuel Dispensers 40910W Filter Type' Media Type *Cellulose PetroClear° 40910W and 40930W - •- GASOLINE -0- #2 DIESEL 2� 04 8 12 16 20 24 28 32 FLOW RATE (GPM). 40930W *Cellulose Mltaroi f h'tg Diameter ltcro (norii'irral) ?, 3.70" Mounting Thread 1"-12UNF 3.70" nominal) 1"-12 UNF Plow, 4 `r f164 - flow "4 Shell Thickness 0.020 0.020 Gasket �ur1a Collapse (Min.) Burst (M. Max. Operating Temp. 150 paid (10.3 bar) 250°F (139°C) Una N, s. 150 psid (10.3 bar) 250°F (139°C) "Water Sensing & Particulate Removing Adaptors Available Catalog Description 0 75 N1-12 3/4" NPT Inlet/Outlet Ports, 1 " —12 UNF (cast iron) 0.75 N1 -12A 3/4" NPT Inlet/Outlet Ports, 1"-12 UNF (aluminum) 1.00 N1-12 1" NPT Inlet/Outlet Ports, 1 " —12 UNF (cast iron) 1.00 N1 -12A 1" NPT Inlet/Outlet Ports, 1 " —12 UNF (aluminum) 0.75 B1-12 3/4" BSP Inlet/Outlet Ports, 1 " —12 UNF (aluminum) 1.00 B1-12 1" BSP Inlet/Outlet Ports, 1 " —12 UNF (aluminum) PetroClear'° is a technological product of FRAM° Filtration. Changes may occur based upon technology, process and material innovation as FRAMs' Filtration strives to attain the highest levels of performance and customer satisfaction. These changes may occur without notification. 12-Jv PC -409W SPIN -ON FUEL FILTER A Look Inside a PetroClear Filter • Rubber Sealing Gasket • Cover & Backplate Assembly • Metal End Cap (With Adhesive) • Core • Filtering Media — • Shell* • Metal End Cap (With Adhesive) • Coil Spring • Textured Paint Coating** The element assembly consists of the following: Pleated filter media which removes contaminates from the fuel. Metal end caps, plus thermo-setting adhesive, providing positive seals, which prevent the by-pass of contaminated fuel. The core provides strength and support to the pleated media. The cover backplate assembly consists of a threaded backplate formed from thick steel for strength, a gasket retainer and a sealing gasket. The cover and backplate assembly is roll seamed to the shell* to provide a leak proof assembly on all dispenser filters. A coil spring keeps pressure on the element and all internal components to ensure proper filter operations. * Epoxy coated shell on select filters ** On most models NOTE: If you experience frequent filter changes, it is recommended that you have fuel samples analyzed to determine the source of contamination, such as water, dirt, rust, bacteria, phase separation, etc. ()Efl r W.M 3F:R Highlights FLEX-ONTM HARDWALL CURB HOSE FLEX-INGrM brand I=LEX-ON'M Hardwall Hose features an abuse -resistant, solid wire braid construction that prevents kinking and assures a long service life and minimal maintenance. The ozone -resistant outer hose construction prevents ozone cracking and wear. This high quality hose offering features robust hose and fitting designs built to stand up to the harshest forecourt conditions- • Avadable di 5/0`, 3/4' and 1" dlatnet :,r:,, a variety of curb and a hi nose lengths, and fcci-xd or swiv:a fitting options • Available with swivel fitting option for enhanced ease of use • Resistant to ozone cr/macr'.g and wear. • ligh gloss cover re?riin s color quality. Specifications Specifications • tube: Sv:ithctiu rubber • Covet: Ozone -resistant rutrbei • F. yirig : tvlachined .i ckeI ;; atttri carbon steel with cliinote f'nish Order Information Ordering Guide FLHFR A B C D E • F1L HFR -. -=LE>-ON' Oardwail Hose • A - Hose Diameter • B Hose Length Feet • C = Hose length ncies HEALY DISPENSING 'ILSTEMS • Stainies_ .. reel ferrules and fluoroelastonier seals to ensure compatibility with gasoline, eiesel, Ethanol blends (up to El()) and bi ;diesel blends (up to 05). • i crnr atihle \,vith reel or retractable cable dispensing ap;iSictit,O5 • Reintcrrcenient id._tr Jtvati v'✓ braided • to veraLuie rating: -a0 `F to 140 . (-40 `C to GO Cl • For use votil gasoline. diesel, Ethanol rends fun tc E10) and hlodiesel blends tap to 05). Approvals • UI_ and rill. listed, • I) Hose Colour Options • F - Swivel Options Leak Interstitial Monitor Gauge (Type K) Float: HOPE Plastic Calibration: Standard: Inner piece and outer piece: Cellulose Acetate Available upgrade: Inner plastic piece can be glass New Solid Glass Top Available Red Lock Nut: Standard: HOPE Plastic Available upgrade: Aluminum or PVC Bushing: Can be 1.5" or 2" NPT or .75" NPS Standard: Aluminum Available upgrade: PVC (NPS) and Stainless Steel Thermalwell: Standard: Aluminum Available upgrade: PVC and Stainless Steel Internal Rods: Aluminum Rods. 1/8" compression union for 43" to 76" gauges 3/16" self align union for 77" to 170" gauges NEW Solid Glass Option: KSC; Kit Pictured Other Materials: Indicator is HOPE Plastic. Gasket is duro nitrile. Also available in Viton. KRUEGER SENTRY GAUGE CO. INC. Phone: (920) 434-8860 Fax: (920) 434-8897 website: http://www.ksentry.com Page 23 -4 Twist knob reset -30 F L ME ogileciee TOTAL Cast Iron Housing Center Base Inlet reduces stress on the tank and includes check valve PRO20-115 COMBO ORDERING INFORMATION Model PRO20-115A0/MR530GBN PRO20-115AD/MR53018N PR020-115P0/MR530G8N PRO2O-115P0/MR53018N, PRO20-115P0/XTS/MR530G8N PRO20-115P0/XTS/MR53018N Easy -to -read four digit display U.L. Listed Motor Part No. Nozzle Meter Units Hose 503000-63 503000-65 503000-60 503000-64 503000-61 503000-62 Auto Diesel Auto Diesel Gallon Gallon Litre Gallon Litre 18ft 18 ft, None None Vacuum Breaker ready '20 GPM 115 VOLT Automatic Diesel nozzle available 35 GPM 115/230 VOLT 4 YEAR PUMP 18 ft. Dispensing Hose WARRANTY Lockable Nozzle Holder ACCESSORIES 115V and 230V Models Vacuum Breaker Kit Part No. 504500-03 PRO35-115 COMBO ORDERING INFORMATION Model PRO35-115AD/MR530G8N PR035-115AD/MR530L8N PR035-115P0/MR530G8N PR035115PO/MR53018N PR035-115P0/XTS/MR530G8N PR035-115P0/XTS/MR53018N Part No. Nozzle 504000-63 504000.65 504000-60 504000-64 504000.61 504000-62 Auto Diesel Auto Diesel ter Units Nos Gallon 18 ft. None None None None Gallon Litre 18 ft. None None Gallon Litre None None 800-835-0113 j • FAX: 316-686-6746 • GoGPRO.com 11 THE AT -A -GLANCE Leak Gauge Ideal For Detecting A Leak Within A Containment System When Gauge on a system with an interstitial tube When Gauge on a system -without an interstitial tube Vertical Floatation Creates A Direct Mechanical Action To Detect A Leak Of The Inner Tank The At -A -Glance Leak Gauge is the perfect solution for monitoring you interstitial space. This gauge is specifically designed to detect leaks within your double wall containment system. It will provide a visual indication of a leak if your inner tank begins to break down. Available with optional ALARM (see page 17) KRUEGER GAUGE KRUEGER SENTRY GAUGE CO. INC. 1873 Siesta Lane: Green Bay, WI 54313-8021 Phone:(920) 434-8860 : Fax (920) 434-8897 Office Hours: 7:00 A.M. to 5:00 P.M. (CST) http://www.kruegersentrygauge.com Page THE AT -A -GLANCE Leak Gauge A. CALIBRATION ASSEMBLY: Inner and outer plastic housings with printed calibration paper between housings. (options -glass inner piece) B. INDICATOR TUBE: Red HDPE plastic C. LOCK NUT: Red plastic to hold calibration assembly in place. (options -aluminum lock nut) D. DURO NITRILE GASKET: On which flanges on base of calibration assembly are firmly seated to prevent leakage. (options -viton gasket) E. ALUMINUM DIE CAST BUSHING: Type K-1.5 fits 1.5" standard npt tank flange. Type K-2 fits standard 2" npt tank flange. F. FLOAT ARM ASSEMBLY: On gauges 42" and under -1/8" aluminum rod connected to indicator on top and float on bottom. On gauges 43" to 76"-2pcs of 1/8" aluminum rod connected in middle by compression union, on the bottom to a float, and on top to an indicator. On gauges 77" to 170" inches - 3 or more pieces of 3/16" aluminum rod connected by compression unions. Attached to float on bottom and indicator on top. G. PLASTIC FLOAT 76" AND UNDER: High density polyethelene float 1.5" dia. x 3.25" long. H. CORK FLOAT 77" AND OVER: Poly coated cork float 1 7/8" in diameter. Length of float varies with length of gauge. Leak Gauges are specifically manufactured for the interstitial space on double walled containment units. They provide a simple visual indication that a leak has occurred in the inner tank. Ordering Instructions —Part numbers are as follows K -(opening size) -(length) Example K-2-48. If gauge is not mounted in an interstitial tube, please specify that gauge needs a guide. If gauge is mounted in a 1.5" in- terstitial tube, please request small floats. Other Options —Alarm (see page...17). Gauge Guard (see page...20). KRUEGER GAUGE KRUEGER SENTRY GAUGE CO. INC. 1873 Siesta Lane: Green Bay, WI 54313-8021 Phone:(920) 434-8860 : Fax (920) 434-8897 Office Hours: 7:00 A.M. to 5:00 P.M. (CST) http://www.kruegersentrygauge.corn Page SPECIFICATION OPTIONS: Double Tapped Bushings are used in pipe and tank fittings to reduce or adapt connections. The outside threads are male. The inside threads (threaded from the top and from the bottom) are female. Fig. 184S Double Tapped Bushings are the same as Fig. 184 except they are constructed of stainless steel. Fig. 184 Double Tapped Bushing I.D. Number Description A B C WEIGHT 184--0000 1B Double Tapped Bushing 1.5" x .75" x .75" CI N/A 0.6 184---0100 1B Double Tapped Bushing 2"x.375"x.375" CI N/A 1.0 184---0110 1B Double Tapped Bushing 1.5"x.5"x.5" CI N/A 0:5 184--012018 Double Tapped Bushing 1.25"x1"x1" CI N/A 0.4 184---0130 1B Double Tapped Bushing 1.5"x1 "x1" CI N/A 0.7 184---0200 1B Double Tapped Bushing 2"x.5"x.5" CI N/A 0.8 184---0300 1B Double Tapped Bushing 2"x.75"x.75" CI N/A 0.8 184--04001B Double Tapped Bushing 2"x1"x1" CI N/A 1.2 184---0500 1B Double Tapped Bushing 2"x1.25"x1.25" CI N/A 1.1 184---0600 1B Double Tapped Bushing 2"x1.5"x1.5" CI N/A 0.9 184---0800 1B Double Tapped Bushing 2.5"x1.25"x1.25" CI N/A 1.6 184---0900 1B Double Tapped Bushing 2.5"x2.5"x2.5" CI N/A 1.8 184---1000 1B Double Tapped Bushing 2.5"x2"x2" CI N/A 1.0 184--1100 1B Double Tapped Bushing 3"x1 "x1" CI N/A 1.6 184---1200 1B Double Tapped Bushing 3"x1.25"x2.5" CI N/A 2.3 184---1300 1B Double Tapped Bushing 3"x1.5"x1.5" CI N/A 2.2 184--1400 MB Double Tapped Bushing 3"x2"x2" CI N/A 2.2 184---1500 1B Double Tapped Bushing 3"x2.5"x2.5" S N/A 1.9 184---1800 1B Double Tapped Bushing 3.5"x1.5"x1.5" CI N/A 2.0 184---1900 1B Double Tapped Bushing 3.5"x2"x2" CI N/A 2.1 184---2100 1B Double Tapped Bushing 3.5"x3"x3" S N/A 2.4 184---2200 MB Double Tapped Bushing 4"x1"x1" CI N/A 4.3 184--2300 MB Double Tapped Bushing 4"x1.25"x1.25" CI N/A 4.0 184---2400 MB Double Tapped Bushing 4"x1.5"x1.5" CI N/A 3.8 184---2500 MB Double Tapped Bushing 4"x2"x2" CI N/A 3.6 184-2600 1B Double Tapped Bushing 4"x2.5"x2.5" CI N/A 4.8 184-2700 MB Double Tapped Bushing 4"x3"x3" CI N/A 3.7 184---2900 1B Double Tapped Bushing 6"x4"x4" CI N/A 8.5 184S--0200 MB Double Tapped Bushing 2"x.5"x.5" SS N/A 0.0 184S--0300 MB Double Tapped Bushing 2"x.75"x.75" SS N/A 0.0 184S-0400 MB Double Tapped Bushing 2"x1"x1" SS N/A 1.2 184S--2100 MB Double Tapped Bushing 4"x.75"x.75" SS N/A 0.0 184S--2200 MB Double Tapped Bushing 4"x1"x1" SS N/A 0.0 184S--2400 MB Double Tapped Bushing 4"x1.5"x1.5" SS N/A 0.0 184S--2500 MB Double Tapped Bushing 4"x2"x2" SS N/A 0.0 184S--2700 MB Double Tapped Bushing 4"x3"x3" SS N/A 0.0 LIMorrison Bros. Co00. P.O. Box 238 • Dubuque, Iowa 52004-0238 563.583.5701 (tel) • 800.553.4840 • 563.583.5028 (fax) Established 1855 www.morbros.com Fig. 184O Quad Tapped Bushing Fig. 184D Duplex Bushing The Duplex Bushings (Fig. 184D) are used to convert a single tank opening to dual threaded openings. One opening is single tapped and the other is double tapped. The Quad Tapped Bushings (Fig. 184Q) are similar to the Duplex Bushings except both female openings are threaded from the top and threaded from the bottom. SPECIFICATION OPTIONS: ITEM NUMBER ITEM DESCRIPTION A B C WEIGHT 1840--0100 1B Duplex Bushing 2"x.375"x.375" CI Y 0.8 184D--0200 1B Duplex Bushing 2"x.5"x.5" CI Y 0.7 184D-0300 AB Duplex Bushing 4"x.75"x.75" CI Y 4.6 184D--0301 MB Duplex Bushing 4"x.75"x.75" CI N 4.1 184D--0401 MB Duplex Bushing 4"x1"x1" CI N 3.6 184Q--4075 MB Quad Tapped Bushing 4x3/4"x3/4" CI N 0.0 184Q--4100 MB Quad Tapped Bushing 4"x1"x1" CI N 0.0 184---2900 1P Pipe Plug 6" CI N/A 8.0 184--3000 1P Pipe Plug 4" CI N/A 3.0 184---3100 1P Pipe Plug 3" CI N/A 1.9 184---3200 1P Pipe Plug 2" CI N/A 0.8 184---3300 1P Pipe Plug 1.5" CI N/A 0.5 184---3400 1P Pipe Plug 1" CI N/A 0.3 184---3500 1P Pipe Plug .75" CI N/A 0.2 184S--3000 MP Pipe Plug 4" SS N/A 3.4 184S--3200 MP Pipe Plug 2" SS N/A 5.0 912-070512 MP Pipe Plug .75" SS N/A 0.5 912-100512 MP Pipe Plug 1" SS N/A 0.8 9126070512 MP Pipe Plug .75" (BSP) SS N/A 0.5 9126100512 MP Pipe Plug 1" (BSP) SS N/A 0.8 Fig. 184 Pipe Plugs AMorrison Bros. Co. MM Established 1855 P.O. Box 238 • Dubuque, Iowa 52004-0238 563.583.5701 (tel) • 800.553.4840 • 563.583.5028 (fax) www.morbros.com Model 244 Emergency Vents 16 -inch SPECIFICATION SHEET UL Listed Emergency Vent (pressure relief only) used on aboveground storage tanks, as a code requirement, to help prevent the tank from becoming over -pressurized and possibly rupturing if ever exposed to fire. Vent must be used in conjunction with a "normal vent." Correct application of this vent requires proper vent size and selection for the tank system in order to meet the specific venting capacity requirement. Code Compliance API 2000; International Fire Code; National Fire Code of Canada; NFPA 1, 30, 30A, 31, 37, 110; PEI RP200; PEI RP800; Underwriters Laboratories Inc. UL -142, UL -2085, UL- 2244; Underwriters Laboratories of Canada CAN/ULC S601-07, CAN/ ULC S602-07, CAN/ULC S652-08. California Air Resource Board (CARB) Phase 1 Enhanced Vapor Recovery (EVR) AST Certified Products (VR-402-B) Additional References NFPA 30, UL 142, Morrison Venting Guide WARNING: DO NOT FILL OR UNLOAD FUEL FROM A STORAGE TANK UNLESS IT IS CERTAIN THAT THE TANK VENTS WILL OPERATE PROPERLY. Morrison tank vents are designed only for use on shop fabricated atmospheric tanks which have been built and tested in accordance with UL 142, NFPA 30 & 30A, and API 650 and in accordance with all applicable local, state, and federal laws. In normal operation; dust and debris can accumulate in vent openings and block air passages. Certain atmospheric conditions such as a sudden drop in temperature, below freezing temperatures, and freezing rain can cause moisture to enter the vent and freeze which can restrict internal movement of vent mechanisms and block air passages. All storage tank vent air passages must be completely free of restriction and all vent mechanisms must have free movement in order to insure proper operation. Any restriction of airflow can cause excessive pressure or vacuum to build up in the storage tank, which can result in structural damage to the tank, fuel spillage, property damage, fire, injury, and death. Monthly inspection, and immediate inspection during freezing conditions, by someone familiar with the proper operation of storage tank vents, is required to insure venting devices are functioning properly before filling or unloading a tank. MORRISON BROS. CO. Mode! 244 Emergency Vents j 6 -inch (continued) ire EVR EVR EVR EVR EVR EVR EVR rve EVR T! Number B ;D ' F (3 : Dtarrieter Height Weight` Screen 244O--0200 AV 6 278,660 8 I A AL 9.1 3.9 19 244O--0200AVEVR 6 278,660 8 1 B AL 9.1 3.9 19 244O-0400 AV 6 278,660 16 1 A AL 9.1 4.9 36 244O-0400AVEVR 6 278,660 16 I B AL 9.1 4.9 36 244O6-0200 AV 6 278,660 B 8 I A AL 9.1 3.9 19 24401-0200 AV 6 278,660 8 I A 1 9.1 3.9 22 244O1-0400 AV 6 278,660 16 I A I 9.1 4.9 39 244OS-0200 AV 6 232,638 8 1 A AL 9.1 3.9 19 s 244OS-0200AVEVR 6 232,638 8 I B AL 9.1 3.9 19 s 2440S-0400 AV 6 232,638 16 I A AL 9.1 4.9 36 S 244OS-0400AVEVR 6 232,638 16 I B AL 9.1 4.9 36 S 244OSBSP0200AV 6 232,638 8 8 I A AL 9.1 3.9 19 s 244OF-0050 AV 6 278,660 F 8 1 A AL 9.1 3.2 21 2440E-0050AVEVR 6 278,660 F 8 I A AL 9.1 3.2 21 244OF-0075 AV 6 278,660 F 16 I A AL 9.1 4.2 38 244OF-0075AVEVR 6 278,660 F 16 I B AL 9.1 4.2 38 244OFS0050AV 6 232,638 F 8 I A AL 9.1 3.2 21 S 244OFS0075AV 6 232,638 F 16 I A AL 9.1 4.2 38 S 244OM-0200 AV 6 278,660 M 8 I A AL 9.1 5.9 20 244OM-0200AVEVR 6 278,660 M 8 I B AL 9.1 5.9 20 244OM-0400 AV 6 278,660 M 16 I A AL 9.1 6.9 37 244OM-0400AVEVR 6 278,660 M 16 I B AL 9.1 6.9 37 244OMBSO400AV 6 232,638 M 16 1 A AL 9.1 6.9 37 s 2440MBSP0200AV 6 278,660 MB 8 1 A AL 9.1 5.9 20 244OMBSP0400AV 6 278,660 MB 16 I A AL 9.1 6.9 37 244OMI0200AV 6 278,660 M 8 I A I 9.1 5.9 26 244OM10400AV 6 278,660 M 16 1 A I 9.1 6.9 43 244OMS0200 AV 6 232,638 M 8 I A AL 9.1 5.9 20 s 244OMS0200AVEVR 6 232,638 M 8 I B AL 9.1 5.9 20 s 244OMS0400 AV 6 232,638 M 16 I A AL 9.1 6.9 37 s 244OMSO400AVEVR 6 232,638 M 16 I B AL 9.1 6.9 37 s 244OMSB0200AV 6 232,638 MB 8 I A AL 9.1 5.9 20 S Flange = 11" OD ; eight (8) .88" Diameter holes on 9.5" diameter B.C. SPECIFICATION OPTIONS: A -Size: 6" B —Venting Capacity/CFH C —Mounting Connection: Female N.P.T. (BLANK); Male N.P.T.(M); Flanged (F); BSP (B) D —Pressure Settings: 8 or 16 oz/in2. Pressure Required to Open Vent. E —Cover: Cast Iron (I); Powder Coated F —Seat Material: O -Ring Viton A (A) or Viton B (B) G —Body Material: Aluminum (AL) or Iron (I) Diameter —Dimension Across Vent Height —Dimension from Base to Top When Closed Weight —Shipping Weight Screen -3 Mesh Stainless Steel Bolt —Zinc plated steel 57O E. 7th Street, P.O. Box 238 I Dubuque, IA 52004-0238 1.563.583.5701 1800.553.4840 I f. 563.583.5028 LI MORRISON BROS. CO. www.morbros.com laMorrison Bros. Co. 24th and Elm Street P.O. Box 238 Dubuque, IA 52004-0238 Tel: 800-553-4840 Tel: 319-583-5701 Fax: 319-583-5028 E-mail: custserv@morbros.com MAINTENANCE PROCEDURES Fig. 244 Series Emergency Vents The Series 244 Emergency Vents require minimal maintenance, however, they should be checked every three to four months to assure all working parts are operating (moving) freely. During cooler weather, due to freezing moisture conditions, it may be necessary to check more often. If these conditions exist, the cover may freeze in place causing possible damage to the tank. The cover must move freely for the vent to work properly. kA MOPRISON BROS. Co. Ordering Irrsfruct,orsa liri Vrtrtnld Figure. Suffix Size 2446 QOC O AV !0" ;6 ozioo 244E 2'ifi'5 212 4 2441-: r;!tr Ct 2P 2447 IC 212 13 244k k2.310 ;?t:; r. Cr 244k 20277,0 244s 4.07 AF. B" i; 0.. 2411 Of:kf 7 AN;p. Meet our Demean ono Interfla121011 Soles Team petrnos safes InitrnationOl Sales Copyr.ght 5 2017 Munson Ores Co '5= tin R,ghts Reserved Product Litetatire Ylcrr and download Mnmfian ptodt,Ci catalog:, add l _eknfoi.. Sec Alt_Prottrrcl_Lita_r�ature Search Emergency Vent - Gaskets/Nuts & Bolts FIG 244F Description rgnruy'ner:t t otnre r=us'1e1 f-langt: casket 1-!zl"1? , n onkei f=a::gr: casket Sol of Nut'. F. EG:is Set of fiats w Bois 12n1 of Non; 0 E3o is ed CARES Certification Weight (lbs) 725 C15 20 (425 25 Mod,stin Bras Co has Iecoiono approval Sort, California s An ikesource Board fora Phase 1 Enhanced Lotto! Recovery System to Protected Aboveground Storego Tanks (;tic& horn to get siatlerl on yOt,r CARE 4ert,r'ua1 onl http://www.morbros.com/products/vents/emergency-vents/emergency-vent-gasketsnuts-hops 5/1.9/2017 Model 179 Series Hinged Style Fill Cap SPECIFICATION SHEET Designed for tank filling applications where a tight fill connection is not required. Threaded body installs onto riser pipe or directly into tank bung. Features • Easy to open and close hinged operation • Positive stop to prevent cover from contacting tank • Lockable with a padlock • Integrated venting when closed • Your company name can be cast into the cover upon request • 179 and 179CI have female threads • 179M and 179MCI have male threads Construction Details 179 & 179M • Aluminum body • Aluminum cap • Zinc plated steel hinge pin 179C1 & 179MC1 • Cast iron (powder coated black) body • Cast iron (powder coated black) cap • Zinc plated steel hinge pin 179.--0100AC Aluminum 2" O75 179-0200 AC Aluminum 2W 1.0 179---0300 AC Aluminum 3" 4N _ 1 0 2.0 179--0400 AC Aluminum 179M--0100 AC Aluminum 2" 0 75 179M--0200 AC Aluminum 2W 125 179C:14100 AC I .z - .,-%x n„,;.; Cast iron .s r .,-*A, sit,,,OPaa 2" 44. 2.50 -0,-`4,,,WAgv.:,,,,, 179MCI0100AC I Cast iron 2' 2,75 0 1.. I.1) 'AI r.u. Box X3(3 I Dubuque, IA 52004-i)t38 / I. �;tiy 83.57or ° Soo. 53.,1?34o i 563.583.5028 UMORRISON BROS. CO. "'w"',morbros.`°"' OPW 11A`' and 118 Automatic Nozzles 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, 0 4 6 12 16 FLOW RATE GPM (GASOLINE) 2.5 2,0 0 0 20 40 60 80 FLOW RATE•UMIN. (GASOLINE) Accessories Name Product tt Description Used For: Bush ng1 28S-0350 I, tstNPT to 1 ' FNPT Bushing Converting 11 Series nozzle for use on I "' hose Bushing 2404 1 Male x 'h" Female Converting 11 Series nozzle for use on 1" hose Listings and Certifications Body: Aluminum Lever & Lever Guard: Duratuff' 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". Replacement Parts Name Product tt Description 11AP' 118P' Shown with Optional FILLGARD - • Durable lever guard that won't scratch your customers' vehicles — made from Duratuff'. • 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 tab testing results as of August 2010. Used For: IA Leaded Spout Kit 585.2110 11AP Unleaded Spout Kit SBt'S-2117 1 1 B Leaded Spout Kit 5885-2135 1111P Unleaded Spout Kit NEWGARD Kits 11A, `hi" 0.D. Leaded Spout 1lAP. "Vir," U.D. Unleaded Spout 118, "V' 0.D. Leaded Spout SBBPS 2137 11BP,'Y.=" 0.0. Unleaded Spout See pg. 154 Replacement Nand Insulators Instruction Sheet HI 59135M Installation and Instruction Sheet 11 A Spout Replacement 11 AP Spout Replacement 118 Spout Replacement 11 BP Spout Replacement 1IA,HAP, 118,11BP NEWGARD Replacements 11A, 11AP, 118, 11BP Instruction Sheet 2586 See pages 301-302 for certification number 144 P V1/.' NOTE: HA and 118 nozzles models are available with 1- or 2 -piece Hand Insulators. OP�11 66RB 1" Reconnectable Breakaway The 66RB-2000 Reconnectable Breakaway is designed for use in today's truckstop and high -volume markets. Intended for installation on fuel dispensing hoses, the 66RB will separate at a maximum force of 350 lbs. Upon separation, the integral check valves close, stopping the flow of fuel and limiting any fuel spillage from either hose end. For proper operation on high -hanging hoses, the OPW 66RB must always he installed using a "straightening hose" with a minimum length of 12", such as the OPW 66H. For low hose applications, the 66RB should be installed downstream of the retractor cable. 30.00 - 25.00 o.. • 20 0 0 cc w 15.00 _.._.........._i v=i 10.00 ._.........._.c z • 5.00 rl 0.00 2.10 • 1.15 O 1.40 1.05 0.70 • 0.35 w o__ 0.00 28 38 48 58 FLOW RATE GPM 220 30 68 106 144 162 FLOW RATE•L/MIN, 166 ® PTV• Materials Body: Aluminum Sleeve: HOPE Seals: Viton" Spring: Stainless steel Poppet: Aluminum 66RB Features • UL and ULC listed for use in gasoline, diesel and up to 10% ethanol blends. Specific listings available at www.opwglobal.com. • Pull Force — the 66RB will break away with a pull force of no more than 350 lbs. • Easily Reconnected — after relieving line pressure, simply push coupling halves together until latched. Reconnection force is approximately 15 lbs. Ordering Specifications Product # in. mm lbs. • Protected Coupling and Poppet — the breakaway's poppets and sealing surfaces are protected from impact during separation by a durable plastic sleeve. • Low Pressure Drop — the integral check valve design allows for minimal pressure drop for faster, high -volume fill -ups. Design working pressure v 50 psi (3.45 bar) maximum pressure. kg 6GRB-2000 1" (NPT) 25 .14 ,52 66RB-20RF' 1"(NPT) 25 1.14 .52 66RB Series Instruction 5neTt Order Number: F-69 '66R0-20RF is UL Listed Ior up to 20% Biodicsel. Listings and Certifications US OPW 241TPS Series Hose Swivels The OPW 241 TPS Series of swivels are designed and rigorously tested for applications where easy nozzle and hose handling is important for customer convenience. Swivels are installed in between the nozzle and the hose to provide flexibility in the system to reduce customer strain, position the nozzle properly and reduce premature hose wear. PRESSURE DROP -PSI PRESSURE DROP-KG/CM 5 10 15 20 25 30 35 40 45 50 55 60 FLOW RATE -GPM 18 37 56 75 94 113 132 151 170 189 208 227 FLOW RATE-L/MIN. 162 C FP VV, Materials Body: Aluminum Inlet Adaptor: Zinc Outlet Adaptor: Zinc Seals: Buna-N, Viton5 Bearing: Nylon Weight: 3/4":.65 lbs., .30 kg 1": 1.55 lbs., .703 kg Packed: 60 per Case Features UL and ULC listed for use in gasoline, diesel, and up to 10% ethanol blends. Specific listings available at www.opwglobai.com. • Allows for easy nozzle positioning in fill pipes — utilizing two planes of rotation. Ordering Specifications Product # Inlet/outlet o Reduces premature hose wear — utilizing two planes of rotation. 0. Added protection vs. thermal and chemical degradation — Dual Seals. �► 50 psi (3.45 bar) maximum pressure. Length A Depth B 241TPS-0241 241 TPS-0492' (E85) 741 TPS-75R1)E751820) Fx-l;"M(NPT) 2'l:" 19 rum x19mm 124 mm 56 mm 241TPS-1000 241TPS-I0RF'' (820) Fx1"M(NPT) 6,/ 25 mm x 25 mm 153 mm 64 mm '241 TPS-04'02 is UI Listed lot up to 85't Ethanol. ' `241TP5-75RF is UL Listed for up to 25% Ethanol and 20% Biodiesel. "'241TPS-1ORF is ILL Listed for up to 20% Bindiesel. Listings and Certifications 'is 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. Features A Variety of Pressure/Vacuum Settings — 3" water column, 1 oz., 8 oz., 12 oz. pressure settings and 8" water column or 112 oz. vacuum settings are factory preset and tested. 1.1 Reliable Service — self -guided poppet assembly ensures consistent seating of the pressure/vacuum valve. Corrosion -Resistant Construction — Duratuff ' composite body assures a long service life. • Easy Installation — 523V is available in 2" and 3" threaded versions or slip- on models that provide for attachment to the vent line with alien head screws and radial sealing 0 -ring. Ordering Specifications Product # Description 523V • Complies with NFPA 30 Requirements — for venting gasoline vapors upward. High Maximum Flow Rate — 7000 SCFH at 2 psi pressure drop. 4" 40 -Mesh Stainless Steel Wire Screen — helps prevent debris and insects from entering the tank vent lines. Identification Label Color lb. kg 523V-1100 2" 8 oz Pres., '1. oz. vac. thread•on Red 1.65 .75 523V-1150 2" 8 oz Pres., '/: oz. vac, slip-on Red 1.65 .75 523V-3100 3" 8 oz Pres.,'!' oz. vac. thread -on Red 3 2 1.45 523V-3150 3" 8 oz Pies., 'i: oz. vac. slip-on Red 3.2 1.45 523V-2200 2" 1 oz Pres., '/. oz. vac. threat -on Silver 1.65 .75 523V-2250 2" 1 oz Pres., 'G oz. vac. slip-on Silver 1.65 .75 523V-3200 3" 1 oz Pres., 'I oz. vac. thread -on 523V-2203 2" 3" WC Pres., 8" WC vac. thread -on Silver Yellow 3.2 1,45 1.65 .75 523V-2253 1" 3" WC Pres., 8" WC vac- slip-on Yellow 1,65 .75 523V-3203 3" 3" WC Pres., 8" WC vac. thread -on Yellow OPW 523V Pressure Vacuum Vent Pressure Vacuum Vents are installed on the top of vent pipes from underground or above ground fuel storage tanks. Thevent cap and internal wire screen are designed to protect the tank vent lines against intrusion and blockage from water, debris or insects. A normally closed poppet in the valve opens at a predetermined pressure or vacuum setting to allow the tank to vent. Eon Table in In Measurement Units H2O Hg = Oz. PSI (WC) (Mere) Bar Aar x In. H3; (Mercury) x 236.0 7843 14.5 a01 4 79 53 049 13.6 0.034 In 1120 (vic) I x 0.578 0.04 0 078 0.002 x PSI 16.00 27 68 1 04 0.060 Oz. x 0,663 113 0,178 0.004 Replacement Parts Part # Description 1111432M 0 -Ring for 2" Thread 1111456M 0 -Ring for 3" Thread 523V Instruction Sheet 3.2 1.45 ; Order Number: H11972M 523V-3253 3" 3" WC Pres., 8'" WC vas. slip-on Yellow 3.2 1.45 Materials Body: Aluminum 0 Ring: Nitrile 523SA (Bottom View) Ordering Specifications Product it Description 5235A (Top View) in. mm lb. kg 523A-1003 3" Thread -On Adaptor for use with 523V Pressure / Vacuum Vents 2x3 51x76 .47 .213 5235A-1003 3" Slip -On Adaptor for use with 523V Pressure / Vacuum Venus 2x3 51x76 .63 .286 5235A-1002 2" Slip -On Adaptor for use with 523V Pressure I Vacuum Vents 2x2 51x51 .31 ,141 OPW 523V Series Adaptor Bushings The 523V Series Adaptor Bushings are designed to thread into the base of 2" threaded 523V vents. The adaptor bushings convert a 20 523V to 3" threaded, 2" slip-on or 3" slip-on connection. www.opwg(obal.com 115 OPVV 1611 Series Vapor Recovery Adaptor The OPW 1611AV and 1611AVB are poppeted adaptors, designed to mate with a vapor recovery elbow, for returning gasoline vapor to the tank truck during a fuel delivery to an underground tank. 96 © F' t Body: Clear anodized aluminum or cast bronze Stem: Chrome -plated steel Stem Guide: Acetal resin Spring: Stainless steel Gasket: Nitrite Ordering Specifications Product # Elbow Size in. mm Riser Thread in, mm lbs. kg 1611AV3"x4" (76 x 102mm) Body Material 161 i AV' 1605 3 76 3 76 2.91 1.32 Clear Anodized Aluminum 1611AV 1620 76 4 102 3.25 1.48 Clear Anodized Aluminum 16IIAVB-1625 :3 76 102 1.97 3.62 Cast Bronze Replacement Parts Key Part # Description 1 CO2642M Bridge Guide Not Shown H15204M Screw (3") (76mm) 2 1104145M 1104150M Ga,ke[ Gasket (3"x 4") (76 x 102mm) 3 H08989114 Spring 61VSA-KIT Complete Replrrcemenr Kit Materials Body: Duratuff Pins: Stainless steel Links: Duratuff' Gasket: Nitrile Color: Orange 1711T Cap Ordering Specifications Product # in. mm Ibs, kg 1711T- 3 76 1.1 .50 7085-EVR Replacement Parts Part # Description H10886M Mitrife Gasket Materials Cap: Cast zinc alloy (powder -coated orange) Lever: Ductile iron Gasket: Nitrile 1711LPC Cap Ordering Specifications Product t in. mm lbs. kg 1711LPC-0300 3 76 3.5 1.59 Replacement Parts Part # H 150051't 3-5/16" REF. Description Nitrite Casket Listings and Certifications Effective height above artaptot 11.9.'32" Effective height ,above adaptor 12" 6.873" 174.5mm OPW 1711 Series Caps are EVR Approved for E85 OPW Stage 1 Vapor Recovery Caps OPW 1711T The OPW 1711T Vapor Recovery Cap is for use with the OPW 1611AV, 61VSA, 1611AVB and 1611 VR Adaptors. The 1711T is installed on the vapor recovery adaptor, when not in use, to prevent vapors from escaping and to prevent water, dust and debris from entering the tank, Constructed of Duratuff" to help prevent corrosion, the OPW 1711T will couple to Civacon/OPW 4" Kamloks, and features a center post that allows an even distribution of force when coupling to the adaptor, The 1711T can be locked with a padlock. OPW 1711LPC Low Profile Vapor Cap The OPW 1711LPC Low Profile Top -Seal Vapor Cap is designed for tight installations where the clearance between the top of the vapor adaptor and the underside of the spill container or manhole cover is limited. The rugged iron lever provides a positive cam -action that seats the cap firmly in the adaptor groove for a water and vapor -tight seal, When engaged, the lockable cap adds only 1/2" to the final height of the adaptor. The cap is powder -coated API Orange to signify vapor recovery. The 1711LPC can be used with the OPW 3" 1611AV, 1611AVB and 61VSA series vapor adaptors. www.opwg(obol.cwn 97 OPW 23 Series Open Atmospheric Vents Open Atmospheric Vents are installed on the top of vent pipes from underground or above ground fuel storage tanks. The vent cap and internal wire screen are designed to protect the tank vent lines against intrusion and blockage from water, debris or insects. These vents are always open to atmosphere and allow any pressure or vacuum into the tank to vent. OPW 113 Series Open Atmospheric Utility Vents OPW 113 Open Atmospheric Utility Vents are installed on the top of above ground fuel storage tanks. The vent cap and internal wire screen are designed to protect the tank vent lines against intrusion and blockage from water, debris or insects. These vents are always open to atmosphere and allow any pressure or vacuum into the tank to vent. The 113 vents vapors downward and is used primarily on diesel, fuel oil, waste -oil and motor -oil tanks, but can also be used on a wide variety of above ground storage tank venting applications. B c i w _ A OOYERT COMMUM9 Materials Body: Aluminum Screen: 40 -mesh brass Set Screws: Brass Features • Reliable Service — vent cap drain spouts extend outward to deter rainwater entry. • Corrosion -Resistant Construction — aluminum body and cap assure a long service life. ♦ Easy Installation — 23 series is available in 2" and 3" slip-on models that provide for attachment to the vent line with set screws. Ordering Specifications Product # in. mm oz. kg Description 23.0044 1'h ? 38. 3.8 .11 Open Vent 23-0033 2 51 4.3 .12 Open Vent 23.0055 3 76 5.0 .14 Open Vent Materials Body: Zinc/aluminum Screen: brass Cap: 2" Steel 4" - cast iron Screen: 40 -mesh stainless steel • Complies with NFPA 30 Requirements — for venting gasoline vapors upward. • High -Maximum Flow Rate — 7000 SCFH at 2 psi (0.14 bar) pressure drop. • 40 -Mesh Brass Wire Screen — Helps prevent debris and insects from entering the tank vent lines. Replacement Parts Part # Description H00122M Screw H01967M Nut H01969M Screen 113 Ordering Specifications Product # in. mm lbs. kg 113.0066 2 51 .88 .40 113.0099 4 102 7.50 3:41 Dimensions 2" (51mm) 4" (102mm) in. mm in. mm A 1'h 38 2I4 70 B 3'h 95 7'he 189 C 2'h 70 4% 125 For more information contact OPW Customer Service at 1-800-422-2525; International call 1-513-870-3315. IMPORTANT: OPW products should be used in compliance with applicable federal, state, provincial, and local laws and regulations. Product selection should be based on physical specifications and limitations and compatibility with the environment and materials to be handled. OPW MAKES NO WARRANTY OF FITNESS FOR A PARTICULAR USE. All illustrations and specifications in this literature are based on the latest product information available at the time of publication. OPW reserves the right to make changes at any time in prices, materials, specifications and models and to discontinue models without notice or obligation. W i� iMYl#rtliVN/e OPW 523V Pressure Vacuum Vent (523V-1100 523V-1150 523V-3100 523V-3150 523V-2300 523V- 2350 523V-3300 523V-3350 523V-2200 523V-2250 523V-3200 523V-3250 523V-2203 523V-2253 523V-3203 523V-3253 523V -310L) Pressure Vacuum Vents are installed on the top of vent pipes from underground or aboveground fuel storage tanks. The vent cap and internal wire screen are designed to protect the tank vent lines against intrusion and blockage from water, debris or insects. A normally closed poppet in the valve opens at a predetermined pressure or vacuum setting to allow the tank to vent. Table of Contents: 1. Features 2. Ordering Specifications 3. Additional Resources Features • A Variety of PressureNacuum Settings — 3" water column, 1 oz., 8oz., 12oz. pressure settings and 8" water column or 1/2 oz. vacuum settings are factory preset and tested. • Reliable Service — A self -guided poppet assembly ensures consistent seating of the pressure/vacuum valve. • Corrosion -Resistant Construction — A Duratuff® composite body assures a long service life. • Easy Installation — The 523V is available in 2" and 3" threaded versions or slip-on models that provide for attachment to the vent line with alien head screws and radial sealing "O-ring". • California Air Resources Board Certified — CARB Approval Letter #98-01 • Complies with NFPA 30 Requirements — for venting gasoline vapors upward. • High Maximum Flow Rate — 7000 SCFH at 2 psi (0.1 bar) pressure drop. • 40 -Mesh Stainless Steel Wire Screen — Helps prevent debris and insects from entering the tank vent lines. UL Listed Conversion Table Measurement Units = Oz. PSI in H20 (WC) in HG (Merc) Bar Bar x 236.0 14.5 401.4 29.53 In. Hg (Mercury) x 7.843 0.49 13.6 0.034 In H20 (wc) x 0.578 0.04 0.074 0.002 PSI x 16.00 27.68 2.04 0.069 Oz. x 0.063 1.73 0.128 0.004 Ordering Specifications Product Description No. Indentification Label lb. kg. Color 523V- 2" 8 oz pres., 1/2 oz. vac. thread -on Red 1100 523V- 2" 8 oz pres., 1/2 oz. vac. slip-on Red 1150 523V- 3" 8 oz pres., 1/2 oz. vac. thread -on Red 3100 523V- 3" 8 oz pres., 1/2 oz. vac. slip-on Red 3150 523V- 2" 12 oz pres., 1/2 oz. vac. thread -on Blue 2300 1.65 0.75 1.65 0.75 3.2 1.45 3.2 1.45 1.65 0.75 523V- 2" 12 oz pres., 1/2 oz. vac slip-on Blue 2350 523V- 3" 12 oz pres., 1/2 oz. vac. thread -on Blue 3300 523V- 3" 12 oz pres., 1/2 oz. vac. slip-on Blue 3350 523V- 2" 1 oz pres., 1/2 oz. vac. thread -on Silver 2200 523V- 2" 1 oz pres., 1/2 oz. vac. slip-on Silver 2250 523V- 3" 1 oz pres., 1/2 oz. vac. thread -on Silver 3200 523V- 3" 1 oz Ares., 1/2 oz. vac. slip-on Silver 3250 523V- 2" 3" wc pres., 8" wc vac. thread -on Yellow 2203 523V- 2" 3" wc pres., 8" wc vac. slip-on Yellow 2253 523V- 3" 3" wc pres., 8" wc vac. thread -on Yellow 3203 523V- 3" 3" wc pres., 8" wc vac. slip-on Yellow 3253 1.65 0.75 3.2 1.45 3.2 1.45 1.65 0.75 1.65 0.75 3.2 1.45 3.2 1.45 1.65 0.75 1.65 0.75 3.2 1.45 3.2 1.45 Installation and Maintenance Instructions 523V.PDF Eaton Sales & Service LLC Limited Warranty Limitations of Liability and Disclaimer Provided that the following conditions are satisfied, the steel tank manufacturer warrants the tank for 1 year following delivery of that tank, against failure caused by cracking, breakup or collapse. In addition, Eaton Sales & Service LLC warranties the tank against failure due to defective materials and workmanship for 1 year following the delivery of the tank. Each such limited warranty is subject to the following conditions: 1. The Tank must be; (i) the original installation within the Continental United States of America, fabricated by Eaton Sales & Service LLC in accordance with the applicable specifications. (ii) installed in accordance with applicable codes and regulations; and (iii) operated and maintained in accordance with the applicable Eaton Sales & Service LLC specifications which are available for review at the offices of the Licensee providing this warranty and which are incorporated herein by reference. 2. This limited warranty is not valid unless and until the warranty validation card is fully completed by the ultimate purchaser and returned to Eaton Sales & Service LLC, 4800 York Street, Denver, Colorado 80216 within 30 days after the date of installation or 90 days after the licensee's shipment, as reflected on the warranty validation card, whichever comes first. 3. To permit warrantors to fulfill the terms of this limited warranty, the purchaser represents and agrees that upon discovery of a suspected tank failure or leak covered by the warranty, the purchaser shall give Eaton Sales & Service LLC, 4800 York Street, Denver, Colorado 80216, written notice thereof sufficient to permit them to inspect the tank. Such notice to Eaton Sales & Service LLC, 4800 York Street, Denver, Colorado 80216 shall be deemed adequate notice to the steel manufacturer. 4. Warrantor's obligations under this warranty shall be limited to, at their option; (i) repair of the original tank; (ii) delivery of a replacement tank of approximately the same size, design, quality of material and workmanship as the original tank; or (iii) refund of the original purchase price. Warrantors shall not be liable for; (i) failure of the piping system connected with the steel tank; (ii) any indirect or consequential damages to person or property resulting from failure of the tank. 5. The exclusion of indirect or consequential damages, as set forth in Paragraph 4 and the limitation of implied warranties, as set forth in the following paragraph, may not be applicable to the purchasers who are deemed "consumers" and who reside in the states that do not allow the limitation of implied warranties or the exclusion of indirect or consequential damages otherwise applicable to consumers. Moreover, if you are deemed a "consumer" you may have specific legal rights in addition to those set forth in this warranty, which rights vary from state to state. 6. THE FORGOING LIMITED WARRANTY IS THE ONLY WARRANTY MADE, NO OTHER WARRANTY OF ANY KIND, EXPRESS OR IMPLIED, AND ALL WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE AFORESAID OBLIGATIONS ARE HEREBY DISCLAIMED BY THE WARRANTORS AND EXCLUDED FROM THIS AGREEMENT OF LIMITED WARRANTY. This warranty is made available only by Eaton Sales & Service LLC J Marcia Walters From: Sent: To: Subject: Attachments: Dulcinea Covan <dulcineac@eatonmetal.com> Thursday, December 14, 2017 4:29 PM bids NUNN FUEL TANK BID # B1700149 1 NUNN FUEL TANK BID - B1700149.pdf; 2 QDS.pdf; 3 Eaton Sales & Service, LLC W-9 2017.pdf; 4 Nunn grader shed SCOPE.doc; 5Tank cut sheet 6000DWS.pdf; 6 Cut Sheets.zip PLEASE FIND ATTACHED BID FOR NUNN FUEL TANK BID # B1700149 I HEREBY WAIVE MY RIGHT TO A SEALED BID. FROM: EATON SALES AND SERVICE, LLC NORTHERN COLORADO 475 DENVER AVENUE, LOVELAND CO 80537 Thank you, Dulcinea (Doll) Covan Division Manager Eaton Sales and Service LLC 475 Denver Ave., Loveland, CO 80537 Office 970-663-5781 Fax 970-663-5832 dulcineac@eatonmetal.com 1 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 21, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Nunn Fuel Tank Bid (Bid: B1700149) As advertised, this bid is for a new fuel tank at the Nunn Grader Shed. The low bid is from Eaton Sales & Service and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Eaton Sales and Service in the amount of $62,025. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 9O11- rasa t3GoOtci WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(a�weldgov.com E-mail: reverettCa�weldgov.com E-mail: mwalers(cr�weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 336-7226 DATE OF BID: NOVEMBER 21, 2017 REQUEST FOR: NUNN FUEL TANK BID DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #B1700149 PRESENT DATE: DECEMBER 18, 2017 APPROVAL DATE: JANUARY 3, 2018 START FINISH VENDOR TOTAL DATE DATE EATON SALES AND SERVICE, LLC $62,025.00 02/15/18 03/01/18 475 DENVER AVENUE LOVELAND CO, 80537 CGRS, INC 1301 ACADEMY COURT FORT COLLINS CO, 80524 $90,269.00 02/26/18 03/09/17 KUBAT EQUIPMENT AND SERVICE CO. $97,334.00 02/26/18 03/16/18 1070 S. GALAPAGO STREET DENVER, CO 80223 BUILDING AND GROUNDS WILL REVIEW THE BIDS. 2017-4252 ele,Dt)ty
Hello