Loading...
Improvement Contract_Classic Protecive Coating_Asbury Tank ReconditioningCITY OF DUBUQUE, IOWA IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 18th day of February, 2013, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and Classic Protective Coatings, Inc. of the City of N7670 State HWY 25, Menomonie, WI 54751. For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Asbury Standpipe Reconditioning Project (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross - sections on file in the City Engineer's office for this Project, in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Document shall of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising 1 through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract on or before: July 1, 2013. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorney fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $ 633,150.00 (Six hundred thirty three thousand, one hundred fifty and 00/100 dollars) 2 FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10 %) of the Contract price but in no event be less than $63,315.00 (Sixty three thousand, three hundred fifteen and 00/100 Dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract, shall in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. The City of Dubuque and the Contractor agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U.S.C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U.S.C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor shall comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USG 327 -330) and Department of Labor Regulations (29 CFR, Part 5). CITY OF DUBU , IOWA By City Ma ager 3 PRINCIPAL Contractor Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office on the)e day of berry, 2013. /9'1-7 ✓ ./1 /2 , 4 Kevin S. Fr stahl,` ity Clerk City of Dubuque - Engineering Division Bid Proposal BID FORM 1A BIDDER NAME: C, C3C Pcd-ecti LOCifi n BID PROPOSAL FOR: ASBURY STANDPIPE RECONDITIONING PROJECT DATE: BID ITEM DESCRIPTION UNIT ESTIMATED QUANTITY BID I [TOTAL COST UNIT COST ASBURY STANDPIPE RECONDITIONING PROJECT - BASE BID (Proposal 1.0) ,. 1 Structural Modifications LS . .1 44 '7",,tlf',:CC ' lAtta_tn 2 Surface Repairs HR 120 1 i'-'-:' i 2, OCZ.111" 3 Interior Abrasive Blast and Coating LS 1 2t,Dio ,C,(,'0,0: 22LOS,C,C0 4 Exterior Abrasive Eilast and Coating and Containment LS 1 5 Mobilization. (Move In and Out and Cleanup) LS 1 25 , MC,. fr--' 25 ..\LCi,', BASE BID TOTAL: (on-77/D5F:.;71) tthd Items No 1 to 5 Total) ASBURY STANDPIPE RECONDITIONING PROJECT - ALTERNATE BID (Proposal 2,0) 1 Structural Modifications LS 1 4,1 3CLcc iAr,.7-AI\,:-'-'11 2 Surface Repairs HR 120 LM, cc I 2ctic, 3 Interior Abrasive Blast and Coating LS 1 2L :4 .,Ccs1),Cf-, 2tt,OLT:6-, 4 Exterior Abrasive Blast and Coating (Gloss Finish) and Containment LS 1 JW-)141,Fk P; 7-15,u, cc 5 Mobilization. (Move In and Out and Cleanup) LS 1 ALTERNATE BID TOTAL: (Bid Items No.1 to 5 Total) itE2,4:150 BID FORM 1B BID PROPOSAL The bidder hereby certifies that: they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: 9 - - 2-015 Dated: Dated: PRINCIPAL clastic *Proteltve Cotin , I nc- Nillo l6 Mote 1-IwLL 25 Contractor Address Individual ( ) Partnership ( ) Corporation (4 1\4e 1C)MOnte, City By: % i9\; t 54151 Signat State Zip Pre50en+ rzbi u rN 201 Title Date Note: To be completed by out -of -state bidders. The State of VV i 5czn5111 does ( ) / does not (✓f utilize a percentage preference for in- state bidders. The amount of preference is 01 percent. 13 BID FORM 2A BIDDER'S QUALIFICATION STATEMENT Page 1 of 3 1. The name, address and phone /fax number of the bidder. Name C10 is Protective, Coc4tl n p,, i nc Address i v1 S ct t 1 � 25 < lC1cpcU ue, 1\1 54151 Phone /fax Ph: -15- 23S21o1 Fax '1 13- 233- 1J12LOEi 2. Years in business 1-1 (aeon 3. List of contractor owned equipment available for this project. Attach as separate submittal, if necessary. Palm 6e.e B. tacheel. equipment 4. An attached financial statement of the bidder prepared in accordance with Standards established by the American Institute of Certified Public Accountants must accompany each proposal. 5. List bank references, including contact name, address and telephone number. U� P os K, CA-)ntc cJ CDnnie. PerlErwin . 131 S. bctr3t6 34., ECU! Mice, , 1N 1 541c L__RhcD __ 5 � aq - 1.01 I 6. List of equivalent type projects performed within the last four- (4) years. Attach as submittal, if necessary. 1. Name of Client 1.,LtL p ' Eagan L M N Date 10- N- 11 Name of Contact Waki fl e SCI'LUc n Phone t3H 1 -`?f Description of Project { haj311 t 11(\ fl ilk a '1 1\,1 i `v ale, k Capacity of Water Tank 4 1,16 Ct w 2. Name of Client -I Shorev I e UV , M Kt Date 1 -15 -11 Naive of Contact If n ('j kf 1,11A Phone" i jl -.4q0- X12 Description of Project ( (a3ti Jq Re!• 'tri ■ f '1 Ri_temef± Capacity of Water Tank . 5 M 3. Name of Client CE-t-LA o Tcii 1 " , ELL___ Date 3 -14 11 Name of Contact jaaneilasiK., Phone ,Y 60t1-1241 Description of Project R211Cai atcut ofl $' 1 Capacity of Water Tank 1 L Ei 4. Name of Client Vii, h pai f } LL, Date U 5 -10 Name of Contact Phone 21'1 -f1;ly Description of Projecthaf irtat d ja Capacity of Water Tank 1 1v1 L—\ 5. Name of Client Name of Contact Description of Project Capacity of Water Tank 6. Name of Client -6 _(j- P Name of Contact >b Description of Project Capacity of Water Tank Of li 111e i�1CI�.�, L1..� Date l0- I -61- ) 1J\ ae Phone (152.--W-UM O. flri Date Lo- -1Q Phone q12-q4--1\52 14 BID FORM 2A BIDDERS QUALIFICATION STATEMENT Page 2 of 3 7. List of person(s) who are employed by you and will supervise and be available to perform the work on this project and the number of years of experience. Project Manager: Superintendent: Foreman: Personnel: Names: Years of experience 8. A list of similar work performed under the direction of a Professional Engineer or Registered Architect. List three (3) such firms, listing your most recent projects. 1. Name of E/A pi ,a-6L we, c�* cile�l Date Contact Person Phone Description of Project Owner of Water Tank 2. Name of E/A Contact Person Description of Project Owner of Water Tank 3. Name of E/A Date Contact Person Phone Description of Project Owner of Water Tank 4. Name of E/A Date Contact Person Phone Description of Project Owner of Water Tank Date Phone 9. List three (3) material suppliers as references, including name and phone number. � 10. Such additional information as will assist the Owner and Engineer in determining whether the bidder i SaE dequatel prepared to fulfill the contract. Attach as submittal, if necessary. � 15 BID FORM 2A BIDDERS QUALIFICATION STATEMENT Page 3 of 3 11. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the Owner in verification of the recitals comprising this statement of contractor's qualifications. 12. State the true, exact correct and complete name of the partnership, corporation or trade name under which you do business, and the address of the place of business. If a corporation, state the name of the President and secretary. If a partnership, state the names of the partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be provided. Correct and complete name of bidder. 12.1 The Business is a: ,«epos M___ 12.2 The address of the principal place of business is: TM *c9 $c \N ± 6_x\o —1 N e, , W 12.3 Telephone Number: 1 \ LQ7 (O1 12.4 The names of the corporate officers, or partners, or individuals doing business under at trade name are as follows: Dated at: Licmacikdo, of Fe.hr 2013. -C,, this � day 16 BID FORM 2B LIST OF PROPOSED SUBCONTRACTORS Each bidder shall enter in the space provided the name(s) of major subcontractors the bidder proposes to employ and the type of work the subcontractor will perform A major subcontractor is defined as a subcontractor whose subcontract constitutes approximately five (5) percent or more of the total contract price. Subcontractor Work Name, Address, Phone Number NIA Please fill out a form for each subcontractor the contractor proposes to employ. Copy this form if additional forms are required and attach as submittals to Proposal. BID FORM 2C SUBCONTRACTOR'S QUALIFICATION STATEMENT Page 1 OF 2 1. The name, address and phone /fax number of the Subcontractor. Name Address Phone /fax 2. Years in business 3. List of subcontractor owned equipment available for this project. Attach as separate submittal, if necessary. 4. An attached financial statement of the subcontractor prepared in accordance with Standards established by the American Institute of Certified Public Accountants must accompany each proposal. 5. List bank references, including contact name, address and telephone number. 17 BID FORM 2C SUBCONTRACTOR'S QUALIFICATION STATEMENT Page 2 OF 2 6. List of equivalent type projects performed within the last four (4) years. Attach as submittal, if necessary. 1. Name of Client Date Name of Contact Phone Description of Project Capacity of Water Tank 2. Name of Client Date Name of Contact Phone Description of Project Capacity of Water Tank 3. Name of Client Date Name of Contact Phone Description of Project Capacity of Water Tank 4. Name of Client Date Name of Contact Phone Description of Project Capacity of Water Tank 7. List of person(s) who will supervise and be available to perform the work on this project and the number of years of experience. Project Manager: Superintendent: Foreman: Personnel: Names: Years of experience 8. Such additional infoimation as will assist the Owner and Engineer in determining whether the subcontractor is adequately prepared to fulfill the contract. Attach as submittal, if necessary. 18 Y WIT ® PRESIDENT CLASSIC PROTECTIVE COATINGS, INC. N7670 State Highway 25 Menomonie, Wisconsin 54751 Phone ■ (715) 233 -6267 CAREER OBJECTIVE To continue to provide industry- leading protective coating and project management services, and drive quality execution of high - impact municipality, government, private and military contracts. QUALIFICATIONS PROFILE Technically - knowledgeable CEO with 36 -year hazardous material abatement, coating removal, renovation, and protective coating expertise and demonstrated track record for earning military, government, and municipality contract awards, and project managing /executing high - impact hazardous material abatement, containment, and coating projects. Highly accomplished leader and motivator experienced with directing complex mechanical, heavy repair, and containment operations and assuring project execution within demanding regulatory compliance, budget, and schedule parameters. CAREER HISTORY CLASSIC PROTECTIVE COATINGS, INC., Menomonie, Wisconsin, 1996 - Present President • Directing a nationally- recognized protective coatings operation, overseeing Construction Team, and successfully executing 700 annual municipality, private, corporate, and military coating, heavy renovation, containment projects ranging from 100,000 to 10 million gallons. • Contracted by Lockheed Martin to execute a NASA Titan Missile Crane Protective Coating Project, sand blasted /removed lead -based coatings, applied zinc -rich coatings, and exceeded military coating, budget, and deliverables requirements and objectives. • Subcontracted by Lockheed Martin to execute United States Air Force Cape Canaveral 500, 000 - gallon elevated water tower coating project, contained, removed, and replaced lead base coating with zinc -rich primer, successfully completed project within military regulatory, schedule, and budget parameters, and earned EPA compliance approval. n Submitted project proposal and earned a United States Navy contract award, oversaw the renovation of 500,000-gallon and 250,000-gallon elevated Blue Angels Fire Protection Water Tanks at the Sherman Field Pensacola Naval Air Station, removed lead based paint, applied zinc epoxy and urethane coating system, integrated checkerboard design, and applied logos representing all military service branches. • Prepared /submitted City of Pensacola contract bid, earned contract award, and executed lead abatement, sandblasting, and recoating project on two 50,000-gallon elevated tanks with beach ball designs, 1- million- gallon elevated tank, 4- million - gallon ground storage tank with waves and dolphin design, and assured EPA, state, and local government regulatory compliance. • Secured project bids for the Georgia and Florida State Prison Systems, executed lead abatement, sandblasting, and coating procedures, and renovated three 500,000-gallon elevated storage towers. • Earned project contract and managed 2.5- million- gallon elevated water tower containment, coatings removal, and application project for City of Wauwatosa, Wisconsin. • Fulfilled City of West Allis, Wisconsin containment, sandblasting, and coatings application contract and renovated two 1.5- million- gallon elevated water towers. TMI COATINGS, St. Paul, Minnesota, 1991 -1996 Superintendent • Recruited to design and build rigging equipment and containment system for a multi - million - dollar national coatings company, and successfully completed project within targeted budget, schedule, and compliance requirements. • Directed 10 to 100 - person Project Teams, and oversaw execution of 50 water tank, smokestack, power plant, and paper mill renovation projects. Ray Witke Page Two CAREER HISTORY WILLIAMS POWER CORPORATION, Stone Mountain, Georgia, 1986 -1991 Foreman n Directed numerous Project Teams and oversaw plant maintenance, containment, and lead -based coating removal projects for Florida Power and Light and Tennessee Valley Authorities. • Installed containment dyke and tank linings on hundreds of 250,000-barrel petroleum tanks for Tennessee Valley Authority, BP, Anzaco, Marathon, Texaco and Florida Power & Light. FLOUR/DANIELS, Crystal River, Florida, 1986 Project Supervisor • Earned numerous specialized nuclear surface preparations and coatings applications certifications, directed a 90- person Project Team, oversaw plant shutdown, and executed Crystal River Nuclear Plant coatings removal project. OB CANNON, INC., Philadelphia, Pennsylvania, 1976 -1986 Project Supervisor • Oversaw Industrial Painting Team of 200 -300 employees and supervised numerous multi- million - dollar power plant, and paper mill, shut down and renovation projects for major accounts including International Paper, Tennessee Valley Authority, Florida Power and Light, Florida Power, and Cargill Corporation. • Renovated smokestacks, paper machine ceilings, pipe bridges, and storage tanks ranging from 50 barrels to 400,000 barrels. Journeyman Sandblaster /Painter • Completed numerous painting projects and received promotion to Project Supervisor for outstanding professional performance. PROFESSIONAL CERTIFICATIONS & DEVELOPMENT HIGHLIGHTS • Industrial Staging Certification, Sky Climber, Inc. • Dike Containment Lining, Boiler, & Turbine Blasting Certification, Florida Power & Light • Back Safety, Confined Space Entry, Hazard Communication, Lead Safety, Personal Fall Protection, Personal Protection Equipment, and Respirator Protection Training e Nuclear Coatings and Surface Preparation Certifications, Flour/Daniel • Lead Removal Certifications • Supervisor Training & Competent Person Training Certification, Steel Structures Painting Council PROFESSIONAL ORGANIZATIONS • American Water Works Association, AWWA • The National Association of Corrosion Engineers, NACE • Steel Structures Painting Council, SSPC EF ' IN VALDELA R CLASSIC PROTECTIVE COATINGS, INC. N7670 State Highway 25 Menomonie, Wisconsin 54751 Office Phone • (715) 233 -6267 CAREER OBJECTIVE To provide industry- leading protective coatings on a national basis while operating in the safest possible manner with no exceptions. QUALIFICATIONS PROFILE Technically - knowledgeable Superintendent with 24 -years experience in providing specialized containment, lead abatement, coating removal, renovation, and protective coating expertise across the nation. Leading a team of 5 -9 crew members while overseeing over 30 employees on a daily basis. Directing onsite daily operations and guaranteeing project completion within the schedule perimeters while demanding all OSHA regulatory compliance is being met. CAREER HISTORY CLASSIC PROTECTIVE COATINGS, INC., Menomonie, Wisconsin, 1996 - Present Superintendent a Specializing in containment, lead, and chromium abatement. n Successfully completing over 250 projects ranging from 100,000 to 2 million gallon elevated and ground storage water tanks. • Completed renovation of a missile crane for NASA located in Cape Canaveral. TMI COATINGS, St. Paul, Minnesota, 1994 -1996 Superintendent e Renovated tanks ranging from 500,000 gallons to 7.5 million gallons. JR. STELZER, Lincoln, NE, 1988 -1994 Superintendent • Supervised and renovated multiple elevated and ground storage tanks. PROFESSIONAL CERTIFICATIONS & DEVELOPMENT HIGHLIGHTS • Fluent in both English and Spanish • OSHA 10 Certified • Certified in Industrial Staging from Sky Climber, Inc. • Qualified in Back Safety, Confined Space Entry, Hazard Communication, Lead Safety, Personal Fall Protection, Personal Protection Equipment, and Respirator Protection Training • Completed training on SSPC application coatings, SSPC coatings technology, SSPC quality control, and SSPC suf face preparation. OPERATOR SKILLS • Operator of Forklifts, Bobcat, Scissor lifts, Swing stage, Air Compressors, Dehumidifiers, Blast pots, hoses, and Spray guns. EULOGIO VALDELA ffy R CLASSIC PROTECTIVE COATINGS, INC. N7670 State Highway 25 Menomonie, Wisconsin 54751 Office Phone • (715) 233 -6267 CAREER OBJECTIVE Complete tank renovation on a national basis, professional, high quality projects. Operating in the safest possible manner with no exceptions. QUALIFICATIONS PROFILE Technically - knowledgeable Superintendent with 22 -years experience in providing specialized containment, lead abatement, coating removal, renovation, and protective coating expertise across the nation. Conducting a team of 5 -9 man crew. Directing onsite daily operations and guaranteeing project completion within the schedule perimeters while demanding all OSHA regulatory compliance is being met. CAREER HISTORY CLASSIC PROTECTIVE COATINGS, INC., Menomonie, Wisconsin, 1996 - Present Superintendent • Specializing in containment, lead, and chromium abatement. • Successfully completing over 250 projects ranging from 100,000 to 2 million gallon elevated and ground storage water tanks. • Fulfilled City of Vest Allis, Wisconsin containment, sandblasting, and coatings application contract and renovated two 1.5- million - gallon elevated water towers. • Completed renovation of a 10- million - gallon ground water tank for the City of Springdale, Arkansas. JR STELZER, Lincoln, NE, 1988 -1996 Superintendent • Supervised and renovated multiple elevated and ground storage tanks. PROFESSIONAL CERTIFICATIONS & DEVELOPMENT HIGHLIGHTS • Fluent in both English and Spanish • OSHA 10 Certified • Certified in Industrial Staging from Sky Climber, Inc. n Qualified in Back Safety, Confined Space Entry, Hazard Connzuntication, Lead Safety, Personal Fall Protection, Personal Protection Equipment, and Respirator Protection Training • Completed training on SSPC application coatings, SSPC coatings technology, SSPC quality control, and SSPC surface preparation. OPERATOR SKILLS • Operator of Forklifts, Bobcat, Scissor lifts, Swing stage, Air Compressors, Dehumidifiers, Blast pots, hoses, and Spray guns. Classic Protective Coatings, Inc. Menomonie, Wisconsin Financial Statements and Supplementary Information Years Ended December 31, 2011 and 2010 Classic Protective Coatings, Inc. Financial Statements and Supplementary Information Years Ended December 31, 2011 and 2010 Table of Contents Independent Auditor's Report 1 Financial Statements Balance Sheets 2 Statements of Income and Retained Earnings 4 Statements of Cash Flows 5 Notes to Financial Statements 7 Independent Auditor's Report on Supplementary Information 21 Supplementary Information Schedules of Cost of Revenue 22 Schedules of Operating Expenses 23 Schedule of Earnings From Contracts 24 Schedule of Contracts Completed 25 Schedule of Contracts in Progress 26 Classic Protective Coatings, Inc. Menomonie, Wisconsin Financial Statements Years Ended December 31, 2011 and 2010 Classic Protective Coatings, Inc. Financial Statements Years Ended December 31, 2011 and 2010 Table of Contents Independent Auditor's Report 1 Financial Statements Balance Sheets 2 Statements of Income and Retained Earnings 4 Statements of Cash Flows 5 Notes to Financial Statements 7 WIPFLi Independent Auditor's Report Stockholder Classic Protective Coatings, Inc. Menomonie, Wisconsin We have audited the accompanying balance sheets of Classic Protective Coatings, Inc. as of December 31, 2011 and 2010, and the related statements of income and retained earnings and cash flows for the years then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Classic Protective Coatings, Inc. as of December 31, 2011 and 2010, and the results of its operations and its cash flows for the years then ended in conformity with accounting principles generally accepted in the United States. L LP Wipfli LLP May 25, 2012 Menomonie, Wisconsin 1 Classic Protective Coatings, Inc. Balance Sheets December 31, 2011 and 2010 Assets 2011 2010 Current assets: Cash $74,283 $ 190,987 Contracts receivable 1,524,511 1,511,293 Costs and estimated earnings in excess of billings 189,236 111,030 Note receivable - Stockholder 0 774,654 Notes receivable - Employees 50,000 184,497 Prepaids 94,188 106,713 Total current assets 1,932,218 2,879,174 Property and equipment - Net 2,029,253 2,321,679 Other assets: Notes receivable: Contract 502,519 589,131 Stockholder 782,400 0 Employees 128,714 0 Intangibles 18,631 22,143 Total other assets 1,432,264 611,274 TOTAL ASSETS $5,393,735 $5,812,127 2 Liabilities and Stockholder's Equity 2011 2010 Current liabilities: Current maturities of long -term notes payable $290,378 $878,178 Line of credit 1,349,158 899,158 Accounts payable 499,764 387,942 Billings in excess of costs and estimated earnings 440 29,632 Accrued expenses and payroll taxes 178,292 119,838 Total current liabilities 2,318,032 2,314,748 Long -term notes payable 721,305 969,732 Stockholder's equity: Common stock - $1 par value: Authorized - 1,000 shares Issued and outstanding - 100 shares 100 100 Additional paid -in capital 25,000 25,000 Retained earnings 2,329,298 2,502,547 Total stockholder's equity 2,354,398 2,527,647 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $5,393,735 $5,812,127 See accompanying notes to financial statements. 3 Classic Protective Coatings, Inc. Statements of Income and Retained Earnings Years Ended December 31, 2011 and 2010 2011 2010 Amount Percent Amount Percent Contract revenue $9,224,399 Cost of revenue 6,927,708 Gross profit Operating expenses Income from operations Other income (expense): Other income Gain (loss) on disposal of assets Interest expense 2,296,691 1,360,956 935,735 100.0 $8,513,203 75.1 6,463,303 24.9 2,049,900 14.8 1,359,334 10.1 690,566 100.0 75.9 24.1 16.0 8.1 87,513 25,681 (143,245) Total other income (expense) Net income Retained earnings at beginning Distributions Retained earnings at end (30,051) 0.9 92,397 0.3 (13,511) (1.6) (154,452) (0.4) (75,566) (0.9) 905,684 2,502,547 (1,078,933) $2,329,298 9.7 615,000 2,715,392 (827,845) $2,502,547 7.2 See accompanying notes to financial statements. 4 Classic Protective Coatings, Inc. Statements of Cash Flows Years Ended December 31, 2011 and 2010 2011 2010 Increase (decrease) in cash: Cash flows from operating activities: Net income $ 905,684 $ 615,000 Adjustments to reconcile net income to net cash provided by operating activities: (Gain) loss on disposal of assets (25,681) 13,511 Depreciation and amortization 667,321 629,645 Changes in operating assets and liabilities: Contracts receivable (9,094) 288,391 Costs and estimated earnings in excess of billings (78,206) (23,065) Prepaids 12,525 (12,591) Accounts payable 111,822 372,785 Billings in excess of costs and estimated earnings (29,192) (27,040) Accrued expenses and payroll taxes 58,454 67,281 Total adjustments 707,949 1,308,917 Net cash provided by operating activities 1,613,633 1,923,917 Cash flows from investing activities: Property and equipment purchases (303,574) (199,354) Net change in note receivable - Stockholder (7,746) 1,260 Principal payment received on note receivable - Contract 82,488 78,560 Net change in notes receivable - Employees 5,783 3,263 Net cash used in investing activities (223,049) (116,271) 5 Classic Protective Coatings, Inc. Statements of Cash Flows (Continued) Years Ended December 31, 2011 and 2010 2011 2010 Increase (decrease) in cash: (continued) Cash flows from financing activities: Net increase in line of credit Principal payments on long -term debt Distributions to stockholder $ 450,000 (878,355) (1,078,933) $50,000 (889,382) (827,845) Net cash used in financing activities (1,507,288) (1,667,227) Net change in cash Cash at beginning Cash at end (116,704) 190,987 $74,283 140,419 50,568 $190,987 Supplemental cash flow information: Cash paid during the year for: Interest Noncash investing and financing activities: Trade -in allowance applied to vehicle purchases Equipment acquired with long -term notes payable Note receivable - Stockholder transferred to employee advances $143,245 $154,452 99,500 15,500 42,128 652,892 0 125,845 See accompanying notes to financial statements. 6 Classic Protective Coatings, Inc. Notes to Financial Statements Note 1 Summary of Significant Accounting Policies Principal Business Activity Classic Protective Coatings, Inc. (the "Company "), a Florida corporation, is a general contractor primarily engaged in performing maintenance painting and structural repair of elevated municipal water towers and commercial ground storage facilities. Due to the uniqueness of the work performed, the contracts are located across the United States. The work is generally performed under fixed -price contracts. These contracts are obtained through a competitive bidding process and vary in size and duration. The length of the Company's contracts varies but is typically less than one year. Accordingly, assets to be realized and liabilities to be liquidated within the operating cycle are classified as current assets and liabilities. Revenue and Cost Recognition The Company determines construction revenue under the percentage -of- completion method measured by the cost -to -cost method. The amount considered as earned under this method is that portion of the total contract price the contractor has actually earned based on the portion of the contract work actually completed. The amount of revenue recognized at year -end is that portion of the total contract price that the cost expended bears to the anticipated final total cost based on current estimates of cost to complete the contract. Revisions in costs and profit estimates during the course of the work are reflected in the year in which the facts that require the revisions become known. At the time a loss on a contract becomes known, the entire amount of the estimated ultimate loss is accrued. An amount equal to contract costs attributable to claims is included in revenues when realization is probable and the amount can be reliably estimated. Because of inherent uncertainties in estimating gross profit, it is at least reasonably possible that the estimates used will change in the near term. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation costs. Operating expenses consist of selling, general, and administrative costs which are charged to expense as incurred. 7 Classic Protective Coatings, Inc. Notes to Financial Statements Note 1 Summary of Significant Accounting Policies (Continued) Revenue and Cost Recognition (Continued) The asset, "cost and estimated earnings in excess of billings," represents revenues recognized in excess of amounts billed. The liability, "billings in excess of costs and estimated earnings," represents billings in excess of revenues recognized. Revenues from time and material contracts are recognized currently as the work is performed. Use of Estimates in Preparation of Financial Statements The preparation of the accompanying financial statements in conformity with accounting principles generally accepted in the United States (GAAP) requires management to make certain estimates and assumptions that directly affect the results of reported assets, liabilities, revenue, and expenses and disclosure of contingent assets and liabilities. The Company's significant estimates within the financial statements include those related to the valuation allowance for doubtful accounts; depreciation on property and equipment; and the use of percentage -of- completion method to recognize revenue. Actual results may differ from these estimates. Contracts Receivable Contracts receivable are based on contracted prices and are stated at the amount management expects to collect from balances outstanding at year -end. Based on management's assessment of the credit history with customers having outstanding balances and current relationships with them, it has concluded that no allowance for doubtful accounts is necessary at December 31, 2011 and 2010. 8 Classic Protective Coatings, Inc. Notes to Financial Statements Note 1 Summary of Significant Accounting Policies (Continued) Property, Equipment, and Depreciation Property and equipment are valued at cost. Maintenance and repair costs are charged to expense as incurred. Gains or losses on disposition of property and equipment are reflected in income. Depreciation is computed on the straight -line method for financial reporting purposes, based on the estimated useful lives of the assets. Leasehold improvements 10 to 15 years Equipment 4 to 6 years Office equipment 4 to 7 years Long -Lived Assets The Company reviews its property, equipment, and intangible assets periodically to determine potential impairment by comparing the carrying value of the property, equipment, and identified intangible assets with the estimated fair values. Should the estimated fair values be less than the carrying value, the Company would recognize an impairment loss at that time. No impairment loss was recognized in 2011 or 2010. Income Taxes The Company has elected to be taxed under the provisions of Subchapter S of the Internal Revenue Code and comparable state regulations. Under these provisions, the Company does not pay federal or state corporate income taxes on its taxable income (nor is it allowed a net operating loss carryback or carryover as a deduction). Instead, the stockholder reports on his personal income tax returns his proportionate share of the Company's taxable income (or loss) and tax credits. Therefore, no provision for income taxes has been included in the accompanying financial statements. 9 Classic Protective Coatings, Inc. Notes to Financial Statements Note 1 Summary of Significant Accounting Policies (Continued) Income Taxes (Continued) The Company performs evaluations of uncertain tax positions as a component of income tax expense on an annual basis. The Company determined that it did not have any significant risks related to income tax expense, and therefore no amounts were reserved for uncertain tax positions. The Company will accrue and recognize interest and penalties to uncertain tax positions as a component of income tax expense if it becomes necessary. Tax returns filed by the Company remain open to federal and state income tax examination through the statutory time periods. Subsequent Events Subsequent events have been evaluated through May 25, 2012, which is the date the financial statements were available to be issued. Note 2 Contracts Receivable Contracts receivable consist of the following: 2011 2010 Billed: Current $1,186,382 $1,139,671 Retained 125,053 256,106 Unbilled 114,190 19,036 Note receivable - Contract (Note 4) 86,612 82,488 Other 12,274 13,992 Total $1,524,511 $1,511,293 10 Classic Protective Coatings, Inc. Notes to Financial Statements Note 3 Costs and Estimated Earnings on Uncompleted Contracts Costs and estimated earnings on uncompleted contracts at December 31, 2011 and 2010, are summarized below: 2011 2010 Costs incurred on uncompleted contracts $630,947 $2,308,432 Estimated earnings 427,134 1,072,219 Subtotal Less - Billings to date 1,058,081 3,380,651 869,285 3,299,253 Totals $188,796 $81,398 Costs and estimated earnings on uncompleted contracts are included in the accompanying balance sheets under the following captions: Costs and estimated earnings in excess of billings Billings in excess of costs and estimated earnings 2011 2010 $189,236 $111,030 (440) (29,632) $188,796 $81,398 Revenue to be recognized in future years from uncompleted contracts at December 31, 2011, was approximately $1,802,000. 11 Classic Protective Coatings, Inc. Notes to Financial Statements Note 4 Notes Receivable Note Receivable - Stockholder The Company has a 1% note receivable from the stockholder that is due on demand. At December 31, 2011 and 2010, the stockholder owed the Company $782,400 and $774,654, respectively. Notes Receivable - Employees The Company has notes receivable with certain employees. The notes are to be paid through payroll deductions, are due on demand, and are unsecured. At December 31, 2011 and 2010, employees owed the Company $178,714 and $184,497, respectively. Note Receivable - Contract The Company has a contract with the City of Oconomowoc that requires annual payments of $116,069 to be made over a ten -year period beginning in 2008. The Oconomowoc contract was in progress at December 31, 2008, and was accounted for as "costs and estimated earnings in excess of billings." With the substantial completion of the Oconomowoc contract in 2009, the Company imputed interest at 5% on the remaining payments and is accounting for the discounted present value of the contract receivable as a note receivable. The note receivable - contract consists of the following: 2011 2010 Note receivable - Contract $589,131 $671,619 Less - Current portion 86,612 82,488 Long -term portion $ 502,519 $589,131 The current portion of this note receivable - contract is included in contracts receivable (Note 2). 12 Classic Protective Coatings, Inc. Notes to Financial Statements Note 4 Notes Receivable (Continued) The required payments of principal on the note receivable - contract at December 31, 2011, including the current portion, are summarized as follows: 2012 $86,612 2013 90,943 2014 95,490 2015 100,265 2016 105,278 Thereafter 110,543 Total $ 589,131 Note 5 Property and Equipment - Net Property and equipment consist of the following: 2011 2010 Leasehold improvements $648,788 $ 554,818 Equipment 5,416,214 5,348,947 Vehicles 1,381,938 1,358,619 Office equipment 186,741 160,575 Total Less - Accumulated depreciation 7,633,681 7,422,959 5,604,428 5,101,280 Net property and equipment $2,029,253 $2,321,679 13 Classic Protective Coatings, Inc. Notes to Financial Statements Note 6 Line of Credit The Company had a line of credit agreement with BMO Harris Bank, formally Marshall & Ilsley Bank (BMO) in the amount of $1,500,000 at December 31, 2011, and $1,000,000 at December 31, 2010, of which $1,349,158 and $899,158, respectively, was in use at those dates at an annual interest rate equal to LIBOR plus 3.05% with a floor of 5.00% (5.00% effective rate at December 31, 2011). Borrowings under the line of credit agreement were based on a percentage of work -in- process and a percentage of qualified contracts receivable. The line of credit expired April 1, 2012, and the borrowings were secured by all business assets and the personal guarantee of the Company's stockholder. The BMO line of credit was supported by a loan agreement which provides, among other matters, certain restrictive covenants, including the maintenance of certain ratios, minimum level of tangible net worth, and maximum limits of capital expenditures and distributions. The Company was in violation of certain loan covenants at December 31, 2011. In March 2012, the Company changed its banking relationship to US Bank. Effective March 2012, the Company entered into a line of credit agreement with US Bank in the amount of $2,000,000. The line of credit bears interest equal to the prime rate with a floor of 4.00 %. The borrowings are collateralized by a security agreement and the personal guarantee of the Company's stockholder. The US Bank line of credit is supported by a loan agreement which provides, among other matters, certain restrictive covenants, including the maintenance of certain ratios and minimum level of tangible net worth. Note 7 Long -Term Notes Payable Long -term notes payable consist of the following: 2011 2010 Note payable to BMO, due in monthly installments of $26,264 including interest at 6.76 %, due February 2011, secured by all Company assets and personal guarantee of stockholder. The note was refinanced in 2011. $ 0 $351,501 14 Classic Protective Coatings, Inc. Notes to Financial Statements Note 7 Long -Term Notes Payable (Continued) 2011 2010 Note payable to BMO, due in monthly installments of $7,252 including interest at 7.65 %, due August 2012, secured by all Company assets and personal guarantee of stockholder. The note was subsequently refinanced with US Bank in March 2012. $56,578 $135,892 Note payable to BMO, due in monthly installments of $15,100 including interest at 5.43 %, due October 2012, secured by all Company assets and personal guarantee of stockholder. The note was subsequently refinanced with US Bank in March 2012. 147,264 315,331 Note payable to BMO, due in monthly installments of $15,082 including interest at 5.36 %, due December 2012, secured by all Company assets and personal guarantee of stockholder. The note was subsequently refinanced with US Bank in March 2012. 175,269 341,806 Notes payable to GE Finance, due in monthly installments of $10,916 including interest at 0 %, secured by equipment, paid in full during 2011. 0 61,228 Note payable to finance company, due in monthly installments of $838 including interest at 3.9 %, due May 2014, secured by vehicle. 23,123 32,099 Note payable to finance company, due in monthly installments of $680 including interest at 5.25 %, due January 2015, secured by vehicle. 23,265 29,888 0% note payable to finance company, due in monthly installments of $680, due December 2013 , secured by equipment. 29,653 44,479 15 Classic Protective Coatings, Inc. Notes to Financial Statements Note 7 Long -Term Notes Payable (Continued) 2011 2010 Note payable to BMO, due in monthly installments of $3,157 including interest at 2.94% plus LIBOR with a floor of 4.5% (4.5% at December 31, 2010), due January 2011, secured by all Company assets and personal guarantee of stockholder. The note was refinanced in 2011. $ 0 $80,852 Note payable to BMO, due in monthly installments of $14,739 including interest at 4.5%, due January 2011, secured by all Company assets and personal guarantee of stockholder. The note was refinanced in 2011. 0 454,834 Note payable to BMO, due in monthly installments of $33,401 including interest at 5.05 %, due April 2013, secured by all Company assets and personal guarantee of stockholder. The note was subsequently refinanced with US Bank in March 2012. 515,510 0 Note payable to BMO, due in monthly installments of $1,256 including interest at 4.59 %, due November 2014, secured by all Company assets and personal guarantee of stockholder. The note was subsequently refinanced with US Bank in March 2012. 41,021 0 Totals 1,011,683 1,847,910 Less - Current maturities 290,378 878,178 Long -term portion $721,305 $969,732 16 Classic Protective Coatings, Inc. Notes to Financial Statements Note 7 Long -Term Notes Payable (Continued) As a result of the Company changing its banking relationship to US Bank in March 2012, the Company refinanced the BMO long -term notes payable having an aggregate outstanding balance of $935,642 at December 31, 2011, into one note payable. The refinancing occurred in March 2012 resulting in a note payable to US Bank in the amount of $893,000, payable in monthly installments of $25,900 including interest at 2.7896, collateralized by a security agreement and personal guarantee of the Company's stockholder, and due in March 2013. Required payments of principal on long -term notes payable (including the impact of the March 2012 refinancing with US Bank) at December 31, 2011, including current maturities, are summarized as follows: 2012 $ 290,378 2013 708,524 2014 12,781 Total $1,011,683 Note 8 Related -Party Lease The Company leases a building, shop, and land from the stockholder under an annual operating lease which expired December 31, 2011, but contained a renewal option for one extended term of one year. The Company is responsible for repairs, utilities, personal property insurance, and general liability insurance with respect to its activities. The stockholder is responsible for property taxes, real property insurance, and general liability insurance with respect to his activities. Monthly rental payments are $16,667. The total annual rent paid to the stockholder for the years ended December 31, 2011 and 2010, was $200,004. 17 Classic Protective Coatings, Inc. Notes to Financial Statements Note 9 Retirement Plan The Company sponsors a 401(k) retirement plan for all eligible employees with at least one year of service and age 21 or older. Participants can elect to contribute a percentage of eligible compensation. The Company contributes a safe harbor nonelective contribution of 3% of eligible compensation for all eligible participants. The Company may also make a discretionary contribution to eligible participants who are employed on the last day of the plan year. For 2011 and 2010, the Company's contribution expense was $57,886 and $44,238, respectively. Note 10 Major Customers In 2011, one major customer accounted for 11% of contract revenue aggregating approximately $1 million. This major customer accounted for 78% of contracts receivable outstanding at December 31, 2011. In 2010, four customers accounted for 26% of contract revenue and one contract accounted for 72% of contracts receivable. Note 11 Contingencies In the ordinary course of conducting business, the Company occasionally becomes involved in legal proceedings relating to contracts, environmental issues, or other matters. While any proceeding or litigation has an element of uncertainty, management of the Company believes that the outcome of any pending or threatened actions will not have a material adverse effect on the results of operations or financial condition of the Company. Note 12 Surety Bond The Company, as a condition for entering into some of its construction contracts, had outstanding surety bonds as of December 31, 2011 and 2010. 18 Classic Protective Coatings, Inc. Notes to Financial Statements Note 13 Concentration of Credit Risk The Company performs credit evaluations of its customers and subcontractors and may require surety bonds. Contracts receivable are generally due from state and local governments. Contract receivables typically are due when billed and the retainage is due at the completion of the construction contract. 19 Supplementary Information WIPFL1 Independent Auditor's Report on Supplementary Information Stockholder Classic Protective Coatings, Inc. Menomonie, Wisconsin We have audited the financial statements of Classic Protective Coatings, Inc. as of and for the years ended December 31, 2011 and 2010, and our report thereon dated May 25, 2012, which expressed an unqualified opinion on those financial statements, appears on page 1. Our audits were conducted for the purpose of forming an opinion on the financial statements as a whole. The supplementary information appearing on pages 22 through 26 is presented for purposes of additional analysis and is not a required part of the financi. statements. Such information is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audit of the financial statements and certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements or to the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States. In our opinion, the information is fairly stated in all material respects in relation to the financial statements as a whole. LAP Wipfli LLP May 25, 2012 Menomonie, Wisconsin 21 Classic Protective Coatings, Inc. Schedules of Cost of Revenue Years Ended December 31, 2011 and 2010 2011 2010 Job costs: Labor and payroll taxes Materials Subcontracting Equipment cost allocation Equipment rental Insurance Mobilization Other construction costs $2,035,128 $1,529,623 1,850,289 1,865,848 289,101 576,549 1,227,081 1,238,000 78,511 98,184 561,822 404,265 824,701 828,913 99,984 85,931 Total job costs 6,966,617 6,627,313 Equipment costs: Equipment cost allocation Depreciation Fuel Equipment insurance Repairs and maintenance Taxes and licenses (1,227,081) 663,809 172,063 54,857 273,804 23,639 (1,238,000) 626,133 125,884 57,362 220,098 44,513 Total equipment costs (38,909) (164,010) Total cost of revenue $6,927,708 $6,463,303 See Independent Auditor's Report on Supplementary Information. 22 Classic Protective Coatings, Inc. Schedules of Operating Expenses Years Ended December 31, 2011 and 2010 2011 2010 Wages and salaries $607,446 $522,111 Professional fees 107,722 236,374 Amortization 3,512 3,512 Advertising 24,716 11,884 Bad debt expense 10,047 0 Bank charges 18,546 21,203 Travel and entertainment 45,626 47,563 Dues and subscriptions 13,053 16,891 Office rent 200,004 200,004 Telephone and utilities 94,083 86,141 Office supplies 75,903 74,814 Software support 8,575 10,272 Vehicle expense 74,457 28,202 Retirement plan 57,886 44,238 Miscellaneous 19,380 56,125 Total operating expenses $1,360,956 $1,359,334 See Independent Auditor's Report on Supplementary Information. 23 Classic Protective Coatings, Inc. Schedule of Earnings From Contracts Year Ended December 31, 2011 Contract Revenues Earned Contract Costs Gross Profit Contracts completed Contracts in progress Under allocation $8,166,318 $5,808,044 1,058,081 630,947 0 488,717 $2,358,274 427,134 (488,717) Total $9,224,399 $6,927,708 $2,296,691 See Independent Auditor's Report on Supplementary Information. 24 Classic Protective Coatings, Inc. Schedule of Contracts Completed Year Ended December 31, 2011 During the Year Ended Total Contract Before January 1, 2011 December 31, 2011 Job Cost of Gross Revenues Cost of Gross Revenues Cost of Gross Number Revenues Revenues Profit Earned Revenues Profit Earned Revenues Profit Galveston, TX $574,970 $426,441 $148,529 $564,535 $405,769 $158,766 $10,435 $20,672 ($10,237) Springdale, AR 2,236,307 1,529,780 706,527 2,206,276 1,469,348 736,928 30,031 60,432 (30,401) Wabash, IN 296,302 248,843 47,459 140,695 112,556 28,139 155,607 136,287 19,320 Tallahassee, FL 371,115 324,032 47,083 90,972 63,688 27,284 280,143 260,344 19,799 Richardson, TX 558,030 480,202 77,828 208,754 147,820 60,934 349,276 332,382 16,894 Edmund, OK 457,415 325,096 132,319 121,313 84,919 36,394 336,102 240,177 95,925 Greensboro, NC 192,900 150,041 42,859 3,713 2,599 1,114 189,187 147,442 41,745 Sister Bay, WI 129,342 115,117 14,225 0 0 0 129,342 115,117 14,225 Elk River, MN 249,090 116,806 132,284 0 0 0 249,090 116,806 132,284 Shoreview, MN 682,306 457,564 224,742 0 0 0 682,306 457,564 224,742 Lombard, IL 430,299 328,997 101,302 0 0 0 430,299 328,997 101,302 Waseca, MN 398,075 297,271 100,804 0 0 0 398,075 297,271 100,804 Franklin, IN 558,050 377,666 180,384 0 0 0 558,050 377,666 180,384 Crawfordsville, IN 365,448 231,692 133,756 0 0 0 365,448 231,692 133,756 Thomasboro, IL 437,235 398,315 38,920 0 0 0 437,235 398,315 38,920 Moose Lake, MN 56,050 33,250 22,800 0 0 0 56,050 33,250 22,800 Ballston Spa, NY 557,800 443,192 114,608 0 0 0 557,800 443,192 114,608 3M Tank 36, MN 419,600 189,657 229,943 0 0 0 419,600 189,657 229,943 Chattanooga, TN 266,461 152,219 114,242 0 0 0 266,461 152,219 114,242 Eagan, MN 697,058 448,072 248,986 0 0 0 697,058 448,072 248,986 Chaska, MN 662,600 438,568 224,032 0 0 0 662,600 438,568 224,032 Peshtigo, WI 602,867 374,269 228,598 0 0 0 602,867 374,269 228,598 Beaufort County, NC 96,000 64,952 31,048 0 0 0 96,000 64,952 31,048 Misc & small jobs 251,649 164,434 87,215 44,393 21,733 22,660 207,256 142,701 64,555 $11,546,969 $8,116,476 $3,430,493 $3,380,651 $2,308,432 $1,072,219 $8,166,318 $5,808,044 $2,358,274 See Independent Auditor's Report on Supplementary Information. 25 Classic Protective Coatings, Inc. Schedule of Contracts in Progress December 31, 2011 Construction Project Contract Totals Revenues Estimated Gross Profit From Inception to December 31, 2011 Revenues Costs of Gross Billed Earned Revenues Profit To Date Year Ended December 31, 2011 Under (Over) Revenues Costs of Gross Billings Earned Revenues Profit Norman, OK $447,300 $184,860 $373,471 $219,123 $154,348 $275,110 $98,361 $373,471 $219,123 $154,348 Plano, TX 957,125 382,850 593,735 356,241 237,494 594,175 (440) 593,735 356,241 237,494 Arlington, TX 780,100 312,040 80,295 48,177 32,118 0 80,295 80,295 48,177 32,118 Worcester, PA 675,700 202,710 10,580 7,406 3,174 0 10,580 10,580 7,406 3,174 $2,860,225 $1,082,460 $1,058,081 $630,947 $427,134 $869,285 $188,796 $1,058,081 $630,947 $427,134 Underbillings $189,236 Overbillings (440) $188,796 See Independent Auditor's Report on Supplementary Information. 26 1 IOwner /Contact Contact Info Chattanooga, TN Engineer Contact TIC, Inc. Kate Nartey 1101 Broad Street Chattanooga, TN 37402 Phone: 423- 755 -7603 FAX: 423 -267 -9384 Contract Price: $266,461.00 Mike Doolittle 7740 West New York St. Indianapolis, IN 46214 Phone: 317 -271 -3100 Start /Complete 10/10/11 -11 /30/11 Project Manager: John Newkirk Project Supervisor: Jorge Juarez Project Description Full rehab and paint Tank Size 200,000 gallon Standpipe Owner /Contact Contact Info 3M Cottage Grove, MN Full Containment Engineer Contact Mike Rodgers 10746 Innovation Dr. Cottage Grove, MN 55016 Phone: 651 - 458 -2293 FAX: 651- 458 -2551 Contract Price: $339,900.00 None Start /Complete 7/18/11 - 9/3/11 Project Manager: Brad Smith Project Supervisor: Efrain Valdelamar Project Description Full rehab and paint Tank Size 500,000 gallon Ground Storage Tank 3 Owner /Contact Ballston, NY Full Containment Lead Job Contact Info Joseph Whalen 323 Charlton Rd. Ballston, NY 12020 Phone: 518- 885 -7660 FAX: Contract Price: $697,058.00 Engineer Contact Edwin L. Vopelak Start /Complete 10/1/11 - 11/30/11 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Tank Size 500,000 gallon Multi- legged C.T. Male Associates 50 Century Hill Dr. Latham, NY 12110 PH: 518- 786 -7400 'Full rehab and paint, no interior 4 Owner /Contact Peshtigo, WI Full Containment Engineer Contact Robert E. Lee & Associates Contact Info George Cowell 331 French Street Peshtigo, WI 54157 Phone: 715 -582 -0545 FAX: Contract Price: $606,120.00 Dean Zanon 14664 Golden Pond Park Ct Hobart, WI 54155 Phone: 920 - 662 -9641 Start /Complete 7/12/11- 11/1/11 Project Manager: Brad Smith Project Supervisor: Efrain Valdelamar Project Description Full rehab and paint on both tanks 'Tank Size 200,000 gallon Multi- legged, and 250,000 gallon single ped 5 Owner /Contact Elk River, MN Full Containment Engineer Contact Bolton & Menk Contact Info Dave Berg 13069 Orono Parkway Elk River, MN 55330 Phone: 612- 845 -6190 FAX: 'Contract Price: $244,440.00 Steve Nelson 17533 Sunwood Dr. NW Ramsey, MN 55303 PH: 651-773-5111 Start /Complete 8/22/11-9/27/11 Project Manager: Brad Smith Project Supervisor: Jorge Juarez Project Description Minor repairs, full repaint Tank Size 1MG Hydropillar 6 Owner /Contact 1 Chaska, MN Full Containment Contact Info Dan Geiger 660 Victoria Drive Chaska, MN 55318 Phone: 612 -802 -4989 FAX: Start /Complete 6/28/11-8/15/11 Project Manager: Brad Smith Project Supervisor: Eulogio Valdelamar Tank Size 1.5MG Hydropillar Engineer Contact Bonestroo Contract Price: $662,600.00 Mark Roll's 2335 Highway 36 St. Paul, MN 55113 Ph: 651- 636 -4600 Project Description Full rehab and paint 7 Owner /Contact Eagan, MN Full Containment Engineer Contact KLM Engineering Contact Info Wayne Schwanz 3501 Coachman Point Eagan, MN 55122 Phone: 651- 675 -5200 FAX: Contract Price: $697,058.00 Kelly Mulhurn 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 8/18/11 - 10/30/11 Project Manager: Brad Smith Project Supervisor: Eulogio Valdelamar Project Description Full rehab and paint Tank Size 4MG Ground Storage Tank 8 Owner /Contact Village of Thomasboro, IL Full Containment Engineer Contact Foth Engineering Contact Info Jay Arnold 101 S. Main St. Thomasboro, IL 61878 Phone: 217 -202 -7928 FAX: Contract Price: $437,235.00 Start /Complete 6/1/11- 9/15/11 Project Manager: Brad Smith Project Supervisor: Javier Desantiago Greg Gustofson Project Description 1610 Broadmore Drive Full Rehab and Repaint Champaign, IL 61821 Phone: 217 -840 -8755 Tank Size 250,000 Gallon single Ped, Aeroator Tank, and 90,000 gallon Standpipe 91 Owner /Contact Sister Bay, WI No Containment Contact Info Robert Kufrin 2383 Maple Drive Sister Bay, WI 54234 Phone: 920- 854 -4118 Start /Complete 9/15/11-11/1/11 Project Manager: Brad Smith Project Supervisor: Jorge Juarez Tank Size 150,000 Gallon single Ped Engineer Contact Robert E. Lee & Associates FAX: Contract Price: $129,341.89 Dean Zanon 4664 Golden Pond Park Ct Hobart, WI 54155 Phone: 920 -662 -9641 Project Description Full repaint with no repair wort. 10 Owner /Contact Shoreview, MN Full Containment Engineer Contact KLM Engineering Contact Info Dan Curley 4600 Victoria St. N Shoreview, MN 55126 Phone: 651- 490 -4672 FAX: Contract Price: $673,666.00 Start /Complete 4/10/11- 6/15/11 Project Manager: Brad Smith Project Supervisor: Eulogio Valdelamar Kelly Mulhurn Project Description 3394 Lake Elmo Ave. N. Full rehab and paint Lake Elmo, MN 55042 PH: 651-773-5111 Tank Size 1.5 MG Hydropillar 11 Owner /Contact Crawfordsville, IN Indiana American Water Engineer Contact TIC, Inc. Contact Info Roy Francis 555 E County Line Rd. Suite 201 Greenwood, IN 46143 Phone: 317 -885 -2417 FAX: 317- 885 -2431 Contract Price: $385,000.00 Mike Doolittle 7740 West New York St. Indianapolis, IN 46214 Phone: 317 -271 -3100 Start /Complete 4/20/11- 5/25/11 Project Manager: Brad Smith Project Supervisor: Evencio Valdelamar Project Description 750,000 gallon Ground Storage Tank Tank Size 750,000 gallon Ground Storage Tank 12 Owner /Contact Franklin, IN Indiana American Water Full Containment Contact Info Travis Edington 555 E County Line Rd., Suite 201 Greenwood, IN 46143 Phone: 317-407-4080 Start /Complete 3/30/11-6/24/11 'Project Manager: Brad Smith Project Supervisor: Javier DeSantiago Tank Size 1 MG Ground Storage Tank Engineer Contact TIC, Inc. Contract Price: $596,600.00 Mike Doolittle 7740 West New York St. Indianapolis, IN 46214 Phone: 317 - 271 -3100 Project Description 1 MG Ground Storage Track and Reaction Tank 13 Owner /Contact Waseca, MN Full Containment Engineer Contact KLM Engineering, Inc. Contact Info Rod Meyer 508 S State Street Waseca, MN 56093 Phone: 507- 456 -1540 FAX: 507 -835 -7368 Contract Price: $398,075 Kelly Mulhurn 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651-773-5111 Start /Complete 5/1/11- 7/15/11 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description 500,000 gallon Elevated Storage Tank Tank Size 500,000 gallon Elevated Tank 14 1 Owner /Contact Lombard, IL Illinois American Water Lead Job Full Containment Engineer Contact TIC, Inc. Contact Info Dean Thorsen 300 Water Works Dr. Belleville, IL 62223 Phone: 630 - 816 -2372 Contract Price: $444,187 Start /Complete 3/13/11- 5/31/11 Project Manager: Brad Smith Project Supervisor: Jorge Juarez Mike Doolittle Project Description 7740 West New York St. 300,000 gallon Single Pedestal Indianapolis, IN 46214 Phone: 317- 271 -3100 Tank Size 300,000 gallon Single Pedestal 15 Owner /Contact City of Shoreview, MN Lead Job Full Containment Contact Info Dan Curley 4600 Victoria St. N Shoreview, MN 55126 Phone: 651- 490 -4672 FAX: 651- 490 -4662 Contract Price: $666,666.00 Start /Complete 4/25/11- 7/15/11 Project Manager: Brad Smith Project Supervisor: Eulogio Valdelamar Tank Size 1.5MG Hydropillar Engineer Contact Kelly Mulhurn KLM Engineering, Inc. 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651-773-5111 Project Description 1.5 MG Hydropillur 161 Owner /Contact Greensboro, NC Full Containment Engineer Contact S &ME Contact Info Melinda King 300 W. Washington St. Greensboro, NC 27402 Phone: 336 -412 -6314 Contract Price: $332,000.00 Tim Greene 3817 Old Battleground Road Greensboro, NC 27410 Phone: 336 -312 -2212 Start /Complete 1/18/11 - 3/23/11 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 1.5 MG Water Tank Tank Size 1.5 MG Water Tank 17 Owner /Contact Edmond, OK Lead Job Full Containment Engineer Contact TIC, Inc. Contact Info Steve Lawrence 10 South Littler Edmond, OK Phone: 405 -359 -4798 FAX: 405 -359 -4696 Contract Price: $471,115.00 Start /Complete 12/5/10 - 3/2/11 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar John Grauberger Project Description 7740 West New York St. 500,000 gallon Single Pedestal Indianapolis, IN 46214 Phone: 405- 840 -7094 Tank Size 500,000 gallon Single Pedestal 18 Owner /Contact Richardson, TX Lead Job Full Containment Engineer Contact TIC, Inc. Contact Info Joe Travers 411 W. Arapaho Rd., Suite 203 Richardson, TX 75080 Phone: 972- 744 -4225 Contract Price: $580,330.00 Start /Complete 11/29/10-2/26/2011 Project Manager: John Newkirk ,Project Supervisor: Efrain Valdelamar Ray Penny Project Description 7740 West New York St. 500,000 gallon Elevated Tank Tank Size 500,000 Gallon Elevated Tank Indianapolis, IN 46214 54234 19', Owner /Contact City of Tallahassee, FL Full Containment Engineer Contact Contact Info Jane Clark 300 South Adam St. Tallahassee, FL 32301 Phone: 850 -891 -1247 Contract Price: $371,115.00 Keith Starbuck 2602 Jackson Bluff Road Tallahassee, FL 32304 Phone: 850- 694 -8047 Start /Complete 12/8/10- 3/14/11 Project Manager: John Newkirk Project Supervisor: Javier DeSantiago Project Description 1 MG Hydropillar Tank Size 1 mg Hyrdopillar 20 Owner /Contact Homer Glen, IL Illinios American Water Partial Containment Engineer Contact 'TIC, Inc. Contact Info Andy Koester 300 Water Works Dr. Belleville, IL 62223 Phone: 630- 739 -8950 Contract Price:$194,670.00 Mike Doolittle 7740 West New York St. Indianapolis, IN 46214 Phone: 317- 271 -3100 Start /Complete 10/11/10- 11 /10 /10 Project Manager: John Newkirk Project Supervisor: Evencio Valdelamar Project Description 500,000 gallon single pedslul Tank Size 500,000 gallon single pedestal 21 Owner /Contact !City of Lino Lakes Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info Timothy I-Iuber 112 Administration Building 50 Sherburne Ave. St. Paul, MN 55155 Phone:651- 766 -9811 Contract Price:$366,400.00 Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651-773-5111 Start /Complete 9/2/10-10/12/10 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 100,000 gallon Elevated tank Tank Size 100,000 gallon Elevated tank 22 Owner /Contact Faribault, MN Full Containment Engineer Contact SE &H, Inc. Contact Info Roger Rooney 309 Administration Building 50 Sherburne Ave St. Paul, MN 55155 Phone:651- 201 -2388 Contract Price:$407,450.00 Bryon Jensen 3535 Vadnais Center Dr. St. Paul, MN 55110 Phone:320 -250 -0058 Start /Complete 8/19/10 -10/21 /10 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description 300,000 gallon Elevated Water Storage Tank Tank Size 300,000 gallon Elevated Water Storage Tank 23', Owner /Contact Albany, MN Engineer Contact KLM Engineering, Inc. Contact Info Joe Mergen PO Box 370 Albany, MN 56307 Phone:320- 845 -2388 FAX: Contract Price:$ 131,400.00 Kelly Mulhern 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 8/23/10-9/18/10 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description 250,000 gallon Elevated Water Storage Tank Tank Size 250,000 gallon Elevated Water Storage Tank 24 Owner /Contact Elizabeth City, NC Engineer Contact Homeland Contracting Contact Info Greg Bambini 625 Innovation Dr. Suite 104 Chesapeake, Virginia 23320 Phone: 757 -631 -6710 FAX: 757- 631 -6711 Contract Price:$212,400.00 Start /Complete 7/14/10 - 08/17/10 Project Manager: John Newkirk Project Supervisor: Javier DeSantiago Dean Halstead Project Description 625 innovation Drive Suite 104 300,000 gallon Single Pedestal Tank Chesapeake, VA 23322 Tank Size 300,000 gallon Single Pedestal Tank Phone: 757- 631 -6710 25 Owner/Contact Contact Info City of Springdale, AR Rick Pulverenti 526 Oak Avenue Springdale, AR 72765 Phone:479- 751 -5751 Contract Price:$1,948,056.60 Engineer Contact Bill Dixon Dixon Engineering 1 104 3rd Ave. Lake Odessa, MI 48849 Phone:616- 498 -2430 Start /Complete 11/1/10 - 1/18/11 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 10 mg ground storage tank Tank Size 10 mg ground storage tank 26 Owner /Contact City of Lakeland, MN Full Containment Engineer Contact ISE &H Inc. Contact Info Jim Gilles 690 Quinnell Ave. N Lakeland, MN 55043 Phone:651- 436 -8044 Contract Price:$229,800.00 John Parotti 3535 Vadnais Center Drive St. Paul, MN 55110 Phone:715.246.9906 Ext.13 Start/Complete 4/28/10 - 6/7/11 Project Manager: John Newkirk Project Supervisor: Jorge Jaurez Project Description 300,000 gallon standpipe Tank Size 300,000 gallon standpipe 27', Owner /Contact City of Champain, IL Illinois American Water Full Containment Engineer Contact TIC, Inc. Contact Info Dave Farrar 300 Water Works Dr. Belleville, IL 62223 Phone:217- 373 -3231 Contract Price:$308,450.00 Patrick Brown 7740 West New York Street Indianapolis, IN 46214 Ph: 317 -271 -3100 Start /Complete 4/27/10-6/5/10 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 1 mg steel standpipe ,Tank Size 1 mg standpipe 28 Owner /Contact City of Bolingbrook, IL Contact Info Andy Koester Start /Complete 4/27/10-6/5/10 Tank Size 728,500 gallon tank Illinois American Water Full Containment Engineer Contact TIC, Inc. .300 Water Works Dr. 'Belleville, IL 62223 Phone:630- 849 -5875 :Contract Price:$85,600.00 Patrick Brown 7740 West New York Street Indianapolis, IN 46214 Ph: 317 -271 -3100 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar ................... Project Description 728,500 gallon tank 29 Owner /Contact City of Elmhurst, IL Illinois American Water Full Containment Engineer Contact TIC, Inc. Contact Info Andy Koester 300 Water Works Dr. Belleville, IL 62223 Phone:630- 849 -5875 Contract Price:$284,558.00 Patrick Brown 7740 West New York Street Indianapolis, IN 46214 Ph: 317 -271 -3100 Start /Complete 4/27/10-6/5/10 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 200,000 gallon steel ground storage Tank Size 200,000 gallon steel ground storage 30 Owner /Contact City of Virginia Beach, VA Full Containment Engineer Contact Contact Info J.W. Brown 1040 Old Washington Rd. Vanceboro, NC 28586 Phone: 252 -244 -3600 FAX: 252 -244 -3605 Contract Price: $606,540.00 Start /Complete 4/6/2010- 7/3/10 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Greg Robinson Project Description 851 Seahawk Circle, Suite 106 250,000 Gallon Steel Elevated Water Storage Tank Virginia Beach, VA 23452 Phone:757- 435 -4189 Tank Size 250,000 gallon Elevated Water Storage Tank 31 Owner /Contact City of Greensboro, NC Contact Info Melinda King 300 W. Washington St. Start /Complete 2/4/2010 - 4/1/10 Tank Size 1.5 MG Elevated Tank Full Containment Engineer Contact S &ME Greensboro, NC 27402 Phone:336- 412 -6314 Contract Price:$277,288.00 Tim Green 3817 Old Battleground Road Greensboro, NC 27410 Phone: 336 -312 -2212 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description 1.5 MG elevated 32 Owner /Contact City of Galveston, TX Full Containment Engineer Contact Contact Info .Timmy Hamilton 823 Rosenberg Galveston, TX 77553 Phone:409 -789 -4303 Contract Price:$538,800.00 Start /Complete 2/28/10 - 6/19/10 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Carl McConnell Project Description 3100 W. Alabama 500,000 gallon Single Ped Houston, TX 77098 Phone: 713 -527 -6384 Tank Size 500,000 gallon Single Ped 33 Owner /Contact City of Allentown, PA Partial Containment Engineer Contact City Engineer Contact Info John Parsons 1300 Martin Luther King Dr. Allentown, PA 18102 Phone:610- 437 -7643 ext: 3011 Contract Price:$141,500.00 Tim Davis 1300 Martin Luther King Dr. Allentown, PA 18102 Phone: 856 - 761 -4444 Start /Complete 8/16/10 - 9/11/10 Project Manager: John Newkirk Project Supervisor: Guillermino Olvera Project Description 150,000 gallons elevated tank Tank Size 150,000 gallons elevated tank 34'Owner /Contact Contact Info 'City of Desloge, MO Greg Camp 300 North Lincoln Full Containment Desloge, MO 63601 Phone:573 -431 -3700 Contract Price:$386,950.00 Start /Complete 9/30/09 - 1 1/20/09 Project Manager: John Newkirk Project Supervisor: Guillermino Olvera Tank Size 200,000 Gallon Elevated tank Engineer Contact Kevin Wolff Metropolitan Engineering & 7301 Metropolitan Blvd. Surveying Barnhart, MO 63012 Phone:636- 464 -3860 Project Description 200,000 Gallon Elevated tank 35 Owner /Contact City of Monstrose, MIN Full Containment Engineer Contact Bolten & Mink Contact Info Sean Diercks 311 Buffalo Ave. South Montrose, MN 55363 Phone:763- 675 -3717 FAX: 763 -675 -3032 Contract Price:$368,740.00 Justin Kannas 2040 Highway 12 East Willmar, MN 56201 Phone:320 -231 -3956 Start /Complete 18/25/09 - 10/26/09 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 250,000 gallon spheroid tank Tank Size 250,000 gallon spheroid tank 36 Owner /Contact City of Bayport, MN Full Containment Engineer Contact KLM Engineering, Inc. Contact Info 1 Roger W. Rooney 309 Administration Building 50 Sherburne Ave St. Paul, MN 55155 Phone:651 -201 -2388 FAX: 651 -215 -6245 Contract Price:$490,000.00 Start /Complete 8/23/09 - 9/21/09 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Jack Kollmer Project Description 3394 Lake Elmo Ave. N. 330,000 gallon double Ellipsoidal Lake Elmo, MN 55042 PH: 651- 773 - 5111 Tank Size 330,000 gallon double Ellipsoidal 37 Owner/Contact City of Greensboro, NC (09) Full Containment Contact Info Melinda King 300 W. Washington St. 1 Greensboro, NC 27402 Phone:336 -412 -6314 Contract Price:$195,300.00 Start /Complete 8/5/09 - 9/3/09 ,Project Manager: John Newkirk j Project Supervisor: Antonio Ramirez Tank Size 2 mg Water tank Engineer Contact S &ME Tim Greene 3817 Old Battleground Road Greensboro, NC 27410 Phone: 336 - 312 -2212 Project Description 2 MG Groometown Road Water Tank 38 Owner /Contact City of Woodbury, MN Full Containment Engineer Contact Bonestroo Contact Info Jack Walters 2301 Tower Dr. Woodbury, MN 55125 Phone:651- 755 -0669 FAX: 651- 714 -3721 Contract Price:$ 391,035.30 Mark Wallis 2335 Highway 36 West St. Paul, MN 55113 Phone:651- 604 -4842 Start /Complete 7/20/10 - 10/30/10 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 500,000- gallon Elevated water Storage tank Tank Size 500,000- gallon Elevated water Storage tank 39 I Owner /Contact City of Montgomery, AL Full Containment Engineer Contact CH2M Hill Contact Info Keith Yarbosough 22 Bibb St. Montgomery, Al 36104 Phone: 334 - 206 -1600 Contract Price:$1,729,500.00 Start /Complete 6/16/09 - 10/5/09 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Chris Griffin Project Description 4121 Carmichael Rd., Suite 400 1 MG Radial beam Elevated Tank Montgomery, AL 36106 Phone:334- 271 -1445 Tank Size 1 MG Radial beam Elevated Tank 401 Owner /Contact City of Boonville, IN lead job Full Containment Contact Info. Nancy Shull 135 South 2nd St. Boonville, IN 47601 Phone: 812- 897 -1230 Contract Price:$387,00.00 Engineer Contact Brian Bullock Start /Complete 6/30/09 - 8/18/09 Project Manager: John Newkirk Project Supervisor: Guillermino Olvera Project Description Tank Size 500,000 gallon Elevated Tank Midwestern Engineers, Inc. 802 West Broadway St. Loogootee, IN 47553 Phone:812- 295 -2800 500,000 gallon elevated 41 Owner/Contact City of Ripon, WI lead Job Full Containment Engineer Contact AECOM 421 Owner /Contact City of Minnetonka, MN Full Containment Engineer Contact S EH Design 43 ! Owner /Contact City of Plano Full Containment Contact Info. Travis J Drake 570 Aspen St. Ripon, WI 54971 Phone: 920 -748 -4909 fax: 920- 748 -4922 Email: tdrake(c�cityofripon.com Contract Price: $393,935.00 Start /Complete 6/11/09 - 8/19/09 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Jeffrey s. Galbraith Project Description 200 Indiana Ave 300,000 - gallon Elevated Stevens Point, WI 54481 Phone: 715 -342 -3006 Contact Info. Brian Wagstrom , 14600 Minnetonka Blvd. ,Minnetonka, MN 55345 Phone: (952)988 -8400 Contract Price: $648,300.00 Steve Campbell 3535 Vadnais Center Dr. St. Paul, MN 55110 Phone: (651)490 -2067 Contact Info. Mr. Husain Hamza 1520 K Ave. Suite 370 Start /Complete 3/24/09 - 6/1/09 Tank Size 300,000 gallon Elevated Tank Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Tank Size 11.5 mg Fluted Column Project Description 1.5 MG Fluted Column Start /Complete 11/4/10 - 6/1/10 Plano, TX 75074 Project Manager: John Newkirk PH: 972 - 941 -7152 Project Supervisor: Eulogio Valdelamar FAX: 972- 941 -7397 Contract Price: $596,750.00 Engineer Contact Mr. John Birlchoff Birkhoff Henderricks & Conway 1 1910 Greenville Avenue # 600 Project Description I MG Water Tank Tank Size 1 MG Water Tank Dallas, TX 75243 PH: 214 -361 -7900 44 Owner /Contact City of Plano, TX Contact info. Mr. Husain Hamza 1520 K Ave. Suite 3.70 Plano, TX 75074 PH: 972- 941 -7152 FAX: 972-941-7397 Contract Price: $291,100.00 Engineer Contact Mr. John Birkhoff Birkhoff Henderricks & Conway 11910 Greenville Avenue # 600 Dallas, TX 75243 PH: 214- 361 -7900 Start /Complete 11/15/09-12/31/2009 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description l MG Elevated Water Tank Tank Size 1.5 MG EWT - Coit Tank 45 L Owner /Contact City of Owatonna, MN Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Myron Volker 208 South Walnut Owatonna, MN 55060 PH: 507- 451 -2480 FAX: 507- 451 -0513 Contract Price: $397,700.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 3/24/09- 5/16/09 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description 750,000 gallon Sphere Tank Size 750,000 Gallon Sphere 46 Owner /Contact City of Southampton, NY No Engineer Contact Contact Info. Mr. Kevin Riley PO Box 38 Oakdale, NY 11769 Ph: 631 -218 -1164 Contract Price: $1,206,729.00 None Start /Complete 2/01/09-5/31/09 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description IMG Water Tank Tank Size 1.0 MG Gallon Water Tank 47! Owner /Contact Contact Info. Start /Complete Tank Size City of Shorewood, MN Engineer Contact KLM Engineering, Inc. Mr. Larry Brown 5755 Country Club Rd Shorewood, MN 55042 Ph: 651-773-5111 Contract Price: $382,951.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -51 11 09/30/08- 11/01/08 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description 400,000 gallon Sphere Tank 400,000 Gallon Sphere 481 Owner /Contact City of Owatonna, MN Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Myron Volker 208 South Walnut Start /Complete 8/24/08- 9/30/08 Owatonna, MN 55060 Project Manager: John Newkirk PH: 507 -451 -2480 Project Supervisor: Eulogio Valdelamar FAX: 507 - 451 -0513 Contract Price: $397,700.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Project Description 500, 000 gallon Water Tank Tank Size 500,000 Gallon Water tank 49 Owner /Contact City of Fridley, MN Lead Job Full Containment Engineer Contact Bonestroo, Inc. Contact Info. Mr. Kory Jorgensen 6431 University Ave NE Fridley, MN 55432 Ph: 763 -572 -3546 Contract price $883,1 50.00 Start /Complete 8/05/08 - 11/15/2008 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Mr Mark Rolfs Project Description 2335 Highway 36 11.5A1G Hydropillar St. Paul, MN 55113 Ph: 651-636-4600 Tank Size 1.5 MG Hydropiller 50 Owner /Contact City of West Allis, WI Lead Job Full Containment Contact Info. Chris St. Claire 6300 West McGeoch Ave. West Allis, WI 53219 Start /Complete 6/10/08-09/15/08 Project Manager: John Newkirk Tank Size 1.5 MG Elevated Water Tank Engineer Contact SEH Engineering, Inc. Ph: 414-302-8378 Contract Price: 625,000.00 Joseph T. Hoben 425 West Water St. Suite 300 Appleton, WI 54911 -6058 Ph: 920- 380 - 2800 Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation ofan existing Water tank 51 Owner /Contact Milwaukee County, WI Non -lead job Full Containment Contact Info. Mr. Dave Gulgowski 2711 W Wells Street Milwaukee, WI 53208 PH: 414- 278 -4942 FAX: 414- 223 -1366 Contract Price: $690,933.00 Engineer Contact Mr. Tom Van Gernert Dixon Engineering, Inc. 9415 W Forrst Home Suite 208 Hales Corner, WI 53130 PH: 414 -529 -1859 Start /Complete 3/24/09- 5/30/2009 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Project Description Complete Rehabilitation ofan Existing Water tank Tank Size 500,000 Gallon EWT - West Tank 52' Owner /Contact Milwaukee County, WI Non -lead job Full Containment Engineer Contact Dixon Engineering, Inc. Contact Info. Mr. Dave Gulgowski 2711 W Wells Street Milwaukee, WI 53208 PH: 414- 278 -4942 FAX: 414- 223 -1366 Contract Price: $470,978.00 Mr. Tom Van Gemert 9415 W Forrst Home Suite 20.8 Hales Corner, WI 53130 PH: 414 -529 -1859 Start /Complete 4/14/2008 - 6/15/2008 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Project Description Complete Rehabilitation ofan Existing Water tank Tank Size 1 MG Gallon Sphere East Tank 53 Owner /Contact Mahtomedi, MN Full Containment Contact Info. Mr. Frank Gaillard 600 Stillwater Road Mahtomedi, MN 55115 Start /Complete 4/07/08- 6/14/08 Project Manager: John Newkirk Tank Size 2 MG Elevated Water Tank Engineer Contact WSB Engineering Ph: 651- 426 -3344 Contract Price $372,768.00 Jamie Wale rstdt 701 Xenia Minneapolis, MN 55416 Ph: 763-287-8527 Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an existing Water tank 541 Owner /Contact City of Aitkin, MN Lead Job Full Containment Engineer Contact TKDA, Inc. Contact Info. Mr. Chuck Tibbets 120 1st street NW Aitkin MN 56431 Ph: 218- 927 -3222 Contract price $309,067.00 Adam Martinson 444 Cedar Street St. Paul, MN 55101 Ph: 651 -292 -4400 Start /Complete 3/17/08-6/14/08 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar 1 Project Description Complete Rehabilitation of an existing Water tank Tank Size 300,000 gallon Elevated Water tank 55 Owner /Contact City of Enid, OK Lead Job Full Containment Engineer Contact Envirotech, Inc. Contact Info. hldu Appan PO Box 1768 Enid, OK 73702 Ph: 580-234-2090 1 Contract Price $530,449.00 Ron Erdman 2500 North Eleventh Street Enid OK 73701 Ph: 580 -234 -8780 Start /Complete '2/21/08-4/19/08 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 750,000 Gallon Sphere 56 Owner /Contact City of San Antonio, TX Job Full Containment Contact Info. SAWS Joe Isbell 2800 US Hwy 281 North San Antonio, TX 78212 210 -233 -3613 Contract Price $1,391,794.00 Start /Complete 12/1/07-5/01/08 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Tank Size 1.5 MG Elevated Water Tank Engineer Contact Charles Kucherka Freese and Nichols, Inc. 4040 Broadway San Antonio, TX 78209 Ph: 210 -233 -3498 Project Description Complete Rehabilitation of an Existing Water Tank 57:Owner/Contact Contact Info. City of Rowlett, TX Bobby Jacobs Chromium Job 4310 Industrial St Full Containment Engineer Contact Cheatham & Associates Rowlett, TX 75088 942 -412 -6287 Contract Price: $2860,746.00 Derek Cheatham 2233 Ave J Suite 107 Arlington, TX 76006 Ph: 817 -548 -0696 Start /Complete 10/01/07-4/15/08 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tanlc Tank Size 1MG Elevated Hwy 66 .75MG Elevated Martha Lane 58 Owner /Contact City of North St. Paul, MN Lead Job Full Containment Contact Info. Mark Bartholomew 2303 First St. North St. Paul, MN 55109 PH: 651:747 -2446 Contract Price: $220,981.00 Engineer Contact KLM Engineering, Inc. Mr. Jack Kolimer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 8/10/07 - 10/10/07 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank Tank Size .3 MG Elevated Water Tank 59 I Owner/Contact City of Syracuse, NY Lead Job Full Containment Engineer Contact Contact Info. Nick Kochan 200 Northern Concourse Syracuse, NY 13211 Ph: 315- 455 -7061 ext: 3130 Contract Price:$725,959.00 Mr. Patrick Brown Start /Complete 8/31/07-12/31/07 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Tank Size 1 500,000 Gallon Elevated Water tank 1 500,000 Gallon Ground Storage Tank TIC, Inc. Tank Industry Consultants, Inc. 7740 West New York Street Indianapolis, IN 46214 Ph: 317-271-3100 Conzplete Rehabilitation of an Existing Water Tanks 60 Owner /Contact City of West Allis, WI Lead Job Full Containment Engineer Contact SEH Engineering, Inc. Contact Info. 'Chris St. Claire 6300 West McGeoch Ave. West Allis, WI 53219 Ph: 414- 302 -8378 Contract Price: 921,900.00 Start /Complete 4/04/07-9/15/07 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Joseph T. Hoben Project Description 425 West Water St. Suite 300 Complete Rehabilitation ofan Existing Water Tank Appleton, WI 54911 -6058 Ph: 920 -380 -2800 Tank Size 1.5MG Spheroid Water Storage Tank 61 Owner /Contact City of Norman, OK Lead Full Containment Engineer Contact EST, Inc. Contact Info. Chris Mattingly PO Box 370 ',Norman, OK 73070 Ph: 405-321-2182 , Contract Price: $612,797.00 Dan Howie 3201 S Berry Rd Norman, OK 73072 Ph: 405 -307 -8378 Start /Complete 5/01 /07- 2/15/08 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description !Complete Rehabilitation of an Existing Water Tank Tank Size 1.5 MG Water Storage Tank 62I Owner /Contact City of Jamestown, ND Engineer Contact Contact Info. Jeff Fuchs 102 3rd Ave SE Jamestown, ND 58401 Project Manager: John Newkirk Start /Complete 5/03/07-8/11/07 Ph: 701- 252 -5900 Project Supervisor: Efrain Valdelamar Contract Price:$520,753.00 Richard M. Mogck Project Description 1903 12th Ave SW Complete Rehabilitation ofan Existing Water Tank Jamestown, ND 58402 -2035 Tank Size 500,000 Gallon Elevated Tank Phone: 701- 252 -0234 63 Owner /Contact City of Osseo, WI Engineer Contact Ayres Associates, Inc. Contact Info. Jim Deich 13712 8th ST Osseo, WI 54758 Ph: 715 -597 -2207 Contract Price: $252,075.00 Lisa A Fleming, PE 3433 Oakwood Hills Parkway Eau Claire, WI 54701 Ph: 800 -666 -3103 Start /Complete 3/19/07- 6/11/07 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 750,000 Gallon Sphere 64 Owner /Contact City of Bloomington, MN Full Containment Engineer Contact KIM Engineering, Inc. Contact Info. Gregg Randahl 1700 W 98th st. Bloomington, MN 55431 -2501 Ph: 952 -563 -4909 Contract Price: $438,630.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651 - 773 -51.11 Start /Complete 4/03/07-5/21/07 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Rehabilitation of cm existing Water tank Tank Size 1.5 MG Hydropillar 65 Owner /Contact City of Hobbs, NM Engineer Contact TIC, Inc. Contact Info. Charles Rothwell 300 N. Turner Hobbs, NM 88240 PH: 505- 397 -9315 Contract Price: $1,591,700.00 Mr. Patrick Brown Tank Industry Consultants, Inc. 7740 West New York Street Indianapolis, IN 46214 Start /Complete 11/20/06-2/20/08 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tanks Tank Size 500,000 Gallon Elevated Tank HIAP 500,000 Gallon Elevated tank Harden Tower 1MG Gallon Elevated tank Arriba Tower Ph: 317- 271 -3100 66' Owner /Contact City of Victoria, TX 1 Full containment i Engineer Contact (TIC, Inc. Contact Info. Mr. Lynn Short 1201 E. Pine St. Victoria, TX 77902 Ph: 361 -550 -2489 Contract Price: $440,613.00 Start /Complete 10/1.5/062/15/07 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Mike Doolittle Project Description 7740 West New York St. Complete Rehabilitation of an Existing Water Tank Indianapolis, IN 46214 Phone: 317 -271 -3100 Tank Size 500,000 Elevated Water Tank 67 Owner /Contact City of Canton, GA Full containment Engineer Contact PBS &J Contact Info. Don Hamantree 391 West Main St. Canton, GA 30114 'PH:770- 4.79 -1813 Contract Price: $447,829.00 Start /Complete 10/15/06 - 1/15/07 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar ,John Sims Project Description 1800 Parway Place suite1200 !Complete Rehabilitation ofan Existing Water Tank Marietta, GA 30067 PH:770- 422 -1902 Tank Size IMG Elevated Water Tank 68', Owner /Contact City of Bastrop, LA Non -Lead Job No Containment Engineer Contact TIC, Inc. Contact Info. Sherlock S. Gillet Jr. 217 North Liberty St. Bastrop, LA 71221 -0070 PH: 318 -281 -2160 Contract Price: $280,352.00 Mr. Mike Doolittle 7740 West New York St Indianapolis, IN 46214 Ph: 314-271-3100 Start /Complete 07/01/06-08/01/06 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Project Description Rehabilitation ofan existing Water tank Tank Size 600,000 gallon Elevated Tank 69 Owner /Contact City of Bloomer, WI Contact Info. Mike Meindel Start /Complete 08/15/06-09/22/06 Tank Size 2.50,000 Gallon Elevated Tank Containment Engineer Contact SEH, Engineering, Inc. 1503 Main St Bloomer, WI 54724 Ph: 715 -568 -2424 Contract Price: $272,150.00 ,Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Mr. Randy Sanford Project Description 421 Frenette Drive Complete Rehabilitation ()fan Existing Water Tan /c Chippewa Falls, WI 54729 -3374 Ph: 715-720-6200 70 Owner /Contact City of St. Paul, MN Containment Engineer Contact KLM Engineering, Inc. Contact Info. Issac Afwerke 15 West Kellog Blvd St. Paul, MN 55102 Ph: 651 -266 -6267 Contract Price: $679,083.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 06/16/06-10/12/06 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation ()fan Existing Water Tank Tank Size 2 MG Standpipe 71 Owner /Contact City of Fairmont, MN Lead Job Full Containment Engineer Contact Bolten & Menk, Inc. Contact Info. Butch Hybbert 100 Downtown Plaza Fairmont, MN 56031 Ph: 507-235-6789 Contract Price: 472,520.00 Kevin Bittner 219 North Main Fairmont, MN 56031 Start /Complete 06/06/06- 07/29/06 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 500,000 Elevated Tank 72 L Owner /Contact Whiteman AFB Non -Lead Job No Containment Contact Info. Bobbie Barker P.O. Box 5045 Whiteman AFB, MO 65305 Ph: 660-563-5134 Contract Price: 229,583.00 Start /Complete 04/25/06 - 6/10/06 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Tank Size 750,000 Gallon Elevated Tank No Engineer Contact None Project Description Rehabilitation of an Existing Water Tank 73'! Owner /Contact City of Edmond Ok Lead Job Full Containment Contact Info. Stephan Lawrence 10 South Littler Edmond, OK 73083 Ph: 405- 359 -4798 Contract Price: $298,688.00 - Engineer Contact Keith Duncan Smith Roberts Baldischwiler ' 100 N.E. 5th Street Oklahoma City, OK 73104 Ph: 405-840-7094 Start /Complete 09/15/05- 03/15/06 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank 'Tank Size 1 MG Elevated Tank 741 Owner /Contact City of Temple, TX Lead Job Full Containment Engineer Contact KPA Engineering, Inc. Contact Info. Mr. Anthony Daniels 2 North Main Temple, TX 76501 Ph: 254- 298 -5621 Contract Price: $425,620.00 Start /Complete 12/9/04- 03/12/05 Project Manager: John Newkirk ,Project Supervisor: Eulogio Valdelamar Ms. Ginger Tolbert Project Description One South Main Complete Rehabilitation of an Existing Water Tank Temple, TX 76501 PH: 254- 773 -3731 Tank Size 1 MG Elevated Tank 75 'Owner/Contact City of Faribault, MN No Containment Engineer Contact SEH, Engineering, Inc. Contact Info. Dennis DuChene 208 NW 1st Avenue Faribault, MN 55021 PH: 507.333.0368 Contract Price: $84,900.00 Mr. Dan Zienty 3535 Vadnais Center Drive St. Paul, MN 55110 1612- 280 -3450 Start /Complete 9/01/05-10/15/05 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar ;Project Description Rehabilitation of an Existing Water Tank Tank Size 1 MG Ground Storage Tank 76''Owner /Contact Contact info. Start /Complete Tank Size City of Excelsior, MN No Containment Engineer Contact KLM Engineering, Inc. Mr. Dave Wisdorf 339 Third Street Excelsior, MN 55331 Ph: 952-474-3464 Fax: 952-474-0039 Contract Price: 54,080.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 10/12/05-11/12/05 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Rehabilitation ofan Existing Water Tani; 250,000 Gallon Elevated Tank 77 Owner /Contact City of Owatonna, MN Non Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Myron Volker 208 South Walnut Owatonna. MN 55060 PH: 507 - 451 -2480 FAX: 507- 451 -0513 Contract Price: $397,700.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 08/15/05- 10/15/05 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation ofan Existing Water Tank Tank Size 750,000 Gal Elevated Tank 78 Owner /Contact City of Austin, MN Non Lead Job No Containment Engineer Contact SEH, Engineering, Inc. Contact Info. Mr. Pat Lunn 400 4th Street NE Austin, MN 55912 PH: 507- 434 -4453 Fax: 507- 433 -5045 Contract Price: 349,963.00 Start /Complete 08/15/05-10/15/05 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Mr. Dan Zienty Project Description 3535 Vadnais Center Drive Complete Rehabilitation ofan Existing Water Tank St. Paul, MN 55110 612 -280 -3450 Tank Size 2.5 MG Ground Storage Tank 79', Owner /Contact City of Appleton, WI Contact Info. Mr. Tom Roth Start /Complete 07/14/05-08/18/05 Tank Size 300,000 Gallon Elevated Tank Non Lead Job Containment Engineer Contact: McMahon Associates, Inc. 2281 Manitowoc Road Menasha, WI 54911 PH: 920 -832 -6443 Fax: 920-832-5823 Price: $107,375.00 Mr. Jeff Kellner 1445 McMahon Drive Neenah, WI 54956 PH: 920 - 751 -4200 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Rehabilitation of an Existing Water Tank 80 Owner /Contact City of Orono, MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Greg Gappa P.O. Box 66 Crystal Bay, MN 55323 PH: 952 -249 -4621 Fax: 952 -249 -4616 Contract Price: 209,731.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651-773-5111 Start /Complete 06/14/05-08/01/05 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Tank Size 250,000 Elevated Tank Project Description Complete Rehabilitation ofan Existing Water Tank 81 Owner /Contact Contact Info. City of Savage, MN Mr. Terry Thene Non Lead Job 13770 Dakota Ave Full Containment Savage, MN 55378 PH:952 -224 -3442 Fax:952 -224 -3430 Contract Price: 523,163.00 Engineer Contact KLM Engineering, Inc. Start /Complete 04/15/05-06/15/05 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Mr. Jack Kolimer Project Description 3394 Lake Elmo Ave. N. , Complete Rehabilitation ofan Existing Water Tank Lake Elmo, MN 55042 PH: 651-773-5111 Tank Size 1 MG Hydropillar 82 Owner /Contact City of Sauk Rapids, MN Lead Job Contact Info. Mr. Roger Schotl 360 Summit Ave North Start /Complete 05/01/05- 06/15/05 Tank Size 750,000 Ground Storage Tank Full Containment Engineer Contact SEH, Engineering, Inc. Sauk Rapids, MN 56379 PH: 320- 258 - 5320 Fax: 320-253-8432 Contract Price: $234,510.00 Mr. Dan Zienty 3535 Vadnais Center Drive St. Paul, MN 55110 612- 280 -3450 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank 831 Owner /Contact Village of Allouez, WI Non Lead Job Full Containment Engineer Contact: McMahon Associates, Inc. Contact Info. Mr. Thomas Meier 1900 Libal Street Green Bay, WI 54301 PH: 920- 448 -2800 Fax: 920- 448 -2850 Contract Price: $284305.00 Mr. Jeff Kellner 1445 McMahon Drive Neenah, WI 54956 PH: 920 - 751 -4200 Start /Complete 06/14/05- 08/04/05 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 1,000,000 Ground Storage Tank 84 Owner /Contact City of George West, TX Lead Job Full Containment Engineer Contact Water & Wastewater Facility Design Contact Info. Mr. Benjamin Tanguma 406 Nueces Street George West, TX 78022 PH: 361- 449 -1556 FAX: 361- 449 -3030 Contract Price: $192,370.00 Start /Complete 01/04/05-02/19/05 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Mr. Jerry Woodward Project Description 14906 Rockledge Cypress, TX 77429 PH: 281- 304 -8613 Complete Rehabilitation of an Existing Water Tank Tank Size 428,000 Ground Storage Tank 851 Owner /Contact City of Temple, TX Contact Info. Mr. Anthony Daniels Start /Complete 12/9/04-03/12/05 Tank Size 500,000 Elevated Tank Lead Job Full Containment Engineer Contact KPA Engineering, Inc. 2 North Main Temple, TX 76501 Ph: 254-298-5621 Contract Price: $241,980.00 Project Manager: John Newkirk Project Supervisor: EuVogio Valdelamar Ms. Ginger Tolbert One South Main Project Description Temple, TX 76501 Complete Rehabilitation of an Existing Water Tank PH: 254- 773 -3731 86 Owner /Contact City of Minnetonka, MN Lead Job Full Containment Engineer Contact TKDA Engineering, Inc. Contact Info. Mr. Brian Wagstrom 11522 Minnetonka BLVD Minnetonka, MN 55305 PH: 952- 988 -8400 FAX: 952 -988 -8406 Contract Price: $186,735.00 Mr. Vern Jacobsen 444 Cedar Street St. Paul, MN 55101 -2140 PH: 651- 292 -4400 Start /Complete 10/15/05-0421/05 Project Manager: John Newkirk Project Supervisor: EuVogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank This project also involved the raising of the tank a total of seven feet. Tank Size 500,000 Elevated Tank 87 Owner /Contact City of Shakopee, MN Non Lead Job Containment Engineer Contact Schoel & Madson, Inc. Contact Info. Mr. John Crooks 255 Sarazin Street Shakopee, MN 55379 PH: 952 -233 -1511 FAX: 952- 445 -7767 Contract Price: $198,565.00 Mr. Ken Adolf 10580 Wayzata Blvd Minneapolis, MN 55305 -1525 PH: 952 -546 -7601 Start /Complete 09/12/04-10/21/04 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 250,000 Elevated Tank 88 Owner /Contact City of Winston Salem N.C. Contact Info. Mr. Scott Angell Start /Complete 02/15/04-04/25/05 Tank Size (Tank 1) 300,000 Elevated Tank Lead Job Full Containment Engineer Contact AEC Engineering, Inc. P.O. Box 2511 Winston - Salem, N.C. 27102 PH: 336- 727 -8418 FAX: 336 -727 -8432 Contract Price: $490,000.00 Mr. Tom Fink 5540 Falmouth Street Richmond, VA 23230 PH: 804-282-3811 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank (Tank 2) 300,000 Elevated Tank 891 Owner/Contact 1City of Waseca, MN Non Lead Job Full Containment Engineer Contact onestroo & Associates, Inc. Contact Info. Mr. Carl Sonnenberg 508 South State Street Waseca, MN 56093 PH: 507- 835 -9713 FAX: 507- 835 -8871 Contract Price: $314,290.00 Start /Complete 05/18/04- 07/10/04 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Mr. John Hemming Project Description 2335 West Hwy 36 Complete Rehabilitation of an Existing Water Tank St. Paul, MN 55113 PH: 651 -604 -4797 Tank Size 500,000 Elevated Tank 90 Owner /Contact City of Waconia, MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Drew Anderson 109 S Elm Street Waconia, MN 55387 PH: 952- 442 -4459 FAX: 952442 4963 Contract Price: $314,290.00 Mr. Jack Kollmer .3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 P1-1: 651- 773 -5111 Start /Complete 08/01/03-09/15/03 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Tank Size 75,000 Elevated Tank Project Description Complete Rehabilitation of an Existing Water Tank 91 Owner /Contact Contact Info. Start /Complete Tank Size City of Appleton , WI Non Lead Job Engineer Contact McMahon Associates, Inc. Mr. Steve Stroess 100 N Appleton Street Appleton, WI 54911 PH: 920- 751 -4200 FAX: 920- 751 -4284 Contract Price: $154,505.00 07/23/05- 09/23/05 Project Manager: John Newkirk Project Supervisor: Antonio Ramirez Mr. Jeff Kellner 'Project Description 1445 McMahon Drive Rehabilitation of an Existing Water Tank Neenah, WI 54956 PH: 920 - 751 -4200 2,000,000 Ground Storage Tank 92 Owner /Contact City of Coon Rapids,MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Steve Gatlin 11155 Robinson Drive Coon Rapids, MN 55433 PH: 763 -767 -6458 FAX: 763- 767 -6573 Contract Price: $1,006,300.00 Start /Complete 08/05/04-10/21/04 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Mr. Jack Kollrner Project Description 3394 Lake Elmo Ave. N. Complete Rehabilitation ofan Existing Water Tank Lake Elmo, MN 55042 PH: 651 -773 -5111 Tank Size 1,000,000 Elevated Tank 93 ! Owner /Contact City of Alexandria, MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Scott Dietz 316 Filimore Street Alexandria, MN 56308 PH: 320- 763 -6501 FAX: 320-762-1411 Contract Price: $271,620.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. 'Lake Elmo, MN 55042 PH: 651-773-5111 Start /Complete 06/01/04-07/19/04 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation ofan Existing Water Tank Tank Size 750,000 Elevated Tank 94' Owner /Contact Contact Info. Start /Complete Tank Size City of Owatonna, MN Non Lead Job Containment Engineer Contact KLM Engineering, Inc. Mr. Myron Volker 208 South Walnut Owatonna, MN 55060 PH: 507 - 451 -2480 FAX: 507- 451 -0513 Contract Price: $236,735.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 03/29/04- 05/29/04 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank 1,000,000 Ground StorageTank 95 Owner /Contact City of Rosemount, MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Info. Mr. Rick Cook 2875 145th Street Rosemount, MN 55068 -4997 PI -1: 612- 322 - 2042 FAX: 651- 322 -2049 Contract Price: $290,405.00 Mr. Jack Kollmer 3394 Lake Elmo Ave. N. Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 04/05/04- 05/22/04 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation ofan Existing Water Tank Tank Size 500,000 Gallon Elevated Tank 96 Owner /Contact City of Pensacola, FL Non Lead Job Full Containment Engineer Contact TIC, Inc. Contact Info. Mr. Tom Dawson 9255 Sturdevant Street Pensacola, FL 32514 PH: 850- 476 -5110 FAX: 850 -494 -7346 Contract Price: $439,120.00 Start /Complete 11/03/03-02/14/04 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Mr. Mike Doolittle Project Description 7740 West New York Street Complete Rehabilitation ofan Existing Water Tank Indianapolis, IN 46214 PH: 630 -226 -0745 Tank Size 1,000,000 Elevated Tank 97 Owner /Contact Contact Info. Start /Complete Tank Size City of San Antonio, TX Non Lead Job Containment 'Engineer Contact Tetra Tech, Inc. Mr. Rudy Garcia 1222 N Main San Antonio, TX 78212 PH: 210- 704 -1723 FAX: 210- 704 -7043 Contract Price: $280,480.00 Mr. John Palmore 501 Soledad San Antonio, TX 78205 PH: 210 -226 -2922 11/03/04-02/28/04 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank (Tank 1) 500,000 Ground Storage Tank (Tank 2) 33,000 Ground Storage Tank 98 Owner /Contact City of Anoka, MN Lead Job Full Containment Engineer Contact SEH, Engineering, Inc. Contact Info. Mr. Craig Gray 2015 First Ave North Anoka, MN 55303 PH: 763- 576 -2700 FAX: 763 -576 -2909 Contract Price: $224,100.00 Mr. Dan Zienty 3535 Vadnais Center Drive St. Paul, MN 55110 !612- 280 -3450 Start /Complete 06/02/03- 08/02/03 'Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description ,Complete Rehabilitation of an Existing Water Tank Tank Size 400,000 Elevated Tank 99' Owner /Contact City of Apple Valley, MN 'Non Lead Job Engineer Contact Bonestroo & Associates, Inc. Contact Info. 'Mrs.Carol Blummel 14200 Cedar Ave ',Apple Valley, MN 55124 PH: 952- 432 -3136 FAX: 952- 953 -2515 'Contract Price: $280,019.00 Mr. Mark Rolfs '2335 West Hwy 36 St. Paul, MN 55113 PH: 651- 636 -4600 Start /Complete 106/02/03- 08/02/03 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Project Description Rehabilitation of an Existing Water Tan/c Tank Size 2,000,000 Ground Storage Tank 1001 Owner /Contact City of Cottage Grove, MN Lead Job (Full Containment Engineer Contact Bonestroo & Associates, Inc. Contact Info. Mr. Les Burshten 8635 West Point Douglas Cottage Grove, MN 55016 PH: 651- 458 -2810 FAX: 651- 458 -6080 Contract Price: 624,015.00 Mr. Mark Rolfs 2335 West Hwy 36 St. Paul, MN 55113 PH: 651-636-4600 Start /Complete 06/01 /03- 09/30/03 'Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Rehabilitation of an Existing Water Tank Tank Size '1,500,000 Elevated Tank 101 Owner /Contact City of Shakopee, MN Non Lead Job Engineer Contact Schoel & Madson, Inc. Contact Info. Mr. John Crooks 255 Sarazin Street Shakopee, MN 55379 PH: 952 -445 -1988 FAX: 952- 445 -7767 Contract Price: $354,517.00 Start /Complete 06/02/03- 08/02/03 Project Manager: John Newkirk Project Supervisor: Efrain Valdelamar Mr. Ken Adolf Project Description 10580 Wayzata Blvd Complete Rehabilitation of an Existing Water Tank Minneapolis, MN 55305 -1525 PH: 952- 546 - 7601 Tank Size 2,000,000 Ground Storage Tank 102 Owner /Contact Le Sueur, MN Lead Job Full Containment Engineer Contact Bolton & Menk, Inc. Contact Info. Mr.Brian Skok 203 South Second Street Le Sueur, MN 56058 PH: 507- 665 -2828 Contract Price: $250,174.55 Mr. Herman Dharmarajah 1960 Premeir Drive Mankato, MN 56001 PH: 507- 625 -4171 Start /Complete 09/08/03 - 10/25/03 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Rehabilitation of an Existing Water Tank Tank Size 500,000 Elevated Tank 103 Owner /Contact 1City of Prior Lake, MN Lead Job Full Containment Engineer Contact KLM Engineering, Inc. Contact Inffo. Ms. Mackenzie McCormick 17073 Adelman Street S.E. Prior Lake, MN 55372 PH: 952- 447-9899 Fax: 952-440-9678 Contract Price: $544,302.00 Mr. Jack Kolimer 3394 Lake Elmo Ave. N . Lake Elmo, MN 55042 PH: 651- 773 -5111 Start /Complete 05/01/03-07/01/03 Project Manager: John Newkirk Project Supervisor: Eulogio Valdelamar Project Description Complete Rehabilitation of an Existing Water Tank Tank Size 750,000 Elevated Tank Notes We have been in business for over 16 years as of this date 1/1/2012. We have never operated under any other names. 1 We have never failed to complete a project. Current Contract Dyess AFB - Abeline TX Bonds Provided by Western Surety Company, 333 S Fairhope AL Bonds Provided by Western Surety Company, 333 S Edmond, Ok Bonds Provided by Western Surety Company, 333 S Birmingham, AL Bonds Provided by Western Surety Company, 333 S . Wabash Ave 41st Floor, Chicago, IL 60604 Ph: 312 - 822 -5000 . Wabash Ave., 41st Floor, Chicago, IL 60604 Ph: 312 - 822 -5000 . Wabash Ave., 41st Floor, Chicago, IL 60604 Ph: 312 - 822 -5000 Tank Style 500,000 Legged Tank 1 MG Legged Tank 500,000 Hydro Pillar 2 MG Standpipe Amount Contact Engineer Number compiete! Completion Date $900,000.00 Wayne Owen, Rcon, Inc. 575- 528 -8182 50% 2/15/2013 $487,695.00 David Upton (Thompson, Inc 251- 666 -2443 80% 3/20/2013 $375,513.00 Ray Penny TIC 281- 367 -3511 95 %' $485,596.00 [Robert Lang BWWB . Wabash Ave., 41st Floor, Chicago, IL 60604 Ph: 312 - 822 -5000 205- 244 -4000 2/28/2013 5%1- % 4/15/2013 BID BOND KNOW ALL MEN BY THESE PRESENT, that we Classic Protective Coatings, Inc., N 7670 State Hwy 25, Menomonie, WI 54751 as Principal, hereinafter called the Principal, and Western Surety Company a corporation duly organized under the laws of the State of South Dakota called the Surety, are held and firmly bound unto City of Dubuque, IA as Surety, hereinafter Ten Percent of Amount Bid as Obligee, hereinafter called the Obligee, in the sum of for the payment of which sum well and truly to be made, the said Principal and the said administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Asbury Standpipe Reconditioning Dollars ($ 10% of Amt. bid ), Surety, bind ourselves, our heirs, executors NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 1st day of February , 2013 (Witness) Classic Protective Coatings, Inc. 2 Ray ``itke (Title) President (Principal) (Seal) Western Surety Company, (Suety) (Seal) Johij C. Klein (Title) Attorney -in -Fact Printed in cooperation with the American Institute of Architects (AIA) by the CNA Companies. The language in this document conforms exactly to the language used in AIA Document A310 — Bid Bond — February 1970 Edition G- 108041 -A INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this personally appeared to me known to be the person bond, and acknowledged that act and deed. day of 9 , before me he Described in and who executed the forgoing executed the same as free Notary Public CORPORATION ACKNOWLEDGMENT STATE OF 1'= Oi73) COUNTY OFIull`rl On this 5 day of V-e_br uCtc L) , 2013 , before me personally came a ,c'\ \;'lj ; t to me known, who being by me duly sworn, did depose and say; that he is the i of ,\C A c, 0-46 ` l 6 6 tlV L c k 1r ` , 1 ilk. the corporation described in and which executed the above instrument; that he knows the seal of said corporation; affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. STATE OF MINNESOTA COUNTY OF Ramsey On this 1st SURETY ACKNOWLEDGMENT 6567 1i% ®® ry \ e e °0000 ®e ® ®mme - ° °e° ,C0 cea 0 Of VAsuo,k,‘'� day of February , 2013 , before me appeared John C. Klein To me personally known, who, being duly sworn, did say that he is the Attorney -In -Fact of Western Surety Company of Sioux Falls, South Dakota that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Company. KARLA DEUTSCH HUNT NOTARY PUBLIC - MINNESOTA My Commission Expires Jan. 31, 2017 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John David Klein, John C Klein, Stephen M Klein, Kristin M Bakos, Individually of Saint Paul, MN, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 10th day of July, 2012. State of South Dakota County of Minnehaha S WESTERN SURETY COMPANY aul T. Bruflat, Vice President On this 10th day of July, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2012 +°,h555y5h5555555h5y55,555 + 8 D. KRELL 8 s SEAL NOTARY PUBLIC 3EAL i ss s . SOUTH DAKOTAss +.>.,y5555y55y5tih55555,,,555 + CERTIFICATE D. Krell, No ry Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 1St day of February, 2013 , Form F4280 -09 -06 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Classic Protective Coatings 'Wisconsin I Texas C Florida Credit Reference List: FID: 59- 3670919 US Bank 131 South Barstow St Eau Claire, WI 54730 Ph: 715- 839 -6371 Fax: 715- 839 -6367 Acct. # 182375661473 Contact: Connie Pedersen Verizon Wireless 777 Big Timber Rd. Elgin, IL 60123 Ph: 800 - 922 -0204 Acct. # 580606915 -00001 Home Depot P.O. Box 6031 The Lakes, NV 88901 Ph: 800 - 494 -1946 Fax: 877 - 969 -6282 Acct. # 6035322502222338 Xcel Energy P.O. Box 8 Eau Claire, WI 54702 Ph: 800 - 481 -4700 Acct. # 52- 7876419 -7 N7670 State Uighwa Dunn & Bradstreet: 03- 684 -4827 Marco, Inc. 1044 S. Dittmer Davenport, IA 52802 Ph: 800- 252 -7848 Fax: 563- 324 -5792 Acct. # 055587 KTA Tator, Inc. 1115 Technology Dr. Pittsburgh, PA 15275 Acct. # CLAPRO1 Ph: 412 -788 -1300 Fax: 412 -788 -0109 W.W. Grainger, Inc. Dept. 832 - 849999677 Palatine, IL 60038 Ph: 847- 647 -2060 Acct. # 495- 849999677 Red Flint Sand & Gravel 1 American Blvd. Eau Claire, WI 54702 Ph: 800 - 238 -9139 Fax: 715- 855 -7609 Acct. 17238 Abrasive Technologies 4999 Cottage Grove Drive Woodbury, MN 55129 Ph: 888 - 253 -2444 Fax: 863 - 984 -6363 Acct. # CLASSI Lowes P.O. Box 530970 Atlanta, GA 30353 -0970 Ph: 800 - 444 -1408 Acct: 821-3010-122933-1 Tnemec Company, Inc. 6800 Corporate Dr. Kansas City, MO 64120 Ph: 816 - 483 -3400 Fax: 952- 746 -2086 Acct. # 0- 3684 -4827 Sherwin Williams 84 West 78th Street Richfield, MN 55423 Ph: 612 - 866 -9316 Fax: 612 - 866 -8839 Acct. # 6743- 4996 -4 25 I Menomonie ie Wiscor sip 54,751-5928 Telephone 0 5 233 -626 1 ` Facsimile 715 2 =6 6 1 1vSi wxh isy cpro cc s.co1 Page 1 ITEM SERIAL NUMBER CATEGORY YEAR CREW TAG # PETERBUILT 1XP5OB9XXYN519558 FLEET 2000 Shop 15841W PETERBUILT 1}{P5DB9X9|N584142 FLEET 2001 Shop 15840VV PETERBUILT 1XP5DB9X21N564113 FLEET 2001 Shop 15839W PETERBUILT 1XP5AU8X05N841885 FLEET 2005 Shop 15842W DODGE 3/4 Ton 3D7KR28C26G131448 FLEET 2006 Pete V838TPW International 4700 1HTSCA8yWDVVH561O57 FLEET 1998 Shop 40057VV Chevy 3/4 Ton 1GCHK23698F199759 FLEET 2008 Javier XD10470 Chevy 1 Ton 1GC4K1C85BF237277 FLEET 2011 Evencio XD36852 Chevy 1 Ton 1GC4K1C88BF237282 FLEET 2011 Kito )(D36853 Chevy 3/4 Ton 1<3C4K1C88BF237272 FLEET 2011 Shop )(D38854 Chevy 1 Ton 1GC4K1E89CF121188 FLEET 2012 Efrain }(O38033 Chevy 1 Ton 1GC7K1B68AF129067 FLEET 2010 Rodney ><O30195 Chevy 1 Ton 1GC7K1B85AF129379 FLEET 2010 John XD30194 Chevy Malibu 1G1ZK57B69F121611 FLEET SALES 2008 Kim 143NHD Lexus ES350 JTHBJ46G992318188 FLEET SALES 2009 Brad CPC2 Cadfflac Escalade Sales Truck 3C9YFN22219G180788 FLEET SALES 2009 Shop CPC1 Lexus HS 250 H Sales Car JTHBB1BA6A2O10786 FLEET SALES 2010 Shop KAWild VERSA BLAST- Floor System 2144376-03 EQUIPMENT 2003 Efrain VERSA BLAST- Wall System 301982-03 EQUIPMENT 2003 Efrain VERSABLAST- F|ourSvaham EQUIPMENT 2006 Efrain VERSA BLAST- Wall System EQUIPMENT 2006 Efrain FIat Bed Trailer K8GADOVB17775001 EQUIPMENT Evencio DUST COLLECTOR 5BNFG18293W000387 --Unit 40140301 EQUIPMENT 2003 Kito C9054T DUST COLLECTOR 5BNFG18273VV000386 -- Unit 40140302 EQUIPMENT 2003 Efrain C9053T DUST COLLECTOR 5BNDG25293W000388-- Unit 40140303 EQUIPMENT 2004 C3314D Protrack Trailer 5BNOG25273VV000085 EQUIPMENT 2004 C9052T ARGRocyc|erUnit 1Z98C5248AYW310187 EQUIPMENT 2010 MONSTER BLASTER 1GRDW108222K8004101 EQUIP 16 TON 2002 Efrain FL C4432P MONSTER BLASTER 1LZF45202E1001025 EQUIP 40 TON (1) 2002 Mino FL C4871T MONSTER BLASTER PESP600 EQUIP 40 TON (2) 2004 Efrain C4874T MONSTER BLASTER FLT0082P{K EQUIP 75TON 1990 Kito C4873T BLAST SYSTEM CPC 15T01 EQUIP 15 TON 1997 BLAST SYSTEM CPC 15 8T02 EQUIP 15 TON 1997 BLAST HOSE 1.S'-Q5 EQUIPMENT 2000 Page 1 BLAST HOSE 1.5' - Q5 EQUIPMENT 2002 BLAST HOODS SERIES 88 EQUIPMENT 2000 BLAST NOZZLES # 7 - # 8 EQUIPMENT 2000 AIR PURIFIERS BULLARD EQUIPMENT 2000 AIR PURIFIERS BULLARD EQUIPMENT 2002 AIR MANIFOLDS A.S.M.E 150 PSI EQUIPMENT 2000 AIR HOSE WIRE BRAID EQUIPMENT 1997 AIR HOSE WIRE BRAID EQUIPMENT 2002 AIR HOSE 1" - 300 PSI EQUIPMENT 1997 AIR HOSE 1" - 300 PSI EQUIPMENT 2002 AIR HOSE 3/4 "- 300 PSI EQUIPMENT 1997 AIR HOSE 3/8 "- 300 PSI EQUIPMENT 1997 AIR HOSE 3/8 "- 300 PSI EQUIPMENT 2002 HUSKY WATER BLASTER 502 -7058 40,000 PSI EQUIPMENT 2002 Bulk Trailer- Fruehauf 1H4B04329NL026503 EQUIPMENT 1992 554025 Bulk Trailer- Fruehauf 1204 EQUIPMENT 1993 548256 Bulk Trailer- Fruehauf 1 H4b04321 LL021602 EQUIPMENT 1990 548255 Paint storage Trailer 1TDR46628GA064783 EQUIPMENT 2003 JOB TRAILER 1GRDM06225M701255 EQUIPMENT 2005 Kito 535251 Great Dane JOB Shower/TRAILER 1GRDM06292M004001 EQUIPMENT 2002 Efrain FLC4430P JOB TRAILER FWF339727 EQUIPMENT 1965 Kito FLC9998C JOB TRAILER ILZF45204E1001060 EQUIPMENT 1984 Efrain FLC0899D JOB TRAILER 5BNFG1826XC001715 EQUIPMENT 1999 C3439D WELDING TRAILER FLT6083KK EQUIPMENT 1988 C4872T Featherlite Trailer 4FGL021211 D042735 EQUIPMENT 2001 FLC0043P PROTRAK TRAILER 5BNDG2522XC001714 EQUIPMENT 1999 Kito FLC3438D PROTRAK TRAILER 5BNDG250XC001713 EQUIPMENT 1999 Efrain FLC3437D PROTRAK TRAILER 5BNDG2529YC002330 EQUIPMENT 2000 Efrain FLC0118P GREAT DANE TRAILER 1GRDM60263M017401 EQUIPMENT 2003 C4785R GREAT DANE TRAILER 1GRDM06242M004102 EQUIPMENT 2002 FLC4429P 12' EQUIPMENT TRAILER 9045843448 EQUIPMENT 2002 Shop 40' STORAGE CONTAINER TMS00054119 EQUIPMENT 2007 Shop 1400 GAL. FUEL TANK CPC 1401 EQUIPMENT 2002 Efrain 1400 GAL. FUEL TANK CPC 1402 EQUIPMENT 2002 Kito 1400 GAL. FUEL TANK CPC 1403 EQUIPMENT 2002 Efrain 450 GAL. FUEL TANK CPC 4501 EQUIPMENT 2002 Shop 450 GAL. FUEL TANK CPC 4502 EQUIPMENT 2002 Shop I R Air Compressor 300 Serial # 309565UBK396 EQUIPMENT 2000 I R Air Compressor 375 Serial # 393964UKRD02 EQUIPMENT 2008 I R Air Compressor 375 Serial # 396519UASC47 EQUIPMENT 2008 Page 2 I R Air Compressor 375 Serial # 409005UGTD54 EQUIPMENT 2009 1 R Air Compressor 375 Serial # 409006UGTD54 EQUIPMENT 2009 1 R Air Compressor 375 Serial # 409007UGTD54 EQUIPMENT 2009 1 R Air Compressor 375 Serial # 409008UGTD54 EQUIPMENT 2009 1 R AIR COMPRESSOR 1600- 330191 UEMO76 EQUIPMENT 2002 1 R AIR COMPRESSOR 825 CFM 295934UKI722 EQUIPMENT 1999 I R AIR COMPRESSOR 825 CFM EQUIPMENT 1999 1 R AIR COMPRESSOR 915- 330189UEMO51 EQUIPMENT 2002 1 R AIR COMPRESSOR 935 C.F.M 316345UJK708 EQUIPMENT 2001 1 R AIR COMPRESSOR 300 C.F.M 321005UDL396 EQUIPMENT 2001 1 R AIR COMPRESSOR ELECTRIC EQUIPMENT 2002 I R AIR COMPRESSOR 1600 S /N: 404190 Model: HP1600WCU EQUIPMENT 2008 HU AIR COMPRESSOR LS/17/02 34256 ELECT EQUIPMENT 2002 1 R 5 TON AIR TUGGER FORCE 5 MW1000402 EQUIPMENT 2002 1 R 5 TON AIR TUGGER FORCE 5 MW5651098 EQUIPMENT 2002 1 R 2.5 TON AIR TUGGER FORCE 5 A1561000 EQUIPMENT 2002 I R 2.5 TON AIR TUGGER FORCE 5 A1571000 EQUIPMENT 2002 1 R 2 TON AIR TUGGER HU4 -353 EQUIPMENT 1998 1 R AIR DRYER 2500 C.F.M EQUIPMENT 2001 1 R AIR DRYER 2500 C.F.M EQUIPMENT 2002 THERMAL ARC WELDER DL EQUIPMENT 2000 ABRAISIVE BLAST CABINET 535 -7900 EQUIPMENT 2003 Vantage 500 Welder U108031390 EQUIPMENT Vantage 500 Welder U105031391 EQUIPMENT Vantage 500 Welder U105031389 EQUIPMENT 2003 Vantage 500 Welder U105031388 EQUIPMENT 2003 Vantage 500 Welder U1060501988 EQUIPMENT 2006 Vantage 500 Welder U1060501982 EQUIPMENT 2006 Powerwave 355 M's U1080701120 EQUIPMENT Powerwave 355 M's U1080701123 EQUIPMENT Powerfeed 10M ( feeders that go on Powerwave 355M) U 1080600079 EQUIPMENT Powerfeed 10M ( feeders that go on Powerwave 355M) U 1080600091 EQUIPMENT HOBART WELDER- GAS EQUIPMENT 1998 LINCOLN WELDER - GAS EQUIPMENT 2001 LINCOLN WELDER - GAS U1010905288 EQUIPMENT 2002 HOBART ALUM WELDER EQUIPMENT 2001 LINCOLN ELEC WELDER U1010109401 - 350AMP EQUIPMENT 2002 WELDING MACHINE MIG EQUIPMENT 1997 Plasma Cutting table EQUIPMENT 2007 PLASMA CUTTER 2949439 EQUIPMENT 2004 Page 3 WELDING ACCESORIES EQUIPMENT 1999 WELDING ACCESORIES EQUIPMENT 2002 WELDING LEADS EQUIPMENT 2000 WELDING LEADS EQUIPMENT 2002 LINCOLN PLASMA CUTTER EQUIPMENT 1997 CONTAINMENT SYSTEM CPC # 01 EQUIPMENT 1997 CONTAINMENT SYSTEM CPC # 02 EQUIPMENT 1998 CONTAINMENT SYSTEM CPC # 03 EQUIPMENT 2001 CONTAINMENT SYSTEM CPC # 04 EQUIPMENT 2002 CONTAINMENT TARPS 42' X 160' EQUIPMENT 2002 CONTAINMENT BONNET 2.5M, 500, 250, EQUIPMENT 2002 CASE LOADER 721D JEE0138180 EQUIPMENT 2005 FORK LIFT JJG0292939 EQUIPMENT 2005 FORK LIFT JJG0292954 EQUIPMENT 2005 SKID STEER 95 XT JAF0257430- CASE EQUIPMENT 1999 SKID STEER 95 XT JAF0311194- CASE EQUIPMENT 2001 Skid Steer 450 CTL N6M439924 -case EQUIPMENT 2006 Skid Steer 460 Uniloader NAM420613 EQUIPMENT 2010 Hurricane Ind. Vac 1D9GV16258W048050 EQUIPMENT 2008 7298CC Hurricane Ind. Vac 1D9GV16278W048051 EQUIPMENT 2008 7297CC Ingersol Rand Air Winch 10,000 Ibs FA5AMXK1 EQUIPMENT 2002 Ingersol Rand Air Winch model FA2 -24 XK1 EQUIPMENT 2000 Ingersol Rand Air Winch model FA2 -24 XK1 EQUIPMENT 2000 LA- 24 Winch AHS10 -18B S/N0855286 EQUIPMENT 2008 PRESSURE WASHER HONDA 049700496 EQUIPMENT 1997 PRESSURE WASHER HONDA 039700451 EQUIPMENT 1997 PRESSURE WASHER HONDA 039700448 EQUIPMENT 1997 PRESSURE WASHER HONDA 15720010600492 EQUIPMENT 2001 PRESSURE WASHER HONDA 15720010600495 EQUIPMENT 2001 13 PRESSURE WASHER HONDA 15720010600521 EQUIPMENT 2001 12 PRESSURE WASHER HONDA 15720010300348 EQUIPMENT 2001 PRESSURE WASHER HONDA 15720010300349 EQUIPMENT 2001 PRESSURE WASHER HONDA 15720010600467 EQUIPMENT 2001 PRESSURE WASHER HONDA 1572001019960 EQUIPMENT 2001 PRESSURE WASHER HONDA157200049700496 EQUIPMENT 2002 7 PRESSURE WASHER HONDA1572001097118 EQUIPMENT 2002 PRESSURE WASHER HONDA 157200G9981534 EQUIPMENT 2002 PRESSURE WASHER HONDA 039700451 EQUIPMENT 2002 14 PRESSURE WASHER HONDA EQUIPMENT 2002 PRESSURE WASHER HONDA EQUIPMENT 2002 Page 4 PRESSURE WASHER HONDA EQUIPMENT 2002 PRESSURE WASHER HONDA EQUIPMENT 2002 H PRESSURE WASHER HONDA 15002272 EQUIPMENT 2002 H PRESSURE WASHER HONDA 15002273 EQUIPMENT 2002 PRESSURE WASH HOSE 9000 FEET AT 1/2 ' EQUIPMENT 2002 PRESSURE WASH GUNS 48 @ $50 PER EQUIPMENT 2002 PRESSURE WASH NOZZ 56 @ 100 PER EQUIPMENT 2002 ROTATORS 36 @ $400 PER EQUIPMENT 2001 SKYCLIMBER MOTORS 6 @ $ 4,750 PER EQUIPMENT 1997 SKYCLIMBER MOTORS 27 @ $ 4,750 PER EQUIPMENT 1999 SKYCLIMBER MOTORS 24 @ $4750 PER EQUIPMENT 2000 SKYCLIMBER MOTORS 20 @ $4750 PER EQUIPMENT 2001 SKYCLIMBER Hoists 4 @ 1,200.00 EQUIPMENT 2001 CLIMBER BASKET CPCCBO1 EQUIPMENT 1997 CLIMBER BASKET CPCCBO2 EQUIPMENT 1998 CLIMBER BASKET CPCCBO3 EQUIPMENT 1998 CLIMBER BASKET CPCCBO4 EQUIPMENT 2000 CLIMBER BASKET CPCCBO5 EQUIPMENT 2000 CLIMBER BASKET CPCCBO6 EQUIPMENT 2000 CLIMBER BASKET CPCCBO7 EQUIPMENT 2000 CLIMBER BASKET CPCCBO8 EQUIPMENT 2000 CLIMBER BASKET CPCCBO9 EQUIPMENT 2000 CLIMBER CHAIR CPCCC01 EQUIPMENT 1997 CLIMBER CHAIR CPCCO2 EQUIPMENT 1999 CLIMBER CHAIR CPCC03 EQUIPMENT 2001 CLIMBER CHAIR CPCC04 EQUIPMENT 2001 CLIMBER CHAIR CPCC05 EQUIPMENT 2002 CLIMBER CHAIR CPCC06 EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 36' EQUIPMENT 2000 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2000 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2000 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2001 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2001 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 32' EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2000 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2000 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2001 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2001 STAGE,STIRRUPS,B RAILS 20' EQUIPMENT 2001 Page 5 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 24' EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 20' EQUIPMENT 2002 STAGE,STIRRUPS,B RAILS 20' EQUIPMENT 2002 EXPANDABLE PICKS 12' EQUIPMENT 2000 PAINT PUMP KING EQUIPMENT 1997 PAINT PUMP KING EQUIPMENT 1997 PAINT PUMP KING EQUIPMENT 1997 PAINT PUMP KING EQUIPMENT 1997 PAINT PUMP KING EQUIPMENT 1997 PAINT PUMP KING EQUIPMENT 2000 PAINT PUMP KING EQUIPMENT 2000 PAINT PUMP KING EQUIPMENT 2000 Paint Pump System XMIX360 (heated) EQUIPMENT 2009 PAINT LINE EQUIPMENT 1997 PAINT LINE EQUIPMENT 2002 Pressure Roller Model 245397 series C EQUIPMENT 2002 CONVENTIONAL POT 2 GAL. EQUIPMENT 1997 CONVENTIONAL POT 2 GAL. EQUIPMENT 2001 HYDRAULIC AUGUR MCMULLIN EQUIPMENT 2000 HYDRAULIC AUGUR MCMULLIN EQUIPMENT 2001 HYDRAULIC AUGUR MCMULLIN EQUIPMENT 2002 ELECTRIC WIRE 6000' EQUIPMENT 2000 ELECTRIC WIRE 8000' EQUIPMENT 2002 12- 2 WAY RADIOS MOTOROLA -HT750 EQUIPMENT 2001 12- 2 WAY RADIOS MOTOROLA -HT750 EQUIPMENT 2002 John Deer Tractor 6420 L06Y20P446983 EQUIPMENT 2005 640 Front Loader (John Deer Tractor) W006400042009 EQUIPMENT 2005 CX20 Wing Rotory Cutter (John Deer) WCCX20F002480 EQUIPMENT 2005 Generator Model # 52141 Serial: # 4399121 EQUIPMENT 2006 PIPE THREADER RIDGID- EA19670 J00 TOOLS 2002 DRILL PRESS TOOLS 1997 DRILL PRESS WILTON- 2104047 TOOLS 2002 CUT OFF SAW TOOLS 1997 BENCH GRINDER TOOLS 1997 BENCH GRINDER TOOLS 1997 NEEDLE GUNS 6 @ $300 PER TOOLS 1997 NEEDLE GUNS 6 @ $300 PER TOOLS 2002 SPRAY GUNS 30 @ 200 PER TOOLS 2000 EXPLOSION PROOF FAN 7 @ $ 2500 PER TOOLS 2000 Page 6 EXPLOSION PROOF LIGHTS 32 @ $180 PER TOOLS 2000 HEPA SANDERS - VACUUM 8 @ $ 1000 PER TOOLS 2000 INDUSTRIAL VACUUM TOOLS 1997 Ferris Riding Mower series 1S5100Z TOOLS 2008 INDUSTRIAL MOWER TOOLS 1997 HAND GRINDERS 24 @ $150 PER TOOLS 2000 Xtreme Mix 360 Mix TOOLS 2008 Battery Load Tester TOOLS 2006 DRILLS 12 @ $120 PER TOOLS 2000 Band Saw S/N 60504658H TOOLS 2004 Chain Saw 2HVXS.041AA model TOOLS 2007 Chain Saw MS460 Serial #169619286 TOOLS 2008 SHEARS STEEL 2 @ $200 PER TOOLS 1996 HP PRINTER COPIER OFFICE 2010 DESK TOP Computer 6 @ 2,000.00 Per OFFICE 2010 Lap Top Computers 6 @ 2,000.00 Per OFFICE 2010 FAX MACHINE OFFICE 2010 DESK OFFICE 2001 DESK OFFICE 2001 DESK OFFICE 2001 DESK OFFICE 2001 FILING CABINETS 10 @ $200 PER OFFICE 2001 BOOK CASES 9 @ $300 PER OFFICE 2001 Page 7 CITY OF DUBUQUE, IOWA SALES USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to Contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. 1. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. 3. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that the were used on the contract, and shall pay tax on any materials purchased tax -free and not used on the contract. 8 PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Please complete this form in its entirety and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificate(s) to the approved Contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax. Construction Project Name: Asbury Standpipe Reconditioning Project Project Description: Asbury Standpipe Reconditioning: This project includes the following work on the 2,400,000 gallon standpipe. — Cleaning, sandblasting, and painting interior and exterior surfaces. Full containment is mandatory. - Miscellaneous structural repairs. — Welding and grinding to remove erection bracket scab marks and weld spatter. - The reservoir is located on 3040 Asbury Road, Dubuque, IA. The tank is an elevated storage tank as shown in Appendix A. The tank diameter is approximately 70 -feet with a high water level of 86 -feet, and an overall height of approximately 100 -feet ( + / -) to the top of the vent/finial. Start Date (Bid let date): February 11, 2013 Completion Date: July 1, 2013 Complete Address: (Include PO Box and Street Information) 1. General Prime Contractor: City, State, Zip Code Contact Name: ;.; ;f . Complete Address: (Include PO Box and Street Information) Work Type to be Completed: City, State, Zip Code ., Telephone Number: e Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: { 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 8. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 10. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: uD A CCI)RE0 CERTIFICATE OF LIABILITY IN DATE(MM/DDNYYY) 3/27/2013 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 KLEIN AGENCY INC 3570 N Lexington Ave #206 St Paul, MN 55126-2805 CONTACT NAME, PHONE No. Ext) ( ( FA1C; 651) 484 ®646. ' No): (NC: 651) 484 -6861 E-MAIL s :steveklein @kleinagency.com INSURERS) AFFORDING COVERAGE 'HAIL# INSURER A :Illinois Union Insurance 27960 INSURED Classic Protective Coatings, Inc. N 7670 State Highway 25 Menomonie, WI 54751 (715) 233 -6267 INSURER B: c3VagaIgTS Specialty Ins. CO. 36056 INSURER C $ 1, 000 , 000 INSURER D: S 100,000 INSURER E : $ 10 , 000 INSURERF: CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. JSR TYPE OF INSURANCE ADDL !NM SUER VND POLICY NUMBER POLICY EFF (MM)DDPYYYY) POLICY EXP {MP,I /DDNYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY G24087402004 8/28/128/28/13 EACH OCCURRENCE $ 1, 000 , 000 DAMAGE (Es RENTED S 100,000 11ED EXP {Any one person) $ 10 , 000 CLAIMS -MADE -X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2 , 000,000 GEN'L AGGREGATE LIMIT APPLIES POLICY 1 "4I PE O PER' ' LOC $ AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE $ Per accident $ g X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CH11EXC3947901C 8/28/128/28/13 EACH OCCURRENCE $10/000,000 AGGREGATE $10 , 000 , 000 $ MD X RETENTION 10,000 WORKERS COMPENSATION AND EMPLOYERS LIABILITY ANY PROPRIETOR,PARTNEREXECtiTIVE OFFICERR.!ER'aER EXCLUDED? (Mandatory In Nib If yes, describe under DESCRIPTION OF OPERATIONS below Yin 141 WC STATU- I TORY LIMITS OTH- ER E . EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEFr $ E1. DISEASE- POLICY LIMIT I $ IESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (Attach ACORD 101; Additional Remarks Schedule if more space is required) e: Asbury Standpipe Reconditioning Project. The City of Dubuque, including all its elected and appointed officials, all its mployees and volunteers, all its boards, commisions and /or authorities and thier board members, employees and volunteers are amedas an additional insured on the general liability including completed operations onaprimary a non- conitributory basis here required by written contract per the endorsment attached to the policy, Governmental immunity applies. Waiver of overnmental immunity applies in favor of the the City of Dubuque. ; ERTIFICATE HOLDER City of Dubuque 50 W 13th St Dubuque, IA 52001 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. © 1988-2010 ACORD CORPORATION. All rights reserved. ICORD25(2010/05) The ACORD name and logo are registered marks of ACORD GOVERNMENTAL ENDORSEMENT - IOWA Named Insured Endorsement Number Policy Symbol Policy Number Policy Period to Effective Date of Endorsement Issued By (Name of Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Entity or Organization: The following is added to the policy as respects operations performed by or on behalf of the named insured for The Entity or Organization scheduled above. Additional Insured The Entity or Organization scheduled above, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees, and volunteers, are included as Additional Insureds with respect to liability arising out of the Insured's work and/or services performed for the Entity or Organization scheduled above. This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insureds, whether other available coverage is primary, contributing or excess but only with respect to liability caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations, SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following: Governmental Immunity 1. Non-waiver of Government Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the Entity or Organization scheduled above as an Additional Insured does not waive any of the defenses of governmental immunity available to the Entity or Organization scheduled above under Code of Iowa Section 670,4 as it now exists and as it may be amended from time to time 2. Claims Coveraoe. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670,4 as it now exists and as it may be amended from time to time. MS-20782 (03/13) Includes copyrighted material of Insurance Services Office, Inc with its permission Page 1 of 2 3. Assertion of Government Immunity. The Entity or Organization scheduled above shall be responsible for asserting any defense of governmental immunity, and may do so at any time and contained in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the Entity or Organization scheduled above. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the Entity or Organization scheduled above under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Entity or Organization scheduled above, 5. No Other Change in Policy. The insurance carrier and the Entity or Organization scheduled above agree that the above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. All other terms and conditions remain unchanged. MS -20782 (03/13) Includes copyrighted material of Insurance Services Office, Inc with its pennission Page 2 of 2 POLICY NUMMI G24087402004 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US COMMERCIAL GENERAL LIADILITY CO 24 04 OG 08 This endorsement modifies Insulono° provided under the following: COMMERCIAL GENERAL LIARILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Nome 01 Person OfOrganssatlon; As required by written contract signed by both pantos pilot to Joss. Information required to complete this Schedule, If not shovm above, W11 bo shovm In the Declarations. Tho following It added to Paragraph 8. Tsanstot 01 Ri ghts Of Recovery Aganrt Others To th of Section IV - Conditions: We valve any right of reoovsty We may haw0 against tho person or organ/Lotion shown in the Schedule eb• ova because of payments pre make for injury or darns. go tutting out of your ongoing operations or 'your WO. t) dono Under a connect with that person or organit, agon and included in the 'products•complated operal. Ions hazard', Ibis waiver applies only 10 the Po)i01) or organization shown In the Schedule above, CG 29040508 3I 4Insurance Services Office, Ino., 2000 Pogo f of T Bond No. 929560388 MAINTENANCE BOND Know all men by these presents that we Classic Protective Coatings, Inc., N7670 State Hwy 25, Menomonie, WI 54751 as principal, and Western Surety Company a corporation organized under the laws of the State of South Dakota and duly authorized to transact business in the State of Iowa as Surety, are held and firmly bound unto City of Dubuque as Obligee in the sum of Six Hundred Thirty Three Thousand One Hundred Fifty and 00 /100 ( $633,150.00 ), for the payment whereof well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed, and dated this March 22, 2013 WHEREAS the Principal has agreed the Asbury Standpipe Reconditioning Project NOW, THEREFORE, the condition of the foregoing obligation is such that if the Principal shall indemnify the Obligee for all loss that the Obligee may sustain by reason of the Principal's failure to maintain the Asbury Standpipe Reconditioning Project than this obligation shall be void; otherwise it shall remain in force. Any suit under this bond must be instituted before expiration of one year beyond the date on which said maintenance period expires. Classic Protective Coatings, Inc. By: Ray Witi, , President Western Surety Company, iffd t .1 Principal By: John C, Surety lein, Attorney -in -Fact INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this personally appeared to me known to be the person bond, and acknowledged that act and deed. day of , before me he described in and who executed the forgoing executed the same as free Notary Public CORPORATION ACKNOWLEDGMENT STATE OF y '5C fl ) COUNTY OF iDEI S) fl On this `> --ii) day of N4 C _r ;h personally came (1).1_1 i.a14` who being by me duly sworn, did de , 2013 , before me se and say; that he is the p to me known, (told-, of L'ia,.s .L,c P.,4 itfLL ,, C tfa1C.' , 01„ite the corporation described in and which executed the above instrument; that hed_ ows the seal of said corporation; affixed by order of the Board of Directors of said corporation, amoLthat he signed his name thereto by like order. �.� °°° ,the, es°A,, � �pe ee eeoee 6v� /%,'B, e ® e e. SURETY ACKNOWLEDGMENT STATE OF Minnesota COUNTY OF Ramsey On this 22nd day of March 7. 7, p Vblic of g 2013 , before me appeared John C. Klein to me personally known, who, being duly sworn, did say that he is the Attorney -In -Fact of Western Surety Company of Sioux Falls, South Dakota that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Company. t _ KARLA DEUTSCH HUNT NOTARY PUBLIC - MINNESOTA My Commission Expires Jan. 31, 2017 Notary Public Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John David Klein, John C Klein, Stephen M Klein, Kristin M Bakos, Individually of Saint Paul, MN, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2012. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY aul T. Bruflat, Vice President On this 6th day of November, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2015 }tihwYMtitiMtiMMMMYM�f } J. MOHR NOTARY PUBLIC SOUTH DAKOTA CERTIFICATE J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 22nd day of March, 2013 Form F4280 -7 -2012 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CNA Performance Bond CONTRACTOR: (Name, legal status and address) Classic Protective Coatings, Inc. N 7670 State Hwy 25 Menomonie, WI 54751 OWNER: (Name, legal status and address) City of Dubuque 50 West 13th Street Dubuque, IA 52001 CONSTRUCTION CONTRACT Date: February 18, 2013 Amount: $633,150.00 Description: (Name and location) Asbury Standpipe Reconditioning Project, Dubuque, IA BOND Date: February 26, 2013 (Not earlier than Construction Contract Date) Amount: $633,150.00 Modifications to this Bond: ® None CONTRACTOR AS PRINCIPAL Company: Classic Protective Coatings, Inc. Executed in three copies Bond No. 929560388 SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 ❑ See Section 16 SURETY (Corporate Seal) Company: Western Surety Company Signature: ( Signature: Name Ray Witke Name John C Klein and Title: President' and Title: Attorney -in -Fact (Any additional signatures appear on the last page of this Performance Bond.) This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A312 -2010 combines two separate bonds, a Performance Bond and a Payment Bond, into one form. This is not a single combined Performance and Payment Bond. (Corporate Seal) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Klein Agency, Inc. (Architect, Engineer or other party:) 3570 N Lexington Ave., Ste 206 St. Paul, MN 55126 Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - 2010 Edition. 1 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. § 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - 2010 Edition. 2 § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of' the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non - performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - 2010 Edition. 3 § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - 2010 Edition. 4 Payment Bond CONTRACTOR: (Name, legal status and address) Classic Protective Coatings, Inc. N 7670 State Hwy 25 Menomonie, WI 54751 OWNER: (Name, legal status and address) City of Dubuque 50 West 13th Street Dubuque, IA 52001 CONSTRUCTION CONTRACT Date: February 18, 2013 Amount: $633,150.00 Description: (Name and location) Asbury Standpipe Reconditioning Project, Dubuque, IA BOND Date: February 26, 2013 (Not earlier than Construction Contract Date) Amount: $633,150.00 Modifications to this Bond: ® None CONTRACTOR AS PRINCIPAL Company: Classic Protective Coatings, Inc. Executed in three copies Bond No. 929560388 SURETY: Western Surety Company: South Dakota Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41st Floor Chicago, IL 60604 ❑ See Section 18 SURETY (Corporate Seal) Company: Western 5 ty Company Signature: l Signature: ". Name Ray Witke and Title: President This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A312 -2010 combines two separate bonds, a Performance Bond and a Payment Bond, into one form. This is not a single combined Performance and Payment Bond. (Corporate Seal) Name John C. Klein and Title: Attorney -in -Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Klein Agency, Inc. (Architect, Engineer or other party:) 3570 N Lexington Ave., Ste 206 St. Paul, MN 55126 Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - 2010 Edition. 5 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non - payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non - payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non - payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - 2010 Edition. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - 2010 Edition. 7 § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - 2010 Edition. 8 INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On this personally appeared to me known to be the person bond, and acknowledged that act and deed. day of , before me he described in and who executed the forgoing executed the same as free Notary Public CORPORATION ACKNOWLEDGMENT STATE OF CO(_.J,o( COUNTY OFc:�r -) On this 4 day of ( VIC personally came , `° who being by me duly sworn, did dep e and say; that he is the of �' 1 t U the corporation described in and which executed the above instrument; that he knows _ e seal of said corporation; affixed by order of the Board of Directors of said corporation avil he signed his name thereto by like order. ��� ®� &her t ",, , 2013 , before me to me known, SURETY ACKNOWLEDGMENT STATE OF Minnesota COUNTY OF Ramsey ° eo r. ob eO0 °O ° ° eeee e® /Fig �Bi /1 /IaiBi01 0 ° On this 26th day of February , 2013 , before me appeared John C. Klein to me personally known, who, being duly sworn, did say that he is the Attorney -In -Fact of Western Surety Company of Sioux Falls, South Dakota that the seal affixed to the foregoing instrument is the corporation seal of said corporation; that the said instrument was signed and sealed on behalf of said corporation by authority of its Board of Directors; and he did also acknowledge that he executed the said instrument as the free act and deed of said Com. any. RITA M. CARLSON VOTARY PUBLIC - MINNESOTA My Commission Expires Jan. 31, 201 (e/t. Notary Public Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John David Klein, John C Klein, Stephen M Klein, Kristin M Bakos, Individually of Saint Paul, MN, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized after of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 6th day of November, 2012. State of South Dakota County of Minnehaha } ss WESTERN SURETY COMPANY aul T. Bruflat, Vice President On this 6th day of November, 2012, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2015 J. MOHR NOTARY PUBLIC SOUTH DAKOTA f r + h+ CERTIFICATE J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 26th day of February , 2013 . 0wtt =Oyu 0174 un >V\S�Ad rte; rfr Form F4280 -7 -2012 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.