Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Mill coatings/Digester #3 Painting
O'I�IG-I N k — CONTRACTOR AGREEMENT- DIGESTER #3 PAINTING WASTEWATER TREATMENT PLANT THIS AGREEMENT, made on the 28TH DAY OF MAY, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and MILL COATINGS INC 1878 PRIDE TERRACE, GREEN BAY WI 54313 hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (BLAKE E HANSON, VICE PRESIDENT) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (KEVIN SORGE, SUPERINTENDENT OF WASTEWATER TREATMENT PLANT) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Specifications dated APRIL 17, 2014, referred to as the "Invitation for Bid" for DIGESTER PAINTING, WASTEWATER TREATMENT PLANT (THIS ATTACHED AS EXHIBIT A) 1 and the Contractor's bid proposal form dated MAY 7, 2014. The Contractor's bid form is attached hereto as Exhibit B. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement, the CITY'S Bid Specifications and the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced by 10 DAYS AFTER TANK IS CLEANED OUT ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $23,360.00 (Twenty-three thousand, Three hundred, Sixty dollars and 00/00) adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. 2 ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Specifications dated APRIL 17, 2014, referred to as the "Invitation for Bid" for DIGESTER PAINTING WASTEWATER TREATMENT PLANT dated APRIL 17, 2014, which is fully incorporated into this Agreement. If applicable, the Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 In the Presence of: CONTRACTOR /CONSULTANT BY: $/t/M- ) , G/r (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: .� ��✓ CL Ma k A. Rohloff, City Manager ( fitness) jairtl 'AAA And:' /1 1 ��� (Witness) Pamela '. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to A , t pay the liability which will accrue i ain under this contract. City A' !'-y City Comptroller 4 EXHIBIT A 5 City of Oshkosh, Wisconsin Invitation for Bid For Digester Painting Wastewater Treatment Plant APRIL 17, 2014 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.us 1 OFFICIAL NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that sealed bids will be received up to 10:00 a.m. THURSDAY MAY 8, 2014, in the City Clerk's Office, Room 104, City Hall, Oshkosh, Wisconsin, DIGESTER PAINTING — WASTEWATER TREATMENT PLANT, at which time and place all bids will be publicly opened and read in Room 404 of City Hall. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. No bids will be accepted after the deadline. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P. O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for "DIGESTER PAINTING — WASTEWATER TREATMENT PLANT" Any bids not complying with these instructions shall be returned to the bidder unopened and unread. Submission of bid documents by facsimile equipment will not be accepted. Contractors must be qualified to submit a bid for this project. This shall be done on forms furnished by the City of Oshkosh, Wisconsin, and must be filled out in proper manner and then submitted to the General Services Manager for consideration not later than THURSDAY MAY 1, 2014. The General Services Manager's decision as to qualifications will be final. Copies of this form may be obtained by contacting Purchasing at 920-236-5100. Sealed bids must be accompanied by a bid bond payable to the City of Oshkosh, Wisconsin, in an amount of not less than 5% of the total amount of the bid as a guarantee that if the bid is accepted, bidder will execute and file proper contract and bond within ten (10) days after the award of the contract. If the successful bidder executes the contract and files the necessary bonds within the allowed time, then the bid bond shall be released. If the successful bidder fails to execute the contract and file the contract bond within the allowed time, then the bid bond shall be forfeited to the City as liquidated damages. No bids will be withdrawn for a period of thirty (30) days after the scheduled time of opening bids. The City reserves the right to reject any and all bids and to waive any informalities. MARK A. ROHLOFF City Manager PUBLISHED: APRIL 19 AND APRIL 26, 2014 2 CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that bids will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: DIGESTER PAINTING—WASTEWATER TREATMENT PLANT, DUE NO LATER THAN 10:00 A.M. THURSDAY MAY 8, 2014 at which time all bids will be publicly opened and read in room 404. 2. It is the bidder's sole responsibility to insure that the bid is timely and received by the Purchasing Division prior to the deadline set forth in this notice. Receipt of bid by the mail system or other City departments does not constitute receipt of a bid by the Purchasing Division. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "DIGESTER PAINTING — WASTEWATER TREATMENT PLANT." Bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be accepted. 5. This notice establishes a time by which bids must be received by the Purchasing Division. No bids will be accepted after that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified bid deadline. 8. All bids shall be binding for thirty-five (35) calendar days following the bid deadline date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 10. The City reserves the right to reject any and all bids and to waive any informality in the bids. 3 11. For specifications and further information concerning this invitation for bid General Services Manager, email: 'urben ci.oshkosh.wi.us or telephone (920) 236-51000..contact Jon Urben, Mark A Rohloff City Manager 6 PUBLISH: APRIL 19 AND APRIL 2 2014 4 CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal" materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace 5 when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and 6 not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3/13 7 GENERAL INFORMATION The City of Oshkosh is requesting bids from qualified contractors to paint the exterior surface of the 80 foot diameter cover on Anaerobic Digester number 3 at the Wastewater Treatment Plant located at 233 North Campbell Road. The work under this contract shall include all materials, labor and equipment. The Tnemec painting system was originally applied in 1998 and is experiencing paint loss down to primer with some rust spots. The primer is in good condition overall and can be coated over. The cover from the center to the outer edge needs UV stable coating. NOTE: Qualified contractors must be able to demonstrate a minimum of 10 years experience in applying Tnemic coatings. See attached drawing and paint product data sheets for additional details. SPECIFICATIONS Exterior of Final Digester Cover UV Stable Non-Immersion Grade system — No submersion coating needed Surface Preparation High-Pressure power-wash all surfaces to be coated with a biodegradable detergent to remove dirt, loose paint and other contaminants. Brush-Blast all surfaces to be coated in accordance with SSPC-SP7 Brush-Off Blast Cleaning or mechanically abrade by other appropriate means to remove black topcoat while profiling the tightly adhered epoxy undercoats. Abrasive blast all rusted areas in accordance with SSPC-SP6 Commercial Blast Cleaning creating a minimum angular surface profile of 1.5 mils. Feather the edges of the surrounding, intact coatings making sure they are tight. Prime all surfaces the same day they are blasted before any rust bloom forms on the newly revealed substrate. All surfaces must be clean, dry and free of oil, grease and other contaminants. Minimum surface temperature shall be 40 degrees and rising. Spot Primer: Tnemec Series N69-Color Hi-Build Epoxline II @3.0 to 5.0 mils DFT Full Intermediate: Tnemec Series N69-Color Hi-Build Epoxline II @3.0 to 5.0 mils DFT Full Topcoat: Tnemec Series 73-Color Hi-Build Epoxline II @2.0 to 3.0 mils DFT SAFETY Contractor must comply with all safety requirements as noted in the attached City of Oshkosh Standard Terms and Conditions. PROJECT SCHEDULE Project scheduling will be dependent on the completion of the digester cleaning that is anticipated to be scheduled for May-June, 2014. Work schedule shall be coordinated with Facility contact Kevin Sorge, Wastewater Treatment Plant Division Manager, (920) 8 232-5365, e-mail, ksorge(cr�ci.oshkosh.wi.us. All work schedules shall be submitted and authorized in advance with Wastewater Treatment Plant Division Manager. PRODUCT DELIVERY, SITE ORGANIZATION AND CLEANUP Contractor shall keep work areas orderly and free from debris during the course of work and clean up on a daily basis. If areas are not kept clean, the City of Oshkosh may demand immediate cleanup or clean those areas and deduct cost from contract. Contractor shall regularly remove trash, materials, cartons, etc. generated by their work from the premises. Contractor can work with City to block off work areas. CONTRACTOR QUALIFICATION FORM Attached is the Contractor Qualification Form that needs to be on file in the Purchasing Office 5 days prior to solicitation due date THURSDAY MAY 1, 2014 INSURANCE REQUIREMENTS Attached are insurance requirements for the City of Oshkosh for this project. SAMPLE CONTRACTOR AGREEMENT Attached is a sample contractor agreement that the successful bidder will be expected to sign upon award of this project. Bidders do NOT need to submit this agreement when submitting their quote form. PREVAILING WAGE State of Wisconsin Prevailing Wage Requirements does not apply to this project. SITE REVIEW Contractors may schedule a pre-bid site review of this project by contacting Kevin Sorge, Wastewater Treatment Plant Division Manager at (920) 232-5365. 9 CITY OF OSHKOSH CONTRACTOR QUALIFICATION FORM INSERT HERE 10 ****MUST BE ON FILE 5 DAYS PRIOR TO SOLICITATION DUE DATE**** Vendor is responsible to update annually CITY OF OSHKOSH CONTRACTOR QUALIFICATION FORM Company Information Company Name: Complete Address: Phone: Fax: State Contractor's License #: State Public Works Contractor's License#: Other Applicable Licenses: Union Affiliation: Work Trades Performed: Type of Company: [] Corporation [] Partnership [] Sole Proprietorship Federal Tax ID#: Company Contact: Email Address: Date Formed: Number of Employees: Salaried: Hourly: Bank Reference Lenders Name and Address Lending Officers Name and Phone Number Completed Projects List four(4)representative projects completed in the last five(5)years Project Name Contracting Company Contact Name/Phone# Contract Amount Current Projects List four(4)representative projects currently under construction 11 Project Name Contracting Company Contact Name/Phone# Contract Amount Trade References List three(3)of your subcontractors or suppliers Company Name Address Phone# Contact Name Client References List three(3)clients Company Name Address Phone# Contact Name Other Information In the past five years has your company failed to complete a contract or had a contract terminated? [] Yes []No In the past five years,has your company had any liens filed against it by any subcontractors or suppliers? [] Yes []No Has your company ever had liquidated damages assessed against it? []Yes []No Has your company or any of its employees been involved in a lawsuit related to a project? [] Yes []No Has your company been investigated for any violations of local, state,or federal laws? []Yes []No Has your company or any of its employee's been investigated for violation of any labor laws? [] Yes []No Provide a detailed description of the circumstances behind any"yes"answers given above below: 12 DRAWING AND PAINT REQUIREMENTS INSERT HERE 13 , EOil f31 450.CONCRETE BALLAST BLOCKS (SY'CONTRACTOR) . i 11121111 . SEE DRAWING 14704•^906 o• Mill • ¢GUIDE CHANNELS D I Fl C23 FURNISHED ;d ■ - .,,,,ER F£DWG,i.4.i -902 FIBERGLASS HOUSING W/IIIHOE0 ODOR _ fU 4'PRESSURE vSCUUM RELIEF -.- YAMS W/3•WAY FLUE VALVE. \\ I I \ ' SEE DRAWING 14704.907 �u T I7 —�J I L� 17 ®L7911 \1 'S • ONII /� \ \\ 'OUTER PUauN WITII • \ � / \ \\\\I\ BUMP SUPPD0.T BARS Top.ROLLER % /// ' / \\ \ f177 450•CONCRETE BALLAST 'GLOCNS IN (ll 950°EONCRETE.BALLAST //::/.// / /� S / ` f1210Ui[q BAYS A]SHOWN•BLOCKS LPN CONTRACTOR] / // J LN. / �9: \ (BY CONTRACTOR); •/ \�r' I / � SEE DWG.14704-90G f157 450+CONCRETE 'ti ' r " %//�` // ��� '�\ flALLA3T BlDCHS IN N . 16)INNER BAYS AS"DWN LBY CONTRACTOR)1I � s o 1,1 I' �,�� J I ........1181\ s,, SEEOWG 14704-]06 I, e1�1- /I ,11,61441‘ e� �-� �' CIOIGESTER FoR STIFFEUi N!\(Typl 1_� I I E]NP=GA �� C�■u� 1r 111. 111 �� '- —`--"— � ••` 115'I V - - 1�,1 •I.i I • 117 �� I ,I .p.••• 0. I i E.N. r� 'I•11 111 __ • 70,VP,•-•\ \\ ,, il , ,�\: _ / 15 /// /P@ C)450•4GNCNETE SA EI-AST \\ \ �,�SEE G, CONTRACTOR) , \ \\\ITS \�\ / /./17/'% SEE DWG. 14,701-506' 5 4V1[°SNOE0.IN `,.,( V RIM PV.TE SPLICE[[ ddj 1 Is 6 E i £NT,K .Nm 03 \.J 1�_ � �. WIIFIJ•L WALAWAY A• ��m Hen ' '7 ' � .. - / ��,•U1�IppIIIC(� _ E �uy muTaAe7Dn1 • . •• •i c v9 -, ,_-� �` :.:. NNNG.PIA)E E.°F T.RUAS'L COVER 3UPPORf C:g9EL•\ � .1NOD TFD:Tp SUIT IIY [ON1PA01011AT f ply.L=_` 11 � V' EWER MEE.LoSATION) °� �� =ALIVE 000000 AGSEMBLY T• S•TINOS LIGHT INSULATING om' / ., $IIILb ING�. COUPLETS•LIN CEILING PLATES . ;0 : • r ( (` fBY•:TDNTRALTOi�)•.• •, �" /\ • PREC45T, PLAN OF'MGESTER•2 �•• u F to .COPING • FIT D. /. �` M.. 41 ./..--EL,IT T.99 .. . • • • P = is N L O - FIBERGLASS HOUSING WAN/JOSS DOOR • BOEO DIA.DIGESTER 1° 021 4'PRESSURE VACUUM RELIEF • VALVES W/0-WAY PLUG VALVE •' SEE DRAWING 147 0 4-907 1/rEMEgGENCY X.W.L.ELEV.770.00 am •� nOVEFLOW GAS PIPE TOp HOUSING, ®NAMEPLATE • Ill.., 779,00 d,GAf TAKt OFF FOR DGD AND WIN 01 • ] • TOR OF WALL' . Y OVERFLOW), BL SWDGE A RIRBULKSION .TOR E�EV,779 0O• 1, . •F t FOP O 77,33 013[NAROE TOPE tV T7`4.o0 ¢ 4 SAMPLINA well'CwEA "I,• !:: poor PLATES .• .• .. • , m NEin, -0 ' ' SUMW�A •aT ��1 .y , ®, ± JV7*E /���_=���111, ,\�"terr► •• F. '!'o /'(IG)LANDING,BEACRETS 11 cA OSER •T r I •`EDUALLY SPACED DRAIN SUMP 1 •L Fr .. :9-2- Top ELtV.TG6.0o EEIIINO PLATES' J .i 1i ILG,o AMPL1u0 WELL m ; -� f1 6PRINO'OVIDE SORE • N>'iR (C S D - +-6A3 LINES MUST It • Ff !!t !pp!rrG 6tEUREIT EWTERED B'imp{1.P.'5 1 �. IN TANK. , • o t y'n ELEY, 7411,00 r.0i`.' E RE z% Iz .F ' D u p c '3'41,) ESJIo Tudu [LEN, 737.00 73'.7. 00 • i i n o, L G W 1i W b ; ,- I / •'.i -,•,- E • ' � I AN �. 6 F• t i t P o $ f , � A ' id . • vy7 . .—•• co . rn• . l 1NEIKEC ENDURA-SHIELD® (SERIES 73 fRODUCTfROFJLE , GENERIC DESCRIPTION Aliphatic Acrylic Polyurethane COMMON USAGE A coating highly resistant to abrasion,wet conditions,corrosive fumes,chemical contact and exterior weathering.High build quality combines with project specific primers for two-coat,labor saving systems.NOT FOR IMMERSION SERVICE. COLORS Refer to Tnemec Color Guide.Note:Certain colors may require multiple coats depending on method of application and finish coat color.When feasible,the preceding coat should be in the same color family(blue,gray,etc),but noticeably different. FINISH Semi-gloss SPECIALQUAIIFICATIONS Series 73 meets the accelerated weathering requirements of SSPC Paint Standard 36. PERFORMANCE cow Extensive test data available.Contact your Tnemec representative for specific test results. I<UATINcsitrEm PRUAERS Steel:Series 1,20,FC20,27,37H,66,L69,L69F,N69,N69F,V69,V69F,90-97,H90-97,90G-1K97,91-H2O,H91-H20,94- H2O,135,L140,L140F,N140,N140F,V140,V140F,141, 161,394,530 Galvanized Steel&Non-Ferrous Metal:cP,'(n (/-; r(co t KQF MAC) N(.QF trgo \/ACM m td Concrete:Series 66,L69,L69F,N69,N69F,V69,V69F,141,161,1254 CMU:Series 1254 _ Note:Series L69,N69,V69,135,L140,N140,V140 or 530 exterior exposed more than 60 days,or Series L69F,N69F,V69F, L140F,N140F or V140F exterior exposed more than 30 days,or Series 141 exterior exposed more than 14 days must first be scarified or reprinted with themselves.Brush blasting with fine abrasive is the preferred method of scarification.Recoat windows for other primers may apply.See those data sheets for additional information. TOPCOATS Series 700,701,740,750,1070,1070V,1071,1071V,1072,1072V,1074,1074U,1075,1075U,1077,1078 SURFAtEPREPARATION . .'° ALLSURFACES Must be clean,dry and free of oil,grease and other contaminants. See primer product data sheet for surface preparation recommendation. 3ECHNI(AIDATA- VOLUME SOLIDS 58.0±2.0%(mixed)t RECOMMENDED DFf 2.0 to 5.0 mils(50 to 125 microns)per coat.Note:Number of coats and thickness requirements will vary with substrate, application method and exposure.Contact your Tnemec representative. CURING TIME Temperature To Touch To Handle To Recoat 75°F(24°C) 1 hour 5-8 hours 12 hours Curing time varies with surface temperature,air movement,humidity and film thickness.Note:For faster curing and low- temperature applications,add No.44-710 Urethane Accelerator;see separate product data sheet. VOLATILE ORGANIC COMPOUNDS Thinned 10%(Max) Thinned 10%(Max) Thinned 10%(Max) Thinned 10%(Max) Untminned (No.39 Thinner) (No.42 Thinner) (No.56 Thinner) (No.63 Thinner) 2.70 lbs/gallon 3.06 lbs/gallon 3.11 lbs/gallon 2.77 lbs/gallon 3.08 lbs/gallon (325 grams/litre) (367 grams/litre) (372 grams/litre) (331 grams/litre) (369 grams/litre) HAPS Thinned 10%(Max) Thinned 10%(Max) Thinned 10%(Max) Thinned 10%(Max) Unthinned (No.39 Thinner) (No.42 Thinner) (No.56 Thinner) (No.63 Thinner) 0.35 lbs/gal solids 0.34 lbs/gal solids 0.35 lbs/gal solids 0.34 lbs/gal solids 0.40 lbs/gal solids THEORETICAL COVERAGE 930 mil sq ft/gal(22.8 rn=/L at 25 microns).t NUMBER OF COMPONIN1S Two:Part A and Part B MIXING RATIO By volume:Four(Part A)to one(Part B) PACKAGING PART A PART B When Mixed •5 Gallon Kit 5 gallon pail(partial fill) 1 gallon can 5 gallons(18.9L) 1 Gallon Kit 1 gallon pail(partial fill) 1 quart can(partial fill) 1 gallon(3.79L) NET WEIGHT PER GALLON 12.13±0.25 lbs(5.50±.11 kg)t STORAGE TEMPERATURE Minimum 20°F(-7°C) Maximum 110°F(43°C) 13IPE ATURERESISFANCE (Dry)Continuous 250°F(121°C) Intermittent 275°F(135°C) SHELF LH Part A:24 months at recommended storage temperature. Part B:12 months at recommended storage temperature. FLASH POINT•SETA Part A:55°F(13°C) Part B:112°F(43°C) ©June 04,2012 by Tnemec Co.,Inc. Published tedutical data and instructions are subject to change without notice.The online catalog at www.tnemeccom Page 1 of 2 should be referenced for the most current technical data and inswctions or you may contact your Tnemec representative 9 for current(ethnical data and instructions. PRODUCT DATA SHEET ENDURA-SHIELD® I SERIES 73 HEALTH&SWFEr( Paint products contain chemical ingredients which are considered hazardous.Read container label warning and Material Safety Data Sheet for important health and safety information prior to the use of this product. . Keep out of the reach of children- �IPPlI[ATIDN` COVERAGE RATES Conventional Build(Spray,Brush or Roller) Dry Mils(lvficrons) Wet Mils(Microns) Sq Pt1Ga1(m=/ 2.5(65) 4.5(115) 372(34.6) Minimum m 2.0(50)Suggested 3.5 (90) 465(43.2) M Maximum 3.0(75) 5.0(155) 310(28.8) High-Build(Spray Only) (ms/ . Dry Mils(Microns) Wet Mils(Microns) Sq Suggested 4.0(100) 7.0(180) 233(21.6) 3.0 (75) 5.0(125) 310(28.8) Minimum Maximum 5.0(125) 8.5(215) 186(17.3) (1)Can be spray applied at 3.0 to 5.0 mils(75 to 125 microns)DFT per coat when extra protection or the elimination of a coat is desired. (2)Can be sprayed,brushed or rolled at 2.0 to 3.0 is(50 to 75 microns)DFT per coat for use in systems requiring a conventional build topcoat. Allow for overspray and surface irregularities.Wet film thickness is rounded to the nearest 0.5 mil or 5 microns. Application of coating below minimum or above maximum recommended dry film thicknesses may adversely affect coating performance.t MIXING Stir contents of the container marked Part A,making sure no pigment remains on the bottom.Add the contents of the can marked Part B to Part A while under agitation.Continue agitation until the two components are thoroughly mixed.When used with 44-710 Urethane Accelerator,first blend 44-710 into Part A under agitation;continue as above.Do not use mixed material beyond pot life limits.Caution:Part B is moisture-sensitive and will react with atmospheric moisture.Keep unused material tightly dosed at all times. THINNING For air spray,thin up to 10%or 3/4 pint(380 mL)per gallon by volume with No.42 Thinner if temperatures ra gallon for 80°F(27°C),use No.48 Thinner for temperatures above 80°F(27°C).Thin up to 5%or 1/4 1/4 pint(190 with No.) or No.63 airless spray.For brush or roller,thin 5%to 10%or 1/4 to 3/4 pint(190 to 380 mL)per gallon Thinner.Thinning is required for proper brush or roller application.Note:A maximum of 10%of No.56 Thinner may be used to comply with VOC regulations.Caution:Do not add thinner if more than thirty(30)minutes have elapsed after mixing. POT UFE 8 hours at 40°F(4°C) 4 hours at 77°F(25°C) 2 hours at 100°F(38°C) APPIJCA11ON EQUIPMENT Air Spray Gun Fluid Tip Air Cap Air Hose ID Mat'l Hose ID Atomizing P Po Pressure 5/16"or 3/8" 3/8"or 1/2" 75.90 psi 10-20 psi DeVilbiss JGA E 765 or 704 (9.5 or 12.7 (5.2_6.2 bar) (0.7-1.4 bar) (7.9 or 9.5 min) rnm) Low temperatures or longer hoses require higher pot pressure. Airless Spray Manifold Filter Tip Orifice Atomizing Pressure Mat'l Hose ID 2700-3300 psi 1/4"or 3/8" 60 mesh 0-430 i ro" (6.4 or 9.5 mm) (250 microns) (330-430 microns) (186-228 bar) ( Use appropriate tip/atomizing pressure for equipment,applicator technique and weather conditions. Roller.Use 1/4"to 3/8"(6.4 mm to 9.5 r ram)isynthetic above 3.0 nails mils roller nc ovens).Do not use long nap roller covers.Note: Two coats are required to obtain dry film Brush:Recommended for small areas only.Use high quality natural or synthetic bristle brushes.Note:Two or more coats may be required to obtain recommended film thicknesses. SURFACE TEMPERATURE Minimum 35°F(2°C) Maximum 120°F(49°C) The surface should be dry and at least 5°F(3°C)above the dew point. Cure time necessary to resist direct contact with moisture at surface temperature: 40°F(4°C):24 to 40 hours 50°F(10°C):18 to 26 hours 60°F(16°C):12 to 16 hours 70°F(21°C):4 to 8 hours 90°F(32°C):2 to 4 hours 100°F(38°C):2 to 3 hours If the coating is exposed to moisture before the preceding cure parameters are met,dull,flat or spotty appearing areas may develop.Actual times will vary with air movement,film thickness and humidity. QFANUP Flush and clean all equipment immediately after use with the recommended thinner or MEK. t Values may vary with color. WARRANTY&LIMITATION OF SELLER'S LIABILITY:Tnemec Company,Inc.warrants only that its coatings r eeprressenntte OR IMPLIEDmeet the fo mNG onTsstandards Is o T Tnemec mec(Company,Inc THE DESCRIBED IN THE ABOVE PARAGRAPH SHALL BE IN LIEU OF ANY OTHER WARRANTY, - ulation WARRANTY PARTICULAR L FeenfhEentcND on f DESCRIPTION fo HEREOF.The buyer's and exclusive against Tnemec Company,Inc.shall be replacement of the product event defective condition of a product I ould be d to exist and the INJURY TO Pe replacement em OR PROPERTY,ENVIRONMENTAL INJURIES OR ANY OTHER ,BUT NOT exclusive remedy shall not have failed its essential purpose as long as Tnemec is willing to provide comparable replacement product to the buyer.NO OTHER REMEDY(INCLUDING,BUT NOT CON E TO,UENTIAL INCIDENTAL OS)SHALL SE AVAI TAL E TO THE ES BUY LOST PROFITS,LOST SALES,iform OR CONSEQUENTIAL coating application procedures.SHALL Tes perfomancce results were obtained in a controlled environment and Tnemec oCompany the akepurpose o claim that thesegtesttseor any other tests, and represent all environments.As application,environmental and design factors can vary significantly,due care should be exercised in the selection and use of the coating. Tnemec Company Incorporated. 6800 Corporate Drive Kansas City,Missouri 64120-1372 1-800TNEMEC1 fax:1-816-483-3969 vnvw.tnemec.com PDS73 Page 2 of 2 ©June 04,2012 by Tnemec Co.,Inc. Ir c l? 1,010 t alma TNEMEC HI-BUILD EPDXOLINE® IIR • RDDUQJPRDFJLE . GENERIC DESCRIPTION Polyanaidoamine Epoxy COMMON USAGE An advanced generation epoxy for protection and finishing of steel and concrete.It has excellent resistance to abrasion and is suitable for immersion as well as chemical contact exposure.Contact your local Tnemec representative for a list of chemicals.This product can also be used for lining storage tanks that contain demineralized,deionized or distilled water. Note:Series V69 conforms with air pollution regulations limiting Volatile Organic Compounds(VOC)to a maximum of 250 grams/litre(2.08 lbs/gal).In areas requiring less than 100 grams/litre VOC,please refer to the Series L69 data sheet. COLORS Refer to Tnemec Color Guide.Note:Epoxies chalk with extended exposure to sunlight.Lack of ventilation,incomplete mixing,miscatalyzation or the use of heaters that emit carbon dioxide and carbon monoxide during application and initial stages of curing may cause yellowing to occur. FINISH Satin SPECIAL QUALIFICATIONS A two-coat system at 4.0-6.0 dry mills(100-150 dry microns)per coat passes the performance requirements of MI -PRF- 4556F for fuel storage. PERFORMANCEMITOUA Extensive test data available.Contact your Tnemec representative for specific test results. r tOATINGSYSTEM SURFACER/FNif$/PATCHER 215 PRIMPS Steel:Self-priming or Series 1,27,37H,66,L69,L69F,N69F,V69F,90E-92,90-97,H90-97,90G-1K97,90-98,91-H2O,94- H20,135,161,394,530 Galvanized Steel and Non-Ferrous Metal:Self-priming or Series 66,L69,L69F,N69F,V69F,161 Concrete:Self-priming or Series 130,215,218 IncA TOPCOATS 22,46H-413,66,L69,L69F,N69,N69F,v69,V69F,72,73,84,104,113,114,141,156,157,161,175,180,181,287,446, 740,750,1028,1029,1070,1070V,1071,1071V,1072,1072V,1074,1074U,1075,1075U,1077,1078,1080,1081.Refer to COLORS on applicable topcoat data sheets for additional information.Note:The following recoat times apply for Series N69/V69:Immersion Service-Surface must be scarified after 60 days.Atmospheric Service-After 60 days,scarification or an epoxy tie-coat is required.When topcoating with Series 740 or 750,recoat time for N69/V69 is 21 days for atmospheric service.Contact your Tnemec representative for specific recommendations. SURFACE1'REPARATION .- , _ PRIMED STEEL Immersion Service:Scarify the epoxy prime coat surface by abrasive blasting with fine abrasive before topcoating if it has been exterior exposed for 60 days or longer and N69/V69 is the specified topcoat. STEEL Immersion Service:SSPC-SP1O/NACE 2 Near-White Blast Cleaning with a minimum angular anchor profile of 1.5 mils. Non-Immersion Service:SSPC-SP6/NACE 3 Commercial Blast Cleaning with a minimum angular anchor profile of 1.5 mils. GALVANIZED STEEL&NON- Surface preparation recommendations will vary depending on substrate and exposure conditions.Contact your Tnemec FERROUS METAL representative or Tnemec Technical Services. CAST/DUCTILE IRON Contact your Tnemec representative or Tnemec Technical Services. CONCRETE Allow new concrete to cure 28 days.For optimum results and/or immersion service,abrasive blast referencing SSPC- SP13/NACE 6,ICRI CSP 2-4 Surface Preparation of Concrete and Tnemec's Surface Preparation and Application Guide. CMU Allow mortar to cure for 28 days.Level protrusions and mortar spatter. PAINTED SURFACES Non-Immersion Service:Ask your Tnemec representative for specific recommendations. ALL SURFACES Must be clean,dry and free of oil,grease,chalk and other contaminants. 7ECHNICAIDATA • VOLUME SOLIDS 67.0±2.0%(mixed)t RECOMMENDED OFT 2.0 to 10.0 mils(50 to 255 microns)per coat.Note:MIL-PRE-4556F applications require two coats at 4.0-6.0 mils(100-150 microns)per coat.Otherwise,the number of coats and thickness requirements will vary with substrate,application method and exposure.Contact your Tnemec representative. CURING TIME AT S MILS OFT Without 44-700 Accelerator Temperature To Handle To Recoat Immersion 90°F(32°C) 5 hours 7 hours 7 days 80°F(27°C) 7 hours 9 hours 7 days 70°F(21°C) 9 hours 12 hours 7 days 60°F(16°C) 16 hours 22 hours 9 to 12 days 50°F(10°C) 24 hours 32 hours 12 to 14 days Curing time varies with surface temperature,air movement,humidity and film thickness.Note:For faster curing and low- temperature applications,add No.44-700 Epoxy Accelerator,see separate product data sheet for cure information. - VOLATILE ORGANIC COMPOUNDS N69-Unthinned 2.40 lbs/gallon(285 grams/litre) V69-Unthinned:1.95 lbs/gallon(234 grams/litre) Thinned 10%(No.4 Thinner):2.80 lbs/gallon(334 grams/litre) Thinned 2.5%:2.08 lbs/gallon(250 grams/litre)f Thinned 10%(No.60 Thinner):2.80 lbs/gallon(335 grams/litre) HAPS N69-Unthinned:2.40 lbs/gal solids V69-Unthinned:2.05 lbs/gal solids Thinned 10%(No.4 Thinner):3.25 lbs/gal solids Thinned 2.5%:2.30 lbs/gal solids) Thinned 10%(No.60 Thinner):2.40 lbs/gal solids THEORETICAL COVERAGE 1,074 mil sq ft/gal(26.4 m2/L at 25 microns).See APPLICATION for coverage rates.t ©July 23 2012 by Tnemec Inc. Published technical data and instructions are subject to change without notice.The online catalog at www.tnemec.com m m Page 1 Of 2 t Co., should he referenced for the most current technical data and instructions or you may contact your Tnemec representative g for current technical data and instructions. PRODUCT DATA SHEET HI-BUILD EPDXOLINE® II I SERIES N69/V69 NUMBER OF COMPONENTS Two:Part A(amine)and Part B(epoxy)-One(Part A)to one(Part B)by volume. PACKAGING 5 gallon(18.9L)pails and 1 gallon(3.79L)cans-Order in multiples of 2. NET WEIGHT PER GALLON N69:13.67±0.25 lbs(6.10±.11 kg)(mixed) V69:14.01±0.25 lbs(6.36±.11 kg)(mixed)t STORAGE IMPERATORE Minimum 20°F(-7°C) Maximum 110°F(43°C) TEMPERATURERBISTANCE (Dry)Continuous 250°F(121°C) Intermittent 275°F(135°C) SHELF LIFE Part A:24 months;Part B:12 months at recommended storage temperature. RASH POINT-SETA N69&V69 Part A:82°F(28°C) N69 Part B:93°F(34°C) V69 Part B:86°F(30°C) HEALTH&SAFETY Paint products contain chemical ingredients which are considered hazardous.Read container label warning and Material Safety Data Sheet for important health and safety information prior to the use of this product. Keep out of the reach of children. 4RP11(ATION � , r COVERAGE RATS Dry Mils(Microns) Wet Mils(Microns) Sq Pt/Gal(m2/Grill) Suggested(1) 6.0(150) 9.0(230) 179(16.6) Minimum 2.0 (50) 3.0 (75) 537(49,9) Maximum 10.0(250) 15.0(375) 107(10.0) Dense Concrete&Masonry:From 100 to 150 sq ft(9.3 to 13.9 mu)per gallon. CMU:From 75 to 100 sq ft(7.0 to 9.3 m2)per gallon. (1)Note for Steel:Roller or brush application requires two or more coats to obtain recommended film thickness.Also, Series N69 can be spray applied to an optional high-build film thickness range of 8.0 to 10.0 dry mils(205 to 255 dry microns)or 11.5 to 14.5 wet mils(209 to 370 wet microns).Allow for overspray and surface irregularities.Film thickness is rounded to the nearest 0.5 mil or 5 microns.Application of coating below minimum or above maximum recommended dry film thicknesses may adversely affect coating performance.t MIXING I.Start with equal amounts of both Parts A&B. 2.Using a power mixer,separately stir Parts A&B. 3.(For accelerated version.If not using 44-700,skip to No.4.) Add four(4)fluid ounces of 44-700 per gallon of Part A while Part A is under agitation. 4.Add Part A to.Part B under agitation,stir until thoroughly mixed. 5.Both components must be above 50°F(10°C)prior to mixing.For application of the unaccelerated version to surfaces between 50°F to 60°F(10°C to 16°C)or the accelerated version to surfaces between 35°F to 50°F(2°C to 10°C),allow mixed material to stand 30 minutes and restir before using. 6.For optimum application properties,the material temperature should be above 60°F(16°C). Note:The use of more than the recommended amount of 44-700.will adversely affect performance. WINNING Use No.4 or No.60 Thinner.For air spray,thin up to 10%or 3/4 pint(380 mL)per gallon.For airless spray,roller or brush,thin up to 5%or 1/4 pint(190 mL)per gallon.Note:When using Series V69,a maximum of 2.5%of No.4 Thinner may be used to comply with VOC regulations. POT LIFE Without 44-700:6 hours at 50°F(10°C) 4 hours at 75°F(24°C) 1 hour at 100°F(38°C) With 44-700:2 hours at 50°F(10°C) 1 hour at 75°F(24°C) 30 minutes at 100°F(38°C) SPRAY LIFE Without 44-700:1 hour at 75°F(24°C) With 44-700:30 minutes at 75°F(24°C) Note:Spray application after listed times will adversely affect ability to achieve recommended dry film thickness. APPLICATION EQUIPMENT Air Spray$ Gun Fluid Tip Air Cap Air Hose ID Mat'1 Hose ID P i g Pot Pressure essure 5/16"or 3/8" 3/8"or 1/2" 75-100 psi 10-20 psi DeVilbiss JGA E 765 or 704 (7 9 or 9.5 mm) (9'S �2.7 (5.2-6.9 bar) (0.7-1.4 bar) Low temperatures or longer hoses require higher pot pressure, Airless Spray Tip Orifice Atomizing Pressure Matl Hose ID Manifold Filter 0.015"-0.019" 3000-4800 psi 1/4"or 3/8" 60 mesh (380-485 microns) (207-330 bar) (6.4 or 9.5 mm) (250 microns) Use appropriate tip/atomizing pressure for equipment,applicator technique and weather conditions. t Spray application of rust coat on CMU should be followed by backrolling.Note:Application over inorganic zinc-rich wet coat at specified mil thickness. Roller.Use 3/8"or 1/2"(9.5 mm or 12.7 mm)synthetic woven nap roller cover.Use longer nap to obtain penetration on rough or porous surfaces. Brush:Recommended for small areas only.Use high quality natural or synthetic bristle brushes. SURFACE TEMPERATURE Minimum 50°F(10°C) Maximum 135°F(57°C) The surface should be dry and at least 5°F(3°C)above the dew point.Coating will not cure below minimum surface temperature. QFANUP Flush and clean all equipment immediately after use with the recommended thinner or MEK. t Values may vary with color. WARRANTY&LIMITATION OF SELLER'S LIABILITY:Tnemec Company,Inc.warrants only that its coatings represented herein meet the formulation standards of Tnemec Company,Inc.THE WARRANTY DESCRIBED IN THE ABOVE PARAGRAPH SHALL BE IN LIEU OF ANY OTHER WARRANTY,EXPRESSED OR IMPLIED,INCLUDING BUT NOT LIMITED TO,ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.THERE ARE NO WARRANTIES THAT EXTEND BEYOND THE DESCRIPTION ON THE FACE HEREOF.The buyer's sole and exclusive remedy against Tnemec Company,Inc.shall be for replacement of the product in the event a defective condition of the product should be found to exist and the exclusive remedy shall not have failed its essential purpose as long as Tnemec is willing to provide comparable replacement product to the buyer.NO OTHER REMEDY(INCLUDING,BUT NOT LIMITED TO,INCIDENTAL OR CONSEQUENTIAL DAMAGES FOR LOST PROFITS,LOST SALES,INJURY TO PERSON OR PROPERTY,ENVIRONMENTAL INJURIES OR ANY OTHER INCIDENTAL OR CONSEQUENTIAL LOSS)SHALL BE AVAILABLE TO THE BUYER Technical and application information herein is provided for the purpose of establishing a general profile of the coating and proper coating application procedures.Test performance results were obtained in a controlled environment and Tnemec Company makes no claim that these tests or any other tests,accurately represent all environments.As application,environmental and design factors can vary significantly,due care should be exercised in the selection and use of the coating. Tnemec Company Incorporated 6800 Corporate Drive Kansas City,Missouri 64120-1372 1-800-TNEMEC1 Fax:1-816-483-3969 www.tnemec.coni ©July 23,2012 by Tnemec Co.,Inc. PDSN69 Page 2 of 2 CITY OF OSHKOSH INSURANCE REQUIREMENTS INSERT HERE 14 7/16/12 CITY OF OSHKOSH INSURANCE REQUIREMENTS II. CONTRACTOR'S INSURANCE WITHOUT PROPERTY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. INSURANCE REQUIREMENTS FOR CONTRACTOR—LIABILITY&BONDS A. Commercial General Liability coverage at least as broad as Insurance Services Office Commercial General Liability Form, including coverage for Products Liability, Completed Operations, Contractual Liability, and Explosion, Collapse, Underground coverage with the following minimum limits and coverage: 1. Each Occurrence limit $1,000,000 2. Personal and Advertising Injury limit $1,000,000 3. General aggregate limit(other than Products–Completed Operations) per project $2,000,000 4. Products–Completed Operations aggregate $2,000,000 5. Fire Damage limit—any one fire $50,000 6. Medical Expense limit—any one person $5,000 7. Watercraft Liability, (Protection & Indemnity coverage)"if" the project work includes the use of, or operation of any watercraft, then Watercraft Liability insurance must be in force with a limit of$1,000,000 per occurrence for Bodily Injury and Property Damage. 8. Products–Completed Operations coverage must be carried for two years after acceptance of completed work. B. Automobile Liability coverage at least as broad as Insurance Services Office Business Automobile Form, with minimum limits of $1,000,000 combined single limit per accident for Bodily Injury and Property Damage, provided on a Symbol#1–"Any Auto" basis. C. Workers' Compensation as required by the State of Wisconsin, and Employers Liability insurance with sufficient limits to meet underlying Umbrella Liability insurance requirements. If applicable for the work coverage must include Maritime (Jones Act) or Longshoremen's and Harbor Workers Act coverage. D. Umbrella Liability providing coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. II - 1 7/16/12 E. Aircraft Liability, "if" the project work includes the use of, or operation of any aircraft or helicopter, then Aircraft Liability insurance must be in force with a limit of $3,000,000 per occurrence for Bodily Injury and Property Damage including Passenger liability and including liability for any slung cargo. F. Builder's Risk / Installation Floater / Contractor's Equipment or Property - The contractor is responsible for loss and coverage for these exposures. City of Oshkosh will not assume responsibility for loss, including loss of use, for damage to property, materials, tools, equipment, and items of a similar nature which are being either used in the work being performed by the contractor or its subcontractors or are to be built, installed, or erected by the contractor or its subcontractors. G. Also, see requirements under Section 3. H. Bond Requirements 1. Bid Bond. Bids that are $25,000 or greater will require the contractor to provide to the owner a Bid Bond, which will accompany the bid for the project. The Bid Bond shall be equal to 5 percent of the contract bid. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 2. Payment and Performance Bond. If awarded the contract, bids that are $25,000 or greater will require the contractor to provide to the owner a Payment and Performance Bond in the amount of the contract price, covering faithful performance of the contract and payment of obligations arising thereunder, as stipulated in bidding requirements, or specifically required in the contract documents on the date of the contract's execution. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 3. Acceptability of Bonding Company. The Bid, Payment and Performance Bonds shall be placed with a bonding company with an A.M. Best rating of no less than A-and a Financial Size Category of no less than Class VI. 2. INSURANCE REQUIREMENTS FOR SUBCONTRACTOR All subcontractors shall be required to obtain Commercial General Liability (if applicable Watercraft liability), Automobile Liability, Workers' Compensation and Employers Liability, (if applicable Aircraft liability) insurance. This insurance shall be as broad and with the same limits as those required per Contractor requirements, excluding Umbrella Liability, contained in Section 1 above. 11 - 2 7/16/12 3. APPLICABLE TO CONTRACTORS/SUBCONTRACTORS/SUB-SUB CONTRACTORS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional. insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must include Products—Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of work. This does not apply to Workers Compensation Policies. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk —City of Oshkosh. 11 - 3 A� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDYI Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agency contact NAME: Insurance Agent's information,including street PHONE g is FAX address and PO rile contact information. applicable. E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: ABC Insurance Company NAIC# INSURED Insured's contact information, INSURER B: XYZ Insurance Company NAIC# including name,address and P an Y phone number. INSURER c: LMN Insurance Company NAIC# INSURER D: Insurer(s)must have a minimum A.M.Best rating of A- and a Financial Performance Rating of VI or better. 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 AMY 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 I TYPE OF INSURANCE INSR I sWVD I POLICY NUMBER I (MLDD/YYY) I (MM/DD/YYY) I LIMITS GENERAL LIABILITY 1 EACH OCCURRENCE $1,000,000 General Liability Policy Number Policy effective and expiration date. DAMAGE TO RENTED ®COMMERCIAL GENERAL LIABILITY ® ❑ Y Y y p PREMISES(Ea occurrence) $50,000 A ^� ❑CLAIMS-MADE IN OCCUR MED EXP(Any one person) $5,000 ® ISO FORM CG 20 37 OR EQUIVALENT PERSONAL&ADV INJURY $ 1,000,000 ❑ GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS—COMP/OP AGG $2,000,000 ❑(POLICY I®lJECOT-I❑ILOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ®ANY AUTO ® ❑ Auto Liability Policy Number Policy effective and expiration date. BODILY INJURY(Per person) $_ B (❑'ALL OWNED ❑ SCHEDULED 1 (AUTOS _ AUTOS BODILY INJURY(Per accident) $ ❑HIRED AUTOS El NON-OWNED PROPERTY DAMAGE _ AUTOS (Per accident) $ ❑ ❑ I I $ ®UMBRELLA LIAB I®(OCCUR 1 ® ❑ EACH OCCURRENCE _ $2,000,000 A ❑EXCESS LIAB [II CLAIMS-MADE I Umbrella Liability Policy Number Policy effective and expiration date.' AGGREGATE $2,000,000 ❑DED ®RETENTION$10,000 I $ C AND EMPLOYERS'L yN ❑ ❑ IN TORY LIMITS❑ OER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? YIN Workers Compensation Policy Policy effective and expiration date.' E.L.EACH ACCIDENT $100,000 (Mandatory in NH) N Number If yes,describe under E.L.DISEASE—EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE—POLICY LIMIT $500,000 ❑ ❑ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,it more space is required) Additional Insureds on all Liability Policies arising out of project work shall be City of Oshkosh,and its officers,council members,agents, employees and authorized volunteers. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard II SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD CITY OF OSHKOSH CONTRACTOR AGREEMENT SAMPLE INSERT HERE 15 CONTRACTOR AGREEMENT- SAMPLE THIS AGREEMENT, made on the th day of , 20 , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Contractor Name., address hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Contractor Project Manager Name & Title) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (City Project Manager Name & Title) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated , attached hereto as Exhibit A, and the Contractor's "Project Bid Proposal Form" dated , attached hereto as Exhibit B. Both Exhibit A and B are incorporated into this Agreement. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this 16 agreement, the CITY'S Bid Specifications and the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $ , adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or 17 negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Bid Specifications dated , attached hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. • In the Presence of: CONTRACTOR /CONSULTANT By: (Seal of Contractor (Specify Title) 18 if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: Mark A. Rohloff, City Manager (Witness) And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. City Attorney City Comptroller 19 BID FORM DIGESTER PAINTING- WASTEWATER TREATMENT PLANT CITY OF OSHKOSH Page 1 of 2 BID DEADLINE IS 10:00 A.M., THURSDAY MAY 8, 2014 From: (bidder's company name) We, the undersigned, propose to furnish all labor and materials to perform this work per bid specifications. Any area of the proposal page left blank may be considered as a non-responsive bid. Base Bid: Digester Painting (Total Lump Sum Base Bid Price — In Words) Total Lump Sum Bid Work to commence in after receipt of order Addendum Acknowledgement We hereby acknowledge receipt of and have thoroughly examined the written Addenda(s) issued prior to the bid date in association with this project. These Addenda are numbered through , inclusive. We further understand that failure to fully list the numbers of all published Addenda may cause the City to reject this bid. Note: If no addenda were published for this project write "N/A" in blanks above. 20 BID FORM DIGESTER PAINTING- WASTEWATER TREATMENT PLANT CITY OF OSHKOSH Page 2 of 2 Payment terms Date Submitted: Name of Company: Submitted by: (name and title) Email address: Address of Company: Phone: 21 EXHIBIT B 6 BID FORM DIGESTER PAINTING-WASTEWATER TREATMENT PLANT CITY OF OSHKOSH Page 1 of 2 BID DEADLINE IS 10:00 A.M., THURSDAY MAY 8, 2014 From: Mill Coatings, Inc. (bidder's company name) We, the undersigned, propose to furnish all labor and materials to perform this work per bid specifications. Any area of the proposal page left blank may be considered as a non-responsive bid. Base Bid: Digester Painting Twenty-three thousand three hundred sixty & no/100-$ 23,360.00 (Total Lump Sum Base Bid Price - In Words) Total Lump Sum Bid Work to commence in 10 days afterafter receipt of order tank is cleaned out Addendum Acknowledgement We hereby acknowledge receipt of and have thoroughly examined the written Addenda(s) issued prior to the bid date in association with this project. These Addenda are numbered 0 through 0 , inclusive. We further understand that failure to fully list the numbers of all published Addenda may cause the City to reject this bid. Note: If no addenda were published for this project write "NIA" in blanks above. 20 D/GIST FR pill NT/NG. BlD F Paym�n f farms C/71'OP 1� F Date Svbmi fte sill)? page 2 of 2�SyT RFA TIyjFNT Name ofCo d, s��/I� PLAINT »pan y. E rti:1z C°a tln's 1-13c.1-13c.SUbm'ffed by (name and title) _Blake Ida n s °n/V i ce1pres1 din t mail address: u ' „- ...Adr @ss O f Company: P 0 B°x I 56 S CO II S4Z 73 Phone 920,434\1891 21 BID FORM DIGESTER PAINTING-WASTEWATER TREATMENT PLANT CITY OF OSHKOSH Page 2 of 2 Payment terms lump sum Date Submitted: 5/7/14 Name of Company: Mill Coatings, Inc. Submitted by: (name and title) Blake E. Hanson/Vice-President Email address: millmatings@shrglnhal .net Address of Company: P.O. Box 156, Suamico, WI 54173 Phone: 920-434-1891 21