WA0001-PR000128PROPOSAL
PROJECT IDENTIFICATION: Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in
Coppell, Texas.
BID OF J.R. STELZER C0.
(NAME OF FIR,NI)
DATE: January 28,2000
THIS BID IS SUBMITTED TO: City ofCoppell (hereinafier called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: q01-o0o2
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement
with OWNER in the form included in the Contract Documents to perform and furnish all Work as
specified or indicated in the Contract Documents for the Contract Price and within the Contract Time
indicated in this Bid and in accordance with the other terms and conditions of the Contract
Documents.
BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and
Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day
of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the
Bidding Requirements within ten (10) days after the date of OWNER's Notice of Award.
3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Doctunents and of the following Addenda
(receipt of all which is hereby acknowledged):
No: 1
Date: January 20, 2000
Rec'd: January 20, 2000
(b)
BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work,
site, locality, and all local conditions and Laws and Regulations that in any manner may affect
cost, progress, performance or furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in
the contract documents and which have been used in preparation of the contract documents.
(d)
(e)
(0
(g)
(h)
(i)
CONTRACTOR may rely upon the accuracy of the technical data contained in such reports,
but not upon nontechnical data, interpretations or opinions contained therein or for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface
conditions at site.
BDDER has studied carefully all drawings of the physical conditions in or relating to existing
surface or subsurface structures on the site, which are contained in the contract docments and
which have been utilized in preparation of the contract documents. CONTRACTOR may rely
upon the accuracy of the technical data contained in such drawings, but not for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to physical
conditions in or relating to such structures.
BDDER has obtained and carefully studied (or assumes responsibility for obtaining and
carefully studying) all such examinations, investigations, explorations, tests and studies (in
addition to or to supplement those referred to in (c) above) which pertain to the subsurface or
physical conditions at the site or otherwise may affect the cost, progress, performance or
fumishing of the Work as BDDER considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Time and in accordance with the other
terms and conditions of the Contract Documents; and no additional examinations,
investigations, explorations, tests reports or similar information or data are or will be required
by BIDDER for such purposes.
BIDDER has reviewed and checked all information and data shown or indicated on the
Contract Documents with respect to existing Underground Facilities at or contiguous to the site
and assumes responsibility for the accurate location of said Underground Facilities. No
additional examinations, investigations, explorations, tests, reports or similar information or
data in respect of said Underground Facilities are or will be required by BDDER in order to
perform and furnish the Work at the Contract Price, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents.
BIDDER has correlated the results of all such observations, examinations, investigations,
explorations, tests, reports and studies with the terms and conditions of the Contract
Documents.
BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it
has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER.
This bid is genuine and not made in the interest of or on behaif of any undisclosed person, firm
or corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization or corporation; BIDDER has not directly or indireetiy induced or
solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced
any person, finn or corporation to refrain from bidding; and BIDDER has not sought by
collusion to obtain for itself any advantage over any other Bidder or over OWNER.
It is understood and agreed that the following quantities of work to be done at unit prices are
approximate only, and are intended principally to serve as a guide in evaluating bids.
6)
It is undentood and agreed that the quantities of work to be done at unit prices and materials to
bc furnished may be increased or diminished as may be considered necessary in the opinion of
the OWNER to complete the work fully as planned and contemplated, and that all quantities of
work, whether increased or decreased, are to be performed at the unit prices set forth, except as
provided for in the Contract Documents.
It is understood and agreed that all work under this contract will be completed within the bid calendar
days. Completion date will be established in the Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
IItem Estimated
No. Quantity
1 L.S.
2 I L.S.
"' 3 1 L.S.
4 10 Hrs.
5 I L.S.
CITY OF COPPELL, TEXAS
Repainting of the 1.S Mfi~on Gallon Elevated Storage Tank Interior
BID SCHEDULE
BASE BID
Price m
Unit Description and Price in Words Figures
For Abrasive Bhsling the Interior Area of the
1,500,000 Gallon Elevated Storage Tank and
Containing all Blast Material and Existing Paint
Removed
complete in place, the sum of Sixty-
nine Thousand Nine Hundred
Twenty ..................... Dollars
and no / 100 ......................
Cents per Lump Sum
$ 69,920.00
ForPainting the hteriorAreaoftheTank
complete in place, thesumof
Forty-three Thousand Eight Hundred
Fifty ..................... -DoBars
and no/100 ........................ $ 43,850.00
Cents per Lump Sum
For the Proper Disposal of the Interior Paint and
Blasting Media Removed from the Elevated
Storage Tank
complete in place, the sum of
SiX Thousand ......................
........................... "Dollars
and no/100 ...................... $
Cents per Lump Sum
6,000.00
For Performing Miscellaneous Remedial Welding
by a Certified Welder when requested by the
Owner
complete in place, the sum of
One Hundred ................. ~ .....
........................... Dollars
and no/lO0 ..................... $
Cents per Hour
100.00
For Removing the 24-Inch Double Disk Gate
Valve and Replacing with a 24-1nch Motor
Operated Butterfly Valve, including all SCADA
Connections
complete in place, the sum of
.Twenty-six Thousand One Hundred
........................... Dollars
and no/lO0 ...................... $ 26,100.00
Cents per Lump Sum
1-15
Extended
Amount
$ 69,920.00
$ 43,850.00
$ 6,000.00
$ 1,000.00
$ 26,100.00
r
BA~E BID
Item Esnmated
No. Quantity Unit
Description and Price m Words
For Furnishing and Operating an All ElecUic
Dehumidification System for the Interior Blast,
6 1 L.S. Paint and Cure
complete in place, the sum of
Twelve Thousand ................
.......................... -Dollars
and no / 100 ......................
Cents per Lump' Sum
TOTAL A1VIOUNT: BASE BID (Items 1 Through 6)
Price m
Figures
12,000.00
Extended
Amount
$ 12,000.00
$158,870.00
1A
2A
Estu'nated
Quantity
ADDIllV~ ALTERNATE
Price in
Unit Description and Price in Words Figures
For the Cleaning all Metal Surfaces Inside the 1.5
1 L.S. MG Elevated Storage Tank Finted Column
complete in place, the sum of
Twenty~seven Thousand Four
Hundred Eighty-six ........ Dollars
and no/O0 ....................... $ 27,486.00
Cents per Lump Sum
For Overcoating of the Interior of all Metal
Surfaces Inside the 1.5 MG Elevated Storage Tank
L.S. Fluted Column
complete in place, the sum of
Thirty-three Thousand Eight
Hundred Seventy .......... Dollars
and no/100 ...................... $ 33,870.00
Cents per Lump Sum
Extended
Amount
$ 27,486.00
$ 33,870.00
3A
TOTAL
TOTAL
131 L.F.
For Furnishing and installing Safety Climb Device
on Existing Dry and Wet Ladders on the Dry Riser
complete in place, the sum of
Forty-two ......................
.......................... -Dollars
and no/100 ..................... $
Cents per Linear Foot
AMOUNT: ADDITIVE ALTERNATE (Items 1A Through 3A)
AMOUNT BID (Base Bid + Additive Alternate)
42.00
$ 5,502.00
$ 66,858.00
8225,728.00
1-17
BID SUMMARY
TOTAL AMOUNT: BASE BID (Items 1 Through 6):
Total Price Bid In Words:
Total Price Bid
$158,870.00
One Hundred Fifty-eiRh~ ThOusand EiRht Hundred Seventy and no/lO0 ..............
TOTAL AMOUNT: ADDITIVE ALTERNATE (Items IA, 2A & 3A):
Total Price Bid In Words:
Total Price Bid
$ 66,858.00
Sixty-six Thouaand Eight Hundred F]fty-e4ght and no/lO0 .........................
BIDDER agrees that all Work awarded will be completed within the dates established in the Contract
Documents. Contract time will commence to run as provided in the Contract Documents.
Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable
signature page.
BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal
property to be incorporated into the project. Said taxes are not included in the Contract Price (See Instructions
to Bidders).
The terms used in this Bid which are defined in the General Conditions of the Construction Contract included
as part of the Contract Documents have the meanings assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the
City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted
accordingly.
SUBMITlED on January 28 ,2000.
TOTAL AMOUNT OF BID (Base Bid + Additive Alternate):
Total Price Bid In Words:
Total Price Bid
$ 225,728.00
Two Hundred Twenty-five Thousand Seven Hundred Twenty-eight and no/lO0 ...........
1-18
QUESTIONNAIRE
Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which Bidder proposes
to furnish and the subcontractors the Bidder plans to utilize. Not more than onemanufacturer's or subcontractor's
name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be
furnished. Substitutions will be permitted only if named equipment or subcontractor does not meet the
requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of
the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of
the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by
Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of
the specifications covering such equipment; final acceptance will be based on full conformity with the Contract
Documents.
Failure to furnish all information required may be cause for rejection of the Bid.
Equipment
24" Butterfly Valve
Electric Valve Operator
Dehumidi~cation Equipment
Dresser M & H
EIM
Munter t s
Manufacturer
Discipline
Electrical
Instrumentation
H & H Electrical
I & C Sales
Subcontractor
1-19
T IT
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as
correct and final. Bidder further certifies and agnes to furnish any and/or all commodities upon which prices are
extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The
period of acceptance of this bid will be 30 calendar days from the date of the bid opening. (Period of
acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.)
STATE OF NEBRASKA COUNTY OF L~,ICA.qT~R BEFORE ME, the
undersigned authority, a Notary Public in and for the State of Nebraska, on this day personally appeared
James R. Stelzer who after being by me duly sworn, did depose and say:
(Nan,e)
"I,James R. Stelzer
~am~)
J. R. Stelzer Co.
(NarneofFinn)
foregoing onbehalfofthesaid J.R.
Stelzer Co.
am a duly authorized office/agent for
and have been duly authorized to execute the
(Name of Firm)
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s)
engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not
now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination
thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid
thereon."
Name and Address of Bidder:
Telephone:
Title: President
J. R. Stelzer Co.
5850 Russell Drive, Suite 1, Lincoln, Nebraska 68507-3129
(402 ) 466-0726 by: James R. Stelzer
Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the 25 day of January
James R. Stelzer
2000.
Nebraska
1-20
If BIDDER IS:
An Individual
By
doing business as
Business address
A Partnership
By
Business address
(Individual's Name)
(Finn Narr~)
(Gen~ml Parmet)
Phone No.
Phone No.
(Se l)
(Seal)
A Corporation
By J.R. STELZER CO.
By State of Nebraska
(Corporate Seal)
Attest
Business address
(Corporation Name)
(State of Incorporation)
(Name of person authorized to sign)
(Title)
5850 Russell Drive, Suite 1, Lincoln, Nebraska
Phone No.
A Joint Venture
By
By
(Name) (Address)
(Name) (Address)
68507-3129
402-466-0726
(Seal)
(Seal)
(Seal)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a
partner to the joint venture should be in the manner indicated above.)
AYFIDAVIT OF SAFETY RECOImd)
(I) (We) the undersigned do declare and afturn that (my) (our) firm or corporation (has) (have) received
0 citation from the Occupational Safety and Health Administration
(OSHA) within the past two (2) years and (I) (We) do further declare and affirm that (my) (our) firm or
corporation (has)(have)experienced 0 worker injuries related to construction safety on
projects within the past two (2) years.
NAME OF SUBCONTRACTOR
OFFICER'S NAME & TITLE
SIGNATURE OF OFFICER
DATE
J. R. STELZER CO.
NAME OF FIRM
James R. Stelzer, President
OFFICER'S NAIVIE & TITLE
SI~%~'~gFI~R
January 25, 2000
DATE
STATE OF IgI/g/I~NEBRASKA}
}
COUNTY OF LANCASTER }
BEFORE ME, the undersigned authority, a Notary Public in and for the State of ~ o thxs day appeared
James K, Stelzer President
for J.R. Stelzer Co. known to me to be the person whose name is subscribed to the
foregoing instrument and acknowledged to me that (he) (she) (they) executed the same for the purposes and
considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein
expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS 25 DAY OF January
2000, A.D.
Notary Publie in and for the State of ~
Nebraska
1-22
[
"' .~i"'~'i~._. J,R, STELZER CO,
Industrial Painting Service
Since 1972
5850 Russell Drive, Suite 1
Lincoln, Nebraska 68507-3129
Telephone (402) 466-0726
Fax (402) 466-7169
CONTRACTOR QUAI,IFICATIONS
SUBMITTED TO
CITY OF COPPEI ,1 ,, TEXAS
REPAINTING THE 1.5 MII ,I ,ION
GAI jI ,ON EI~EVATED STORAGE
TANK INTERIOR
PROJECT NO. WA00-01
COMPANY FACT SHEET
COMPANY FACT SHEET
J. R. STEI~ZER CO.
Official Address
5850 Russell Drive, Suite 1
Lincoln, Nebraska 68507-3129
Office and Shop
Located at above address
consisting of 20,000
square feet
Origination 1972
Date of Incorporation
1983
State of Incorporation
State of Nebraska
Corporate Officers
James R. Stelzer, President
Carol E. Stelzer, Secretary/
Treasurer
The company specializes in industrial painting, sandblasting and welding repair.
Since 1979, 85% of sales involved work on water storage tanks, primarily elevated
tanks.
REFERENCES
City of McPherson, Kansas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Repainting Dillon Tank
Fall, 1999
500,000 Gallon Elevated
Interior: SSPC-SP10
Two-Coat Epoxy
Exterior: Pressure Wash
Spot Epoxy Primer
Acrylic Finish Coat
$111,189.00
Mr. Tim Maier
Assistant General Manager
Board of Public Utilities
City of McPherson, Kansas
316-245-2525
J.R. Sq['m~Y 'p'~ CO.
City of Mason City, Iowa
Project
Date
Capacity
Specifications
Contract Amount
Contact
South Kentucky Water Tower Painting
Project
Fall, 1999
500,000 Gallon Elevated
Interior: SSPC-SP10
Zinc Primer
Two-Coat Epoxy
Exterior: Full Containment
SSPC-SP6
Zinc Primer
Epoxy Intermediate
Polyurethane Finish
$237,400.00
Mr. Gary D. Wilfong
Engineer - Public Works Department
City of Mason City, Iowa
515-421-3605
J. R, ST~ ~F,~ CO.
City of Fairfield, Iowa
Project
Date
Capacity
Specifications
Contract Amount
Contact
Grimes Elevated Storage Tank
Repair and Coating
Summer, 1999
750,000 Gallon Hydropillar
Interior: SSPC-SPI0
Two-Coat Epoxy
Exterior: Full Containment
SSPC-SP6
Two-Coat Epoxy
Polyurethane Finish
$419,370.00
Mr. Dale Sorensen, P.E.
Veenstra & Kimm, Inc.
West Des Moines, Iowa
515-225-8000
J.R. STFr 7F~ CO.
City of Central City, Nebraska
Project
Date
Capacity
Specifications
Contract Amount
Contact
Water Tower Improvements
Spring/Summer, 1999
500,000 Gallon Hydropillar
Interior: SSPC-SPI0
Zinc Primer
Two-Coat Epoxy
Exterior: SSPC-SP10
Zinc Primer
Epoxy Intermediate
Polyurethane Finish
$162,848.00
Olsson Associates
Grand Island, Nebraska
308-384-8750
&R. ST~L~R CO.
City of Knoxville, Iowa
Project
Date
Capacity
Specifications
Contract Amount
Contact
Repair and Coating of Water Tower
No. 2
Summer, 1998
750,000 Gallon D. E.
Interior:
SSPC-SPI0
Two-Coat Epoxy
Exterior:
Full Containment
SSPC-SP6
Two-Coat Epoxy
Polyurethane Finish
With Clear Coat
$269,790.00
Mr. Dale Sorensen, P. E.
Veenstra & Kimm, Inc.
West Des Moines, Iowa
515-225-8000
J.R. ST£r-~ CO.
City of Piano, Texas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Tennyson Elevated Storage Tank
(New Tank)
Spring, 1998
2,000,000 Composite
Interior: SSPC-SP10
Two-Coat Epoxy
Exterior: SSPC-SP6
Two-Coat Epoxy
Polyurethane Finish
$250,700.00
Mr. John Birkhoff, P. E.
Shimek, Jacobs & Finklea
Dallas, Texas
214-361-7900
J.R. STFW ZFE~ CO.
City of Hays, Kansas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Repainting of 1.0 MG Elevated
Water Tower
Summer, 1997
1,000,000 Gallon Hydropillar
Exterior Only:
Power Wash and Scrub
Two-Coat Epoxy
Polyurethane Finish with
Clear Coat
$103,439.00
Mr. John Youll, P. E.
Bucher, Willis&RatliffCorporation
HaysKansas
913-628-8712
J.R. STF. LZF. D CO,
City of Irving, Texas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Repainting of Three (3) Water Storage
Tanks
Fall and Winter, 1996-1997
4,000,000 Gallon Ground (2)
5,000,000 Gallon Ground
Interior Only:
SSPC-SP10
Two-Coat Epoxy
$673,630.00
Mr. Hugh Card
Water Production Supervisor
City of lrving, Texas
214-721-2281
J.R. STF-~K~ CO.
City of Carrollton, Texas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Marsh Lane Elevated Water Storage
Tank (New Tank)
Fall, 1996
2,000,000 Gallon Composite
Interior: SSPC-SPI0
Two-Coat Epoxy
Exterior: Full Containment
SSPC-SP6
One-Coat Epnxy
Polyurethane Finish
$345,500.00
Mr. John Birkhoff, P. E.
Shimek, Jacobs & Finklea
Dallas, Texas
214-361-7900
City of Farmers Branch, Texas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Valley View Elevated Tank Repaint
Containment and Lead Removal Project)
Winter, 1993-1994
1,500,000 Gallon Hydropillar
Interior: SSPC-SP10
Two-Coat Epoxy
Exterior: SSPC-SP6
One-Coat Epoxy
Polyurethane Finish
$367,390.00
Mr. Ron Conway, P. E.
Shimell, Jacobs & Finklea
Dallas, Texas
214-361-7900
J.R. STFr 7F.R
City of Haltom City, Texas
Project
Repair and Repainting of Loop 820
Elevated Storage Tank and North
Oaks Pump Station Tank #3
(Containment and Lead Removal Project)
Date
Winter, 1992
Spring, 1993
Capacity
2,000,000 Gallon Hydropillar
1,500,000 Gallon Ground Storage
Specifications
Interior:
SSPC-SPIO
Two-Coat Epoxy
Exterior:
SSPC-SP6
One-Coat Epoxy
Polyurethane Finish
Contract Amount
$618,128.00
Contact
Mr. Greg Saunders, P.E.
Rady & Associates, Inc.
Fort Worth, Texas
817-335-6511
J.R. ST~t ~rR CO.
City of PIano, Texas
Project
Date
Capacity
Specifications
Contract Amount
Contact
Repainting of Southeast Industrial
Tank
Summer, 1992
2,000,000 (;allon Hydropillar
Exterior Only:
Power Wash and Scrub
One-Coat Epoxy
Polyurethane Finish
$184,000.00
Mr. John Birkhoff, P. E.
Shimek, Jacobs & Fin~ea
Dallas, Texas
214-361-7900
PERSONNEI~
PERSONNEl,
All personnel of J. R. Stelzer Co. involved in the removal of paint have more than
one year of experience in paint removal and application.
Many of the employees of J. R. SteLzer have been with our company for more
than five (5) years.
FINANCIAI~ STATEMENT
__ LINCOLN, NEBRASKA
JUNE 30, 1998~AND 1997
A LIEN P.-A., P.C.
~RT~I~ PUBLIC A~OUNTA~
D.A. LIENEMANN C.RA., RC.
/-~.ertified Public Accountants
D. A. Lienemann, Jr., CPA
Lynn A. Simonsen, CPA
D. A. Lienemann, Sr., CPA
Board of Directors
J. R. Stelzer Co.
Lincoln, Nebraska
We have reviewed the accompanying balance sheets of J. R. Stelzer Co. as of June 30, 1998
and 1997, and the related statements of income and gross profit computation, retained
earnings, and cash flows for the years then ended, in accordance with S[atements on
Standards for Accounting and Review Services issued by the American Institute of Certified
Public Accountants. All information included in these financial statements is the
representation of the management of J. R. Stelzer Co.
A review consists principally of inquiries of company personnel and analytical procedures
applied to financial data. It is substantially less in scope than an audit in accordance
with generally accepted auditing standards, the objective of which is the expression of an
opinion regarding the financial statements taken as a whole. Accordingly, we do not
F"~express such an opinion.
Based on our review, we are not aware of any material modifications that should be made to
the accompanying financial statements in order for them to be in conformity with generally
accepted accounting principles.
D.A. Lienemann C.P.A., P.C.
Certified Public Accountants
Lincoln, Nebraska
September 23, 1998
Member ,, Nebraska Society of Certified Public Accoumalrrts · American Institute of Certified Public Accountants
Suite C Lienemann Building · P.O. Box 81407 · Lincoln, Nebraska 68501 * Telephone 402/435-4369 , Fax 402/435-6980
~iuc~lu, ~Tet~rnsk~t
J. R. STEL~.ER CO.
June 30 June 30
1998 1997
ASSETS:
CURRENT ASSETS:
BAigK - UNION BANK & TRUST COMPANY .............. $ 236,407.19 $ 174,066.66
PETTY CASH ......................... 550.00 550.00
LANCASTER MONEY FUNDS .................... 0. 701.14
ALLIANCE CAPITAL RESERVE FUND ................ 5,122.80 0.
FIRST AMERICAN PRIME OBLIGATIONS .............. 328.19 310.81
U.S. FEDEPj%TED RESERVE FUND ................. 1,010.26 0.
TOTAL CASH ~ CASH EQUIVALENTS ............. $ 243,418.44 $ 175,628.61
MARKETABLE SECURITIES HELD-TO-MATURITY (NOTE 2) .......
MARKETABLE SECURITIES AVAILABLE-FOR-SALE (NOTE 2) ......
ACCOUNTS RECEIVABLE {LESS: ALLOWANCE FOR BAD DEBTS) (NOTE 3)
INVENTORY - SUPPLIES ....................
PREPAID EXPENSES ......................
CORPORATE INCOME TAX DEPOSITS ................
INTEREST RECEIVABLE .....................
NOTE RECEIVABLE - STOCKHOLDER (NOTE 4) ...........
~COSTS INCURRED AND INCOME RECOGNIZED IN EXCESS OF BILLINGS
ON UNCOMPLETED CONTRACTS .................
FEDER/~L & STATE CORP. INCOME TAXES - DEFERRED (NOTE 6)
100,006.00 100,006.00
124,040.90 0.
296,675.98 338,214.35
11,420.88 7,505.13
1,748.40 2,153.88
751.00 0.
2,129.88 2,079.69
150,937.25 169,500.42
20,205.74 0.
285.25 6,668.21
TOTAL CURRENT ASSETS ................... $ 951,619.72 $ 801,756.29
FIXED ASSETS:
OFFICE EQUIPMENT, TRUCKS ~ AUTOS, AND EQUIPMENT
(LESS: ACCUMUIATED DEPRECIATION) (NOTE 5) .........
348,344.70
388,497.29
OTHER ASSETS:
PREPAID INCOME - BOND PREMIUM (NOTE 2) ...........
SMALL TOOLS .........................
TOTAL OTHER ASSETS .................... $
731.48 954.60
8,104.10 6,593.92
8,835.58 $ 7,548.52
TOTAL ASSETS ..................... $1,3.08 ,_800.00 $1. 197. 802.10
SEE ACCOUNTANT'S REVIEW REPORT
SEE NOTES TO FINANCIAL STATEMENTS
-2-
EX~IEIT A
LINCOLN, NEBRASKA
BALANCE SHEET
June 30 June 30
1998 1997
LIABILITIES:
CURRENT LIABILITIES:
ACCOUlqTS PAY/UBLE ...................... $ 12,174.40 $ 34,404.26
KANSAS STATE W/H TAXES PAYABLE ............... 0. 1,435.00
FEDERAL & STATE CORP. INCOME TAXES PAYABLE-CURRENT (NOTE 6). 8,603.00 38,341.00
INSI/RANCE PAYABLE ...................... 9,143.35 15,199.00
SALARIES PAYABLE ...................... 9,874.38 17,882.38
SALES TAX PAYABLE ...................... 0. 625.25
NOTE PAYABLE - STOCKHOLDER (NOTE 4) ............. 0. 0.
BILLINGS IN EXCESS OF COSTS INCURRED ~ INCOME RECOGNIZED
ON UNCOMPLETED CONTRACTS .................
44,857.92 24,521.80
TOTAL CURRENT LIABILITIES ................ $ 84,653.05 $ 132,408.69
OTHER LIABILITIES:
FEDERAL & STATE CORP. INCOME TAXES - DEFERRED (NOTE 6) .
TOTAL LIABILITIES .................... $
72,061.94
156,714.99 $
71,271.05
203,679.74
CAPITAL:
COMMON STOCK - PAR VALUE $1.00 PER SHARE
AUTHORIZED STOCK - 10,000 SHARES
ISSUED AND OUTSTANDING STOCK - 5,000 SHARES ........
PAID IN CAPITAL .......................
UNREALIZED GAIN (LOSS) ON SECURITIES AVAILABLE-FOR-SALE. . .
RETAINED EARNINGS (EXHIBIT B) ................ 1,127,440.14
5,000.00 5,000.00
5,000.00 5,000.00
14,644.87 0.
984,122.36
TOTAL CAPITAL ...................... $1,152,085.01 $ 994,122.36
TOTAL LIABILITIES & CAPITAL .............. $1.3Q8.800.00 $1,197,802.10
SEE ACCOUNTANT'S REVIEW REPORT
SEE NOTES TO FINANCIAL STATEMENTS
-3-
EXHIBIT B
J. R. STELZER CO.
LINCOLN, NEBRASKA
STATEMENT OF INCOME
STATEMENT OF RETAINED EA/~NI'NGS
Year Ended Year Ended
June 30 June 30
1998 1997
TOTAL INCOME (SCHEDIILE B-l) .................. $1,700,134.62 $2,021,049.30
COST OF GOODS SOLD (SCHEDULE B-l) ............... 987,918.58 1,285,967.85
GROSS PROFIT ........................ $ 712,216.04 $ 735,081.45
OPERATING EXPENSES:
OFFICE EXPENSES:
OFFICERS SALARIES ......................
OFFICE SA/~IES .......................
PAYROLL TAXES ........................
WORK~S COMPENSATION INSUP3%NCE ...............
GENERAL LIABILITY INSUP~CE .................
OFFICE RENT .........................
OFFICE UTILITIES ......................
OFFICE MAINTENANCE .....................
~GABBAGE ........................... ADVERTISING .........................
DUES & SUBSCRIPTIONS .....................
OFFICE EQUIPMENT RENTAL ...................
OFFICE EQUIPMENT REPAIR ...................
OFFICE SUPPLIES .......................
POSTAGE ...........................
TELEPHONE ..........................
PLANS & SPECIFICATIONS ...................
PUBLIC RELATIONS ......................
INSURAIgCE ..........................
· DEPRECIATION ........................
LEGAL & PROFESSIONAL ....................
INSUR~CE - EMPLOYEES ....................
TRAVEL EXPENSE .......................
CONVENTIONS .........................
BUSINESS MEALS & ENTERTAINMENT ...............
DONATIONS ..........................
BAD DEBTS ..........................
MISCELI~n. NEOUS EXPENSE ....................
133,400.00 172,000.00
55,645.00 31,245.00
10,678.90 8,904.37
1,406.00 6,039.00
2,335.00 1,366.00
63,000.00 52,800.00
4,408.48 4,083.36
21,016.75 4,946.21
1,363.20 1,288.92
1,7S2.12 2,360.51
2,947.06 2,177.15
365.83 281.96
588.95 806.95
3,420.13 3,775.92
1,954.30 1,038.24
10,987.65 11,603.63
490.98 431.63
868.07 325.78
3,570.03 3,962.00
1,357.95 1,331.79
5,076.05 4,354.00
8,992.80 8,489.40
8,556.93 15,215.79
6,642.38 5,081.58
1,110.34 2,929.76
1,295.00 485.00
2,141.65 4,312.79
1,589.22 1,233.46
TOTAL OFFICE EXPENSES .................. $ 356,960.77 $ 352,870.20
SEE ACCOUNTANT'S REVIEW REPORT
SEE NOTES TO FINANCIAL STATEMENTS
-4-
LINCOLN, NEBRASKA
STATEMENT OF INCOME
STATEMENT OF RETAINED EARNINGS
FIELD EXPENSES:
DEPRECIATION ........................ $
INSURANCE ..........................
TAXES - PERSONAL PROPERTY ..................
TAXES - OTHER ........................
EQUIPMENT RENTAL ......................
EQUIPMENT MAINTENANCE & REPAIR ...............
VEHICLE MAINTENANCE & REPAIR ................
GAS & OIL .........................
LICENSE & PERMITS ......................
TOOLS & SUPPLIES ......................
FREIGHT ...........................
MISCELLANEOUS FIELD EXPENSE .................
TOTAL FIELD EXPENSES ................... $
TOTAL OPERATING EXPENSES ................. $
Year Ended Year Ended
June 30 June 30
1998 1997
97,250.21 $ 93,260.38
21,377.22 26,031.00
2,479.26 3,574.64
574.63 1,160.08
597.96 656.46
19,117.62 19,933.21
6,297.40 7,038.10
1,694.25 2,159.75
4,332.81 4,724.61
15,654.49 24,966.06
0. 503.64
5,550.39 3,452.99
174,926.24 $ 187,460.89
531,887.01 $ 540,331.09
~ NET OPERATING PROFIT ................. $
OTHER INCOME:
INTEREST INCOME - TAXABLE ..................
INTEREST INCOME - TAX EXEMPT ................
DIVIDENT INCOME .......................
EQUIPMENT RENTAL ......................
GAIN (LOSS) ON SALE OF ASSETS ................
GAIN (LOSS) ON SALE OF INVESTMENTS .............
EMPLOYEE VEHICLE REIMBURSEMENTS ...............
TOTAL OTHER INCOME .................... $
180,329.03 $ 194,750.36
29,255.86 22,298.95
4,189.98 1,250.90
67.50 0.
2,155.68 0.'
10,865.27 4,400.00
3,615.95 0.
1,164.36 1,171.80
47,314.60 $ 29,121.65
NET PROFIT BEFORE TAXES ................ $ 227,643.63 $ 223,872.01
INCOME TAX EXPENSE:
FEDERAL & STATE CORPORATE INCOME TAXES - CURRENT {NOTE 6).
FEDERAL & STATE CORPORATE INCOME TAXES - DEFERRED (NOTE 6)
(77,152.00)
(7,173.85)
(73,561.00)
(6,394.33)
NET BUSINESS PROFIT ................... $_ 143,317.78 $ 143~_916.68
RETAINED EARNINGS:
BEGINNING RETAINED EARNINGS ................. $
ADJUSTMENT TO 1995 IOWA CORP. TAX RETURN ..........
ADJUSTMENT TO 1995 MISSOURI CORP. TAX RETURN ........
NET BUSINESS PROFIT .....................
DIVIDENDS ..........................
984,122.36 $ 840,597.68
0. (353.00)
0. (39.00)
143,317.78 143,916.68
0. 0.
ENDING RETAINED EARNINGS ................. $1,127,440.14 $
~84,122.36
SEE ACCOUNTANT'S REVIEW REPORT
SEE NOTES TO FINANCIAL STATEMENTS
-5-
SCHEDULE B-1
J. R. STELZER CO.
LINCOLN, NEBRASKA
GROSS PROFIT COMPUTATION
INCOME:
PAINTING/DECORATING ..................... $
STEEL STRUCTURES ......................
LEAD ABATEMENT .......................
Year Ended Year Ended
June 30 June 30
1998 1997
413,005.14 $ 436,611.36
520,020.88 1,350,408.60
767,108.60 234,029.34
TOTAL INCOME ....................... $1,700,134.62 $2,021,049.30
COST OF GOODS SOLD:
BEGINNING INVENTORY .....................
MATERIALS - pAINTING/DECORATING ...............
MATERIALS - STEEL STRUCTURES ................
SAND & STEEL GRIT ......................
SUPPLIES ..........................
SUBCONTRACT La~BOR ......................
JOB EXPENSE .........................
SAllIES - PAINTING/DECORATING ...............
~SALARIES -STEEL STRUCTURES .................
PAYROLL Ta~XES ........................
WORKM~S COMPENSATION INSURANCE ...............
GENER3~L LIABILITY INSUR3~NCE .................
$
LESS ENDING INVENTORY ....................
COST OF GOODS SOLD .................... $
7,505.13 7,118.76
27,361.81 59,256.63
113,349.84 227,202.76
32,798.80 51,272.01
11,050.93 8,270.89
0. 94,821.00
341,563.11 333,913.05
158,386.61 181,257.26
210,633.97 192,622.39
29,337.51 29,770.23
48,827.00 101,179.00
18,524.75 6,789.00
999,339.46 $1,293,472.98
11,420.88 7,505.13
987,918.58
$1,285,967.85
GROSS PROFIT ..................... $ 712,21~04 $ 73~,081.45
SEE ACCOUNTANT'S REVIEW REPORT
SEE NOTES TO FINANCIAL STATEMENTS
-6-
PROJECT SUPERINTENDENT
PROJECTSUPERINTENDENT
Project superintendent, Don SteLzer, has been with the company since 1974 and
handles all aspects of contract execution with superior qualifications.
EQUIPMENT I,ISTING
EQUIPMF. NT LIST
Air Compressors -
1982 185 cfm Sullair
1984 750 cfm Joy
1986 825 cfm Ingersoll Rand
1988 900 elm Sullair
1993 1300 elm Sullair
1996 375 elm Sullair
8-Ton Canned Sand Pot Mounted on Freehaul Trailer
8-Ton Canned Sand Pot Mounted on Fontaine Trailer
Van Air Turbo-Cooled After Coolers (4)
CAB Steel Abrasive Blasting and Recovery Equipment
18,000 cfm Portable Dust Collector, Trailer Mounted
40,000 cfm Portable Dust Collector, Trailer Mounted
Decontamination Trailer
Clemco Sandblast Machines and Pertinent Accessories
Airless Paint Machines (5) with Pertinent Accessories
Welders with Pertinent Accessories
Power Washers (hot and cold)
Hi-Lo Powered ScaFfolding and Pertinent Accessories, Spiders, and Rigging Equipment
TePe Containment System
Mini-Containment System
Trucks (7), Van Trailers (10), Bulk Hoppers (3), and Flatbed Trailers (6)
Semi-Tractor - 1990 White GMC 1999 Volvo
NOTE: All of the above equipment is in excellent condition.
CERTIFICATION
CERTIFICATION
I, James R. Stelzer, President of J. R. Stelzer Co., hereby certify
that all attached information is true and correct.
Dated this 251h day of January, 2000.
STATE OF NEBRASKA
COUNTY OFLANCASTER
2000.
Subscribed and sworn to before me this 251h day of January,
Notary