Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-038A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 74th AVENUE SW AND 1St STREET SW CULVERT REPLACEMENT BID NO. 2018024 PROJECT NO. IRC -1737 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN BOB SOLARI, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER TIM ZORC JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR JAMES W. ENNIS, P.E., PMP, COUNTY ENGINEER WILLIAM JOHNSON, P.E., ROADWAY PRODUCTION ENGINEER 00001 - Project Title Page - REV 04-07 00001 -1 F:\Public Works\ENGINEERING DIVISION PROJECTS11737 74th Ave and 1st SW Culvert Replacement\1-Admin\Bid DocumentsWlaster Contract Documents\00001 -Project Title Page - REV 04-07.doc Agreement THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Johnson -Davis. Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The project will consist of the replacement of an existing culvert at the intersection of 74th Avenue and 1st Street SW, in the Indian River Farms Water Control District Sub -Lateral C-2 Canal. The proposed pipe will be a 120" Corrugated Steel Pipe (CSP) with RipRap end treatments. Guardrail will be added on both sides of the road adjacent to the proposed work. Other work will include temporary canal bypass, earthwork, maintenance of traffic, erosion control and any other incidental work required to complete the project. ARTICLE 2 -THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: 74TH AVE AND 1sT ST SW CULVERT REPLACEMENT County Project Number: 1737 Bid Number: 2018024 Project Address: 74" Ave and V" St SW, Vero Beach. Florida 32968 ARTICLE 3 - CONTRACT TIMES 3.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the specifications are of the essence of the Agreement. 3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be completed and ready for final payment on or before the 901h day after the date when the Contract Times commence to run. 3.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02 'above, plus any extensions thereof allowed in writing as a change order to this Agreement. F:\Purchas1ng\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.doa Page 11 Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $958.00 for each calendar day that expires after the time specified in paragraph 3.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph 4.01.13, below; A. For all Work, as determined by the CONTRACTOR's submitted Itemized Cost Proposal, attached hereto as Exhibit A; B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents: Numerical Amount: $ 179,540.00 Written Amount: One Hundred Seventy -Nine Thousand Five Hundred Forty Dollars and 00/100 ARTICLE 5 - PAYMENT PROCEDURES 5.01 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR underthe Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Bid and Specification Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.02 Pay Requests. A. Each request for a progress payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.dou Page 12 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.03 Paragraphs 5.01 and 5.02 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.04 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Agreement and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under this Agreement, the Invitation to Bid or the Public Construction Bond. ARTICLE 6 - INDEMNIFICATION 6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the Work. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.dou Page 13 B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 8 - CONTRACT DOCUMENTS 8.01 Contents A. The Contract Documents consist of the following: (1) This Agreement (pages 1to 9 inclusive); (2) Notice to Proceed (IRC Form No. 00550); (3) Public Construction Bond; (4) Certificate of Liability Insurance; (5) Request for Proposals 2017024 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 14 (6) Addendum Number 1; (7) CONTRACTOR'S Submittal; • Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 12 to 13, inclusive); • Certification Regarding Lobbying (8) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Charge Order(s). ARTICLE 9 - MISCELLANEOUS 9.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.dou Page 15 A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2). Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 16 Article 101: TERMINATION OF CONTRACT (Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C., 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. All contracts in excess of $10,000 must address termination for cause and for convenience by the non - Federal entity including the manner by which it will be effected and the basis for settlement.) A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the OWNER with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the OWNER may have under this Contract or under law: (1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10) calendar days to cure the default to the reasonable satisfaction of the OWNER. C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the OWNER may authorize CONTRACTOR to restore any work sites. D. The CONTRACTOR shall be liable for: (1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to enforce its rights herein. E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.dou Page 17 (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) such other costs actually incurred by CONTRACTOR as are permitted by the prime contract and approved by the OWNER. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. [The remainder of this page was left blank intentionally.] F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 18 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on ;1 - ;i -U 20 /?(the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY a.••6nUtdTYr�'•, _SLP B =B Y :rT _ Y• Pe r . O'Brya n, man . z By. Jason E. ro County Administrator ,;•'.'?� FLOR��P • Attest APPROVED AS TO FORM AND LEGAL&UFFICIENCY: By:� 4, Dylan Reingold, County Attorney BCC APPROVED: February 20, 2018 Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Name: James W. Ennis, P.E., PMP Title: County Engineer Address: 180127th Street. Vero Beach, FL 32960 Phone: (772) 226-1221 Email: jennis@ircov.com '-"V C - (ContrNto Ro/3E2,-6'f.�2� r. 6r r Address for giving notices: 4- NiLLA nrA- - 13R.44 License No. Gu G 043 0 b 7 (Where applicable) Agent for service of process: ' Designated Representative: Name: S® Title: e '-i Address: � n-�r��-o✓M �� . 3 3 4LZ. Phone: i4%/O Email: X �)o Ay; (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 19 II61MUN I BION MMCQUILI ACORO` 1CERTIFICATE OF LIABILITY INSURANCE DA Y) 0 33/02/02/220180/8 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT:. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharon Majeski, ARM Johnson Insurance Racine 555 Main Street, Suite 291 Racine, WI 53403 PHONE FAX A/c, No, Ext): (920) 433-7107 A/c, N.):(877) 254-8586 nDOA'E . smajeski@johnsonins.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: HDI Global Insurance Company 41343 03/01/2017 INSURED INSURERS: Certain Underwriters at Lloyd's INSURERC:Travelers Insurance Johnson -Davis, Inc. INSURER D: 604 Hillbrath Drive Lantana, FL 33462 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NHMRFRr THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR WV POLICY NUMBER POLICY EFF D Y POLICY EXP MM LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X EGGCC000173517 03/01/2017 05/01/2018 EACH OCCURRENCE $ 2'000'000 PAMMGE TO RfEaENTED occurren $ 300,000 MED EXP (Any oneperson) $ 10,000 PERSONAL 8 ADV INJURY $ 2'000'000 - GENT AGGREGATE LIMIT APPLIES PER: POLICY ❑X jEO LOC GENERAL AGGREGATE$ 2'000,000 PRODUCTS - COMP/OP AGG $ 2.000,000 OTHER: A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTEO�S ONLY AUTOSS pBODILY AUTOS ONLY X NON- UTONLY X EAGCC000173517 03/01/2017 05/01/2018 COMBINED SINGLE LIMIT$ 2,000,000 (Ea accident)Ix BODILY INJURY Per erson $ INJURY Per accident $ PerOaccRdent AMAGE $ PIP Basic $ 10,000 A X UMBRELLA LIAB EXCESS LAB X OCCUR CLAIMS -MADE EXAG0000173517 03/01/2017 05/01/2018 EACH OCCURRENCE $ 1 3,000,000 AGGREGATE $ 3,000,000 DED I X RETENTION $ O $ B C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY �, / N ANY PROPRIETOR/PARTNER/EXECUTIVEN OFFIC ER/MJMBER EXCLUDED? ❑ {Mandatory n NH) If yes, describe under DESCRIPTION OF OPERATIONS below Excess Liability Equipment Floater / A ELD10006501302 660 -4H592540 -TIL -18 03/01/2017 03/01/2018 05/01/2018 03/01/2019 PER OTH- T E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ Excess Liab over 3 M 1,000,000 Leased Rented 300,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, ma Y be attached if more space is required) Contractor's Pollution Liability - Policy # 7930030920003- Limit - $1,000,000 - 3/1120113-19 - Homeland Insurance Company of NY Project: 74th Ave and 1st St SW Culvert Replacement, project number 1737, bid number 2018024, 74th Ave and 1st St SW, Vero Beach, FL 32968. Indian River County is additional insured with respect to General Liability and Automobile Liability. 30 days notice of cancellation to Indian River County applies. r'=DTICI -ATC u - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Indian River County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1801 27th Street ACCORDANCE WITH THE POLICY PROVISIONS. Vero Beach, FL 32960 AUTHORIZED REPRESENTATIVE 1 �� ACORD 25 (2016103) �f — iaoo-cu ID r+L UKU L URPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Ql I Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 016214010 CONTRACTOR NAME: Johnson -Davis, Inc. CONTRACTOR ADDRESS: 604 Hillbrath Drive Lantana, FL 33462 CONTRACTOR PHONE NO: (561) 588-1170 SURETY COMPANY NAME: Liberty Mutual Insurance Company SURETY PRINCIPAL 175 Berkeley Street BUSINESS ADDRESS: Boston, MA 02116 SURETY PHONE NO: (617) 357-9500 OWNER NAME: Indian River County Board of County Commissioners OWNER ADDRESS: 1800 271h Street Vero Beach, FL 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: Indian River Countv (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: 1 1800 2711, Street Vero Beach, FL 32960 OBLIGEE PHONE NO: 772-226-1416 BOND AMOUNT: $179,540.00 CONTRACT NO: County Project Number: 1737; Bid Number: 2018024 (If applicable) DESCRIPTION OF WORK: Indian River County Bid No. 2018024 741h Avenue and 1St Street SW Culvert Replacement PROJECT LOCATION: 741h avenue and 151 Street SW Vero Beach, Florida 32968 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that may be printed thereon. 00610-2 PUBLIC CONSTRUCTION BOND Bond No. 016214010 BY THIS BOND, We Johnson -Davis, Inc., as Principal and Liberty Mutual Insurance Company, a Massachusetts corporation, as Surety, is bound to Indian River County, herein called Owner, in the sum of $179,540.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated , between Principal and Owner for construction of 74th Ave and 1St St SW Culvert Replacement, the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON g%,Z&a i�: , Johnson -Davis, Inc. ---Zakie of Principal) By Libertv Mutual Insurance Comgan (Name of Surety) BY CJ�G�il�La Maria Signorile, Attorney-ih-F-act 00610-3 ` THIS SOWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7963942 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Maria Signorile; Benjamin A. Stahl; Elizabeth K. Sterling; Wesley P. Williams all of the city of Atlanta state of GA each individually if there be more than one named, its true and lawful attorney -in -tact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of December , 2017 e 'I'l INS Jp ci'3'�t7� 9y JP qy C7� �,y 0 1919 0 > 1912 ° 1991 0 Z y rT a �/y�WM1Mfh`�`J'bD �)*Sr'�iNUSG~ \.� r ryvlxnN� STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By. David M. Care , Assistant Secretary On this 15th day of December 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. 1 9Q PAS;, COMMONWEALTH OF PENNSYLVANIA � P� a`xo"w� �! ,i / d F c° t2 v Notarial Seal Teresa Pastella, Notary Public By. OF Upper MerionTwp., Montgomery County Teresa Pastella, Notary Public acv My Commission Expires March 28, 2021 2� t,VP Fly Member, Pennsylvania Association of Notaries 9�� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS— Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of F 20 too '/ L ,111 INS& VMS UR NM.%R " QJP.���fr,�92r, J,�J�o[,voFa�ory�F we�`�,o-wures�� o 7979 0 1 197 1991 ° - BY: o r as Renee C. Lie w ssistant Secretary 11 nran`�`�•aa �J ���2 38 of 500 (6) Addendum Number 1; (7) CONTRACTOR'S Submittal; • Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 12 to 13, inclusive); • Certification Regarding Lobbying (8) The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Charge Order(s). ARTICLE 9 - MISCELLANEOUS 9.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agreethatthe Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue F.\Purchas1ng\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 15 A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor . shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be.a material breach of this Agreement. F:\Purchas1ng\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.docx Page 16 Article 101: TERMINATION OF CONTRACT (Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. All contracts in excess of $10,000 must address termination for cause and for convenience by the non - Federal entity including the manner by which it will be effected and the basis for settlement.) A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide the OWNER with a right to terminate this Contract in accordance with this Article, in addition to pursuing any other remedies which the OWNER may have under this Contract or under law: (1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any provision(s) of the Contract Documents; (2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts or equipment, as directed by the Engineer pursuant to an inspection; (3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will not be finished within the prescribed time; (4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved thereon; or (5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for CONTRACTOR or for any of his property. B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10) calendar days to cure the default to the reasonable satisfaction of the OWNER. C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any further right to possess or occupy the site or any materials thereon; provided, however, that the OWNER may authorize CONTRACTOR to restore anywork sites. D. The CONTRACTOR shall be liable for: (1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new contract; and (2) the difference between the cost of completing the new contract and the cost of completing this Contract; (3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to enforce its rights herein. E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue the work and immediately cease ordering of any materials, labor, equipment, facilities, or supplies in connection with the performance of this Contract. Upon such termination Contractor shall be entitled to payment only as follows: F:\Purchas1ng\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.dou Page 17 (1) the actual cost of the work completed in conformity with this Contract and the specifications; plus, (2) . such other costs actually incurred by CONTRACTOR as are permitted by the prime contract and approved by the OWNER. Contractor shall not be entitled to any other claim for compensation or damages against the County in the event of such termination. [The remainder of this page was left blank intentionally.] F:\Purchasing\Bids\2017-2018 FY (2018000)\2018024 RFP for 74th Ave Culvert\agreement.doa Page 18 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on 7F h,,,;=,3:�r 2p 20_j_g (the date the Agreement is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY By. P eO'Brya n, man oQ:= (Contr r) /?-6v9'd-4- <? �., � ,�, ,•oma;' i V By. •�9L.,('ER (C POATSEAL) Jason EpBrAn, ount ministrator . Attest �'Y .� Lrrri 9r'J Shu %T�•..� /d-...0 , APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By` ;Dylan Reingold, County Attorney BCC APPROVED: February 20, 2018 Jeffrey R. Smith, Clerk of Cou and Comptroller Attest: AAk Deputy Clerk (SEAL) Designated Representative: Name: James W. Ennis, P.E., PMP Title: County Engineer Address: 180127th Street. Vero Beach, FL 32960 Phone: (772) 226-1221 Email: lennisCcDircgov.com Address forgiving notices:��n/ License No. C Gt c— 043 o 9,7 (Where applicable) Agent for service of process: 61 Designated Representative: Name: --r -o/?" �)-- �Or✓ Title:i- Address: Phone: /,57-1 �&%70 Email• ��04117 rd 11.4,4To� (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) F:\Purchas1ng\Bids\2017-2018 FY (2018000)\2018024 RFP for.74th Ave Culvert\agreement.docx Page 19 SECTION 00550 - Notice to Proceed Dated Contract For: 7411 Avenue and 1st Street SW Culvert Replacement (Insert name of Contract as it appears in the Contract Documents) Project No: 1737 IRC Bid No. 2018024 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated calendar days for Final Completion of this project. CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective. Also, before you may start any Work at the Site, you must: (add other requirements; if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1-4-11 00550-1 FAPublic Works\ENGINEERING DIVISION PROJECTS11737 74th Ave and 1st SW Culvert Replacementll-Admin0d Documents\00550 - Notice to Proceed REV 1-4-11.doc Rev. 05/01 3120180013646 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3097 PG: 2477,3/7/201810:58 AM Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 016214010 CONTRACTOR NAME: Johnson -Davis, Inc. CONTRACTOR ADDRESS: 604 Hillbrath Drive Lantana, FL 33462 CONTRACTOR PHONE NO: 1561) 588-1170 SURETY COMPANY NAME: Liberty Mutual Insurance Company SURETY PRINCIPAL 175 Berkeley Street BUSINESS ADDRESS: Boston,- MA 02116 SURETY PHONE NO: (617) 357-9500 OWNER NAME: Indian River County Board of County Commissioners OWNER ADDRESS: 1800 271h Street Vero Beach, FL 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: Indian River County (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: 1800 270, Street Vero Beach, FL 32960 OBLIGEE PHONE NO: 772-226-1416 BOND AMOUNT: $179,540.00 CONTRACT NO: County Project Number: 1737; Bid Number: 2018024 (if applicable) DESCRIPTION OF WORK: Indian River County Bid No, 2018024 741h Avenue and 1,1 Street SW Culvert Replacement PROJECT LOCATION: 741h avenue and 1st Street SW Vero Beach, Florida 32968 LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that maybe printed thereon. 00610-2 A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH CLERK BK: 3097 PG: 2478 PUBLIC CONSTRUCTION BOND Bond No. 016214010 BY THIS BOND, We Johnson -Davis. Inc., as Principal and Liberty Mutual Insurance Company, a Massachusetts corporation, as Surety, is bound to Indian River County, herein called Owner, in the sum of $179.540.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated between Principal and Owner for construction of 74th Ave and 1St St SW Culvert Replacement, the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond forpayment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON a0 a� ill' 00610-3 .lamer: r Liberty Mutual Insurance Companyvt,'= (Name of Surety).�7,+'., . °; . .�•; By Maria Signorile, A rne)+ iii. j=acLt, 47 - JS Lz A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3097 PG: 2479 m C A THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No. 7658272 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmedcan Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the 'Companies ), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Benjamin A. Stahl: Elizabeth K; Stgrtinq• Maria SidnoFy Ple• WesleWtlliams all of the city of Atlanta state bf -dA ; i:: each -individually If there be more-than_one named, its true; and lawful ahomeyjr%faci to make, execute, seal, acknowledge and deriver, for and on its behalf as surely -arid as its actaiaFdeed, anyand all undertakings, bonds, lecognfzances and:oth& surety obligations; ii . pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by,lhe, president and attesled�-by the seciefaty of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorne_yhas been subscritled:b [an authorized officer ,or official of ltie:Companii s and the corporate seals of the Companies have been affixed thereto this 9thday of August 2017 11? INS(, �INSr/RBWSUR r,�^"r'n^� The Ohio Casualty Insurance Company 0 1919 112 0 < 1991 Liberty Mutual Insurance Company o WestAmerican Insurance Company + *� STATE OF PENNSYLVANIA ss David M. Carey ssistant Secretary COUNTY OF MONTGOMERY On this 9th day of August 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. gP COMMONWEALTH OF PENNSYLVAN NWIA a1L__1 itd& � �= v Notarial Seal J. 0 Teresa Paslnlia, Notary Publk By: OF Upper Marion Twp., Montgomery County Teresa Pesters, Notary Public v My commission Expires Mnrch 28, 2021 4 da,c �q�, Member, Ponnrylvpnin 0.asocia(ion of Nutnnos This Power of Attorney is made and executed pursuant o and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS - Section 12, Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limilallon as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such Instruments and to attach thereto the seal of the Corporation. When so eAecuted, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -face under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such ailomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such ahomeys-in-fact subject to the limitations set forth in their respective powers of allomay, shall have full power to bind the Company by [heir signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as: binding as if signed by the: president and aftWed by the secretary. :. Certificate of Designation - The PnWd6Ai of the Compaiiyacing pursuant lb the BplaWs'of life Company, authorizes OaJid i4i Carey: Assislartt Secretary to appoint such ailomeys-in- fact as may be necessary to ad on behalf:of the Companyt6 make; exeditte, seal, acknowledg . and dell*r:r "assurety'an' and all undertakings, bonds, recognizances and other surety obligations. Authorization -By unanimous consent of itie:C4mpanyis.66d of Directors, the Company consents.lhat facsimile or macfi8nically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certed copy of .anypower of attorney issued by the Company. in conrcfion with surety bonds, shall be vafid and binding upon the Company with the same force and effect as though manuaNyafrxed.: �..::- I, Renee C. Llewellyn, the undersigned, Aasfstanl".Seclefary, The Oli¢,Casuaky Insurance, Goin. pany, Liberty Mutuai Insurance Company'and._West American Insurance Company do hereby certify that the original power of attorney oY.46 the foregoing 1s::a fgll, hue.'anti,60* reoVc,Opy of the„Power of Attomey xecuied.by.sald.'Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and aff%ed the seas gtsefd Companff4'th s day of �e 20 / SV IN,S ,NSU kN5 A1' ':f :i%d 1,'• a.' r .F.: err Rq o� uRr �� i �`..r•':: yJ}' ate ?• �i eeoi �� �� o+� ti. _ q��\` • ^ "� i ~ jI STATE O*FL 0 . 1912 N 1991 > `.- Y •'+�, iNIi�XIVTHIS IS S I�aY��lX�l��ORRECT . r •.= Ak°i �, COPY OF THE ORIGINAL O ILE IN THIS OFFICE. THIS ORIGINAL MAY HAVE REDA ED INFORMATION AS STATED ' r �_'•'4r,� : z IN FLORIDA STATUE ^• t'1 9.0 ✓ f' f"• • t, 300 / LMS 12873 022017 r ^ • +/3 0�'`- ¢, ""�A 7� rtl V N m c in a c ry c O U 0 0.1L m EE � O Q M Oa L do 3� OE in O 2 O C roCD >.a ma v M N w OC uV- O� JOHNINC-02 MMCQUILI CERTIFICATE OF LIABILITY INSURANCE DATE/02120Y 18 03102/208 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT:. If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Johnson Insurance Racine 555 Main Street, Suite 291 Racine, Wl 53403 NONEACT Sharon Majeski, ARM PHONE FAX AIC, No, Extl: (920) 433-7107 Alc, No : 877 254-8586 E-MAIL j �j ADDRESS: sma eski ohnsonins.com INSURERS AFFORDING COVERAGE NAIC # A INSURERA:HDI Global Insurance Company 41343 X INSURED INSURER B: Certain Underwriters at Lloyd's INSURER c: Travelers Insurance Johnson -Davis, Inc. 604 Hillbrath Drive Lantana, FL 33462 INSURERD: MED EXP (Any oneperson) $ 10,000 INSURER E; INSURER F : COVERAGES CERTIFICATE NUMBER' REVISION NUMBER' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRIN TYPE OF INSURANCE ADDL SD SUER WVD - POLICY NUMBER POLICY EFF MM/DDNYYYI POLICY EXP IMMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X EGGCC000173517 0310112017 05/01/2018 EACH OCCURRENCE $ 2'000,000 ORMAGE TO RECTEDn $ 300,000 MED EXP (Any oneperson) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X je, E LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS •COMP/OP AGG $ 2,000,000 OTHER: A A AUTOMOBILE X X X LIABILITY ANY AUTO OWNED SCHEDULED AURRTEEOS ONLY AUTO OppS p AU703 ONLY X AUUTOS ONLY UMBRELLA LIAB X OCCUR EXCESS LIAR CLAIMS -MADE X EAGCC000173517 EXAGC000173517 03101/2017 03/01/2017 05/01/2018 05/01/2018 COMBINED SINGLE LIMIT 2,000,000 � S BODILY INJURY Per person)$ BODILY INJURY Per accident $ PI(iOPERTY AMAGE er accident S PIP Basic 101000 EACH OCCURRENCE S 3'000,000 AGGREGATE $ 3,000,000 DED I X I RETENTIONS O WORKERS COMPENSATION AND EMPLOYERS' LIABILITY �, / N ANY PROPRIIETgOER/PARTNERIEXECUTIVE W.F.1C ER/Malory9In NH) EXCLUDED? ❑ N / A PER OTH- T E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below B C Excess LiabilityE.L.ess Equipment Floater ELD10006501302 660 -4H592540 -TIL -18 03/01/2017 03/01/2018 08/0112018 03/01/2019 LE-POLICY LIMIT $ Excess iab over 3 M 1,000,000 Leased Rented 300,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES `ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Contractor's Pollution Liability - Policy # 7930030920003- Limit - $1,000,000 - 3111201$-19 - Homeland Insurance Company of NY Project: 74th Ave and 1st St SW Culvert Replacement, project number 1737, bid number 2018024, 74th Ave and 1st St SW, Vero Beach, FL 32968. Ind an River County Is additional Insured with respect to General Liability and Automobile Liability. 30 days notice of cancellation to Indian River County applies. CERTIFICATE HOLDER CANCELLATION Indian River County 1801 27th Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Vero Beach, FL 32960 AUTHORIZED REPRESENTATIVE GCflA tl oc ron.,. r,..,, f ' ,l•Il Z%`// t�v �r�Jl ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD V Roel Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 * * Phone (772) 226-1416 Project Name: 74th Avenue & 1st Street SW Culvert Replacement IRC -1737 RFP #: 2018024 RFP Opening Date: January 24.. 2018 RFP Opening Time: 2:00 P.M. All submittals must be received by the Purchasing Division, 1800 27th Street, Vero Reach, Florida 32960 prior to the date and time shown above. Late submittals will not be accepted or considered. PLEASE SUBMIT (1) ONE MARKED ORIGINAL AND THREE (3) COPIES OF YOUR PROPOSAL. Refer All Questions to: Jennifer Hyde,.Purchasing Manager Phone: (772) 226-1575 Email: purchasing@ircgov.com Page 1 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 REQUEST FOR PROPOSALS Notice is hereby given that the Indian River County Board of County Commissioners is requesting proposals from qualified firms for Indian River County RFP # 2018024 74th Avenue SW & 1st Street SW Culvert Replacement IRC -1737 Detailed specifications for the above referenced RFP are available from www.demandstar.com or by contacting the Indian River County Purchasing Division at (772) 226-1416 or Email: purchasing@ircgov.com. All submittals must be received by the Purchasing Division, 1800 27th Street, Building B, Vero Beach, Florida 32960 before 2:00 P.m. Wednesday, January 24, 2018. Late submittals will not be accepted or considered. A MANDATORY Pre -Solicitation Conference will be held on Tuesday, January 16, 2018 at 2:00 P.M. in the first -floor Conference Room No. Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PROPOSERS IS REQUIRED. The Board of County Commissioners reserves the right to accept or reject any and all proposals in whole or in part and to waive any technicality or irregularity. Publish: For Publication in the Indian River Press Journal Date: Sunday, December 31, 2017 Please furnish Tear Sheet, Affidavit of Publication, and Invoice to: Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Page 2 of 14 PURCHASING MANAGER INDIAN RIVER COUNTY RFP IRC1737-74th Ave and 1st Street SW v2 Scope of Services 1. INTRODUCTION The project will consist of the replacement of an existing culvert at the intersection of 74th Avenue SW and 1st Street SW, in the Indian River Farms Water Control District Sub -Lateral C and C-2 Canals. The proposed pipe will be a 120" Corrugated Steel Pipe (CSP). RipRap-Rubble will be added as a liner to the pipe ends and also as a ditch liner. Guardrail will be added on both sides of the road adjacent to the proposed work. Other work will include temporary canal bypass, temporary sheet pile, earthwork, maintenance of traffic, erosion control and any other incidental work required to complete the project. A MANDATORY Pre -Solicitation Conference will be held on Tuesday, January 16. 2018 at 2:00 P.M. in the first - floor Conference Room No. Al -303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL PROPOSERS IS REQUIRED. Page 3 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 Proposal Instructions Proposers shall submit the following: Information to Be Submitted: Submit one marked original and three (3) copies (cover says five copies). Submittals must include and are requested to be organized as follows: a. A history of the firm and a description of the range of services offered by the firm. b. Summaries or biographies of the required Superintendent that will be assigned to the County. Include name, background, special skills, number of years with the firm and years of experience. Identify the firm's representative assigned to manage the County's project. c. A detailed description of the Contractor's approach for successful completion of services such as those described within this RFP. d. Provide a projected timeline/schedule with the Proposer's methodology. e. Cost proposal. f. References from the organizations your firm has provided the similar services for in the last five years. Please provide contact name, phone number, email address and project name. g. Sworn statement on Disclosure of Relationships as per Section 105.08 of the Indian River County Code. Method of Selection: The County shall convene a Selection Review Committee of which the responsibility shall be as follows: a. Independently evaluate each Submittal. b. Independently rank each Submittal for meeting minimum qualifications in order of preference. c. Asa "committee of the whole", develop a combined ranking order of all Submittals meeting minimum qualifications. The ranking of firms shall be done in the following manner: 1. Each member of the evaluation committee shall evaluate each firm by assigning a number of points for each criterion and then totaling the number of points for all criteria. Each committee member shall then rank the firms on the basis of the total number of points received for all criteria, with the firm receiving the most points being ranked # 1. 2. The rankings received by each firm from all committee members shall then be totaled and divided by the number of committee members, to produce an average ranking. 3. The firm receiving the lowest average ranking (i.e. closest to # 1) shall be ranked the # 1 firm, and the process repeated until all firms have been ranked according to their average ranking. In the event of a tie, the ranking of tied firms shall be determined by a comparison of the total number of points received by each firm from all committee members. The Review Committee may discuss their reasons for their individual rankings and members revise their rankings accordingly until the committee is satisfied with the rankings. 4. After interviews (if interviews are held), and based upon information learned during the interviews, each committee member may change his or her ranking of firms. The evaluation process shall continue until the evaluation committee declares the rankings final. d. The County may, solely at its own option, seek additional Submittals with this or a similar Submittal in the event the County, solely at its own option, determines that the quantity and/or quality of Submittals received is insufficient to meet the County's needs and/or that award of a contract arising from this RFP would not be in the public interest. e. The Committee shall forward its recommendations in accordance with the ranking to the Indian River County Board of County Commissioners, which shall, at its sole option, authorize negotiations of a contract pursuant to the requirements of Florida law. Page 4 of 14 _RFp_|RC1737'74thAve and 1stStreet SVV_v2 t The Indian River County Board of County Commissioners possesses sole authority to award a contract Initial Ranking Criteria: 1. Firm qua lifications/capabilities and sim.ilar projects 15 2. Staff qualifications 15 3. Approach 10 4. Proposed Timeline (Project Completion) 15 5. Cost Proposal 35 6. References 10 TOTAL 100 Page 5 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 General Instructions Cone of Silence. Potential respondents and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize ranking and/or award. Such communication may result in disqualification. Sealed Submittals and Envelope Markings: All proposals shall be submitted in a sealed envelope. The outside of the envelope shall be clearly marked with the Submitter's Name and Return Address, Proposal #, Title, Date of opening, and Time of Opening. Opening Location: Submittals must be received by the Purchasing Division at 1800 27th Street, Vero Beach, FL 32960, on or before the closing hour and date listed in the Request for Proposals. Submittals received after the stated time and date will not be considered. Submission: Submit one marked original and five (5) copies of your proposal. All proposals must be signed with the legal Firm name by an Officer or employee having authority to bind the company or firm by his / her signature. Confidential or Trade Secret Information: Proposals submitted in response to this request are public records. Pursuant to section 119.071, Florida Statutes, any financial statement that the County requires a prospective bidder to submit in order to prequalify for bidding or for responding to a proposal for a public works project is exempt from the Public Records Law. Therefore, any financial statement that you submit that you wish to remain confidential shall be submitted in a sealed opaque envelope and marked "Confidential Financial Statement Enclosed." Trade secret information must be clearly identified as instructed per section 812.081(1)(c), Florida Statutes. Proposers are requested to specifically identify any information contained in their proposals which they consider confidential as a trade secret and which they believe to be exempt from disclosure. You must cite to the specific facts that demonstrate that such information is exempt as a trade secret under the applicable law. Any Proposer marking, labeling or declaring their entire proposal "Confidential and Proprietary" may be disqualified. By submission of a response to this RFP the responder agrees to indemnify and hold the County and its commissioners, officers, employees and agents harmless should any information marked as confidential and/or proprietary knowingly or unknowingly be released as the result of a public records request or if any information marked as confidential and/or proprietary is not released as a result of a public records request. Taxes: Indian River County is exempt from any taxes imposed by State and / or Federal Government. Exemption Certificates, if required, are to be furnished by the successful vendor and will be filled out by the County. Indemnification: The Proposer shall defend, indemnify and hold harmless the County and its commissioners, officers, employees and agents, from any and all losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or breach of applicable law by the vendor, or its employees, agents, subcontractors, or other persons or entities performing work under the contract. Public Access: The Proposer shall comply with Florida's Public Records Law in accordance with the provisions of Chapter 119, Florida Statutes. Specifically, the Proposer shall keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. The Proposer shall provide the Page 6 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 public with access to public records on the same terms and conditions that the County would provide the records at a cost that does not exceed the costs provided in Chapter 119 or as otherwise provided by law. The Proposer shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. The Proposer shall meet all requirements for retaining public records and transfer, at no cost, to the County, all public records in possession of the Proposer upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Public Entity Crimes: Pursuant to Florida Statutes Section 287.133(2)(a), all Submitters are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity (defined as the State of Florida, any of its departments or agencies, or any political subdivision); may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017 for CATEGORY TWO [currently $35,000] for a period of 36 months from the date of being placed on the convicted vendor list. A "public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply, or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. Suspension and Debarment: Indian River County will not make award to parties listed on the government -wide exclusions in the System for Award Management (SAM). The bidder agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Non -Discrimination: Indian River County will not knowingly do business with vendors or contractors who discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity, age and/or disability. Through the course of providing services to the County, Contractors shall affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other applicable regulations, guidelines and standards. Any person who believes their rights have been violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator through the office of the County Attorney. Local Preference: Indian River County has no local ordinance or preferences, as described in Florida Statutes section 255.0991(2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. Energy Policy and Conservation Act—The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Page 7 of 14 e RFP IRC1737-74th Ave and 1st Street SW v2 Regulations: It shall be the responsibility of the submitter to assure compliance with any OSHA, EPA and / or other Federal or State of Florida rules, regulations, or other requirements, as each may apply. Interpretations: No oral interpretations will be made to any submitter as to the meaning of the request for proposal documents. Every request for such an interpretation shall be made in writing, addressed and forwarded to Indian River County (purchasing@ircgov,com) ten (10) or more days before the date fixed for opening of the proposals. The County shall not be responsible for oral interpretations given by any County employee. Every interpretation made to submitters will be in the form of an Addendum, which if issued, will be sent promptly as is practical to all persons to whom RFP documents have been issued. All such Addenda shall become part of the RFP documents. Further, it shall be the responsibility of each submitter, prior to submitting their response, to contact Indian River County's Purchasing Division at (772) 226-1416 to determine if addenda were issued and to make such addenda a part of their submittal. Direct Purchase: Indian River County reserves the option to purchase certain tangible materials necessary for the performance of the Contract, and thereby save the amount of the sales tax thereon by virtue of the Owner's status as a Tax Exempt Institution. For the purpose of these procedures, the Contractor will assign to the County any rights the Contractor may have under quotes, contracts or commitments received from the particular vendor or supplier for the materials described in the requisition. The invoiced amount of County Purchased Materials and applicable sales tax, had the purchases not been tax exempt, once finalized through the Owner's Purchase Order and after confirmation of completed delivery and acceptance, will be deducted from the Contractor's Contract price via Change Order. Permits, Impact and Inspection Fees. In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted proposer. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Proposer shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in their cost proposal. Applicable Law and Venue: This solicitation, its resulting agreement and all rights and duties of the parties hereto shall be governed by the laws of the State of Florida, including but not limited to the provisions of the Florida Uniform Commercial Code Chapters 671-679 F.S., for any terms and conditions not specifically stated in this solicitation and any resulting agreement. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the County shall disclose any relationship that may exist between the contracting entity and a County Commissioner or a County Employee. The relationship with a County Commissioner or a County Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a County approved form. Failure to submit the form will be cause for rejection of the bid or proposal. Page 8 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 Cancellation: It is the intention of Indian River County to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service. Any failure of the supplier to satisfy the requirements of the County shall be reason for termination of the award. Errors: When an error is made in the extension of generating total prices or in any other process of completing the proposal, the original unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the proposal otherwise, will not relieve the proposer. Right to Protest. Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive selection process may protest to the Purchasing Manager. The protest shall be submitted to the Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the Department and the Office of the County Attorney. Awards: The County reserves the right to cancel the solicitation, reject any and all proposals or waive any irregularity or technicality in submittals received. The County reserves the right to not make any award(s) under this solicitation. Termination by the County. The County reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the Contractor fails to abide by or fulfill any of the terms and conditions of the contract. The County also reserves the right to terminate this contract for convenience of the County and / or with or without cause. Compliance with Laws and Regulations: Submitter agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by this solicitation and any resulting agreement, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts. Insurance: The Selected Firm shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the County. Firm's insurance shall be primary. The County shall be named as an additional insured for both General Liability and Automobile Liability. The awarded firm shall maintain the following limits of insurance during the term duration of this agreement. General Liability Each Occurrence $500,000 Fire Damage -any one fire $50,000 Medical Expenses -any one person $5,000 Personal and Advertising Injury $500,000 General Aggregate $500,000 Combined Single Limit $500,000 Automobile Liability—Combined Single Limit $500,000 Worker's Compensation as required by the State of Florida Each accident $100,000 Page 9 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 Each Disease — Each employee $100,000 Each disease — policy limit $500,000 Professional Liability Insurance $1,000,000 per occurrence $2,000,000 aggregate combined single limit $5,000 maximum deductible per claim The policy shall cover the firm, all employees, and/or volunteers, and all independent contractors, subcontractors and professional contractual persons hired or retained by contractor. All above insurance policies shall be placed with insurers with a Best's rating of no less than A -VII. The insurer chosen shall also be licensed to do business in Florida. The insurance policies procured shall be "Claims Made" policies or as generally available on the open insurance market. The Insurance Carriers shall supply Certificates of Insurance evidencing such coverage to the Indian River County Risk Management Department prior to the execution of this Agreement. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate. Indian River County reserves the right to accept or reject any or all proposals in whole or in part and waive all any technicality or irregularity. Page 10 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 PROPOSAL PRICING — RFP # 2018024 741h Avenue & 111 Street SW Culvert Replacement IRC -1737 Proposer submits the following price for the work described in this solicitation: The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Name of Firm Authorized Signature Title Date Signed Address City, State, Zip Code Phone E-mail Page 11 of 14 74th Avenue SW at 1St Street SW Culvert Replacement $ The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Name of Firm Authorized Signature Title Date Signed Address City, State, Zip Code Phone E-mail Page 11 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER. AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018024 for 74th Avenue SW & 1" Street SW Culvert Replacement 2. This sworn statement is submitted by: (Name of entity submitting Statement) whose business address is: and its Federal Employer Identification Number (FEIN) is 3. My name is (Please print name of individual signing) and my relationship to the entity named above is 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the Page 12 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate or entity STATE OF COUNTY OF Name of County Commissioner or employee Relationship (Signature) (Date) The foregoing instrument was acknowledged before me this day of , 20__, by _ who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN: PRINT: Notary Public, State at large My Commission Expires: (Seal) Page 13 of 14 RFP IRC1737-74th Ave and 1st Street SW v2 CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (This form MUST be submitted with each bid or offer exceeding $100,000) The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date Page 14 of 14 Indian River County Purchasing Division 180027 th Street Page 1 of 2 Vero Beach, FL 32960,�LRI � Phone (772) 226-1416 ADDENDUM NO. 1 Date: January 18, 2017 Project Name: 74th Avenue SW and 15t Street SW Culvert Replacement (IRC -1737) Bid Number: 2018024 Bid Opening Date: Wednesday, January 24, 2018 at 2:00 p.m. This addendum is released to provide the minutes and sign in sheet from the Mandatory Pre -Solicitation Conference. All information provided herein is hereby incorporated into the request for proposal documents. 1. Cost Proposals will NO longer be Lump Sum. Replace the Proposal Pricing Form on page 11 of the RFP with the attached "Itemized Cost Proposal Form". 2. Request for payment for stored materials MUST be accompanied by a paid invoice. 3. Maintenance of Traffic Plan to be prepared by an individual that is FDOT certified to prepare Maintenance of Traffic Plans. At minimum, one (1) lane of traffic must be open at any given time with the appropriate lane closure measures in place per FDOT Index 600 series. Two (2) lanes of traffic are expected to be opened for the majority of the construction schedule. 4. The 120" steel pipe will meet the FDOT Spec 943 (8 gauge 5"x1" or 3"x1" corrugated). 5. Construction activities over Florida Gas Transmission line must adhere to Florida Gas Transmission standards which can be received from Joseph Sanchez (407) 838-7171 or Russell Maclees (772) 216-7612. Attachments: Itemized Cost Proposal Pre -Solicitation Conference Minutes Pre -Solicitation Conference Sign -In Sheet IRFWCD Permit # 17-33 F:\Public Works\ENGINEERING DIVISION PROJECTS\1737 74th Ave and 1st SW Culvert Replacement\1-Adm1n\Bid Documents\Addendums\1737_Addendum_20180116 v2.docx Bid Number. 2018024 Addendum No. 1 Page 2 of 2 *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package ************ Company Name Name: (Type / Printed) Authorized Signature: Title: Date: Telephone: Email: ITEMIZED COST PROPOSAL 1-17-18 PROJECT NAME: 74th AVENUE SW AND 1st STREET SW CULVERT REPLACEMENT PROJECT NO: IRC -1737, BID NO. 2018024 BIDDER'S NAME: F:\PublicWorks\ENGINEERING DIVISION PROJECTS\11737 74th Ave and 1stSW Culvert Replacement\3-Design\EstimatesXI737 Itemized Cost Proposal20180117 PM 100111'V*11'111' 101-1 MOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 104-1 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 104-2 BY-PASS PUMP & TEMPORARY CHECK DAMS LS 1 110-1-1 CLEARING & GRUBBING LS 1 120-1 REGULAR EXCAVATON LS 1 120-6 EMBANKMENT LS 1 125-1 EXCAVATION FOR STRUCTURES CY 64 160-4 TYPE B STABILIZATION (12" THICK, LBR 40) Syl 333 430-175-199 PIPE CULVERT, ROUND, 120" S/CD (CSP) LF 50 455-133-2 SHEET PILING STEEL, TEMPORARY -CRITICAL SF 420 530-3-3 RIPRAP, RUBBLE, F&I, BANK AND SHORE TN 100 530-3-4 RIPRAP, RUBBLE, F&I, DITCH LINING TNI 30 536-1-0 GUARDRAIL -ROADWAY, GENERAL/LOW SPEED TL -2 LF1 175 570-1-2 IPERFORMANCE TURF, SOD (BAHIA) SY1 106 999-1 1AS-BUILT DRAWING BY REGISTERED SURVEYOR) LS 1 SUB -TOTAL FORCE ACCOUNT 17,000.00 TOTAL PROJECT PROPOSAL (INCLUDING FORCE ACCOUNT) 74th AVENUE SW AND 1st STREET SW CULVERT REPLACEMENT TOTAL TOTAL PROJECT COST PROPOSAL IN WORDS NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED COST PROPOSAL, THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum CY--CubIc Yard LF=Linear Foot TN=Ton SY=Square Yard F:\PublicWorks\ENGINEERING DIVISION PROJECTS\11737 74th Ave and 1stSW Culvert Replacement\3-Design\EstimatesXI737 Itemized Cost Proposal20180117 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Name of Firm Authorized Signature Title Date Signed Address City, State, Zip Code 1 - Phone E-mail Page 1 of 2 SER Board of County Commissioners 180127th Street z Vero Beach, Florida 32960-3365 * Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE -SOLICITATION CONFERENCE MINUTES 74TH AVENUE SW AND 1ST STREET SW CULVERT REPLACEMENT Project No. IRC -1737 January 16, 2018 at 2:00 PM Conference Room Al -303 The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. Any questions, additions, or comments regarding the meeting notes must be received no later than Monday, January 22; 2018 at 8:00 AM. PROJECT NAME 74th Avenue SW and 1St Street SW Culvert Replacement BID NUMBER 2018024 INTRODUCTIONS/SIGN IN SHEET This is a Pre -Solicitation Conference; Attendance at this conference by all bidders is MANDATORY. Bidders must sign in before 2:00 PM to receive credit for attending. CONTRACT DETAILS Bid Opening: Wednesday, January 24, 2018 at 2:00 PM Contract Time: 60 days to substantial completion 90 days to final completion Engineer's Estimate: $189,159.64 (Includes Force Account) Liquidated Damages: $958.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at Durchasing@ircgov.com PROJECT OVERVIEW: The project will consist of the replacement of an existing culvert with a 120" Corrugated Steel Pipe (CSP) at the intersection of 74th Avenue SW and 1st Street SW, in the Indian River Farms Water Control District Sub -Lateral C-2 and Lateral C Canals. Other work will include temporary canal bypass, temporary sheet pile, earthwork, maintenance of traffic, erosion control and any other incidental work required to complete the project. FAPublic Works\ENGINEERING DWIS.ION PROJECTS\1737 74th Ave and Ist SW Culvert IteplacementW-Construction\Meetings\Pre- Solicitation\1737 Pte -Solicitation Conference Minutes 20180116.doe Page 2 of 2 UTILITIES AT&T Florida Gas Transmission Indian River Farms Water Control District OTHER ISSUES • The Notice to Proceed tentative issuance is February 26, 2018. • Maintenance of Traffic: o Contractor shall submit a Maintenance of Traffic Plan to the Traffic Division for approval. o The Maintenance of Traffic Plan shall meet the FDOT Index 600, 2017 edition o At a minimum, one-way traffic shall be available at all times. • The 120" CSP shall be either on site prior to installation or secured in the Contractor's company yard so as to avoid theft or vandalism of the pipe. • The Contractor shall strictly adhere to the requirements of Indian River Farms Water Control District permit. • Blockage of flow in the Sub -Lateral C-2 or Lateral C Canal is strictly prohibited. • Embankment material. Payment for material will be lump sum. • Excavation —to be removed and disposed of by Contractor. This material may be utilized on site if deemed suitable. • PERMITS — Conditional Indian River Farms Water Control District, Permit No. 17-33 has been issued and will be part of Addendum No. 1. DISCUSSION • Review and comment with questions and clarifications is extended to Monday, January 22, 2018 at 8:00 AM. • The construction should be.performed around any rainfall and subsequent drainage of the basin to the west of the project location. This drainage basin flows to the Sub -Lateral C-2 and Lateral C Canals and the work to be performed shall not interfere with the runoff in the canals and the runoff can not cause any problems with construction. • The Maintenance of Traffic Plan must be submitted prior to construction. • Concerns were made for providing an itemized cost proposal. • Sheet piling is listed on the Quantities Plan Sheet. • A concern of a bid bond being required was raised. It was explained that a bid bond will not be required. • A concern of an AT&T conduit within the project area and have they been contacted. It was explained that AT&T was contacted however, no direction/status of their facilities was provided. • Three copies of the proposal are required to be submitted. • Construction over the gas line shall conform to Florida Gas Transmission specifications. • A concern was raised regarding the type of pipe spec. It was explained that clarification would be part of Addendum No. 1 • Meeting adjourned at 2:20 PM. F:\Public WorksTNGINEERING DIVISION PROJECTS\1737 7416 Ave and 1st SW Culvert Rep] acement\4-Construction"Nicetings\Pre- Solicitation\1737 Pre -Solicitation Conference Minutes 20180116.doc PRE=SOLICITATION ,CONFERENCE SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING% ROADWAY PRODUCT] h INDIAN RIVER COUNTY'ADNIINISTRATION BUELDING•, ` • ' Room Al -303 Bdilding A`" _ " . . - 7411 AVENUE SW and 1st STREETt.SW CULVERTREPLACEMEN 'PROJECT M0,1737 January•16, 2018 -at 2:06 P.M. ! -,NAME;, COMPANY & ADDRESS PHONE # / FAX # / CELL # ' 7s.�v�.1�� OV1616 Wh►�c � rvwr nd egrovp I nC, Q9aW.f9*4 -sF (e 33 • o ce(e hn -- Ma-aaG - 0.7 C, Jf 14-1 u P:\Public Works\ENGINEERING DIV(SiON PROJECTS\1737 749) Ave and 1st SW Culvert Rcplaccmcntid-Construction`N.-Icctina5\PI'e-Solicilali0n\1737 Prc-Solicit: Slicct 241 SUl 16.doc - ' PRE -SOLICITATION CONFERENCE .y ' • SIGN -IN. SHEET .' .+; ' .INDIAN RIVER'COUNTY ENGINEERING / ROADWAY PRODUCT] INDIAN RwER�COUNTY ADMINISTRATION BUILDING Room Al -303 $uilding,A .� . �,.. e 74t'''AVENUE SW and `l9t STREET SW CULVERT: REPLACEMEN' . , PROJECT 'II2C=1737 ' January;l6; 2018`at 2i00'P:M: �' NAME ` t • COMPANY & ADDRESS PHONE IIJ FAX # / CELL # 1%a '()^ su I -� 1'6 - . .`� -mss-new s �- DvJ�gtn � 12rson Cev,trxline ►��. 5(v t-�iU- 15 W-4 C� J 7124:50 SErbMo.0nvC Pab,A CoQ(/ 0--i(braL or -A�%cc 5&(- 5gS-rl '7o tom.#-ow.0. t� 33�fCo2 �Plt _1.6i - 775t • ,, �,, ! �S l Y 1 5'FU j�coved ko.I- sl (- $6c9s tilt ind)a,n.a Ave �'o•X Ko1- VW • C(605 S -V. 01114A , r� g`l'l 69 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1737 7401 Avo ind IsiSW Culvert Replacement\4-Con;truclioji', lcclins\Pro-Solicitation\1737 Pre-Salic.its Sltcct 20180116.doe CPRE-SOLICITATr� CET I OMCUNFE,REN r n:� ...:.�-�'° 1 :�r.��� - '�'F Sri 'FA'(d a„", '� X"y S . 'v '�..? C}{ 11`- r NOR IN�SHEET x +���� 5 �U��SIGN ��� ,\ _.Yb 'H �}x�vti4kS�` 3 5` K ,i' -i` •^r S X +u 1 1 v Jam+ }+ fx ya 4 rye` IND .L 'RIVER,- COUNTEMEN.G'INEERING�/MO��D' WAWY PRODUCT] ] ~4A 3.++x7.M.' li t LM1� y'r 7 MM",._ti{�+"fii"i� .aL's3,`- 1?�`''?R"i�ikf ?�j� !'�,S re.,�� '\.. ifs''!'1 "a+y,..A- .">:sa'3 `'•iii?' -S� T.:' -t t. '8'.7`� \•..1.. 4.;a ? 4 . Sf �� :• 'y.., ., :,,--�. p - ���i �. �. - � �.8 � 4,—l�3'�Y. ^L 4.a. .rl,."+�,�2T+••�''�.r .".St7P .@�'{� �+aS. � 4 �SJ�1 �'1•.. 4 � miINDIAN4u, VER COUNT�YrADMINISTRATION BUILDING \ 3 h �.:\-na` ,� �. ..w,aa 3A �' r�''� RoomA1303rBuildl<n �,M�' vb,&.-''..A'�tr'Y c p �'" ,f'a` s a?�a* ia, • ilaiif` fTcr �l �' (l 4. 4 xe'f ..nz°L✓�L.�' 5� ' F 74th AVENUE SWand 19t�STREET SW C{ULVERTREPI;ACEMEN �1 { i, \ .a:7>'I ,� w'*'e�'d.z�s."�.. y ," _ -'3. 1 +h. P20:TECT „z,:.- wa h ;4CIRC -1;737# l ...•n^ . \ _ \ ,. `.Li� _. `Y�-.�.>nr.�,s,TMy ,, ji Januaiyz l6 201' a't 2i0�0. <P M. a T ' s jig- ,. ....,. \ .. �.,Y,;, •a: •.. ,.;;..t. "'. . ,,. .,. S r... }'I - `E .vii j. `• a -z= •R'L e ^��r+, 4rt>3i _<,,''yi^`aIr �- \. V?'i•� . `1 ?.\: � •. J: `�:�",n `�.T:t.''�'t �w7 '��'��\5...i•x�i ix`i ��:S1 ;�S F"S+1�y{}1 �!'��'-,.�l�,iY:•,'st�S��d�.-C `yT�3�7'Y Nom+ } � 1Y .U�. :,�\ 2P}iy� _y t. �y 1.. : 1,. �.\:� K, .' } }:.i;• .i4,. ..�1,1 .:FS••:ci�• Y.-,. � Z. - S 1,y . S ?1 > �.. Y�: �.'"{y:Y 2+c.. } `�' ia., r � a� k � Y :ii'.^:: ,11 �„' l - %C., l_ Y�{:'}lv S �.�� i{„Y. fa: °�.J 1.�y 'l S:x,,. r3; M+ s'1 C"'M2. :� ,�p"R•:: ;..:i `:NAME : '` � . :..:.......:..s..•;: , .:. .. "... ,.COMPANY.:&,ADDRESS �� �.., ...., :_..,, ,PHONE;# /,FAX'# %CELL # , ,.:.� =:- -:-:-.;>>"y 4(01 3o4k") CA 17Z, i. Al U.49. M (ad Lo TsJS �"r! F:1Pulrlic XVorks%CNG[NEERING DIVISION PRO.IECTS1173? 74M Aire and 1st SQL' Culvert- 1737 Iarc-Solick Sheet 20150116.doc - • r - E , P•-� R•E. SOLICITA.TION.C._ONFERsEN.rC �sy. :� .. r � ,. ° ;�� .. � ; ;' ►� h,, . �. • . 'SIGN-4N-SHEET SHEET ,,: MIAN:RIVER`COUNTY ENGINEERING % ROADWAY PRODUCT. INDIAN R WR' COUNTY ADiVIINISTRATION,BUILDING • t - c�' �. i • -Room Al-303:BWlding'A,_ `74th.AVENUE' SW.'and '1s� STREET,SW CULVERT REPLACEMEN PROJECT-IRC-1737 January`l6,2618-at2 00P.M.. 'NAME ` •5.e"':' '` w COMPANY & ADDRESS' -,. PHONE # / FAX # / CELL ,# S7py�k9 SRC E'-Ig 72- - 72-6 -- 13?q < ��,e-+,C...,�,- ��i"�' �-a%-ems. '-,��-�-- �'Z'2--� �`:'t •A �i t`��?� � 77z - X72 - S-1 c -owclo- 30.S-L$7--3$15' NPublic WorksXENGINEERIi\G DIVISION PR0.1I C"fSU737 7401 Avc and Ist SW Culvert Rcpiiccmcnti4-Canatruction:McctingslPrc-Solicitation11737 I'rc-Solicit: Sbcct 201SU.116.doc ;,- PR_E 'SOLICITATION.CONFERENCE' SIGN -IN. SREET.. INDIAN RIVERVOUNTY ENGINEERING / ROADWAY PRODUCT] INDIAN RIVER`COUNTY ADMINISTRATION BUELDING Room AI -303 Building A •; �`. , " 74th -AVENUE SW and 1st. STREET SW-CULVERT'REPLACEMEN' ... .PROJECT IR C'1737 • January 16,'2018 at 2:00 P.M. it NAME COMPANY & ADDRESS `:. PHONE # / FAX # / CELL # VV i I1;,avv) ;TO h Sa-,- 1 R -(-o eno I n 41n 4 1 Z - Z,2.! - �► FAIlublic Works\ENGINEERING DIVISION PROJEC:'I'8\1737 7401 Ave and 1st St4 Culvert l:cplaccmu1114-C:onstrucKirnl\(\4ccting;\Pre Saticitation11737 1'rc-Solicik Sbcct 20150116.doc Authorized Agent and Title: _MV If, C r..l"J 1 !2 , 4? 1:—:., Telephone Number: -r7 Z -7-7-LP — t ZZA B. Proposed Connection or Use: (check appropriate box or boxes) NON-REFUNDABLE ❑ Culvert connection to District canal for irrigation or drainage $100.00 ❑ Pump connection to District canal for irrigation or drainage $300.00 ❑ Culvert and/or control structure in District canal for crossing and/or water storage $200.00 Other (specify) _ .$4QG-.90- 14c,,,, C, Location: Tract 1�1jp. ,Section �_, Township `� , Range ?�ar� , Canal No. C_ * G -Z Other appropriate description: 74 -TU AVe-, 6.vJ, A40 l-tq- �Sr_ s -W. Property I.D. Parcel No.: til& - Wit - t"a IZ449 7- cF w4a-1 Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure.) VJ1TU t.9. IZ40n e-4-4 P, BENS"-,, V4P-0,04- WjW_ 9W— iD..j AL "94 Tb TL V_ FlIP-. 44,06"o m ur-r'ua ,c.e+ . E. Special Conditions: (for District use only) �i l' WA4...AAC"O 4-i'57- 'n� 4- F. F Estimated Date of Construction Commencement: 2_/1ff>%1 a Estimated Date of Construction Completion: �J: j1 ca I ram G. As the Applicant for permit, I do understand and agree that: 1. The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. Signed: (Continued on Reverse hereof) Date 11/2, PV1scant ---^— ----e—_ ,— —(For District Use Only) --o_ee--®®—®r--- Application approved by: �Z�"?� ' Application approved by: Date of approval: Expiration Date of this approved application: `Inds n River Farms -Water Control District for Carter Associates, Inc., Engineer for District -'I_."sr PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS. SET FORTH ON THE REVERSE HEREOF. SPECIAL CONDITIONS FOR PERMIT NO. 17-33 FOR INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT REPLACEMENT OF EXISTING FAILED CULVERT IN SUB -LATERAL C-1 (IST STREET, SW) CANAL UNDER 74TH AVENUE (DISCHARGING INTO LATERAL "C" CANAL) WITH 50 L.F. OF 12011 A.C.M.P. 1) This permit is issued based on plans (5 sheets) (County Project # IRC -1737) prepared by Engineering Division, Indian River County Department of Public Works, dated November 13-15, 2017. 2) Proposed 120" A.C.M.P. culvert shall be installed with an East Invert of 11.3 and a West Invert of 11.4 (N.A.V.D. '88). 3) Blockage of flow in the Lateral "C" (74th Avenue) Canal is strictly prohibited. Any temporary blockage of flow in Sub -lateral C-1 (1St Street, SW) Canal shall be coordinated and approved by David E. Gunter, Superintendent of the Indian River Farms Water Control District prior to commencement of project. 4) Any proposed roadway (74th Avenue) swale drainage into Sub -lateral C-1 Canal shall be through drop pipe discharge culvert. 5) All final grading at project site shall be away from top of canal banks with sufficient drainage to prevent accumulation of surface water resulting in overbank discharge into canal. J.-WEOSPEC COND-PROVISM2017 PermitsUdwcd spec Gond 17-33.docx EXECUTIVE SUMMARY Johnson -Davis Inc. is a full-service underground utility contractor specializing in projects such as water, sewer, and storm drainage systems, as well as highway and road construction usually associated with the utility construction. Our work expertise also includes installation of steel sheeting and dewatering systems. There is no other company in the south and central Florida region that can boast our experience and proficiency in this area. We are able to maintain long-term relationships with prime contractors, governmental agencies, consulting engineers, customers, and suppliers because we are dependable and strive to deliver superior customer service. Johnson -Davis believes that maintaining our credibility and integrity within the industry is our main concern. Johnson -Davis was founded in 1977 when Herb Johnson envisioned the need in Florida for a reputable specialty contractor. Herb and his sons, Scott and Chris, worked only in Palm Beach County, were based in Herb's garage, and had only three leased pieces of heavy equipment to their name. Based in Palm Beach County for more than 40 years, Johnson -Davis has worked continuously and successfully with County Governments and Utility Authorities. More than 40 years later, the Johnson -Davis name is now synonymous with quality work as well as tremendous experience, resources, and knowledge. The company has since transitioned to Scott and Chris Johnson. The corporate headquarters is in Lantana and covers more than four acres of land, and we have a small office in Fort Pierce. Our project teams are located in these two offices. Johnson - Davis has more than 14 crews and owns the equipment that supports these crews. Johnson -Davis is privately -held, owned by Scott Johnson, Chris Johnson, and Jeanne (Johnson) Cummings. Scott Johnson, President, and Bob Hopler, Vice President, both earned their Bachelor of Science degrees in Civil Engineering from Bucknell University in 1976. As engineers, they enjoy projects that are technically challenging. They are both involved in projects at the executive level. Our Construction Manager, Robert Ueltschi, has 38 years of construction experience and is a Professional Engineer. He earned his Bachelor of Science in Civil Engineering Technology from Western Kentucky University. His extensive experience and knowledge support the Superintendents and Project Managers, and ensures crews are optimally scheduled and properly performing their duties, all while ensuring the highest levels of quality, safety, and customer satisfaction. pft9r <��rncru�_u»si�ucCanrr • CUC043087 • ��`�ea cs, _A .. Main -Office: 604 Hillbrath Drive -Lantana, FL 33462 -Phone: 561-588-1170e FAX 561-585-5252 Ft. Pierce Office: 863 S. Kings. Hwy - Ft. Pierce, FL 34945 - Phone: 772-468-9200- FAX 772-468-9202 '�N�` j Our Superintendents oversee multiple crews and have been involved in utility j>==' construction for a combined total of 159 years. Having worked with the local utility authorities for many years,_ they are aware of the daily challenges faced by the crews. Senior Superintendent Leonard Dennis and Superintendents Joe Bagford, Thomas Linsley, Edric Martin, and Norm Weaver ensure their crews have the resources necessary to maintain their schedules. They are also tasked with ensuring the quality of the work meets or exceeds expectations. Our Project Managers hold an impressive 93 years of experience amongst them. They act as the main interface between the customer and Johnson -Davis. Clark Cryer, Donatella Derival, Doug Ipolito, Robson Lima, Walter Pfaffenberger, and Dennis Wheelin have the primary responsibility to ensure projects are completed on time and within the budget. Maggie Anaya, Safety Director, has 14 years of safety experience and previously served as a Safety Manager and Operations Manager/Safety Director. She holds many certifications including OSHA 501 and is an OSHA Outreach Trainer. Her knowledge and experience help Johnson -Davis Inc. maintain a safety culture that makes safety the responsibility of every employee. Ilene Passler, Human Resources Director, has worked in construction for 19 years, and the majority of her experience is working for federal and municipal contractors. She holds her Master of Business Administration from Wake Forest University and both the Senior Professional in Human Resources and SHRM-Senior Certified Professional certifications. Her expertise includes compliance, employee relations, and non- discrimination. We enjoy an excellent relationship with our bonding company, Liberty Mutual Insurance Co., with a single project capacity of $35,000,000 and an aggregate capacity in excess of $80,000,000. Our financial strength, technical expertise, and history of success in working with the FDOT have earned us a capacity rating in excess of $80,000,000 for underground utility work. We have also been listed in, Engineer New Record's Top 600 Specialty Contractors nationwide for many years. It is clear that Johnson -Davis has both the experience and the key personnel necessary to successfully perform underground utility projects of all sizes and difficulty. Liberty mut>u��.l.� SURETY January 19, .2018 Indian River County Purchasing Division 1800 27th St. Vero Beach, FL 32960 Att: Jennifer Hyde, Purchasing Manager RE: Johnson -Davis, Incorporated as Contractor Prequalification Bonding Letter Dear Jennifer Hyde: It is our understanding that you are considering Johnson -Davis, Incorporated as the contractor for your construction project. We are prepared to provide surety bond credit for them well in excess of your requirements as we entertain a single project bonding capacity of Thirty -Five Million Dollars ($35,000,000) and a total aggregate bonding capacity in excess of Eighty Million dollars ($80,000,000). Liberty Mutual Insurance Company has supported Johnson -Davis since 1999, and considers Johnson -Davis, Incorporated to be one of our most valued clients. Liberty Mutual has never declined a bond request for this fine account. Liberty Mutual Insurance Company is an "A" (Excellent) rated carrier with a financial size category of XV ($2 billion+) by A.M. Best Company, a US Treasury limit exceeding $1.3 billion and is licensed to do business in the State of Florida. A Performance and Payment Bond equal to one hundred percent of the contract amount is subject to our review and acceptance of the contract terms and conditions, bond forms, construction financing details and a satisfactory underwriting requirement review at the time of the request. We assume no liability to third parties or to you by the issuance of this letter if for an reason we do not execute such bonds. Johnson -Davis is properly financed, well equipped and very capably managed. Their construction team consistently brings their projects in within the budget and on time. Their payment record is excellent and they enjoy an enviable reputation. We highly recommend Johnson -Davis, Incorporated and should you have any questions or require additional information, please contact Wes Williams at 404-264-3221. Sincerely Yours, ; .. LIBERTY MU'rUAL INSURANCE COMPANY Maria Si 4or�ire, Attorney -in -Fact TIAIS POWER OF ATTORNEY ISNOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power, of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Cerlificale No. 7958252 Liberty. Mutual insurance Company The Ohio Casually Insurance Company West American Insurance. Company POWER OF ATTORNEY KNOWN ALL.PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company 1s a .corporation duly organized under the latus of the Slate of Massachusetts, and West American Insurance Company is a corporation duly organized under lite latus of the Slate of Indiana (herein collectively called Ilia "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Beniamin A Stahl: Elizabeth K :Sldding• Maria Signorile• WesleyP. Williams all of the cityof Atlanta state of GA each Individually if Ihere.be more than one Rained, its true and lawful attorney-In=.fact to make, execute, seal, acknowledge and deliver,. for and on its behall as surety add as its act and deed; anyand all undertakings, bonds;.recognizahces and other. surely obligations; in.pursuance of these presents and shall be as binditlg.upon the Companies as'if they.bpve been. duly signed bylhe, president and attested. by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Allorney.has been subscribed by an authorized officeror official of the Companies -and the corporate seals of the Companies have been affixed thereto this 916 day of August 2017 , i The Ohio Casualty Insurance Company P. Liberty Mutual Insurance Company 1911)o '�' g 1912 1991 West mericanInsurance Company y U fp ).r'rr"•"nv.Wa�;i'�C�L `�J hgncuus�' F�, � a:annr. t' � � - of r- STATE OF. PENNSYLVANIA ss David M. Carey, Asstslanl Secretary +s Lo COUNTY OF MONTGOMERY on Oils 9th day of August 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance. v I 0..a) Company, The Ohio Casually Company, and West Antedcan insurance Company, and that Ile, as such, being authorized so to do, execute lite foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (� L W >-IN.WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal it King of Prussia, Pennsylvania, on the day and year first above written. 0 ya .if COMMONWEALTH OF PENNSYLVANIA Q 1 ._.� nwF�F(� Nolariat Seal 0' C .N 1w cP t v Toresa Pastelin. Nolory Public By LU&1. ' nr 'af or Upper Motionhvp., Montgomery County Teresa Paslella, Notary Public 0 •�, w My Commission Expires Mardi 26.7.021 - J m " W VhSy y C!P G Mar, Pa msyivanin Asancinlloa of Nulnnus 0 d �Afry PVOy Q. ca This Power of Attorney is made andexecuted pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual An N" Insurance Company, and West American Insurance Company which resolutions are now In full force and effect reading as follows:rs W a) ARTICLE IV -OFFICERS - Section 12, Power of Attomey. Any officer orotheroflicial of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 0 a; �lo:such limilalion as the'Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, �+ 0 G :acknowledge and deliver as surety any and all undertakings; bonds, resognizences and other surely obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective p E. 4i powers.of attorney; shall have full power to bind the Corporation by their signature and execution ol"any such instruments and to attach thereto Ole seal of the Corporation, When so 'ro -v execuled, such instruments shall be as binding as if signed b the President and attested to b Ilse Secrelary:An ower or authority ranted to an representative or altome In-factunder > r0 -�u 9 9. Y Y YP Y9 Y P Y• d ,a the provisions of this article may be revoked at any lime by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ng ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any Officer of the Company authorized for that purpose in writing by the chairman or the president, E > jv and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys•in-fact, as may be necessary to act in behalf of the Company to make, execute, +- O � seal, acknowledge and deliver as surety any and all undertakings, bonds, rectignizances and other surety obligations, Such allorneys-in-fact subject to the limitations set forth in their c Z 0 respective powers of attomey, shall have full power to bind the Company by Iheh signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as.binding as if signed bythe president and attested by the secretary, I0 .Certificate of Designation - The. President:of the Company, acting pursuant -to the Bylaws of the Company, authorizes David M. Carey. Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf:of ilie Company to make, execute, sea], acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Authorization - Bunaninious consent of the Company's Board of Dlreclors, lite Company consents that facsirinife or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a cedi.ied copy of any. power of attorney issued by the Company in connection with surely bonds, shall be valid and binding upon the Company with the same force and -effect as though manuany affixed: I, .Renee C. Llewellyn, the undersigned, Assistant Secrefary, The .Oldo Casually Insurance' Company, Liberty Mutual Insurance Company, _.and West American Insurance Company do hereby certify.litat the original power of attomey of which the foregoing is a .full,'.frue and correct copy of the. Power of Attorney ezeculed' by said .Companies, is in full force and effect and has'not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ��day of. Q Yl Q Y , 20�_ , . 0 pRCnrt'4.4r'9�. o 1st) 0 7917. y 1091 s . �� r3 a Renee C. Llewe ssistant Secretary 9y'"rnMv�°trt A�j ��•'snnm5`%• r � �:•o,au� ' � - 280 of 300 LMs_12870_022017 EM Equipment List- Summary. Equipment and Components Date Attach To Comp of ipment/Component Vin Number Last Used Status Equip Equip Category: 10 WELLPOINT PUMPS 10-0001 10 IN. WELLPOINT PUMP 7105 10-0003 10 IN. WELLPOINT PUMP 7568 10-0011 10 IN. WELLPOINT PUMP 7130 10-0013 WELLPOINT PUMP 61N. NONE 10-0016 WELLPOINT PUMP 10 IN. 8460 10-0019 WELLPOINT PUMP 10 IN. 7505 10-0020 WELLPOINT PUMP 10 IN. 8334 10-0026 HYDRAULIC PUMP 6 IN. 5654 10-0028 JET PUMP, 41N. DIESEL 6J66 10-0030 DOUBLE DIAPHRAGM 4DDL335 10-0031 WELLPOINT PUMP 10 IN. JD946068 10-0033 WELLPOINT PUMP 6 IN, 6951033 10-0035 WELLPOINT PUMP 8 IN. U597362X 10-0036 HYDRAULIC PUMP 4 IN, H -25-D-349 10-0038 WELLPOINT PUMP 8 IN. U64052BY 10-0040 JET PUMP 41N, None 10-0041 WELLPOINT PUMP 8 IN. H-40WPLR-D-139 10-0043 TEST PUMP 10-0045 JET PUMP 4 IN. C.M.E.8291 10-0046 WELLPOINT PUMP 8 IN. 9037 10-0048 6 IN. TRASH PUMP 9065 10-0049 WELLPOINT PUMP 8 IN. 9064 10-0050 HYDRAULIC PUMP 4 IN. 2657 '.,10-0051 JETPUMP ON WHEELS 4 IN. 4219 '10-0052 8 IN. WELLPOINT PUMP 9159 10-0054 8 IN. WELLPOINT PUMP 9181 10-0055 12 IN, HYDRAULIC PUMP D12SGO68T1210 10-0056 8 IN, HYDRAULIC PUMP 325 10-0058 10 IN. WELLPOINT PUMP 9293 10-0059 10 IN. WELLPOINT PUMP 10-0060 4 IN. HYDRAULIC PUMP U797253C 10-0061 4 IN. HYDRAULIC PUMP 708 10-0062 8 IN. WELLPOINT PUMP 9220 10-0063 8 IN. WELLPOINT PUMP 9239 10-0064 4 IN. HYDRAULIC PUMP 10-0065 WELLPOINT PUMP 6 IN. 6PW-019 10-0066 10 IN. HYDRAULIC PUMP 10-0067 4 IN. HYDRAULIC PUMP LD44369U146539P 10-0068 4" HYDRAULIC PUMP ON WHEELS F.P. 8-20 10-0069 4" HYDRAUIC PUMP ON WHEELS F.P. 8-19 10-0070 3" HYDRAULIC PUMP 10HPU-58 10-0071 2.5" x 4" JET PUMP ON WHEELS 9500 10-0073 10 Inch Roto Flo Wellpoint Pump 26109642 1.1 10-0074 6" Trash Pump 12001 10-0075 8 inch Roto Flo Welipoint Pump 9010 10-0076 8 INCH QUIET PACK WELLPOINT P 21012 10-0077 6 INCH HYDRAULIC PUMP POWER 1318-C 10-0100 M5 VAC PUMP 10-0164 M-3 VACUUM PUMP Category: 11 VACUUM PUMPS 11-0005 M-2 VACCUM PUMP 00050 '11-0053 M-2 VACUUM PUMP 0053 11-0100 M10 VACUUM PUMP 100 1 Johnson -Davis Inc. Page 1 Date Format - MM/DD/YY 12118/17. Active 10/30/17 Active 02/21/17 Active 01/11/18 Active 10/13/17 Active 11/17/17 Active 10128/17 Active 01/06/18 Active 12/03/17 Active 11/29/17 Active 12/18/17 Active Active 01/06/18 Active 10/23/17 Active 01/04/18 Active 07/21/17 Active 01/13/18 Active 07/19/16 Active 12/21/17 Active 12/14/17 Active 01/12/18 Active 01/13/18 Active 01/12/18 Active 12/11/17 Active 01/05/18 Active 09/06/17 Active 12/11/17 Active 01/12/18 Active 10/13/17 Active 01/09/18 Active 01/12/18 Active 01/12/18 Active 11/21/17 Active 01/12/18 Active 05/17/17 Active 01/11/18 Active 06/23/17 Active 12/07/17 Active 12/15/17 Active 05/16/17 Active 12/14/17 Active 01/08/18 Active 12/20/17 Active 09/19/17 Active 12/21/17 Active 01/11/18 Active 11/12/17 Active Active Active Active Active Active 01/19/18 07:29:44 AM EMListSummary.rpt Category: 11 VACUUM PUMPS 11-0101 VACUUM PUMP 11-1016 M3 VACUUM PUMP 11-1036 10 INCH VACUUM PUMP 11-1037 C10 VACUUM PUMP 11-1190 M2 VACUUM PUMP 11-1240 M3 VACUUM PUMP 11-1357 MI VACUUM PUMP 11-1387 M10 VACUUM PUMP 11-1390 M2 VACUUM PUMP 11-1711 M3 VACUUM PUMP 11-1923 M-3 VACUUM PUMP 11-1924 M3 VACUUM PUMP 11-1941 M3 VACUUM PUMP 11-2341 M3 VACUUM PUMP 11-3044 M3 VACUUM PUMP 11-3049 VACUUM PUMP 11-3605 M-10 VACUUM PUM 11-3737 M2 VACUUM PUMP 11-3750 M-2 VACUUM PUMP 11-4268 M3 VACUUM PUMP 11-4297 VACUUM PUMP 11-4371 M-3 VACUUM PUMP 11-4636 VACUUM PUMP 11-4840 M-3 VACUUM PUMP 11-4841 M3 VACUUM PUMP 11-4923 M3 VACUUM PUMP 11-5445 M5 VACUUM PUMP 11-6917 C 10" VACUUM PUMP 11-•9305 M-3 VACUUM PUMP 11-9487 10" VACUUM PUMP 11-9494 M5 VACUUM PUMP 11-9602 M3 VACUUM PUMP 11-9607 M3 VACUUM PUMP 11-9615 M10 VACUUM PUMP 11-9616 C-10 VACUUM PUMP 11-9617 C-10 VACUUM PUMP 11-9716 #10 VACUUM PUMP Category: 12 SMALL PUMPS 12-0024 TEST PUMP 12-0030 DIAPHRAGM PUMP 12-0032 DIAPHRAGM PUMP 12-0038 TEST PUMP 12-0039 TRASH PUMP 12-0041 TRASH PUMP 12-0043 TEST PUMP 12-0045 TRASH PUMP 12-0046 HYDROSTATIC TEST PUMP 12-0048 TRASH PUMP -50-145 12-0050 TRASH. PUMP 12-0051 TRASH PUMP �2-0052 TRASH PUMP -12-0055 TRASH PUMP 12-0059 CENTRIFUGAL PUMP 3 IN. 1 Johnson -Davis Inc. Date Format - MM/DD/YY EM Equipment List - Summary Equipment.and Components G. Date Attach To Comp of Vin Number Last Used Status Equip Equip - Continued 101 Active 101689 Active 1036 Active 1037 Active 1190 Active 1240 Active 1357 Active 1387 Active 1390 Active 1711 Active 1923 Active 1924 Active 1941 Active 2341 Active 3044 Active 3049 Active 3605 Active 3737 Active 3750 Active 4268 Active 4297 Active 4371 Active 4636 Active 4840 Active 4841 Active Active 544515 Active 6917 Active 9305 Active 9487 Active 9494 Active 9603 Active 9607 Active 9615 Active 9616 Active 9617 Active 9716 Active NONE Active 8511714 Active NONE Active NONE Active 5169QP301TH Active 11028 Active NONE 09/12/14 Active 301TH13634 Active 15794 Active 18480 Active 18525 Active P024777 Active P024778 Active 18483 Active Active Page 2 01/19/18 07:29:44 AM EMListSummary.rpt EM Equipment List - Summary Equipment and Components 1 Johnson -Davis Inc. Page 3 01/.19118 07:29:44 AM 'Date Format - MM/DD/YY EMListSummary.rpt Date Attach To Comp of .;:.. : ijipment/Component Vin Number Last Used Status Equip Equip ::- t .. Johnson D is Category: 12 SMALL PUMPS - Continued 12-0060 DIAPHRAGM PUMP 3 IN. Active 12-0062 3 IN. TRASH PUMP P045928 Active 12-0063 3 IN. TRASH PUMP I ON 50-157 WA 6729-1192 Active 12-0064 9 HP FIRE PUMP 05130 86490 Active 12-0069 3 IN, YAMAKOYO TRASH PUMP C9MFH90000021 UP Active 12-0070 3 IN. YAMAKOYO TRASH PUMP C9MFH90000013UP Active 12-0071 3IN. YAMAKOYO TRASH PUMP C9MFH90000041UP Active 12-0074 4 IN, DOUBLE DIAPHRAGM PUMP Active 12-0075 3" HIGH PRESSURE CENTRIFUGAI Active 12-0076 1" HYDROSTATIC REST PUMP (MA JD -8042014 Active 12-0077 3" TRASH PUMP 24235792 Active 12-0078 3" DIAPHRAGM PUMP 225-0010 Active 12-0079 3" TRASH PUMP 24297804 Active 12-0080 3" TRASH PUMP 24297805 Active 12-0081 2" HONDA TRASH PUMP Active 12-0082 3" WACKER TRASH PUMP 24396644 Active 12-0083 3" WACKER TRASH PUMP 24396646 Active 12-0084 3" TRASH PUMP 3TH-33648 Active 12-0085 3" TRASH PUMP 3TH-33703 Active Category: 20 BACKHOES 20-0037 LIEBHERR BACKHOE 648-5051 10/20/16 Active 20-0039 1997 DEWATERING TRENCHER D97022 11/28/17 Active 20-0040 LIEBHERR BACKHOE 417-4205 12/18/17 Active ?0-0044 LIEBHERR BACKHOE 651-8110 01/11/18 Active 20-0047 LIEBHERR BACKHOE 651-9831 04/13/17 Active 20-0050 LIEBHERR BACKHOE 924-13441 12/12/17 Active 20-0053 LIEBHERR BACKHOE 2004025278 01/12/18 Active 20-0054 LIEBHERR BACKHOE 924-13720 01/05/18 Active 20-0055 2006 LIEBHERR BACKHOE 976-18694 01/12/18 Active 20-0056 KOMATSU BACKHOE 30099 01/07/18 Active 20-0057 LIEBHERR A912 RUBBER TIRE BA( 4195100 01/31/17 Active 20-0059 CATERPILLER CRAWLER EXCAVA' CAT0328DCGTNO0603 01/05/18 Active 20-0060 CATERPILLER CRAWLER EXCAVA CAT0336DEW3K01174 01/12/18 Active 20-0063 2012 JOHN DEERE RUBBER TIRE 1 FF220DWHBD41148 01/12/18 Active 20-0065 PC360 LC -10 KOMATSU BACKHOE 70101 01/05/18 Active 20-0068 Komatsu PC39OLC-10 Excavator A30203 09/19/19 Active 20-0069 Komatsu PC240LC-11 EXCAVATOR 95106 01/11/18 Active 20-0070 Komatsu PC39OLC-11 Excavator 30425 01/12/18 Active 20-0071 Komatsu PC39OLC-11 Excavator A74180 01/13/18 Active 20-0072 Komatsu PCI 38USLC-11 50542 01/12/18 Active 20-0073 KOMATSU PC29OLC-11 EXCAVATC A27538 01/12/18 Active 20-0074 Komatsu PCI 38USLC-11 Excavator 50845 01/12/18 Active 20-0075 Liebherr A900C 66375 01/12/18 Active 30-0051 Komatsu WA320-8 85209 01/12/18 Active Category: 25 COMBINATIONS 25-0051 CAT COMBO BACKHOE BLN11885 12/20/17 Active 25-0052 CAT COMBO BACKHOE BML05166 01/13/18 Active 25-0067 2013 CAT COMBINATION BACKHOI CAT0420FHJWJ01695 01/12/18 Active Category: 30 LOADERS 30-0028 LOADER VOLVO L90DV65018 05/02/17 Active J0-0030 LOADER JOHN DEERE DW644HX587509 12/16/17 Active 30-0031 VOLVO LOADER L90E L90EV70867 11/03/15 Active 1 Johnson -Davis Inc. Page 3 01/.19118 07:29:44 AM 'Date Format - MM/DD/YY EMListSummary.rpt EM Equipment List - 8ummary Equipment and Components 1 Johnson -Davis. Inc. Page 01/19118 07:29:44 AM Date Format - MM/DD/YY EMListSummary.rpt Date Attach To Comp of Ipment/Component Vin Number Last Used Status Equip Equip : t , Hued 15-M.Joltns.on,, Category: 30 LOADERS Continued 30-0032 LIEBER LOADER 443-11966 01/05/18 Active 30-0033 VOLVO LOADER L70E L70EV60803 01/12/18 Active 30-0034 LIEBHERR LOADER 432-14861 01/12/18 Active 30-0036 VOLVO L90 E LOADER L90EV67858 01/18/18 Active 30-0037 VOLVO L110 E LOADER LII0EV60387 01/11/18 Active 30-0038 2009 KOMATSU LOADER 65858 01/121118 Active 30-0039 2009 KOMATSU LOADER 65939 01/12/18 Active 30-0040 950H CATTERPILLAR LOADER CAT0950HVK5K0287 01/12118 Active 30-0042 WA320-6 KOMATSU LOADER A35279 01/12118 Active 30-0043 WA -380-7 KOMATSU LOADER A64171 01/13/18 Active 30-0044 WA200PZ-6 KOMATSU RUBBER Tit KMTWA105C01071678 01111/18 Active 30-0045 WA -320-7 KOMATSU LOADER 80194 01/12118 Active 30-0046 938K CATERPILLAR LOADER SWL01382 01112/18 Active 30-0047 WA200-7 KOMATSU LOADER 80392 01/12/18 Active 30-0048 WA380-8 KOMATSU LOADER A74013 09/19/19 Active 30-0049 Komatsu WA -380-8 Wheel Loader A74180 01/12/18 Active 30-0050 Cat 906M Wheel Loader CAT906MCH6600764 12105117 Active 30-0052 Komatsu WA270-8 Wheel Loader A28201 01/05/18 Active Category: 35 SPECIALIZED EQUIPMENT 35-0001 CRAWLER DOZER T065HX898018 12105/17 Active 35-0027 2001 LOADER/BOBCAT 514147010 09/21/17 Active 35-0041 T300 BOBCAT 525415212 01/12/18 Active 35-0061 KUBOTA BACKHOE 30767 01/19/18 Active 5-0062 2012 KUBOTA EXCAVATOR W/RUE 24675 01/11/18 Active 35-0064 2012 KUBOTA EXCAVATOR WIRUE 41826 .01/12/18 Active 35-0066 2013 KUBOTA EXCAVATOR 74888 01/13/18 Active Category: 40 TRAILERS 40-0004 WITCO LOWBOY ZZZ5224D89000RG50 Active 40-0007 FLATBED PIPE TRAILER 45 FOOT FWV472605 Active 40-0011 CREW/TOOL & FUEL TRAILER RTT425 Active 40-0012 DROP DECK TRAILER 1 UYFS2454GA425801 Active 40-0013 FLATBED TRAILER 707841 Active 40-0017 FLATBEDTRAILER 13643 Active 40-0023 FLATBED WITH HEADBOARD ILZF4520IE1001467 Active 40-0024 26 FT. STEEL DUMP TRAILER IB9DS2727SP313014 Active 40-0027 10 FT, LOWBOY 4LF48805BV3505592 Active 40-002B "JEEP" FOR LOWBOY 4LF3N2623V3505593 Active 40-0029 SOCK TRAILER FLT8092BB Active 40-0032 LOWBOY T13 50 NGB 4LF4S4837S3504134 Active 40-0033 FLAT EXTENABLE TRAILER 13N4482C8XI584935 Active 40-0034 24 FT. FOOT FLAT TRAILER 5L8PH242561002996 Active 40-0036 48 FT. FOOT FLAT EXTENDABLE T IGRDM96296HF00134 Active 40-0037 EQUIPMENT TRAILER 5L8PH202961003106 Active 40-0038 23 FOOT DECKOVER TRAILER 5VGFP2322DL003826 Active 40-0039 18 FOOT DECKOVER TRAILER 5VGFP2324DL004847 Active 40-0040 51 X 10' Trailer IXNU5XI0471022637 Active 40-0041 12 FEET TILT TRAILER 5TEE1612G1004560 Active 40-0042 Equipment Trailer 5VGFID2025GI-006568 Active 40-0043 ABI Water Trailer 1P9BW1726HM65253B Active 40-0044 East Tri -Axle Dump Trailer 1E1D1P384HR059877 Active 'ategory: 45 TRACTORS 45-0117 1998 KENWORTH W 900 /RON R. IXKWD29X3WJ771862. 01/12/18 Active 1 Johnson -Davis. Inc. Page 01/19118 07:29:44 AM Date Format - MM/DD/YY EMListSummary.rpt EM Equipment List - Summary Equipment and Components " Date Attach To Comp of - `:- :iipment/Component Vin Number Last Used Status Equip Equip :.: .,�.. ..F::. e artment._7�.Johnson.Dav s ,... __...... .:.:.:.............__........ - �3==�x, -- :Co�ttlt� Category: 45 TRACTORS - Continued ? 45-0128 1998 KENWORTH T800 FLATBED 1NKDLA9X9VR734944 12/21/17 Active '? 45-0164 2003 KENWORTH T800,/ EDDIE F. 1NKDLUOX23J386270 01/12/18 Active 45-0249 2013 KENWORTH T800 /TEX M. 1XKDP4EX7DJ357433 01/13/18 Active 45-0279 2017 Kenworth T880 1XKZD40X4HJ15706 01/12/18 Active 45-0280 2017 Kenworth T880 1XKZA48X1HJ157608 01/12/18 Active 2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 538772 Entity Name: JOHNSON - DAVIS INCORPORATED Current Principal Place of Business: HILLBRATH DRIVE . 4TANA, FL 33462 Current Mailing Address: 604 HILLBRATH DRIVE LANTANA, FL 33462 FEI Number: 59-1753888 . Name and Address of Current Registered Agent: JOHNSON, SCOTT J 604 HILLBRATH DRIVE LANTANA, FL 33462 US FILED Jan 05, 2018 Secretary of State CC8019338531 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, In the State of Florida, SIGNATURE: I hereby certify that the Intormallon Indicated on this report or supplemental report Is true and accurate and that my electrontc signature shall have the same legal effect as Ir made under oath; that I em an otricerordirector of the corporation or the recelver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: SCOTT J JOHNSON PRES 01/05/2018 Electronic Signature of Signing Offlcer/Director.Detaii Date Electronic Signature of Registered Agent Date Officer/Director Detail Title P Title TS Name JOHNSON, SCOTT J. Name JOHNSON, CHRISTOPHER Address 18843 SE JUPITER RIVER DR Address 7541 BRIAR CLIFF CIR City -State -Zip: JUPITER FL 33458 City -State -Zip: LAKE WORTH FL 33467 Title VP ;fle HOPLER, ROBERT A Address 11370 TWELVE OAKS WAY City -State -Zip: NORTH PALM BEACH FL 33408 I hereby certify that the Intormallon Indicated on this report or supplemental report Is true and accurate and that my electrontc signature shall have the same legal effect as Ir made under oath; that I em an otricerordirector of the corporation or the recelver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: SCOTT J JOHNSON PRES 01/05/2018 Electronic Signature of Signing Offlcer/Director.Detaii Date STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 2601 BLAIR STONE ROAD TALLAHASSEE. FL 32399-0783 JOHNSON, SCOTT JAMES JOHNSON - DAVIS INCORPORATED 604 HILLBRATH DRIVE LANTANA FL 33462 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business In order to serve you better. For Information about our services, please log onto www.myfloridalicense.com, There you can find more iformation about our divisions and the regulations that impact bu, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly, We constantly strive to serve you better so that you can serve your customers. Thank you for doing business In Florida, and congratulations on your new licensel RICK SCOTT, GOVERNOR s STATE OF FLORIDA DEPARTMF,NI-OF BUSINESS AND !! }a: i PROFFS O 4,�sNGULATION j•.G CUC043087 �.rq-,-MEPO' 08/25/2016 CERT UNDERG,Ri1)1I1 D` •LXCAAt4TR JOHNSON, SS`�T{-V. JOHNSON - DNPx- `a"`CC_tt•� ; 15 CkRTIFI•EO under the provisions of C.11.489 F8, Exp4Wn dale '. AUG .31, 20.19 ' L1608250002599 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF -BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY.LICENSING. BOARD ' 1 CUC04308T- �- f The UNDERGROUND UTILITY & EXCAVATION °: iVamed'below IS -CERTIFIED r: Under the- provisions of Chapter.489.FS. Expiration.date:- AUG, 31 2018,_" � - :IOHNSON SCOTT JAM •;'' `•. '`JOHNSON DAVIS1..NCQF�F?CiF ATED ,6 0. 441LI BRATWDRIVI i._I:ANTANA ra. FXM33'6' IRSIlEn- 08/25120{6 1� ® n an �; Z Sk 4 IN LAil IRED B1 SED#L1608250002599 JOHNINC-02. PANDREE ACORU� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 2/2112017 THIS CERTIFICATE IS ISSUED ASA 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(les) must be endorsed. If SUBROGATIONIS 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 Johnson Insurance Racine 555 Main Street, Suite 291 Racine WI 53403 Racine, NOME CT Sharon MaJeski, ARM PHONE 920 433-7107 FAX (877) 254-8586 A/c o Ezt ( A!C No E-MAIL {{eski ohnsonins.com smajeski@johnsonins.com J �� INSURER(S) AFFORDING COVERAGE NAIC N . INSURERA:HDI Global Insurance Company 41343 03/0112018 INSURED INSURER 9: Certain Underwriters at Lloyd's. Johnson -Davis, Inc. INSURER c: Travelers Insurance 40282 INSURERD: 604 Hillbrath Drive Lantana, FL 33462 INSURER E : INSURER F COVERAGES CERTIFICATE NUM6ER: REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY.THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR EGGCC000173517 0310112017 03/0112018 EACH OCCURRENCE $ 2,000,000 PREMISES Es occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY JECT LOC OTHER: GENERALAGGREGATE $ 2,000,000 PRODUCTS -COMPIOPAGO $ 2,000,000 $ AUTOMOBILE X X LIABILITY AP1YAUT0 ALL OWNED SCHEDULED HIRED AUTOS AUTOS X NON -OWNED AUTOS EAGCC000173517 0310112017 03/0112018 Ea eWd.DISINGLE LIMIT $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accidenl) $ PROPERTY DAMAGE $ paracOZI - $ A X UMBRELLA LIABX EXCESSLIAB OCCUR CLAIMS -MADE EXAGC000173517 03101/2017 0310112018 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DED I X I RETENTION $ 0 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE ❑N OFFICERIMEMBER EXCLUDED? (Mandatory In NH) [ties describe under 1) S6RIPTION OF OPERATIONS below i A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ B C Excesg Liability Equipment Floater ELD10006501302 4H592540 03/0112017 03/0112017 03/01/2018 03/01/2018 Excess Liab over 3 M 1,000,000 Blanket 300,000 DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) Contractor's Pollution Liability - Policy # 7930030920002- Limit- $1,000,000.31112017-18 - Homeland Insurance Company of NY Johnson -Davis, Inc. 604 Hillbrath Dr. Lantana, FL 33462 1 ACORD 25 (2014101) ` 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. AUTHORIZED REPRESENTATIVE ��Ao- c7t ©1988-2014 ACORD CORPORATION, All rights reserved. The.ACORD name and logo are registered marks of ACORD A'CO '® CERTIFICATE OF LIABILITY INSURANCE' DATE (MMI°DIYYYY) 2/17/2017 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(les) 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 M3 Insurance Solutions, Inc. 828 John Nolen Drive Madison WI 53713 CONTCT NAME: Trisha Stark PHONE FX PHM, t - - ac No: EMAIL ADDRESS: Trisha.Stark@m3ins.com PRODUCER CUSTOMER ID #: JOHNINC-01 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A:Amerisure Mutual Insurance Johnson -Davis Incorporated 604 Hillbrath Drive INSURERB: Lantana FL 33462 INSURERC: INSURER D : $ INSURER E: AUTOMOBILE INSURER r: f`n 1C13 r_oe !`COTICIC A TC IJI IMRR[?•1 Ao901 0111 RFVISIFIN NIIMI3tK' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDL 1 POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE D OCCUR EACH OCCURRENCE $ PREMISES Ea occurrence $ MED EXP An one person)$ PERSONAL&ADV INJURY E GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: RO LOC POLICY PIECT PRODUCTS-COMPIOP AGG S $ AUTOMOBILE LIABILITY ANY ALTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) S $ E EXCESS UMBRELLALIAB LIAB HCLAIMS-MADE OCCUR EACHOCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ S A WORKERS COMPENSATION AND EMPLOYERNLIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Ya OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WC210013500 3/1/2017 3/1/2018 X WCSTATU- OTH ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYE S7, 000, 000 E.L. DISEASE -POLICY LIMIT 1 $S, 000, 000 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space la required) i CERTIFICATE HOLDER I. Johnson -Davis, - 604 Hillbrath D Lantana FL 3346 ACORD 26 (2009109) 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. AUTHORIZED REPRESENTATIVE ©.1988-2009 ACORD CORPORATION... All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION EXP9RIENCE RATING r .. Rating Effective Date: 03/01/2018 Production Date: 12/07/2017 State: FLORIDA State, t Wt�.h Ex xcess�; Ex�7ect T�h Exp4Prim y;` Act UdiLosses i j; Ball;ast� 4 Aot;In�'its Psrelsm, `sy WORKERS COMPENSATION EXP9RIENCE RATING &C91-r1Risk Name: JOHNSON DAVIS INC Risk ID: 097182140 Rating Effective Date: 03/01/2018 Production Date: 12/07/2017 State: FLORIDA State, t Wt�.h Ex xcess�; Ex�7ect T�h Exp4Prim y;` Act UdiLosses i j; Ball;ast� 4 Aot;In�'its Psrelsm, `sy h*: FL -A 278,95-. 27 278,95 408,001 129,044 155,663 63,700 317,688 162,025 FL C .27 1,32 1,949 624 0 63,700 0 0 6. 3,f1{,. D 0nOA0' 7.,0; 0{ 7..a. (D)qT ..-la(A) tn. ; r •�.a,�s4.-P_r<lP" •1:..: A0ff, 1FiVLt-t r2:,g. st6y'as_3-f; .0 yi-) aC( im6k I,` i'2-L,t-'fF1;.' �2. .2E...".i � .{ 3w'_a1f,v0'i0Q i' �` f•ir o...QK• s8i ____. ... —,:� � ,�. -�., LosSes._.�. ar, „(UIIsP.lrr �. . ossRs'.€:�i'•-: .27 282,408 413,076 130,668 141,989 63,7001 4255,0581113,069 PrimaiyALosl;bs� m Jj ]Lj� ..� � j ?�,, ti•�}u.^.1i�T'��? �tl.:�t�'L<1 � T ifif-�?� 5',.fr� � �i�ti A -j �5 ( ) (A) . (F) -- - (J) Actual 113,069 269,858 38,337 421,264 (E) C . (1 - A) + G (A)' (C) (K) Expected 130,668 269,858 76,250 476,776 -- -..i,� _ _ „ . , -tig.- "t�, _. �-ra �t!%(i_4f�iAf? � `�:�W�P 3 i.'?e�' `_: i �.MeA Pz�rs H_ - , z. , 64'. ! _r. .t?K':.}:a_ rt ,:.,f'= �: e,k:; Y. tl< �• ..�: ' .' �� k i s,. •�; Xp....Otl#�, ,. �'r ri Factors 1.00 .88 RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED, ® Copyright 19932017, Ali rights reserved. This product is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance, Inc. (NCCI). No further use, dissemination, sale, transfer, assignment or disposition or this product, in whole or in part, may be made without the pdorwdtlen consent of NCCI. This product Is furnished."As Is"As available" "NNh all defects' and Includes Information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express, statutory, or Implied warranties, including the Implied warrenly of merchantability, fitness for a pedicular purpose, accuracy, completeness, currentness, or correctness of any Informalion or product fumished hereunder. All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end users and NCCI shall not have any liability thereto. - Page 1 of 3. woa�Ea=�o�,oFNso.��F,PFa,F R WORKERS COMPENSATION EXPERIENCE RATING INCCf Risk Name; JOHNSON DAVIS INC Risk ID: 097182140 Rating Effective Date: 03/01/2017 Production Date:. 10/24/2016 Stater FLORIDA il.. .r-. ''vS _ :::�:a• �.%ai m ':'i?; -'�'4j SY?, EiRp�cte ERp fir[fi� , 11q ry; ••'•'•.t !R:. :-i4" i r gti, E3s Lqs a Ballas11c jncI o5ses� �trrt P�`t s 1 '-_ r�z t r i �tr``r,rl: ii-�jt uf?t ;-,� i� osges a;,, _ �:c� .v"4r.; G E s hisses _011 _ca: -••._"''—� .t:. FL•A .20 244,07 •363;036 11014 147,565 60,200 288,.795. 141,230 FL -D .26 9481 13,703 4,'522 0 601200 7,436 7,436 (A) gxee$s'; -t j :9 l i c {§%E)'�. i (b "kj%i+t[ 7 •X- =� ( Ytp i3tlrtjS r�`f r i ai �1cf' c , i-m)i•� z. (1; Fila$rtF11 i s %-� 4F �1! t IHx_ '` S T� H (I r c( PYl: i �� 1 tom: • y '._. M r Lro 5 'r i. h L:_ ssbs -i 1 y123;536 j�0 ��?..�.,.:.�tt�".�Ht:�?�c,F_._v:,�•��:�ti�..,-:Z,�L'"�'ss8���Qs�g�,, �1; 2 253,203 376,739 1.47,5.65 60,200 269,048 121,.483 ':4'_;�i.•.�-.I;.L. ktee.z��,� _ -..- .- 1 Y � , %s�E� ;._...,.�-.oasgf;-y-. 1 ia {� �" � N t•� t J Ts o) C * (1- A).+ G (A� : �F) (J)-: Actual 121,483- 247;570 38,367 407,.420 O C *:(f -:A) + G. (A) ° (() (K) Expertgd 1'23;'5-36 247.,570 '65,833. 436,939 z_ ` b� ':',•i,:�.ai{;�.. iA,R.5.-�.....�.Y.Amow,-j,� =`k._Fi-- _,.:` =-a.'4-^.r=•;h.�.E.....x ;�:-- M•*' . d-_?- Fadtors 1.00 1 .93 RATI NG, REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS' WH ERE ERA IS APPLI ED: Carrier: 15660=052 Policy:. WC210013500 Eff=Date: 03-01-201:6 Exp�Date: 03-01-2017 OCopyright 74O 2016, -All rights reserve This produais compnsed of compllallons andmformetwn whip.h are The proprietary and exolustve,pmpedyof the National Council on Col.paAsa(turn hisurar ce, Iris. (NCCII. Ni, Nrtheruge; dIsieniirielion,.sele, trpfi§tbr, �s grvARntor dspo'silid"n of Ihig product: in whole br iri pait,'n%y be nidde'wshout It ie prioi,writlen consent of NCCI. This product is furnished *As is' As avaRable' -4111 of de'fecls' and includes Informatlon avepable at lhe'lime of publication only. NCCI mokas no represerdaliuns or warranties of any kind reldbng_to the produ. d—brid hereby ekpfes'srydi4delms bny andall ekpross; statutory, or Ifdp6ed warrontles, Inoprdind the Implied warranty oI morcheniebility, ritness for a parttoularpurpose, a6cu acy, completeness; cuirentriess, orcorieclness,of ariytniomialion or product furriished hereunder. Alfreslionsibiidy.for lire use of and forany end all results derived orobtained through the!�sa-ofthe product are the end user's andt4CCI-shell not have any fiabfily thereto Pagel of3 WORKERS CONIPENSATION EXPERIENCE RATING /CC! • Risk Name: JOHNSON.DAVIS INC Risk ID: 097182.140 Rattng Effoctive Date: 03/01/2016 Production Date: 11/13/2015 State: FLORIDA X{Ssilii?c: Ad( Cito.Los9'e's ": yl3nT1&st_'c ' :Act tide L(issbS' :' Aotl?rlilt oss s Lo§ses': o's''"os: 6s os FL-A ,26 224,541 334,041 109,497 161,082 60,200 3.15,935 154,853 FL-C •26 1,69 2,535 637 0 60,200 0 0 FL-1) .26 22,67 33,845 11,169 0 60,200 18,125 18,125 ) 0t, (E (C) {tji R'COt38 i SD) EXpoo{orf (Cj E>tp Priln jr..) Act CxE:- (C3j,9Tlla l:i:y (II)"Act Int.:',': F'fljii"'•= . lLossos:(Df:) loSsok' :`, I ossos (1{ :�)? '' ; '- k i L.4sSPs A.(I)11oj s it osprik:;'• . .26-248,918 370,421 12.1,503 169,219 60,200 � 295,041 135,822 ...�,;_. .;..r. .._ f7r-.. :,�.,� �=siilblitzttfc�valho,�y:>= �.>.:;.:Ralaillekxcessa:'.�����:�:r�-�-<.,�„tToafs'•-._'',,-_” _ =M:i?`y ' - - _. (1 - A) + G (A)' (F) (J) Actual 136,822 J- 244,399 11,397 421,618 (E) c' (1- A) + G (A)' (C) Expected 121,503 244,399 64,719 430,621 i A,;.,.: :.�,- - qR�� r :.;>. _ _ .i/Ir1ItCiAp;TMw; :_�:r�_ _ :4><'{i;(yfoii'.. •... . (J)1(K) Factors 1.00 .98 REVISED RATING RATING REFLECTS A DECREASE OF 70% MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA 13 APPLIED. RATING REVISED TO REFLECT APPROVED RATING VALUES O Copyrighi l l)[IM01b, At! fights reserved. This productis comprised of compilations and fnformallon w4ch aro tiro proprietary and oxciusive property of tho I:ational Cotmrg on Compensation Insurance; Ira. (NCCI). Nb further use, dfsseminallbn, sere, transfer, essigrmfenl of disposition of this product, ln%vholo Orin pad, may be made without the priorwriiten consent of NCCI. This product is furnished 'As Is"As availab!e-'Wlh a7 defects' and includes Information ava'lab:e at the bme of pub.calion only. NCCI ntaY,es no represonlations or warranties of any find relating to the product and hereby expressly dsclalms.any and a'I express, statutory, or Imp!ledwounnlies, Including the Implied warranty of merchantabydy, 6lness for a particular purpoto. -accuracy, comp!atoness, currentness, or correctness ofeny Information or product furnished hereunder. All responsib;bly for the use of and for any and all results derived of obtained through the use of the product are the end user's and NCCI sha+l'not have any liabiily thereto. V� U� OR q 01 q 9 q c) . rLo z to t- to co co Id. to 0) V� U� OR q 01 q 9 q q (� q .. f, 0) 15 Tq W) o tq a� 0) 0) a . . 0 U) 8 . . C*4 9? (q . 0 N cr� CL 0 ot It 0 Ct C� m m 0 C� O� V: (D (1) LO Z� - A- 00 V) U) 0 (31 C14 00 00 - (14. 0 C11 0 :.O M tole, 0 0 21.1' . . O . . 000000 . . . . . . q q . R co 0 jw 0 to Iq co co Iq CN 0 m In O� IQ co m (R 10 0 o In co w m 1q: 9 rz Ct N co Ln to to 00 C, to CD 0) -C, W_0 0 w m 00 0 0 m 0 m co co F. co co W I= f, In (D S o) 0 0 m 0 0) 0 co m 1: co 00 00000000 OORRRROO 000`000000000000000000000000 000 co (D 0 i C; C; 00 It v to L'I o w W ct Im 0 C� C5 0 moo 06 6 - 0 c! 1 5g Iq . Z& . Iq V3 0010100 m Om Iq t Iq 0 000 0 U3 OV. C11 N 'n co Lo �� co t- 0 0) V� 04 �m 00-0 U) C9 V M NN M W) C-4 c) N r0 V(qlq rNrN m R,-: (D Sv m c') 1- jr to 0 0 0 69 M Mfg 0 tole -1- - - m *lm 0 0 0 0 00 (0 0 C� 0 0 a m cq 0 0 -4 0 CR 0 0 q R OW)0000000.000x000!000.00 qtI�qqqqowoww q 9 q q q a q . q q q . q R R R q R On, rz ic 0 . T . 'n m -4 o 0) Nwoomomowo ZZI t- o co v c) OM m 0 -t U) +040 V), (WD . (00 (00 . . co r- ow . . - co ONO 00 . Lid, 0 0 o N -Ni d Q) NOOOM!'�oMwo P-- 0- LO. Ln (q -1 q 431 (D. 0 0 U; 0) (d C) 0 I! 4N, t,� 0 CR q 0 W 2 a Co N V) 00 0 04 N 04 U) V) 0 N N 0 0 m CO LV) W It OD co a (D t- 11 . N Z - r.- CO 04 W) z 4N 11 N o 3: X M STSU3 0 0 000 gg z co co z 0 In ca co 02 0 (1) IL m a. CL <L g i<L g g g g 9 25, a< L<L (0,) m o< (<L RIMSPoCC .'RAW 4) m E a) 04 12 = 0 40 E tz 0 co VA, co cl LO q� 9% L) 0 A� roa E CI co r C, 0 id in CL .2 L) c a) w 0 E w imio '2, Win. 2 Um C cl a 2 cl:s E 0 a U) m u (D cy, 0 co (D a U) 1 E m 0 W 4! � *6 " 12 P E U) tu� C4 U) S - 0� •c D ro L) < .0 C3 m E m E a) 0) Do (0 0 -C 'CL U- o Z) c LU �: (0 (0 m �roC 0 0 Eo 0, ro- IL aij 1,%,- U) in 0) w T 2) (n co 0) m o w M . 0 W z (n . 0 N m N . Ci co . . 2 z . . < U) CL . . . M 0 Z . . 0 EL F- . . . 000000000000000 N N N N N 'j �1114ININ IJJ�jj��J�� V IJVJ�J�J�JN N N N N - - - - - - - - - - - - 0) 1- -1-1 CD m 0 0 01-1-1 - - - - - - 0 to 1�- 0 §", co w N 0 'o 0 0 0 cq d, N 4-7 cq -n m m GOVC14 w IOD 01 co co co to 1 -Wwm 0) o N U) - - - - - - - N 0 N 0100 cl C� 00 IQ U� U� q q 000 LIP. 1 15-1 Z M, 0 -,t 0 w w 00 't Cl) -t !P N co W 1, (3) -It Cl) V� 0 0 CL 0 1,1 1 - C) V: m m m C., ED C*A. 0 .0 - I. W UdO b%lb I TVA I.I.I. l. . 10 rM 0 0 co S . . 0000000 q 0 0 0 0 C� 0 C; C, co W 0 ommll-WOMMM2 CL cli C9 m vi 'T cq C� � 00' 6 N 0 C', N0 W N (0 W ;: 0) 0) to 00 W N m CV t,:,d ;: Clir 06 K C4 K oz fa 0 m 0 w 0 V) 03, 69 69 S! s'. o zg e- . . . . . . CD (D w a) G) 00 N000000 MO 00000 O V c0 0 0 a 0 lqo 0 0 a sr 00000000000 w w - OD CIIR 0 N w w Omo clicWq: o C� ci 4 Ol 0 0 01 ui v w hair% cm) 0 6 00 q q. to 0 t0!° . a .O Rlqo] W N Rcv! w R W C', I ml olol"Je9lololo 01016% *1* 1 to 03'11&101101 01 W1 1%10 10161 l9 fA c9 cR 0 00000000 C� 0 0 OOOOOC) 6>c00000000 0 0 C3 1 9 IS: cd co 0 M . . -r- I. C� ONO M cri -t -ItNON Iq lq Iq M 0 R n q 0 � 't Q 9 N q R"It 9 m Ct T ;E C4 d 0 w w N �� gomvwmNomm =WWMAWNW- w w o 0 N t- "t - . r, �4 r, 0) N t- C%l co u N (1) 0> W 0) N a. 0 Ul 1116111110161110 t% 6% 0 z X=Xx =XX x ==mxx=xmxxxm ZgP Wo) U 0 0 U¢QU2Q 0 0 0 C) m w03 LL) co z - D '9 3% a< &WO m< MMMMUM 2 .9 m a) E o� of 42 co > 0) "6 E e EL co E W': 0.2 > 0 0 40) E (D n C, -6 °.c W CL U.6 M (D _(6D 0 Co 01 E :3 il. iii( co in w 0 12 a, E E .2 u IL R C61 (D 3: a) 0 'a U2 (0) LL E 0 C: 0 z oil r U6 0 U) - - E 12 H: 10 'i a- la 2 42 V) FU Q. 0� 'd I E d) �5 -M � S 0 49 4) I E 'K -a C: L� C: r r r- m " r oro j w z -j (D -a. LL -0.1 C; -2 W LL C; W co 0"4,9 CL 'd 0 N 0 0 0 0.5 v w A ''ma�cc 0.00000000 000000 NO ON N 0 000000000 js;% 0 1010 -1-1 0) 0) 0) 0) 1-1- -1-1- 0) w 2,77 4 !q 0 N 0 03 co M M M M cD c0 co (D (D to co w c0 c0 I - C) 0) 0) 01 N 0 N T. Florida Department of Transportation RICK SCOTT 605 Suwannee Street GOVERNOR Tallahassee, FL 32399-0450 October 25, 2017 JOHNSON-DAVIS INC. 604 HILLBRATH DR LANTANA FL 33462 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: MIKE DEW SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 12/30/2018. However, the new application is due 10/31/2018. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, GRADING, MINOR BRIDGES, UNDERGROUND UTILITIES, SANITARY SEWER, WATER MAIN, FORCE MAIN, DRIVING STEEL SHEET PILE, RIP RAP, RUBBLE RIP RAP, UTILITY WORK (WATER & SEWER) You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. AA:cj Sincerely, "1 Alan utry, nager Contracts A inistration Office www.fdot.gov: Manage Page 1 of 2 Logout Contractor Pre -Qualification (CRL U@JOHNSONDAVIS.COM D OT Update Work Underway p Y �-� Help �. .':.. - �.� yA. ;tip• ire Annual Application 10/25/2017 9:37:51 AM EST CVendorStakeholders�ffiliatesWork Classes�CFinancialYContractsyManage� TAttach Financial statementsyAddltional Documentation Submi(Application Summary/ Vendor Number: F591753888001 Name: JOHNSON-DAVIS INC. Application Status: COMPLETED Fiscal Year End Date: 6/30/2017 Application Due Date: 10131/2017 NOTE: The Capacity shown below will be reduced by your Work Underway to determine your Available Bidding Capacity. Adjusted Current Ratio: 2 Ability Score: 75 Surety Multiplier: 0 AbilityFactor: 4 Calculated Maximum Bid $ 82,250,000.00 Capacity: Adjusted Net $ 10,282,279.00 Worth: Document Mailed Received Attached Audited or Reviewed 10/20/2017 10/20/2017 N/A Financial Statements APPLICANT AFFIDAVIT 2017.PDF Affidavit 10/20/2017 Request Document FIXED ASSETS 6-30-2017.PDF Equipment 10/20/2017 Request Document SURETY. PREQUALIFICATION LETTER Surety Letter 10/20/2017 2017.PDF Request Document ENR Southeast 2017 Top Specialty Contractors By Sector cxt« oS. 1 ^a£io�' Tweet Share ) 0 Cy+ Share September 2017 More detailed information on the Top Specialty Contractors List: Southeast Top Specialty Contractors main rankings Related Article: Southeast Specialty Firms Report Increasing ActivitX Click below for earlier editions: 2016 12015 1201412013 1 2012 1201112010 1 2009 12008 12007 Pa e 1 I Paze 2 ENR Southeast 2017 Top Specialty Contractors By Sector FLORIDA RANK FIRM 1 ; MASTEC INC. EMCOR GROUP INC. TRI -CITY ELECTRICAL CONTRACTORS INC. 4 POWER DESIGN INC. $ MIL. 450.00 t 209.67 i 178.28 160.02 RANK FERM ..y 5 MILLER ELECTRIC CO: 10 ACOUSTI ENGINEERING CO. OF FLORIDA 60.00 7 GATE PRECAST CO. 8 COMFORT SYSTEMS USA 11 r B & I CONTRACTORS INC. q APC;'PTP.r.TRTC.. TNC. $ MIL. 155.04 117.87 95.82 i 94.87 68.38 29 , �. VL\VL�LL 1VL\ LLLV1a\aV 1a.�• CRAWFORD—TRACEY CORP. SPRINKLERMATIC FIRE PROTECTION SYSTEMS INC. TnT-lNCCIN-T)AVTC TNC..- CHEROKEE ENTERPRISES INC. 31.00 30.78 129.12 ._ — j 26.67 10 HARPER 60.00 11 r B & I CONTRACTORS INC. 158.70 _ ___..,._..� 12 �..._a.._____...-- HYPOWER INC. _...'T._..�.�....�_,.�_.......__..�.�._�...�__..,�...._.—....._....�...._...�_..._..__T.__.,._._......�,_�._....—...r,..._._._..ev..�._..._..,�...._. 113 `_ FINFROCK INDUSTRIES INC. 53.28....__._ 114 TERRY'S ELECTRIC INC. 50.88 e 15 COMPREHENSIVE ENERGY SERVICES INC. 48.01 , 16 ; BUILDERS PLUS INC. 143.8S 17 KHS &S CONTRACTORS 142.78 } 18 ; CB STRUCTURES INC. 42.00 19 1 SEABREEZE ELECTRIC INC 39.48 : 20 j SPECTRUM CONTRACTING INC. 39.05 s 21ELECTRIC SERVICES INC. 38.00 22 SERETTA CONSTRUCTION 35.63 ._�.r___._—�_._;.._._..._,...._....�.—.._....�..._.._..._....m�....._..._..._.._..a.._..—.....__,..�._..�..,.._._..__.,,_.... � 35.14 23 TITUS CONSTRUCTION GROUP 24 DAVCO ELECTRICAL CONTRACTORS CORP. 1 32.50 1 e T r"nY-%T,mT/lAT T7 Al 7.4 29 , �. VL\VL�LL 1VL\ LLLV1a\aV 1a.�• CRAWFORD—TRACEY CORP. SPRINKLERMATIC FIRE PROTECTION SYSTEMS INC. TnT-lNCCIN-T)AVTC TNC..- CHEROKEE ENTERPRISES INC. 31.00 30.78 129.12 ._ — j 26.67 RANK, FIRM $ MIL. 30 MASONRY BUILDERS INC. ..24.81 i2 CENTERLINE UTILITIES INC. 24.70 3 PRECISION CONCRETE CONSTRUCTION INC., s 126.00 132 THE CIRCLE GROUP 22.20 33 VAN KIRK & SONS INC. 20.86 5 FLY &FORM STRUCTURES INC. 70.00 34 SUPERIOR RIGGING & ERECTING CO. :20.00 .35 DILLON POOLS INC. 15.00 36 LEE DRYWALL INC. 14.64 CB STRUCTURES INC. . . ................ 42.00 37 CLEVELAND ELECTRIC CO. :14.25 38 FLY & FORM STRUCTURES INC. .12.00 39 ALPHA WRECKING -------- -- - 11.59 40 MILL—RITE WOODWORKING CO. :10.34 CONCRETE 'RANK FIRM $ MIL. LITHKO CONTRACTING LLC i'231.26 i2 F GATE PRECAST CO. 134.04 3 PRECISION CONCRETE CONSTRUCTION INC., s 126.00 .......... 4 SERETTA CONSTRUCTION 71.25 5 FLY &FORM STRUCTURES INC. 70.00 .6 WAYNE BROTHERS INC. 62.37 7 i'FINFROCK INDUSTRIES INC. 53.28 .8 'DONLEY'S CONCRETE GROUP* 48.00 CB STRUCTURES INC. . . ................ 42.00 .10 KENT COS. 14.95 GEORGIA $ MIL. RANK �rFIRM 4 FIRM MIL. 1 : COMFORT SYSTEMS USA 116.41 53.00 2 MASTEC INC. t 3 LITHKO CONTRACTING LLC ' 47.45 4 ; IVEY MECHANICAL CO. 144.26 5 ; EMCOR GROUP INC.25.99 6 D. H. GRIFFIN WRECKING CO. 22.93 7 i YTG LLC 18.01 '. 8 FAITH TECHNOLOGIES INC. 16.95 16.21 i9 PRECISION WALLS INC. �.013AKER ROOFING CO. 11.88 11 MILLER ELECTRIC CO. 111.39 STRUCTURES INC. } 11.00 12 ! FLY & FORM 13 GATE PRECAST CO. CONSTRUCTION INC. 110.83 10.53 114 PRECISION CONCRETE 15 ACOUSTI ENGINEERING CO. OF FLORIDA ' 9.82 16 : THE CIRCLE GROUP 9.80 17 ACTION ELECTRIC CO. 19 04 7.50 18 DUNN BUILDING CO. LLC , 1 19 POWER DESIGN INC. 17.30 20 HEPACO LLC 5.35 GEORGIA $ MIL. RANK �rFIRM 4 RANK' FIRM $ MIL. 1 CLEVELAND ELECTRIC CO. 140.63 PRECISION CONCRETE CONSTRUCTION INC. 94.34 3 ' MASTEC INC, 92.00 14 ' BROOKS-BERRY-HAYNIE & ASSOCIATES INC: 79.00 5 EMCOR GROUP INC. ; 62.92 6 ACTION ELECTRIC CO. 47.14 .7 FAITH TECHNOLOGIES INC. 40.38 8 ACE ELECTRIC INC. 32.67 .9 BAKER PAINT & CONTRACTING CO. ; 26.55 10 THE CIRCLE GROUP 24.80 Ill SUPERIOR RIGGING & ERECTING CO. 22.00 12 FLY & FORM STRUCTURES INC. :21.00 :13 WAYNE J. GRIFFIN ELECTRIC INC. 18.67 14 D. H. GRIFFIN WRECKING CO. 18.60 15 _.. -- - -- ... ....... ........ _ ......... ...... ; MILLER ELECTRIC CO. _..._. _ _. __. _. ,... 14.12 16 THE COMTRAN GROUP INC. 13.39 17 PALMETTO AUTOMATIC SPRINKLER CO. 12.72 18 ` IVEY MECHANICAL CO. , 12.05 19 ACOUSTI ENGINEERING CO. OF FLORIDA 11.38 20 ' GRAYDAZE CONTRACTING INC. 10.17 21 GENESIS ELEVATOR CO. '9.13 22 HEPACO LLC 8.15 ::3 ; POWER DESIGN INC. 7.06 24 -.DONLEY'S CONCRETE GROUP . 6.50 25 DEMOLITION & ASBESTOS REMOVAL INC. 6.46 RANK' ; FIRM 26 . OGEECHEE'STEEL INC. MILLERCLAPPERTON t s 28 GRAHAM COUNTY LAND CO. LLC 29 WSNIELSEN 30 PRIMUS BUILDERS INC. NORTH CAROLINA $ MIL. 6.43 6.41 6.00 3.83 RANK !FIRM_ 1 MASTEC INC. 354.00 2 EMCOR GROUP INC. 300.18 —.3__--.._,�,�_. EELFAB INC..,.._..._.._......�..,_._.�..,..._........._..._..__......�...._..�..._._.._.,_._._._,._....�...__..._..__.......�...,_...,.........��263.47,�....,�.�_. PRECISION WALLS INC. 178.71 5 COMFORT SYSTEMS USA 1146.81 { 6 BAKER ROOFING CO. 139.45 7 i LITHKO CONTRACTING LLC f ; 137.96 i 8 ROSENDIN ELECTRIC 78.11 i9 D. H. GRIFFIN WRECKING CO. 74.49 10 WAYNE J. GRIFFIN ELECTRIC INC. 159.69 11 ; WAYNE BROTHERS INC. 144.50 12 ' DONLEY'S CONCRETE GROUP i 35.00 13 ° IVEY MECHANICAL CO. 128.55 ; 23.86 14 SHIELDS INC. 15 SERETTA CONSTRUCTION 23.75 16 ACOUSTI ENGINEERING CO. OF FLORIDA - '1 20.48 17 GATE PRECAST CO. 20.43 ff—r—Wo-TINW. RANK RANK' FIRM $ MIL. .18 DEMOLITION & ASBESTOS REMOVAL INC. 15.42 99.87 2 -------------- MILLER ELECTRIC CO. .59.00 3 20 KENT COS. 14.52 DUNN BUILDING CO. LLC 21 PRECISION CONCRETE CONSTRUCTION INC. 14.36 17.24 22 BROOKS —BERRY—HAYNIE &ASSOCIATES INC. 12.00 6 23 HYPOWER INC. 10.90 24 :ELDECOINC. 10.19 !8 25 FLY & FORM STRUCTURES INC. 9.00 ACE ELECTRIC INC. 5.14 126 POWER DESIGN INC. i 7.68 -.----.,_.w..___ --------- ..-w. ..w.�___W r.... ___. ._ __.._w_......_.._...w,_.�__ �r....,.._ .� ._ �_._ _ _ _ . �_ a....�__. _ _,_... 27 27 FAITH TECHNOLOGIES INC. 6.05 28 GRAHAM COUNTY LAND CO. LLC 6.00 2.9 HEPACO LLC 5.81 30 MILLERCLAPPERTON 4.73 ff—r—Wo-TINW. RANK FIRM $ MIL. STEELFAB INC. 99.87 2 MASTEC INC. .59.00 3 COMFORT SYSTEMS USA 56.47 4 DUNN BUILDING CO. LLC 42.21 5 .............. i WAYNE J. GRIFFIN ELECTRIC INC. 17.24 .... ....... .... . .. 6 YTG LLC 12.63 $ELDECOINC .10.28 !8 HEPACO LLC 9.58 9 ACE ELECTRIC INC. 5.14 RANK r FIRM � $MIL. .10 IVEY MECHANICAL CO. 4.06 { CLEVELAND ELECTRIC CO. ' 3.82 12 FAITH TECHNOLOGIES INC. - 2.07 13 LITHKO CONTRACTING LLC ! 1.96 114 - # MILLERCLAPPERTON 1.72 MILLER ELECTRIC CO. Copyright 02018. All Rights Reserved BNP Media. Design, CMS, Hosting & Web Development:: ePublishing ENR Southeast 2017 Top Specialty Contractors L€ka U Send Ueat share 166 G+ .i Share 4 September 2017 More detailed information on the Top Specialty Contractors: Southeast Top Specialty Contractors by Sectors Related Article: Southeast Specialty Firms Report Increasing Activity Click below for earlier editions: 2016 12015 1201412013 1 2012 1201112010 1 2009 1 20081 2007 ENR Southeast 2017 Top Specialty Contractors I Largest Project To Break 1 ' Regional Company Rank Ground Market Sectors By % Rev. 2017/2016 Location /Website / Location Project Value ($ of Revenue 2016($ E i Top Officer Mil.) Mil)'* I MASTEC INC. 77 ' Coral Gables Fla. I Telecommunication 1/1 j mastec.com Not Provided i 13 Electrical 1,144.00 .. I Jose R. Mas, CEO 10 Utility Rank 2017/2016 f Largest Project To Break :Regional Company + Ground Market Sectors By % Rev. Location / Website / Location Project Value ($ of Revenue 2016($ Top Officer Mil.) Mil) EMCOR GROUP INC. Norwalk, Conn. 96 Mechanical 2/2 f emcorgroup.com Not Provided 4 Electrical 702.27 Anthony J. Guzzi, President & CEO j STEELFAB INC. 100 Steel 3/4 Charlotte I steelfab-inc.com Not Provided i Erection/Fabrica- 448.64 Ronald G. Sherrill, CEO ! tion COMFORT SYSTEMS USA E ! 84 Mechanical 4/3 Houston i Not Provided 9 Plumbing i 414.56 i comfortsystemsusa.com 7 Electrical Brian Lane, CEO LITHKO CON'T'RACTING LLC Stonewall Station = 5/19 Charlotte I lithko.com Charlotte 100 Concrete j 231.26 Perry Hossfeld, COO 26.90 -- ------ PRECISION WALLS INC — ---; Lexington Medical Center — --T— 100 6/11 Cary, N.C. I ; West Columbia S.C. 229.22 precisionwalls.com ' Plastering/Drywall Brian C. Allen, President 12.25 i MILLER ELECTRIC CO.* I Vistakon Solvent Tank Farm 7/8 Jacksonville, Fla. I ' Jacksonville, Fla. 100 Electrical 198.96 mecojax.com 10.46 Henry K. Brown, CEO POWER DESIGN INC. Miami World Center - St. Petersburg. Fla. f Paramount (Tower 2) 8/14 t powerdesigninc.us Miami 100 Electrical 187.84 Mitch Permuy, Chairman 20.24 Largest Project To Break i Regional Rank Company P y Ground Market Sectors By � Rev. ii 2017/2016 Location /Website % Location Project Value ($ of Revenue 2016($ Top Officer Mil.) Mil) * TRI -CITY ELECTRICAL CONTRACTORS INC. Tampa Hard Rock 9/12 Altamonte Springs, Fla. I Tampa 100 Electrical 178.28 tcelectric.com 7.98 - Jack A. Olmstead, President 3 ' CLEVELAND ELECTRIC CO.* Tampa International Airport Atlanta ' Automated People Mover 91 Electrical 10/9 Xl ; clevelandelectric.coin Tampa 9 Mechanical 174.15 John Cleveland, President 26.00 BAKER ROOFING CO.* Holy Name of Jesus ! Raleigh bakerroofing.com Cathedral 11/13 100 Roofing 167.66 W. Prentiss Baker III, Raleigh Chairman 1.99 j r ACOUSTI ENGINEERNO. I 61 Wall/Ceiling Miami Beach Convention ? OF FLORIDA` 20 Center Renovations 12/10 Orlando I acousti.com ' Plastering/Drywall 161.76 I James R. Verner Sr., Miami 48 15 Other Project Chairman & CEO 40 Types ^ GATE PRECAST CO. ' Charlotte Douglas Jacksonville, Fla. International Airport ATCT i 13/— gateprecast.com and Tracon 100 Concrete 134.04 iDean Gwin, President & Charlotte COO; Earl Shimp Sr., Vice Not Provided President, Operations r D. H. GRIFFIN WRECKING CO* Southern Co. - Plant Yates 14/15 `;•. Greensboro, N.C. Newnan, Ga.129.38 100 Demolition/Wrecking f i dhgriffin.com 17.00 - David H. Griffin Jr., President Largest ProjectTo Break j Regional j Company Rank Ground =Market Sectors ByX Rev. . ' Location / Website / 2017/2016 i . Location Project Value ($ of Revenue 2016($ Top Officer Mil.). Augusta, Ga. Mil)'* LANDMARK s CONSTRUCTION CO. i Daimler/Mercedes Van Plant ' 90 Manager, Raleigh/Durham ` North Charleston, S.C. IExpansion ; Sitework/Excavation/ 127.39 15/— landmark-sc.com North Charleston, S.C. Foundation i Gwinnett, Ga. 100 Electrical 91.00 i Frederick Blanton Mixson, 13.99 ` 10 Concrete j IVEY MECHANICAL CO. 1 j President Ashville, N.C. 1 100 Mechanical . 88.93 a veymechanical.com a 43.26 Denny Terrell, President PRECISION CONCRETE CONSTRUCTION INC. ! UTC West 16/17 Alpharetta, Ga. Precision - Chattanooga, Tenn. , 100 Concrete 126.00 concrete.com 16.50 Leonard j. Moniz Jr., i President j TW;7;NE J. GRIFFIN j ELECTRIC INC. 'I ARCYBER Headquarters and Durham, N.C. I t Command Center 17/25 i 100 Electrical 105.80 waynejgriffinelectric.com Augusta, Ga. Marc McNair, Region ' 41.01 j Manager, Raleigh/Durham ` BROOKS -BERRY HAYNIE & ; 1 ASSOCIATES INC. i I-85 HOT Lane Extension 18/32 # Mableton, Ga. I i Gwinnett, Ga. 100 Electrical 91.00 bbhelectric.com 15.00 Jason Owen, President j IVEY MECHANICAL CO. 1 Mission Hospital 1 Kosciusko, Miss. I 19/29 �i Ashville, N.C. 1 100 Mechanical . 88.93 a veymechanical.com a 43.26 Denny Terrell, President ]WAYNE BROTHERS INC.* Mercedes Benz Van 75 Concrete Davidson, N.C. Manufacturing 25 21/18 WayneBrothers.com 83.38 Ladson, S.C. Sitework/Excavation/ Keith Wayne, President & 15.30 j Foundation CEO 22/— ROSENDIN ELECTRIC Confidential Project Charlotte I rosendin.com. Catawba County, N.C. 100 Electrical Mike Greenawalt, Senior 51.00 Vice President ---- - -------- FAITH TECHNOLOGIES INC. Confidential Hospitality i Menasha Wis I Project 78.11 23/20 Largest Project To Break Regional Company Rank Ground Market Sectors By Rev.. Location Website 2017/2016 Location Project Value ($ of Revenue 2016($ Top Officer Mil.) Mil)** ELDECO INC. Apopka, Fla. I serettaxom Greenville, S.C. ' I General Electric 98 Electrical 100 Concrete 71.25 20/22 eldecoinc.com Huntsville, Ala. 2 Other Project 84.19 'Allen McKinney, President & 13.62 Types CEO FLY & FORM STRUCTURES ]WAYNE BROTHERS INC.* Mercedes Benz Van 75 Concrete Davidson, N.C. Manufacturing 25 21/18 WayneBrothers.com 83.38 Ladson, S.C. Sitework/Excavation/ Keith Wayne, President & 15.30 j Foundation CEO 22/— ROSENDIN ELECTRIC Confidential Project Charlotte I rosendin.com. Catawba County, N.C. 100 Electrical Mike Greenawalt, Senior 51.00 Vice President ---- - -------- FAITH TECHNOLOGIES INC. Confidential Hospitality i Menasha Wis I Project 78.11 23/20 100 Electrical 77.92 faithtechnologies.com Nashville Michael J. Jansen, CEO 11 8.81 SERETTA CONSTRUCTION Apopka, Fla. I serettaxom 24/— Not Provided 100 Concrete 71.25 Andrew S. McPherson, President FLY & FORM STRUCTURES INC Brickell Flatiron 25/26 Miami 100 Concrete 70.00 Atlanta flyandform.com I Ken Stevens, CEO 21.61 iAPG ELECTRIC INC. Johns Hopkins All Children's Clearwater, Fla. J Research and Education 26/35 apg.company Building 100 Electrical 68.38 I John R. Kavula, Chairman & St. Petersburg, Fla. CEO 6.16 -------- --- 29/24 i 1 30/81 31/47 Company Location/ Website / Top Officer. HYPOWER INC. Fort Lauderdale, Fla. hypowerinc.com Bernard Paul-Hus, President HARPER Tampa { harperbuildingsystems. com Mike McCann, President B & I CONTRACTORS INC.* Fort Myers, Fla. { bandiflorida.com Gary H. Griffin, President & CEO YTG LLC' Philadelphia, Miss. { William G. Yates Jr., CEO ACTION ELECTRIC CO. Atlanta { actioncontractors.com Mickey S. Poe, Owner & CEO Largest Project To Break Regiorial Ground Market Sectors By % z Rev. Location Project Value ($ of Revenue 2016($ Mil.) Mil)`* i Project Beacon Miami 24.00 100 Electrical 67.90 i Traditions Medical Center 1 Port St. Lucie, Fla. 100 Mechanical 60.00 1 Not Provided i j Golisano Children's Hospital 80 Mechanical I of Southwest Florida € 11 Electrical' 58.70 i Fort Myers, Fla. 9 Plumbing 4 9.20 74 Electrical Not Provided j 15 Mechanical 58.33 8 Plumbing Pillsbury - Bulk Delivery i 55 Electrical Murfreesboro, Tenn. 22 Mechanical j 57.74 F 3.72 12 Roofing J - ' THE CIRCLE GROUP 14th Street Apartments Alpharetta, Ga. { Atlanta 32/28 100 Wall/Ceiling 56.80 thecirclegroup.com 8.40 Jerry Marchelletta, President FINFROCK INDUSTRIES INC. i USF Student Housing 33/40 Apopka, Fla. I finfrock.com Tampa 100 Concrete 53.28 Allen Finfrock, CEO 23.20 35/- 36/— r. Largest Project To Break Regional Company Rank Ground Market Sectors By 9a . Rev. 2017/2016 Location /Website / Location Project Value ($ of Revenue 2016($ Top Officer Mil.) Mil)'"` TERRY'S ELECTRIC INC. Orlando. International 49.71 i 23 Concrete 34/38 j Kissimmee, Fla. Airport BP -447 100 Electrical 50.88 terryselectric.com Orlando B. Terence Quigley, CEO 15.38 I 35/- 36/— r. DUNN BUILDING CO. LLC 73 Steel 1 Birmingham, Ala. I Lodge Manufacturing i 37/42 1 Raleigh ( donleyinc.com i Raleigh Erection/Fabrication dunnbuildingcompany.com South Pittsburg, Tenn. 49.71 i 23 Concrete Andrew E. Edwards, 9.68 4 Roofing President COMPREHENSIVE ENERGY CULLUM MECHANICAL s SERVICES INC. CONSTRUCTION INC.* 30 Plumbing Confidential Project B ij I Longwood, Fla. culluminc.com 25 Other Project Orlando 48.01 cesmechanical.com 7.09 Todd S. Morgan, President & CEO DONLEY'S CONCRETE GROUP 1 Dillon Supply i 37/42 1 Raleigh ( donleyinc.com i Raleigh Mike Dilley, Sr. Vice 18.00 President of Concrete ! Operations CULLUM MECHANICAL CONSTRUCTION INC.* Carolina Park Elementary i North Charleston, S.C. ISchool 38/44 culluminc.com Mount Pleasant, S.C. R. Christopher Cullum, 6.20 Chairman ACE ELECTRIC INC. . Valdosta, Ga. I aceelectric.net SMP Automotive 39/43 ; Robert H. Stalvey Sr., Cottondale, Ala. 9.63. ; ' President Types 23 Mechanical 100 Concrete 81 Mechanical 16 Plumbing 3 Electrical 100 Electrical 48.00 45.00 44.65 Company Rank Location Website 17/2016, Top Officer 'BUILDERS PLUS INC. Boynton Beach, Fla. 40/45 1 buildersplus.com John Held, President KHS&S CONTRACTORS 41/27 I Tampa I khss.com Michael Cannon, CEO & President CB STRUCTURES INC. Pompano Beach, Fla. I 42/— currentbuilders.com Rolf A. Severtson, Executive 'Vice President SUPERIOR RIGGING & ERECTING CO.* 42/33 Atlanta I superiorrrigging.com Patrick C. Lewis, CEO SEABREEZE ELECTRIC INC. Port Charlotte, Fla. I 44/— seabreezeelectric.com Sean Jenkinson, President SPECTRUM CONTRACTING INC* 45/51 = Naples, Fla. I scifla.com 1) John B.C. Schallert, President & CEO Largest Project To Break Regional Ground market Sectors By % Rev. Location Project Value ($ of Revenue 2016($ Mil.) Mil)** Airport North Phase I Medley, Fla. 100 Tilt -Up Concrete 43-85 5.99 NBCUniversal Telemundo Miami 100 Wall/Ceilingi 43.55 Not Provided TR Danburg Boca Raton, Fla. 100 Concrete 42.00 10.93 76 Steel Erection/Fabrication Not Provided 42.00 24 Rigging/Crane J: Rental 96 Electrical Not Provided 39.48 4 Mechanical 30 Painting & One Watergate Coatings Sarasota, Fla. 39.05 25 Concrete 5.30 Restoration Largest Project To Break Regional Company Rank Ground Market Sectors By % Rev. 2017/2016 ' Location /Website / Location Project Value ($ of Revenue 2016($ Top Officer t Mil.) ` Mil) Embry -Riddle Aeronautical ELECTRIC SERVICES INC. I University - Student Union I Leesburg, Fla. I electric - 46/53 Facility 100 Electrical 38.00 services.com Daytona Beach', Fla. I Steven W. Strong, President 7.60 47/48 PALMETTO AUTOMATIC SPRINKLER CO. West Columbia, S.C. I pasco- inc.com William Scott Mill, President Suntrust Park -New Atlanta Braves Stadium i 100 Fire Protection Atlanta 4.67 ' ..t WALDROP MECHANICAL Lakeside Residence Hall SERVICES i 1 ' Renovations at Furman 70 Mechanical ' 48/50 j Spartanburg, S.C. I University 16 Sheet Metal 35.50 waldropinc.com Travelers Rest, S.C. 14 Plumbing Bill Caldwell, President & 48.07 ! CEO t s TITUS CONSTRUCTION i GROUP Prive 49/— 1 Fort Lauderdale, Fla. I Aventura, Fla. i 100 Wall/Ceiling 1 35.14 titusbuild.com j 6.30 Bill Hassel, President i HEPACO LLC pipeline Fuel Spill E 83 Hazardous Waste Charlotte I hepaco.com 50/56 j i Richard G. Horton, Vice Pelham, Ala. 17 Asbestos/Lead 34:99 a President 4.27 a Abatement DAVCO ELECTRICAL ! i ' Ball Park of the Palm 3 I CONTRACTORS CORP.* Beaches 75 Electrical 51/60 i ;Boynton Beach, Fla. I I ; West Palm Beach, Fla. 32.50 25 Utility Davcoelectric.com 12.50 B. David Collins Jr., President' Largest Project To Break Regional Rank Company Ground Market Sectors By Y Rev. Location / Website / 017/2016 Location Project Value ($ of Revenue 2016 ($ Top Officer Mil .:: Mil.) i )** J 52/55 53/59 ' 54/57 r i 55/— BAKER PAINT & 88 Painting & CONTRACTING CO. SMP Coatings Tucker, Ga. I BakerPaint.com ti Tuscaloosa, Ala. 12 31.77 Carlos Ramirez, Senior 0.61 Plastering/Drywall Project Manager J. CROMPTON ELECTRIC 1 INC. ' Verizon Wireless AWS/RET 98 West Palm Beach, Fla. South Florida Telecommunications 31.24 jcromptonelectric.com 9.20 2 Electrical Jonathan Crompton, President ' CRAWFORD TRACEY CORP. Deerfield Beach, Fla. crawfordtracey.com Raymond Crawford, President SPRINKLERMATIC FIRE PROTECTION SYSTEMS INC. Davie, Fla. i sprinklermatic.net Robin Collier, President JOHNSON-DAVIS INC. 56/52 ;Lantana, Fla. johnsondavis.com Scott Johnson, President CHEROKEE ENTERPRISES INC. 3 Miami Lakes, Fla. 57/58 s s cherokeecorp.com j Christine E. Franklin, President 1 Fort Lauderdale Airport Terminal One Expansion Fort Lauderdale, Fla. 8.60 4 100 Glazing/Curtain 31.00 Wall Parkline (OB2 & OB3) 100 Fire Sprinklers, Miami .30.78 Fire Alarms 3.40 SR 710 Riviera Beach, Fla. 100 utility 4.51 Douglas Park Remediation 69 Mechanical Contract 31 Environmental Coral Gables, Fla. Remediation 4.48 Largest Project To Break Regional Rank Company. Ground Market Sectors By % Rev. Location % Website 2017/2016 ! Location Project Value ($ of Revenue 2016($ Top. Officer Mil.) Mil) 1" GRAHAM COUNTY LAND 60 CO. LLC Sitework/Excavation/ Strack 58/— Robbinsville, N.C. I Jacksonville, Fla. Foundation 25.00 gclnc.com 40 Other Project Randy Jordan, Owner & 6.00 Types _ I Managing Partner Demolition/Wrecking MASONRY BUILDERS INC. = Titan Buena Vista = 59/61 i Tampa 1 masonrybuilders.com The Villages, Fla. 100 Masonry 24.81 'Thomas Bradley, President 3.50 I CENTERLINE UTILITIES INC. ': Lake Park at Tradition 60/— Palm City, Fla. Port St. Lucie, Fla. c 100 Utility 24.70 centerlineinc.com 6.32 Freddy Chesney, President SHIELDS INC* 'High Point University Heal Winston Salem, N.C. Science & Pharmacy 100 24.02 61/64 1 shieldsinc.com High Point, N.C. Plastering/Drywall H. Curt Hege Jr., President 4.84 ' DEMOLITION & ASBESTOS Georgia Power - Plant Yates REMOVAL INC` i 100 Asbestos/Lead i 62/63 Greensboro, N.C. Newnan, Ga. Abatement 23.97 Lee London, President 6.50 UNIVERSAL PLANT j SERVICES INC. ; Deer Park, Texas 100 Millwright and 63/— universalplant.com Not Provided 1 Turnaround Services 22.82 Bradley Jones and Stewart Jones, Co-CEOs Company Location / Website / Top Officer i MILLERCLAPPERTON Austell, Ga. 64/76 millerclapperton.com Zeke Miller, President VAN KIRK & SONS INC. WDW Typhoon Lagoon Pool Deerfield Beach, Fla. 65/— ; vankirkpools.com i Rehab Project Orlando Tim Van Kirk and Robert Van 1.68 's. Kirk Tr.. Owners & CEOs Largest Project To Break Regional Ground ; Market Sectors By 916 Rev. Location Project Value ($ of Revenue 2016($ Mil)** f The Bristol West Palm Beach, Fla. 100 Wall/Ceiling 21.64 4.55 i 66/- 67/72 s i 100Inground Concrete Pools and 20.86 Spas THE COMTRAN GROUP i Various Telecommunications INC* Projects Buford, Ga. ; Atlanta comtrangroup.com 4.70 Greg Bostwick, President GRAYDAZE CONTRACTING INC. j Alpharetta, Ga. graydaze.com Gary 0. Gray II, CEO i Walmart Sortable Facility Davenport, Ga. ' 0.77 100 Utility 20.82 100 Painting & 16.89 Coatings DILLON POOLS INC. Paramount Miami World J I Miramar, Fla. Center 68/— ; 100 Swimming Pools 15.00 dillonpools.com Miami ' John Dillon, President 3.30 KENT COS. Windsor Run f Fort Mill, S.C. I Charlotte 100 Concrete 14.95 kentcompanies.com 3.70 1 Jeffrey Vanderlaan, CEO __............. Largest Project To Break Regional Company Rank Ground Market Sectors By Y Rev. Location/ Website/ _2017/Z016 ! Location Project Value ($ ' of Revenue 20.16($ Top Officer .... 70/— Mil.) LEE DRYWALL INC. 72 JW Marriott Lanai Expansion Fort Myers, Fla. I Plastering/Drywall and Convention Center 15 Wall/Ceiling14.64 leedrywall.com Marco Island, Fla. I Mitchelle S. Lee, Founder & 12 Thermal and 10,38 CEO Moisture Protection COMNET i COMMUNICATIONS LLC Deutsche Bank 71/— ;Jacksonville, Fla. I ! Jacksonville, Fla. 100 13.53 comnetcomm.com ; 1.67 Cabling/AV/Security ? Bill Bielmyer Jr., Vice President OGEECHEE STEEL INC.* Basic Combat Trainee 'Swainsboro, Ga. I Complex Fort Jackson j 100 Steel 12.71 72/69 f ogeecheesteel.com Fort Jackson, S.C. Erection/Fabrication i Janet Johnson, President i 3.50 ALPHA WRECKING Naval Air Station Mayport - j Pompano Beach, Fla. j Facilities Decommissioning 100 73/75 Et alphawrecking.com Jacksonville, Fla. j Demolition/Wreckingg 11.59 Chris Willford, President ; 1.29 _ ............ ._ MILL -RITE WOODWORKING CO. Westin Hotel 100 Interior 74/— Pinellas Park, Fla. mill- Sarasota, Fla. Finishes/Millwork 10.34 4 rite.com 3.25 Jennifer Clark, President GENESIS ELEVATOR CO. Cheshire Bridge Apartments 75/73 Kennesaw, Ga. I Atlanta ` 100 Elevators 9.24 j Genesiselevator.com 0.38 r Jay Arntzen, President . 1 < CANDELA CONTROLS INC. i Disney Springs C12-13 i }1 Winter Garden, Fla. ► ; Edison/Walt's 100 Lighting 5.56 80/77 ; candelacontrols.com Lake Buena Vista, Fla. Integration Bill Ellis, President 0.38 OF Shands } WINDOW INTERIORS Cardiovascular/Neuroscience Altamonte Springs, Fla. I 100 Div. 12 Window. 81/80 Hospital ! 5.36 windowinteriors.com Treatments Gainesville, Fla. f Dave Riley, President 0.81 _ Largest Project To Break ; Regional Rank Company Ground Market Sectors By I Rev. a ?Q17/2016 ; Location / Website / ' . Location Project Value ($ of Revenue ; 2016 ($ -, I` j Top Officer Mil)** 4 k f j PREMIER STONEWORKS LLC Palmetto Promenade E 76/78 j Delray Beach, Fla. I premier- Boca Raton, Fla. i 100 Cast Stone 8.53 stoneworks.com I 2.01 1 Gary Arkin, President i � PRIMUS BUILDERS INC. United States Cold Storage 88 and � Woodstock, Ga. I Facility Expansion Moisture Protection 6.94 primusbuilders.com Warsaw, N.C. 12 Roofing Matthew Hirsch, President i 1.33 HARRISON CONTRACTING 78/71 Villa Rica, Ga. I Lowes 1 North Carolina 100 Painting & 6.37 { harrisoncontracting.com 0.60 Coatings Bill Harrison, President t ATLANTIC ELECTRIC LLC i MCAS Beaufort ESPC North Charleston, S.C. I 1 ENABLE Request 79/— atlanticelectric.com i ! Beaufort, S.C. i 100 Electrical 6.02 Legrand Richardson Jr., President 2.77 1 < CANDELA CONTROLS INC. i Disney Springs C12-13 i }1 Winter Garden, Fla. ► ; Edison/Walt's 100 Lighting 5.56 80/77 ; candelacontrols.com Lake Buena Vista, Fla. Integration Bill Ellis, President 0.38 OF Shands } WINDOW INTERIORS Cardiovascular/Neuroscience Altamonte Springs, Fla. I 100 Div. 12 Window. 81/80 Hospital ! 5.36 windowinteriors.com Treatments Gainesville, Fla. f Dave Riley, President 0.81 87/— 88/— SURE STEEL INC. South Weber, Utah suresteel.com. I Mark Carter, CEO 'TERRA MILLENNIUM CORP.* Richmond, Calif. I tn-ic.orp.us Mark Stutzman, CEO 100 Steel Not Provided 2.83 Erection/Fabrication .Not Provided 93 Refractor� 7 Mechanical 2.37 . . .... ..... . Largest Project To Break Regional Rank Company Ground .Market Sectors By % Rev. '_2017/2016 Location /Website Location Project Value ($ of Revenue 2016 ($ Top Officer Mil.) Mil)** THE BARON GROUP INC. DBA BARON SIGN University of Central Florida 100 Sign 82/79. MANUFACTURING* Orlando i Manufacturing/ 5.00 Riviera Beach, Fla. 0.75 Installation I baronsign.com Sandra D. Foland, CEO WSNIELSEN Atlanta Hartsfield Jackson 100 Glazing, Alpharetta, Ga. International Airport Skylights, Glass 83/— wsnielsen.com Atlanta j Walls, Screens, 4.17 Michael Nielsen, President 2.71 Louvers ELEVATED 50 Asbestos/Lead ENVIRONMENTAL CORP. Lincoln Financial Group Abatement 29 84/ Reidsville, N.C. elevatedenvironmental.com Greensboro, N.C. Demolition/Wrecking: 4.15 Stephanie Gower, President 1.99 21 Other Project &CEO Types AREA GLASS INC. Panama City Beach, Fla. Embassy Suites I 100 Glazing/Curtain 85/83 St. Augustine, Fla. 3.95 areaglass.com Wall 1.03 Fred L. Poynor, President LYNDAN INC. USFSP College of Business 100 Interior 86/— Tampa I lyndan.corn St. Petersburg, Fla. i 3.21 Dana L. Guy, President0.25 Finishes/Millwork 87/— 88/— SURE STEEL INC. South Weber, Utah suresteel.com. I Mark Carter, CEO 'TERRA MILLENNIUM CORP.* Richmond, Calif. I tn-ic.orp.us Mark Stutzman, CEO 100 Steel Not Provided 2.83 Erection/Fabrication .Not Provided 93 Refractor� 7 Mechanical 2.37 89/- 90/- 11400 INC. Busbee ES No. 1 Charlotte 11400inc.com Busbee, S.C. 100 Equipment 1.93 John Witmer, Mid -Atlantic Supply 0.45 Operations Manager THE BLINDMAN : COMMERCIAL Project Stonewall 100 Interior Harrisburg, N.C. Charlotte 1.18 Finishes/Millwork theblindmancommercial.com 1 0.28 1 Garrett Garland, President i *REVENUE WAS PROVIDED ON A FISCAL -YEAR BASIS. ALL OTHERS PROVIDED CALENDAR -YEAR DATA, WHICH 15 Pltts WU(hu. **INCLUDES REVENUE GENERATED FROM GENERAL CONTRAC rI NG, DESIGN -BUILD AND CONSTRUCTION MANAGEMENT AT- RISK TRISK AS WELL AS FEES FROM PROGRAM MANAGEMENT AND CONSTRUCTION MANAGEMENT FOR FEE. Copyright ©2018. All Rights Reserved BNP Media. Design, CMS, Hosting & Web Development:: ePublishing Hone Passler {, ,gym: enrollment@dhs.gov went: Friday, July 09, 2010 222 PM To: ipassler@johnsondavis.com Subject: Welcome to E: -Verify -Your E -Verify Enrollment Confirmaton Welcome to E -Verify. You have successfully enrolled your company in the program. Now that your company is enrolled, you can register additional users who need access to E - Verify and choose whether to give them program administrator or general user access. During the company enrollment process, you already registered yourself to use E -Verify. Here is your login information: Your Program Administrator user ID: 4000M Your Temporary Password: MOMML There are still a few things -you need to do before you can begin using E -Verify. Just follow the steps below to get started: 1. Go to the E -Verify Web site at httys://e- verify. us cis.eov/emp. You'll visit this Web site every time you log in to E -Verify to verify your employees. We recommend you "bookmark" or save this Web site as a "favorite" so you'll have easy access to it in the future. 2. Log in to E -Verify using the user ID and temporary password listed above., ce you log in, you'll be required to change your password. Your new password must meet our °password security standards (we'll tell you more about this when you change your password). 3. Create your password challenge questions. This is really important because if you ever forget your password, you can answer the password challenge questions you created and reset your password without having to contact US. 4. Take the E -Verify online tutorial. Though we've put a lot of effort into making E -Verify easy to use, work eligibility and immigration are complicated subjects. The required online tutorial will teach you how to use E -Verify and what you need to do to follow the rules of the program. You don't have to take the entire tutorial at one time, but you will have to complete it and pass the mastery test before you can -begin using E -Verify. You can access the tutorial from the E -Verify home page after you've logged in. 5. Register additional users (if necessary). After you've completed the tutorial and have passed the mastery test, you can register additional users by clicking on the "Add User" link on the left menu of the E -Verify home page. When you register a new user, you can choose between program administrator and general user access. Anyone with program administrator access can add, delete, modify and reset the passwords of other program administrator and general user accounts. SHARING USER IDs AND PASSWORDS IS NOT ALLOWED so if you have additional people who will use F -Verify, you must register them with their own user IDs and passwords. You're: ultimately {I sponsible for any activity associated with your user ID so don't share your password with anyone -and that includes us. (if you. ever contact our help -desk, we'll never ask for your password either.:) Need Help? i 1 If you need help using E-Verify or you have questions about E-Verify .policies, were here for you. we're also always looking for ways to improve E-Verify so please tell us how we can :-_ke E-Verify work better for you. You can reach us by phone at 1-888-464-4218 or by e-mail at E-Verifyodhs.gov. E-Verify Customer Support is available Monday through Friday from 8 a.m. to 8 p.m. (Eastern Time) .'i except on federal holidays. (Don't reply to this e-mail because these e-mails are sent automatically and replies' won't reach a live person.) if you need technical assistance, contact our technical help desk at 1-800-741-5023. E- Verify Technical Support is available Monday through Friday from 9 a.m. until 7 p.m.(Eastern Time), except on Thanksgiving, Christmas and New Year's Day. We're excited that you've joined E-Verify and we're committed to helping your company ensure a legal workforce. Regards, The E-Verify Team This email has been scanned by the Message Labs Email Security System. For more information please visit http://www.messagelabs.com/email No virus found in this incoming message. Checked by AVG - www.avg.com Version: 9.0.830 / Virus Database: 271.1.1/2987 - Release Date: 07/09/10 02:36:00 2 Johnson -Davis, Incorporated Financial Statements For the Year Ended June 30, 2017 INDEPENDENT AUDITOR'S REPORT To the Board of Directors Johnson -Davis, Incorporated Lantana, Florida We have audited the accompanying financial statements of Johnson -Davis, Incorporated (the "Company"), which comprise the balance sheet as of June 30,.2017, and the related statements of income and retained earnings, and cash flows for the year then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. KMCcpaxom 6550 N Federal Hwy, 4th Floor Fort Lauderdale, FL33306 Phone: 9514.771.0696 Fax: 954.938;9353 1 _. Johnson-Davis, Incorporated -Opinion In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Johnson-Davis, Incorporated as of June 30, 2017, and the results of its operations and its cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. KEEFE McCULLOUGH Fort Lauderdale, Florida September 1, 2017 t 2 Johnson-Davis, Incorporated Balance Sheet June 30, 2017 Assets Current Assets: Cash Contract receivables, net of allowance for doubtful accounts of $.177,074 Costs and estimated earnings in excess of billings on uncompleted contracts Other receivables Prepaid expenses and other current assets Inventory Total current assets Property and equipment, at cost: Machinery and equipment XA Automotive equipment Buildings and improvement Furniture and fixtures Construction in progress Less accumulated depreciation Land Other Assets: Note receivable Deposits and other assets Totalassets $ 6,860,650 1,731,064 1,771,126 357,740 22,250 10,742,830 5,582,528 5,160,302 597,902 126,040 270,909 $ 6,041,944 4,954,553 980,511 7,575 308,301 58,614 12,351,498 5,758,204 396,949 $ 18,506,651 The accompanying notes to financial statements.are an integral part of these statements. 3 Johnson -Davis, Incorporated Balance Sheet - June 30, 2017 is Liabilities Current Liabilities: Accounts payable $ 1,625,086 Accrued expenses 1,925,011 Current portion of debt 687,397 Current portion of deferred tax liability 175,900 Billings in excess of costs and estimated earnings on uncompleted contracts 1,223,289. Income tax payable 229,145 Total current liabilities 5,865,828 Long term liabilities Deferred tax liability, less current portion 577,400 Debt, less current portion 1,067,374 Total longterm liabilities 1,644,774 Total liabilities 7,510,602 Stockholders' Equity: Capital stock, 500 shares of $1 par value common stock authorized, 100 shares issued and 81.69 shares outstanding $ 100 Paid in capital 11,737 Treasury Stock, 18.31 shares, at cost (1,337,907) Retained earnings 112,322,119 10,996,049 Total liabilities and stockholders' equity $ 18,506,651 Johnson -Davis, Incorporated Statement of Income and Retained Earnings For the Year Ended. June 30, 2017 Contract and Service Revenues Cost of Revenues, including provision for depreciation of $ 961,154 Gross profit Selling, General and Administrative Expenses: Selling, general and administrative expenses, including a provision for depreciation of $105,754 Income from operations Other Income (Expense): Miscellaneous income Gain on sale of property and equipment Interest income Interest expense Income before provision (credit) for income taxes Provision (Credit) for Income Taxes: Current Deferred Net income Retained Earnings, July 1, 2016 Retained Earnings, June 30, 2017 $ 110,126 26,029 8,679 (17,241) $ 31,101,833 23,547,592 7,554,241 6,046,646 1,507,595 127,593 1,635,188 473,242 353,900 808,046 11,514,073 $ 12,322,119 The accompanying notes to financial statements are an Integral part of these statements., 5 Johnson -Davis, Incorporated Statement of Cash Flows For the Year Ended June 30, 2017 Cash Flows From Operating Activities: Net income $ 808,046 Adjustments to reconcile net income to net cash provided by operating activities: Provision for depreciation 1,066,908 .Gain on sale of property and equipment (26,029) (Increase) decrease in assets: Contract receivables 497,432 Costs and estimated earnings in excess of billings on uncompleted contracts 364,348 Other receivables 4,085 Prepaid expenses (36,526) Inventory (12,239) Income taxes receivable 257,896 Other assets 20,774 Increase (decrease) in liabilities: Accounts payable (974,856) Accrued expenses 213,951 Billings in excess of costs and estimated earnings on uncompleted contracts 330,813 Income tax payable 229,145 Deferred tax liability 353,900 Net cash provided by operating activities 3,097,648 Cash Flows From Investing Activities: Proceeds from sale of property and equipment $ 41,494 Payments on notes receivable 12,000 Payments for purchase of property and equipment (1,622,967) Net cash used in investing activities (1,569,473) Cash Flows From Financing Activities: Principal payments on debt (688,690) Net cash used in financing activities (688,690) Net increase in cash 839,485 Cash, July 1, 2016 5,202,459 Cash, June 30, 2017 $ 61041,944 The accompanying notes to financial statements are an integral part of these statements.. 6 Johnson -Davis, Incorporated (the "Company") is involved in the construction industry, principally the installation and repair of underground water, sewer and drainage lines. Note 2 - Summary of Significant Accounting Policies Recognition of income: Revenue from construction contracts is recognized on the percentage -of - completion method, measured by the proportion of construction costs incurred to date to estimated total construction costs for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Because of the inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. Construction costs of projects under contract include all direct material and labor costs and those indirect costs related to contract performance. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on the uncompleted contracts are made in the period in which such losses are determined. Changes in estimated profitability are recognized in the period in which the revisions are determined. The costs of construction contracts are charged to earnings on the percentage -of -completion method used to recognize revenues. All other services are accounted for using the accrual method of accounting. Contract receivables and allowance for doubtful accounts: Contract receivables are composed of amounts due from interim and final billings on long-term construction contracts as well as current billings from other services provided and are reported at the amount management expects to collect from outstanding balances. Management provides for an allowance for uncollectible amounts based on the Company's historical bad debt experience and management's judgment. As of the year ended June 30, 2017, management feels the allowance for doubtful accounts is reasonably stated. Cash: The Company maintains cash balances at a financial institution which occasionally may exceed federally insured' amounts. At June 30, 2017, the uninsured cash balances totaled $ 5,791,094. Provision for depreciation: Depreciation does include the amortization of the assets collateralizing the capital lease obligations (See Note 8). Depreciation is provided for using the straight-line method over the estimated useful lives for each asset category as follows: Machinery and equipment 5-10 years Automotive equipment 3-7 years Furniture and fixtures 5 years Buildings and improvements 5-39 years Minor additions and repair and maintenance items not extending the original useful life of the assets are expensed as incurred. Additions and major renewals are capitalized. Use of estimates: The presentation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make r estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported j amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. 7 Johnson -Davis, .Incorporated Notes to Financial Statements June 30, 2017 Note 2 - Summary of Significant Accounting Policies (continued) Inventory: Inventory consists of small tools and supplies and is recorded at cost which approximates fair market value. Advertising costs: The Company expenses advertising costs as incurred. Advertising expenses amounted to $ 17,136 for the year ended June 30, 2017. Date of Management's Review: Subsequent events have been evaluated through September 1, 2017, which is the date the financial statements were issued. Note 3 - Contract Receivables Contract receivables at June 30, 2017 consist of billed: Completed contracts $ 26,551 Contracts in progress 3,156,829 Retainage 1,948,247 5,131,627 Less allowance for doubtful accounts 177,074 $ 4,954,553 Note 4 - Cost and Estimated Earnings on Uncompleted Contracts The revenue and billing status of contracts in progress at June 30, 2017, is as follows: Costs and estimated earnings on uncompleted contracts $ 35,514,088 Less billings to date 35,756,866 Net billings on uncompleted contracts in excess of costs and estimated earnings $ (242,778) These amounts are included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 980,511 Billings in excess of costs and estimated earnings on uncompleted contracts (1,223,289) Net billings on uncompleted contracts in excess of costs and estimated earnings $ (242,778) Johnson -Davis, Incorporated, Notes to Financial Statements >c June 30, 2017 Note 5 — Note receivable At June 30, 2017, the Company had a note receivable from a land developing company (the "Debtor"). This note has no fixed repayment plan and the balance of the note may be paid down either in cash or in-kind projects performed by the Debtor. The note bears interest at a variable rate such that the monthly interest payment is $ 600. Note 6 - Certain Significant Estimates Revenues from fixed-price contracts are recognized on the percentage -of -completion method, measured by the percentage of costs incurred to date to estimated total costs for each contract. This method is used because management considers incurred costs to be the best available measure of progress on these contracts. Changes in job performance, job conditions, and estimated profitability may result In revisions to costs and revenues in a succeeding year. Note 7 - Line of Credit At June 30, 2017, the Company had a $ 2,000,000 revolving line of credit payable upon demand. The line of credit is secured by certain assets of the company and is personally guaranteed by certain stockholders of the Company. Advances on this obligation bear interest at the Wall Street Journal Prime rate plus .25%, subject to a floor of 3.50% (4.50% at June 30, 2017). There is no outstanding balance of this facility at June 30, 2017. There are certain restrictive covenants relating to this line of credit. At June 30, 2017, the Company was in compliance with all such covenants. Note 8 - Debt Debt as of June 30, 2017 consists of: Eleven installment contracts with finance companies payable in aggregate monthly installments totaling approximately $ 63,300 including interest up to 3.74% through March 2021. These obligations are personally guaranteed by certain Company stockholders and are collateralized by property and equipment with a net book value of approximately $ 2,248,900. Nine capital leases with financial institutions payable in aggregate monthly installments totaling approximately $ 7,500 including interest ranging from 7.96% to 9.649/o through June 2019. These obligations are personally guaranteed by certain Company, stockholders and are collateralized by automotive equipment with a book value cost of approximately $ 368,700 and a net book value of approximately $ 80,400. $ 1,675,316 79,455 1,754,771 687,397 $ 1,067,374 Note 8 - Debt (continued) Future installment contract principal payments and capital lease minimum payments, interest, and principal in the aggregate are approximately as follows: Note 9 - Leases The Company leases various pieces of office and automotive equipment for approximately $16,600 per month through March, 2019 and at lesser amounts thereafter until September, 2020. Lease expense for the year ended June 30, 2017 for these and presently expired leases amounted to approximately $160,600. in addition to the afore mentioned operating leases the Company is engaged in nine capital leases (See Note 8) which are not included in the monthly payments in the schedule below. The following is a schedule of future minimum lease payments relating to all of the Company's operating leases: Year Ending June 30, 2018 $ 199,400 2019 $ 182,700 2020 $ 79,000 2021 $ 5,000 2022 $ - Thereafter $ NONE Note 10 - Provision (Credit) for income Taxes Deferred income taxes result from timing differences in reporting income for financial statement purposes and for tax purposes. Such differences relate to differences in the methods of providing for depreciation, the allowance for doubtful accounts, and credits for alternative minimum taxes incurred. The most significant timing difference is caused by accelerated depreciation methods being used for tax reporting while straight-line depreciation is used for financial reporting. The Company adopted Financial Accounting Standards Board Accounting Codification, Accounting for Income Taxes (ASC740), which requires the Company's deferred taxes to be recorded at the rate that is expected to be in effect when deferred taxes will be paid, rather than the rate in effect when the deferred taxes arise. _- 10 _ Capital Leases Year Ending Installment Minimum Imputed Total June 30, Contracts Payment Interest Net Debt 2018 $ 625,400 $ 66,600 $ 4,500 $ 62,100 $ 687,500 2019 $ 575,400 $ 18,000 $ 600 $ 17,400 $ 592,800 2020 $ 369,100 $ - $ - $ - $ 369,100 2021 $ 105,400 $ - $ - $ - $ 105,400 2022 Thereafter $ NONE $ NONE $ NONE $ NONE $ NONE Note 9 - Leases The Company leases various pieces of office and automotive equipment for approximately $16,600 per month through March, 2019 and at lesser amounts thereafter until September, 2020. Lease expense for the year ended June 30, 2017 for these and presently expired leases amounted to approximately $160,600. in addition to the afore mentioned operating leases the Company is engaged in nine capital leases (See Note 8) which are not included in the monthly payments in the schedule below. The following is a schedule of future minimum lease payments relating to all of the Company's operating leases: Year Ending June 30, 2018 $ 199,400 2019 $ 182,700 2020 $ 79,000 2021 $ 5,000 2022 $ - Thereafter $ NONE Note 10 - Provision (Credit) for income Taxes Deferred income taxes result from timing differences in reporting income for financial statement purposes and for tax purposes. Such differences relate to differences in the methods of providing for depreciation, the allowance for doubtful accounts, and credits for alternative minimum taxes incurred. The most significant timing difference is caused by accelerated depreciation methods being used for tax reporting while straight-line depreciation is used for financial reporting. The Company adopted Financial Accounting Standards Board Accounting Codification, Accounting for Income Taxes (ASC740), which requires the Company's deferred taxes to be recorded at the rate that is expected to be in effect when deferred taxes will be paid, rather than the rate in effect when the deferred taxes arise. _- 10 _ P Johnson�Davis, Incorporated . Notes to Financial Statements. June 30, 2017 Note 10 - Provision (Credit) for Income Taxes (continued) The tax provision (credit) for the year ended June 30, 2017 consists of the following components: The Company's effective income tax rates for deferred income taxes are 34% and 5.5% for Federal and state, respectively. Note 11- Supplemental Cash Flow Information Supplemental Disclosure of Cash Flow Information: Cash paid during the year for - Interest expense Income taxes Cash received during the year for - Interest income Noncash Investing and Financing Activities: Acquisition of property and equipment - Cost of property and equipment Less property and equipment financed Cash paid for purchases of property and equipment $ 17,241 $ 12,603 $ 8,679 $ 2,185,307 (562,340) $ 1,622,967 Federal State Total Current $ 388,135 $ 85,107 $ 473,242 Deferred 320,255 331645 353,900 $ . 708,390 $ 118,752 $ 827,142 The deferred tax liability consists of the following components: Federal State Total Current $ 149,200 $ 26,700 $ 175,900 Long term 489,600 87,800 577,400 $ 638,800 $ 114,500 $ 753,300 The Company's effective income tax rates for deferred income taxes are 34% and 5.5% for Federal and state, respectively. Note 11- Supplemental Cash Flow Information Supplemental Disclosure of Cash Flow Information: Cash paid during the year for - Interest expense Income taxes Cash received during the year for - Interest income Noncash Investing and Financing Activities: Acquisition of property and equipment - Cost of property and equipment Less property and equipment financed Cash paid for purchases of property and equipment $ 17,241 $ 12,603 $ 8,679 $ 2,185,307 (562,340) $ 1,622,967 Johnson -Davis, Incorporated Notes to Financial Statements June 30, 2017 Note 12 - Retirement Pian The Company has adopted a 401(k) retirement plan covering employees who have attained the age of eighteen and one year of service with the Company. Contributions are based upon the amount of compensation each participant elects to defer yearly. Generally, such deferral amount may not exceed the lesser of 100% of total compensation or $ 18,000 ($ 24,000 if over age 50) for 2017 for each participant. The Company has made a Safe Harbor election for the plan year whereby the matching contribution is dollar -for -dollar on salary deferrals up to three percent (3%) of qualified compensation and fifty -cents on the dollar on salary deferrals from three percent (3%) to five percent (5%) of qualified compensation. The Safe Harbor matching contribution is fully vested when made. For the year ended June 30, 2017, the Company contributed approximately $ 140,700 to the Plan. Note 13 - Contingencies Bonding: At June 30, 2017, the Company had outstanding performance and payment bonds with an insurance company for approximately $ 27,515,000. This surety bond is guaranteed by the Company and certain stockholders. Note 14 - Concentrations ( At June 30, 2017, four customers accounted for approximately 46% of the contract revenues. At June 30, 2017, five vendors accounted for approximately 25% of the cost of revenues. At June 30, 2017, five customers comprised approximately 52% of contract receivables. In compliance with the Johnson -Davis, Inc.. Drug -Free Workplace Policy, each employee, as a condition of continued employment, is subject to medical or physical examination or tests, including urine drug screen. An employee, who refuses to submit to drug testing, as provided for in this Policy, will be asked to leave the office or project site immediately and the employee will be discharged. Please complete and sign the attached acknowledgement and authorization form and return to your foreman and/or superintendent. You must proceed to a LabCorp testing center in your local area upon receipt of this notice. (See superintendent for LabCorp locations). A copy of the Johnson -Davis, Inc. Drug -Free Workplace Policy is also attached for your information and reference. Please keep a copy of this policy along with your employee handbook. Thank you for your cooperation. JIQ JOHNSON-DAVIS INC.. 604 NB1BRAh1 DRIVE LANTANA, FLORIDA 33462.1664 661.560-1170 FAX 661466-6252 ClLC043067 - EMPLOYEE/APPLICANT ACKNOWLEDGEMENT FORM Read carefully; if you do not understand a question please ask. Initial each item then sign and date at the bottom. 1. 1 have received and read the Company's current Drug Free Workplace Policy, including the medications that may alter or affect a drug test (D177114). (Applicants only). 2. 1 understand that if I refuse to submit to a pre-employment drug test or refuse to authorize the release of my drug test results that I will not be hired. (Applicants only). 3. 1 understand that total compliance with the Drug Free Workplace is a condition of continued employment with this Company. 4. 1 received a list of local Employee Assistance Programs and Drug and Alcohol Rehabilitation Programs (DFW-1). 5. I understand that if I refuse a reasonable suspicion drug or alcohol test, I will lose my job and my unemployment benefits. 1 also understand that if 1 refuse to take a test that was requested as a result of my involvement in a work-related accident, I will lose all of my related workers' compensation benefits, if I am injured. 6. 1 understand if I am taking any medication that could affect my ability to perform my duties, I must inform my supervisor immediately. (Employees Only). 7. 1 understand I have the right to challenge any positive test result and I understand that 1 must notify the laboratory if I wish to challenge the test result. 8. I understand that the Company's Drug Free Workplace Policy does not constitute an employment contract for term between the Company and me. I have read, understood and initialed each above item and have voluntarily signed this form below. Printed Narrie Signature Witness Name Date S.S.# Date JOHNSON-DAVIS INC. 606 N6l.ORATH DRIVE LANTANA, FLORIDA 33662.160{ SEI -606.1170 FAX 661.606.5262 cu-COa3007 DPW -2 CONSENT TO AUTHORIZE JOB A.PPLICANVEMPLOYEE TESTING By placing my initials in the blanks below, and by signing and dating this form, I consent to take the Drug and Alcohol test(s) and authorize release of any test results to this Company. I understand that I may be placed on a temporary leave of absence pending results ol'said test(s). I further understand `i that if I am requested to test as an applicant, should my test(s) results be confinned positive, my application for employment will be rejected and if I am requested to test as a current employee, should my test(s) results be a confirmed positive, I will be terminated immediately. 1 also understand that if I refuse to submit to a drug test, I may be disqualified from hiring consideration. 1 have been informed through this consent form that Florida Statutes §§ 440.101- 440.102 governs drug testing and notice requirements in the State of Florida for employees of public and private employers. By signing below, I hereby. authorize the release of the results of the test(s) to which 1 have consented. I further authorize this Company to discuss the results of the test(s) with the medical personnel/physician collecting the specimen, the testing facility, its directors, officers, agents, and employees responsible for administering the aforementioned test(s) or evaluating the results thereof and any of them herein and to use the test results as a defense to any legal action to which I ain a party. I understand the above stated policy and hereby give my consent to the Company to administer drug and alcohol testing, which may consist of the taking of blood, urine, breath, saliva, or hair samples from my body, or any other medically accepted test designed to detect traceable amounts of drugs, controlled substances, and alcohol in the body. I also understand that I can confidentially report to a Medical Review Officer the use of prescription or nonprescription medications before and after being tested. . _ I have not used any illegal or incapacitating. drugs or controlled substances in the last sixty (60) days. 2. _ 1 have used the following prescription drug, or over-the-counter drug or medication, within the last sixty (60) days. (a) Drug(s): (b) Prescribing Physician Name: Address: Phone: If I receive a positive confirmed test result, I understand that 1 may contest or explain the results to the Medical Review Officer within five (5) working days after receiving written notification of the test result. If my explanation or challenge is unsatisfactory to the Medical Review Officer, the Medical Review Officer shall report my positive test result to the Company. 1 may contest the drug test result pursuant to applicable law or pursuant to rules adopted by the agency for Health Care Administration. If I choose to contest those results pursuant to applicable law or pursuant to the rules for Health Care Administration, I must notify the laboratory that conducted my drug test of any administrative or civil action brought by me. I hereby give my consent to the Company to administer any or all of the above drug and alcohol testing procedures to me and to use the results thereof in determining my employability with the Company. 1 further release any testing facility or any physicians who have tested me from any liability arising from the release of any and all test(s) results, written reports, medical records, and data concerning my test(s) to the appropriate officials of the Company. Applicant/Employee's Printed Name: Applicant/Employee's Signature: _ Social Security Number: Date: Witness Narne: Date: Witness Signature: DFW-3 COMMON MEDICATIONS WHICH COULD AFFECT A DRUG TEST The following is a list of the most common medications by brand name, common name and chemical name. These over the counter and prescription drugs could alter or affect drug test resulis:2 . Alcohol: All liquid medications containing ethyl alcohol- (ethanol). Please read the label for alcohol content. As an example, Vick's Nyquil is 25%.(50 proof) ethyl alcohol, Comtrex is 20% (40 prool), Contact Severe Cold Formula Night Strength is 25% (50 proof) and Listerine is 26.9% (54 proof). Amphetamines: Obeirol,'Biphetamine, Desoxyn, Dexedrine, Didrex, lonarnine, Fastin. Cannabinoids: Marinol (Dronabinol, 't' ic). Cocaine: Cocaine HCl topical solution (Roxanne). Phencyclidine: Not legal by prescription. Methaqualone: Not legal by prescription. Opiates: Paregoric, Parepectolin, Donnagel PG, Morphine, 'Tylenol with Codeine, Empirin with Codeine, APAP with Codeine, Aspirin with Codeine, _..__ Robitussin AC, Guiatuss AC, Novahistine: DH; Novahistine Expectorant, _.. Dilaudid (Hydromorphone), M -S Contin and Roxanol (morphine sulfate), Percodan, Vicodin, Tussi-organidin, etc._. Barbiturates: Phenobarbital, Tuinal, Amytal, Nembutal, Seconal, Lotusate, Fiorinal, Fioricet, Esgic, Butisol, Mebaral, Butabarbital. Butalbital, Phrenilin, Triad, etc. Benzodiazepines: Ativan, Azene, Clonopin, Dalmane, Diazepam, Librium, Xanax, Serax, Tranxene; Valium, Verstran, Halcion, Paxipam, Restoril, Centrax. Methadone: Dolophine, Methadose. Propoxyphene: Darvocet, Darvon N., Dolene, etc. DFWA Due to the large number of obscure brand names and constant marketing of new products, this list cannot, and is not intended to, be all-inclusive. 1® DIIUG FREE WORKPLACE POLICY INTRODUCTION This is your official notification that Johnson -Davis, Inc. (hereinafter "JD"or "Company") complies with the requirements of a "Drug Free Workplace" as authorized by Florida Statutes §§ 440.1.01-440.102. Employees of this Company are absolutely prohibited from unlawfully manufacturing, distributing, dispensing, possessing or using controlled substances in the workplace. It is a condition of employment with die Company to. refrain from taking drugs on or off the job and to abide by the guidelines of the Drug Free Workplace. Drug Tests: The following is a list of drugs the Company may test for: C14ENI.1CAL NAME BRAND NAME STREET NAME Alcohol (E-T0H) 1 Liquor, Booze, Wine, Beer, Distilled S irits Amphetamines— — – ; Obetrol, Biphetamine, Desoxyn, Uppers, Speed, Bennies, Crystal, i Dexedrine, Didrex, lonamine, Fastin. Black Beauties _ 13atrl iturates — Phenobarbital, Tuinal, Amytal, Barbs, Goofballs, Reds, Rainbows, Nembutal, Seconal, Lotusate, Fiorinal, Downers, Yellows, Blues Fioricet, Esgic, Butisol, Mebaral, Butabarbital, Butalbital, Phrenilin, ------------------- Benzodiazepines_ j Ativan, Azene, Clonopin, Dalmane, Downers Diazepam, Librium, Xanax, Serax, Tranxene, Valium, Verstran, Halcion, 1 Pati am Restoril noids TH Cannabi(C) Marinol (Dronabinol, THC) Pot, Marijuana, Weed, Grass, Joints, etral� droc�nn,binol Hashish, Maryjanes, Cocaine Cocaine HC1 topical solution (Roxanne) Freebase, Crack, Blow, Snow, Nose (Benzoylec�onine�_--^ _•__— Can d , X Co _ ke _.______..... _...._. Opiates Paregoric, Parepectolin, Donnagel PG, Downers, Smack, Heroine Morphine, Tylenol with Codeine, Empirin with Codeine, APAP with Codeine, Aspirin with Codeine, I Robitussin AC, Guiatuss , AC, Novahistine DH, Novahistine Expectorant, Dilaudid, M -S Contin and Roxanol (morphine sulfate), Percodan, Vicodin Methadone Mathadose -- Junk, Ju17161e Juice ... Methaqualone -Dolophine. Quaaludes i Ludes `-- _ Phenrvr_lidine (PCP) ; PCP, Angel Dust, sw Florida Statutes § 440.102(4) provide that . an employer is required to. conduct the - following types. of drug tests: 1) Job Applicant Testing: All job applicants will submit to a drug test. A refusal to submit to a drug test or a positive confanned drug test may be used as a basis for refusing to hire a job applicant. 2) Reasonable -Suspicion Testing: All employees will submit to reasonable - suspicion drug testing. Reasonable -suspicion drug testing is based on a belief that an employee is using or has used -drugs in violation of this Policy. Such a belief must be drawn from specific objective and articulable facts and reasonable inferences drawn from those facts in light of experience. Among other things, such facts and inferences may be based upon: a) Observable phenomena while at work, such as direct observation of drug use or of the physical symptoms or manifestations of being under the influence of a drug. b) Abnormal conduct or erratic behavior while at work or a significant deterioration in work performance. c) A report of drug rise, provided.by a.-reliable. and. credible source. d) Evidence --.that an -individual -has tampered with a drug test during his or her employment with the current employer. e) Information that an employee has caused, contributed to, or been involved in an accident while at work. f) Evidence that an employee has used, possessed, sold, solicited, or transferred 'drugs while working or while on the employer's premises or while operating the employer's vehicle, machinery, or equipment. 3) Routine Fitness -For -Duty Drup_ Testing: Employees will submit to routine fitness -for -duty drug testing that are . conducted as part of routinely scheduled fitness -for -duty medical examinations conducted in accordance with the Company's established policy or that are routinely scheduled for all members of an employment classification or group. 4) Follow -Up Testing: Employees who in the course of their employment enter an employee assistance program for drug-related problems or a drug rehabilitation program, will submit to follow-up drug tests, unless they voluntarily entered the program. When employees voluntarily enter a program, the Company has the option to not require follow-up testing. If follow-up testing is required, it will be conducted at least once a year for a 2 - year period after completion of the program. Advance notice of a follow-up testing date will not be given to the employee to be tested. 5) Random Testing: Employees may be required to submit to random, unannounced testing that is spread reasonably throughout the calendar year. Upon being notified of being selected for testing, an employee shall immediately report to the test site. Employees shall be selected for random testing using a scientifically valid method, which will provide each employee with an equal chance of being tested each time selections are made. 6) Additional Testing: Employees may be subject to additional testing. as required by applicable state and federal laws, rules or regulations or as deemed necessary by the Company. The Company may, at its discretion, conduct drug - testing at any time. ADDITIONAL INFORMATION Confidi_hhfiality: Employers and their agents and laboratories must keep. drug test ------------- results and other related information confidential. if information is released, it shall be done solely under a written consent form voluntarily signed by the person tested unless a release is compelled by a hearing officer or a court or unless it is deemed appropriate by a professional occupational licensing board in a related disciplinary proceeding. The consent form must meet the criteria set by the State of Florida and in accordance with Florida Statutes § 440.102(8). Reporting Use of Prescription or Non -Prescription Medications: An employee/job applicant can confidentially report the use of all prescription or non- prescription medications to a medical review officer, both before and after being tested, as presence of those medications in the body may affect the outcome of the test. A list of the most common medications by brand name, common name and by chemical name, which may alter or affect a drug test, is listed on Attachment DFW-4. Employee Suspension: The Company may suspend employees without pay pending the results of a drug test or investigation.. Explanation for Employee/Job Applicant: Within five (5) working days after _ receipt of notice of a positive confirmed test result, the employee/job applicant may submit information to the Medical Review Officer ("MRO') and the employer explaining or contesting the test results and stating. why the test results do not constitute a violation of the employer's policy. If this explanation is unsatisfactory, the Company must, within fifteen (15). days of receipt of the explanation or challenge, provide the employee/job applicant with a written explanation as to why the employee's explanation is unsatisfactory along with the report of the positive confirmed test results DFW-9. This documentation shall be kept confidential by the Company and shall be retained by them for at least a year. If the employee wishes to challenge a confirmed drug test result that was requested .as a result of a work place accident, the employee may file an administrative challenge by filing a claim for benefits with a Judge of Compensation Claims. if no workplace accident occurred, the confirmed positive test result of the employee/job applicant may be challenged in a court of competent jurisdiction. Collection of Specimens: All specimens collected and tested for drugs shall be collected with the privacy interests of the individual in mind and shall be documented according to those procedures..preseribed in Florida Statute § 440.102(5). Moreover, collection and testing will be accomplished by a licensed clinical laboratory and _ according to.. those_ procedures provided by Florida_ Statutes -§ 440.102(9). In accordance with Florida Statutes § 440.102(5)(g), tlie:laboratory. is required to preserve the specimen that produces a positive confirmed test result for a period of at least 210 days after. the results of the positive confirmation are mailed or otherwise delivered to the MRO. Within 180 days after written notification of a positive test result, the employee/job applicant may have a portion of the specimen retested at the employee/job applicant's expense at another laboratory.' The second laboratory test must be of equal or greater sensitivity as the first laboratory test, licensed and approved by the agency for Health Care Administration. The first laboratory shall be responsible for the transfer of a portion of the specimen to be retested to the second laboratory and for the integrity of the chain of custody doing the transfer. Right to Consult with Laboratory: If any initial drug test of an employee/job applicant is confirmed as positive, the employer's MRO shall provide technical assistance for the purpose of interpreting the test results to determine whether the result could have been caused by prescription and non-prescription medication taken by the employee/job applicant. Consequences of Refusal to Allow Testing: Employees who refuse to submit to a Drug or Alcohol Test will lose their jobs and their unemployment benefits. In addition, if an employee is requested to submit a drug test as a result of the employee's involvement in a work-related accident and refuses to submit to a test, the employee will lose his or her job, unemployment benefits and may be denied related workers' compensation benefits. Diluted Test Results: If an employee or job applicant's drug test result is diluted, the employee or job applicant must submit to retesting. if an employee refuses to submit to a retest, the employee will be terminated. _Consequences for a Positive Confirmed Drug Screen: This Company terminates all employees who test positive on their drug screen tests. An employee may reapply for an open position for which he is qualified 30 days after his termination if the employee has successfully completed a. substance abuse treatment program at his own expense. Rehired employees must pass a return to work drug/alcohol test and undergo follow-up testing in keeping with this Policy. Any employee who is terminated on the basis of a positive drug screen test will be ineligible to collect unemployment compensation. In addition, if the employee is asked to submit to a drug or alcohol test as a result of the -employee's involvement. in a work-related accident and tests positive on a drug or alcohol test; the employee will be terminated, ineligible to collect unemployment or may be denied related workers'. compensation benefits. Education: Each year this Company will post or circulate a list of locations offering educational courses to help our employees identify the personal and emotional problems that may result from the misuse of drugs and alcohol. The offered classes will also provide information on legal, social, physical and emotional consequences on the misuse of alcohol and drugs. Employee Assistance Program: A list of Employee Assistance Programs and Drug and Alcohol Rehabilitation Programs available locally is shown on DFW-1. The cost of these programs is the responsibility of the employee. Administrative or Civil Action: An employee/job applicant must notify the drug testing laboratory of any administrative or civil action brought pursuant to Florida Statutes § 440.102. The laboratory will maintain the sample until the case or administrative appeal is settled. Federal Drup, Free Workplace Act: In keeping with the requirements of the Federal >, Drug Free Workplace Act, employees are required to notify the Company in writing, "= of any conviction under a criminal drug statute for a violation occurring in the workplace, no later than five (5) calendar days after such conviction. In addition, the Company requires employees to notify the Company in writing of any criminal drug conviction, whether occurring on or off duty, within five (5) calendar days of such conviction. Policy Guidelines: The contents of this Policy may be changed and updated at .anytime. This Policy 'is not intended to create a contract for term between our Company and any employee. Nothing in this Policy binds this Company to a specific or definite period of employment or to any specific policies, procedures, actions, rules, or terms and conditions of employment. V-5 07/07 JAP JOHNSON-DAVIS INC. 604 HILLBRATH DRIVE' LANTANA. FLORIDA 33462-1694 561-508-1170 FAX 561.585-5252 CU-C043087 EMPLOYEE ASSISTANCE AND REHABILITATION PROGRAMS The following list is not an endorsement of any of the identified programs by this Company. This Company provides this list of programs as a community service and in compliance with Florida Statutes §440.102(3)(7). If your drug test result is positive and/or you have a drug or alcohol problem, you may want to consider contacting the following organizations for assistance: EMPLOYEE ASSISTANCE PROGRAMS: (Contact the Company's Workers' Compensation Carrier for a list of Employee Assistance Programs available to employees and insert the list in the space provided below.) DRUG AND-ALCOHOL REHABILITATION PROGRAMS: (Contact the Company's Workers' Compensation Carrier for a list of local Drug and Alcohol Rehabilitation Programs available to employees and insert the list in the space provided below.) i i DFW-I SAMPLE LIST OF PROGRAMS The following list is not an endorsement of any of the identified programs by this Company. This Company provides this list of programs as a community service and in compliance with Florida Statutes §440.102(3)(7). If your drug test result is positive and/or you have a drug or alcohol problem, you may want to consider contacting the following organizations for assistance: National Assistance: AIDS Treatment Information Services 1-800-448-0440 A1-Anon/Alateen Family Groups 1-800-356-9996 A10feen 1-561-832-0308 Alcoholics Anonymous 1-800-252-6465 1-561-687-8800 American Council on Alcoholism Helpline 1-800-527-5344 800 Cocaine (Information and Referral Hotline) 1 -800 -622 -HELP AIADD (Mothers Against Drunk Driving) 1-561-533-1021 Nar-Anon Family Group Headquarters 1-310-547-5800 _ No' reoticsAnonymous 1-818-773-9999 National Council on Alcoholism and Drug Dependence 1 -800 -NCA -CALL Partnership for a Drug -Free America 1-212-922-1560 Organizations Offering Assistance in Florida: Drug/Alcohol Abuse Helpline (24 Hours) 1-800-362-2644 Drug/Alcohol Abuse & Information (24 Hour Emergency Service) 1-850-487-2930 Drug Abuse Alcoholism & Cocaine (Toll Free) 1-800-333-4444 Drug/Alcohol Abuse (24 Hour Crisis line & "Treatment) 1-800-283-2600 Florida AIDS Hotline 1-800-352-2437 E JOHNSON-DAVIS INC. 6D4 NILLBRATII DRIVE LANTANA, FLORIDA 7346I-1694 561.588-1170 FAX 561 -SOS -5257 CU-CO43097 DRUG FREE WORKPLACE CHECKLIST FOR JOB APPLICANTS Name of Applicant: Date: 1. Give the applicant a copy of the Company's Drug Free Workplace Policy to read along with a list of names, addresses and telephone numbers of employee assistance programs and local drug rehabilitation programs (DF)3' 1). Proceed further only after the -applicant has read the Policy. 2. Ask the applicant to read, initial and sign the Drug Free Workplace Acknowledgement Form (DFW-2). 3. -Make an appointment for the job. applicant at the collection site for a drug.test. Have the applicant complete an Authorization Form (D.MV 3), give the applicant the list of over-the-counter and prescription drugs that could alter or affect the outcome of a drug test (DF1,Y-4) and provide directions to the collection site. Advise the applicant that a picture ID is required for a drug test. 4. if the drug test is negative: the applicant may report to work. Sign the form below and place in personnel file. 5. If the drug test is positive with confirmation by (**NAME OF LAB DOING TESTS**): the MRO should contact the applicant of the positive test result and the employer should proceed as directed below. 6. Send a certified letter (DF)II-7) to the employee within five (5) days of receiving the notice of a confirmed positive test result. DFJ+ 7 advises the applicant that he/she is disqualified from further consideration. 7. If new information or a challenge is received from the applicant within five (5) working days after the employee received a copy of positive test results, proceed to number 9. If no challenge is received, proceed to number 10. . 9. Send a certified letter (DFT� 9) within 15 days of receipt of the challenge to the individual explaining why the new information or challenge is not acceptable. 10. audit the file including all documentation. Retain documentation in a secure location for a minimum of one year. Signature Date DFW-5 e JOHIMSON- AVIS INC. New Employee Safety Orientati®n (REV 3 - 7/2016) NEW EMPLOYEE SAFETY ORIENTATION CERTIFICATION On the day of my orientation, I was trained in the following topics; ✓ Maintenance shop safety rules ✓ Blood borne Pathogen Control ✓ Hazard Communication Standard ✓ Fire Prevention & Protection ✓ Personal Protective Equipment- PPE ✓ Safe Material Handling ✓ Trenching and Excavation basic safety ✓ Ladders, Scaffolds & Aerial Lifts ✓ Competent person designation ✓ Fall Protection Basics ✓ Confined Space basic rules ✓ CPR/ First Aid ✓ Emergency Response ✓ Motor Vehicles ✓ Lock out—Tag out basic rules ✓ Incident Reporting The training that has been delivered on the preceding topics is the minimum basic information required to be delivered to all new Johnson — Davis Inc. employees prior to their first day of work. Additional training in certain higher risk areas will be required before an employee is considered "fully trained" in those areas. "I acknowledge that I have received training and printed material on the above topics on the date indicated. I understand that it is my responsibility to observe and obey all safety rules, regulations and procedures of Johnson —Davis Inc., federal, state and local municipalities and client companies, wherever rules maybe more stringent. If I have any questions regarding any of the above topics, I will address them with my immediate supervisor or Maggie Anaya, the company Safety Director." "After signing below, I have been given a copy of this signed training certification." Employee name (print) I certify that my new employee safety orientation was conducted by Maggie Anaya, Safety Director, on New Employee Safety Orientation Outline 1. General Safety Rules —Johnson —Davis Inc. Company outlook on safety and our culture. A. Maintenance Shop and company yard locations B. PPE purpose, list and overview C. The Hazard Communication Standard ➢MSDS Sheets and the new HCS Standard Pictograms D. Trenching & Excavation Safety Rules for all employees ➢Competent Person for Excavations ➢2', 4' & S' rules ➢Soil types — "there is no type A" ➢Cave-ins (weight of 1 cubic yard of earth) ➢New employee expectations E. Confined Space BASIC rules ➢Never enter a confined space without training ➢Hazards of confined spaces—what makes them dangerous? ➢Permit vs Non -permit required spaces ➢Required equipment >Sewers i Training requirements F. Lock -out Tag -out BASIC rules ➢Chain of custody of locks > Responsibilities ➢Different reasons for LOTO G. Blood borne Pathogen Control ➢What are pathogens? ➢Responsibilities —employer/employee H. Emergency Response ➢ Purpose ➢Work areas ➢Shelter In Place (SIP) >Following guidance ➢Emergency types I. Fire Prevention and Protection :Types of extinguishers and their locations >Incipient vs involved fires ➢Firefighting basic technique (PASS method) J. Safe Material Handling Techniques r Lifting Forklifts 2 >Manhole covers and grates K. Ladders, Scaffolds & Aerial Lifts ➢Inspecting Ladders >Legal and dangerous scaffolds and fall protection >Man baskets —job specific L. Fail protection basics . >Gear >Anchor points >PPE >Weight ratings . M. First Aid & CPR >Training >The Good Samaritan Law >Chest Compression Only CPR >First Aid or Medical Provider? N. Motor Vehicles >Safe Driving rules >Finding of Fault (National Safety Council Rules for Preventability) >Personal Vehicles >Company vehicles ➢CDL licenses (tied to med card in FLA) O. Incident Reporting ➢Motor Vehicle Accidents >Property damage (General Liability) >Workers Compensation basics (in addition to HR portion) 1. No going to own doctor 2. Late reporting could cause denial 3. No going to company doctor without prior consent 4. Post incident drug testing At Johnson Davis we measure success not simply by the company's bottom line, but by the positive culture that we have built that makes up that bottom line. For nearly 40 years we have been servicing clients in the surrounding areas as far south as Miami and as far north and west as Lake Okeechobee and Mt. Dora. The work we do is by no means easy, but we are firmly convinced that we do our jobs better than anyone else does. The reason for this is our people and the relationships we have built together overall of these years in business together. We have folks still working here that have been here since very near to our beginnings. Our strength is their knowledge, their commitment to doing things the right way the first time, and giving that knowledge and experience to all those behind them who are still learning our business. All these things put together comprise our company's culture. The most precious of our possessions, our culture can be built on, improved, shaped and taught to new employees, but our culture cannot be duplicated. For this reason, we don't think —we know that we can accomplish anything we try as a company. As you start your career with Johnson — Davis, think about those who have come before you —the people who will be giving you the benefit of their knowledge and experience. These are the folks who will make up your new family at work—for it will be just that, a work family. The knowledge they will be giving you will have been .hard won by them in many cases, even the small things. Take what you learn and apply It to your everyday work life here at Johnson — Davis. Your work family will look out for your well — being and you'll look out for theirs. This is the way we work, and we expect this from all of our employees. This is what keeps our crew dynamic strong. A critical thing to remember every day, especially if things aren't going very well, is that the culture of the company should always be protected at all times. This is everyone's job. When the company's culture suffers, we all suffer and when it thrives —we all succeed, but it takes work to keep moving forward. Congratulations and good luck on your career beginning with Johnson — Davisl The following are basic rules to be followed when in company shop and yard locations. This list is compiled for new employee orientation purposes and may not include all applicable rules and regulations. Please consult the Johnson — Davis corporate safety manual forguidance on any rule, regulation or policy not specifically addressed below. 1. No one will be allowed in the shop area without wearing proper PPE. 2. Only sturdy work shoes are to be worn inside and outside of shop and yard areas. 3. No shorts, sleeveless or cutoff tee shirts are to be worn while at work— ever. 4. Hard hats will be worn at all times while in outside yard areas. 5. Bump caps are required inside shop buildings wherever employees are exposed to constant risk of head impact on tools, building structures, undervehicle lifts or suspended parts as a part of their normal work. G. Forklift operators are to wear hard hats/ bump caps in any forklift that does not have an overhead guard cage, when hooking up loads and any other time they are off the forklift in work areas. 7. Anyone in the immediate vicinity of metal hammering, cutting or grinding must wear safety glasses and hearing protection. 8. Employees engaged in metal hammering, cutting or grinding must wear safety glasses, a full face shield and hearing protection. 9. Any employee cutting with, or observing in close proximity to acetylene torches or plasma cutting tools must wear regular cutting goggles. No regular safety glasses or sunglasses are permitted because they are not dark enough to prevent injury from the brightness of the arc. 10. Leather cap sleeves must be worn on the arms and chest of any employee engaged in overhead welding or cutting. 11. Employees testing a cutoff saw must use a combination of full face shield and regular safety glasses as a minimum of eye protection. 12. Employees USING a cutoff saw on ANY MATERIAL must wear a combination of safety glasses or goggles and full face shield. 13. Employees handling chemicals such as chlorine, degreasers or parts washers must wear chemical rubber gloves and a minimum of safety glasses for eye protection. 14. The use of pressure washers for any reason requires the use of safety glasses. 5 e 15. While spray painting, employees must use approved paint respirator, head sock, paint suit and tear off style lens safety goggles. 16. All flammable materials, chemicals and/or fuels must be kept out of welding, cutting and grinding areas. 17. Any object that weighs in excess of 50 pounds requires that two employees perform the lift, OR obtain lifting equipment such as a forklift or equivalent to handle the load. 18. Forklifts may only be operated by employees who have had formal training in forklift operations (Powered Industrial Trucks). This training is a certificate program with three year expiration. 19. All equipment that has a seat and a seat belt ABSOLUTELY requires the use of the equipment seat belt. 20. No one may ride on any equipment except the operator where a seat and seat belt are in place. NO EXCEPTIONS. If there is no seat and seat belt designed for you, you may not ride. 21. Compressed air hoses MAY NOT be used to clean yourself off —there is a law prohibiting this. 22. All air hose pressure will be relieved prior to removing hose attachments to avoid pressurized disengagement of metal fittings that could strike your head or face. 23. Any Chicago style air hose couplings require that a safety pin or "clip" be inserted in the coupling to prevent accidental disengagement of the two fittings. In a pinch, almost any material that prevents them coming apart will dol 24. ALL FOREMEN, SUPERINTENDENTS, MANAGERS AND VISITORS MUST ADHERE TO THE ABOVE RU LES. 6 B. PPE PurP ose List and Overview ' Personal Protective Equipment (PPE) is a limited means of protection designed for use only when there are no other means available to eliminate or substantially reduce hazards encountered while at work. In other words; PPE is your "last line of defense" when you must accept a certain amount of risk associated with the performance of a task. PPE is not to be altered in any way unless approved bythe Safety Director. We hold to this rule for some ve ood reasons. First and foremost, altering your PPE will lessen its protective ability. Your hard hat.is ryg 0 10 o with 'cal current. If it is aimed or covered b more than / f ele ctrl protect you from designed toY g p Y stickers, this protection is greatly diminished or eliminated. Fiberglass ladders should never be painted for the same reason. The company provides a variety of PPE items to you. These items are for your protection and should also not be neglected, mishandled, misplaced or destroyed. We keep track of PPE purchases, Issuance and lifespan. If you find yourself in need of PPE or need to exchange damaged PPE, contact your Foreman, Supervisor or Safety Director. NEVER work without the required PPE. r The minimum required PPE for site work at Johnson — Davis is the following: ✓ Hard hat—ANSI Class E rated —Yellow (Foremen, Crew Leaders, Superintendents, Managers, Company Directors and officers wear white). All hard hats must be on when setting foot on job sites. Provided by Johnson—Davis Inc. ✓ Reflective vest— DOT Class II rated — orange or DOT Class III rated — lime green (night use only) Orange vests are for daytime work and railroad work. Class III lime green vests with half sleeves readily distinguish people from orange job site traffic protection (barrels, barricades or cones) and are used for night work only. All vests must be on when setting foot on job sites. Provided only by Johnson —Davis Inc. ✓ Sturdy Work shoes—Good, sturdy work boots are not only required, they are common sense. You are responsible to furnish your own boots. REMEMBER — boots are the single most important personal investment in your own foot and -back comfort in as well as foot protection. if you choose to buy a very inexpensive pair of boots to save some money, your feet will surely start complaining to you about your choice. Foot discomfort leads to back issues as well. These develop overtime without you even realizing what has happened. 7 The following is a partial list of PPE supplied by the company where federal regulations or policies of the company mandate their use as needed to protect from specific hazards. Certain PPE is issued for job specific hazards and must be returned to the safety department after use. ✓ Safety glasses —ANSI Z87.1 rated. —Both clear and tinted are supplied by the company, We make our stock selection based on comfort, cost and compliance. One pair will be issued at hire. You may at any time wear a different pair of glasses as long as the ANSI Z87 rating can be shown as proof of compliance with our program, and the lenses may not be mirrored, Mirrored lenses are a distraction to equipment operators and cause glare problems for others. ✓ Safety Goggles — To be worn during work with airborne dusts, high speed particulate dust (cut- off saw) and live sewage. ✓ Ear Muffs — Hearing protection meant to reduce job site noise to under 90 decibels during an 8 hour time weighted average time period. Equipment Operators are NOT to wear ear muffs. ✓ Ear Plugs — Hearing protection meantto reducejob site noise to under 90 decibels during an 8 hour time weighted average time period. ✓ Life Jackets — Protect you from drowning. To be worn when working over water or within 15 feet of water where danger of drowning exists. ✓ Dust Masks — Protect your lungs from common dust and silica dust. Use of paper dust masks is recommended when cutting RCP pipe and all concrete, rock or coral products. ✓ Organic Vapor Masks — Protect your lungs and liver when working near epoxy or paint products. ✓ Leather Palm Gloves — Protect your hands from cuts, abrasions, punctures and burns. To be worn when handling hot, rough or sharp objects, when shoveling or using tools. CAUTION — leather palm gloves become slippery when wet and should not be used when soaking wet. ✓ Rubber, Neoprene or Vinyl Gloves —Protect your hands from chemicals, etc. To be worn when using hydro, wet cement, liquid and dry chemicals like chlorine, and when working with live sewage. Not for use with rough or sharp material applications. ✓ Coveralls — Protect your skin and clothing from chemicals, paint, grease and live sewage. ✓ Full Body Harnesses & Shock Absorbing Lanyards —Protect you from falls at heights of more than six (6) feet above ground level. ✓ Uniforms — Protect you from the sun, dirt and other elements. To be worn at all times on the job site, office meetings and safety classes that are held during the workweek. All workplaces where workers are exposed to hazardous chemicals must have a written hazard communication program that describes how the HazCom standard is implemented in that facility. When hazard communication is implemented effectively, it has significant benefits for both the employer and the workers in a workplace. Employers need the information provided to them in order to assess the safety and health aspects of their workplace appropriately, and to select needed control measures for the chemicals that are present. The information provided on Safety Data Sheets (SDS's) may also be used by employers to select the least hazardous chemical available to accomplish what is needed in the workplace. Substitution of a less hazardous chemical benefits workers because they will not be exposed to the greater hazards of harsher substances, and benefits employers because they may have less need for controls in some situations. The information employers receive on labels and SDS's will help them meet requirements for a safe and healthful workplace. Workers are entitled to the information about the identities and hazards of the chemicals they are potentially exposed to when working. When workers have such information, they are able to take steps ito protect themselves, and to implement the controls their employer has selected for them. Knowing the health effects of exposure to hazardous workplace chemicals is important so that any signs or symptoms of exposure can be evaluated. Furthermore, being aware of the chemicals and associated hazards can help the worker determine how the exposure may affect pre-existing medical conditions. HazCom 2012 requires employers to both provide certain information to employees and to train employees. The standard requires employees to be informed of: The general requirements of the Hazard Communication Standard; ® Where hazardous chemicals are located in their work areas (operations where exposure may occur); and, m What the workplace hazard communication program includes, and where and how they can access the program. Training, on the other hand, is a more active.process. The training conducted to comply with HazCom. 2012 must address the following: 9 a Methods and observations that may be used to detect the presence or release of a hazardous chemical in the work area (such as monitoring conducted by the employer, continuous monitoring devices, visual appearance or odor of hazardous chemicals when being released, etc.); is The physical, health, simple asphyxiation, combustible dust and pyrophoric (capability of ignition spontaneously) gas hazards, as well as hazards not otherwise classified, of the chemicals in the work area; a The measures employees can take to protect themselves from these hazards, including specific procedures the employer has implemented to protect employees from exposure to hazardous chemicals, such as appropriate work practices, emergency procedures, and personal protective equipment to be used; and, a The details of the hazard communication program developed by the employer, including an explanation of the labels received on shipped containers and the workplace labeling system used by their employer, the SDS, including the format of the SDS (where each type of information is located) and how employees can obtain and use the appropriate hazard information. The most noticeable difference between the old Hazard Communication Standard and HazCom 2012 is the use of pictograms in substitution of the previous cross -hatched fire / health and reactivity symbol. A standard example of what is now required in pictograms is shown below; Health Hazard Flame Exclamation Mark ® V O • Carcinogen • Flammables • Irritant (skin and eye) • Mutagenicity • Pyrophorlcs • Skin Sensitizer • Reproductive • Self -Heating • Acute Toxidty (harmful) Toxicity • Emits Flammable • Narcotic Effects • Respiratory Gas • Respiratory Tract Irritant Sensitizer • Self-Reactives • Hazardous to ozone • Target Organ • Organic Peroxides Layer Toxicity (Non Mandatory) • Aspiration Toxicity Gas Cylinder Corrosion Exploding Bomb O r> • Gases under - Skin Corrosion( • Explosives Pressure bums • Self-Reactives • Eye Damage - Organic Peroxides • Corrosive to Metals Flame over Circle Environment Skuli and Crossbones /� > (Non Mandatory) /\ . . <g> • Oxidizers - Aquatic Toxidty • Acute Toxidty (fatal or toxic) 10 D. Trenching & Excavation Safety Rules forAll Employees The core work of our company depends on our ability to get piping where it needs to go safely and in compliance with all local, state and federal laws. To that end, there are a great many regulations that we must abide by in performing our work. As a new hire, you are not expected to know every rule and regulation related to trenching and excavation safety, but what you do need to know are the basic rules that will keep you and your co-workers safe. There are, in essence, three different types, or "classifications" of soil in OSHA regulations, type A, B and C. Of these, type A soil is a very cohesive mixture of clay and rich brown dirt, which will stand up to 1.5 tons of compressive force before failing. In Florida, the majority of the work we do is in type C soil. This soil will fail at %z ton of compressive force or less and is the least stable of all the soil classifications. You may think that this constitutes a great danger to our work, and it would if we had no way to protect our workforce. But since we work in the least stable classification, we do not need to attempt upgrading the classification to a type where regulations become a bit trickier. Instead, we know what we have to deal with and have spent many years developing methods to comply with the regulations keeping our people safe. t; Also helpful is the realization that there really is no such thing as type "A" soil in the vast majority of the North American continent. If this is the case, we are left with distinguishing between types "B" & "C" soil. In the last paragraph, this distinction was made. While working for Johnson— Davis Incorporated, all soils shall be considered type C unless, in the opinion of a trenching and excavation Competent Person, type B soil exists. Let's go over a few definitions and explain how they affect what we do. The first of these definitions is: " Competent Person for Excavations — "Someone who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them." This person will almost always be designated as the job site Foreman. There will only be one person on the site/crew at any time with this responsibility. When an agency like OSHA comes to one of our sites to perform an inspection, they will always ask who the Competent Person is. To the untrained person this may sound like a demeaning statement. If you react to this question as though you have no idea what they are asking for, it sets a poor tone for the rest of 11. the inspection. Remember—excavating is at the heart of what we do here at Johnson — Davis, so becoming familiar with the terms and definitions can be as important as performing the work itself. ■ "The 2' Rule" —When we dig any hole in the earth, whether it's a trench or a larger irregularly shaped excavation, all the earth materials that are dug out are normally placed next to the hole that has been dug. This is a normal procedure. What this rule means is that there MUST BE a two foot clear space between the edge of the excavation and the spoils pile wherever employees will be in the excavation. There also may NOT be any tools, materials or equipment within that space. This rule exists so that the weight of the spoils, tools or equipment will not cause the trench to collapse. Knowing and complying with this basic rule is a part of your responsibilities. As a new hire, all it takes is a shovel to walk to an area of the edge of the spoils pile and make sure that a clear two foot space where other employees are working in the excavation exists. o "The 4' Rule" —All employees working in trenches must have a quick way to get out of the trench in case of a collapse or other hazard that emerges. The law says that whenever employees are in a trench or excavation, a ladder must be positioned within 25' of their work location for quick exit. The ladder must also extend at least 3' from the edge of the excavation and must be within what is called "lateral travel distance." Lateral travel distance means that employees must not have to make a 90 degree turn around an excavated corner to get to the ladder. Employees should need only to make one turn, either to the left or right and be able to, within 25', get to a fully visible ladder. "The 5' Rule" —The law states that regardless of soil type, A, B or C, when any trench or excavation reaches or exceeds 5 feet in depth, the trench or excavation must either have sloped sides or be shored with an engineered shoring system to protect employees within the excavation. Sloping in type C soil requires an angle of 1.5 to 1, or for every 1 foot of depth, you must dig out and away 1 Meet on each side. This translates to an angle no greater than 34 degrees. Cave - ins —Any time an unsupported trench wall collapses it is termed as a "cave— in." ALL cave — ins are dangerous and more often than not there is some small warning, however short, that they are about to occur. All cave — ins begin from the middle third of the excavation wall depth as downward forces apply pressure to the unsupported walls. There will usually be indications of loose 12 1 sand or soil falling from this. area or small cracks or fissures beginning here before the cave — in occurs. When employees are busy concerning themselves with their work they may not notice these signs. Everyone must be on the lookout for cave — ins, but this is why we must slope or shore excavations —so that even if the cave — in occurs, employees are protected. A cubic yard of earth is more than enough to crush an employee trapped in a cave — In. Can you guess what the weight of one cubicyard of earth is? Under average conditions this weight can be upwards of 2,700 pounds. This is the weight of an average sized car, almost twice the weight of the average horse. New Employee Expectations—As a new hire, you will be expected to know who the Competent Person is and point him/her out if asked to do so, recognize and clear loose dirt within the 2' clear zone around excavations that employees are in, ensure that ladders are present in excavations 4' or more deep within 25' lateral travel distance of employees and know when a trench is deep enough to require sloping or shoring to be in safe compliance with the law. You must also bring to the Foreman's attention any situation you encounter that endangers the safety of employees on the job site. F. Confined Space Basic Rules Occasionally our work requires that we enter manholes or other types of enclosed or confined spaces. Work in these types of spaces presents a significant hazard to our employees. There can be hazardous substances such as Hydrogen Sulfide gas. H2S, as it is called, smells like rotten eggs and can deaden your sense of smell quickly, inhibiting your ability to sense its presence. Once inhaled into the lungs, H2S transforms the fluid in your lungs into sulfuric acid, burning the delicate tissue there, causing you to suffocate. Other substances, like carbon monoxide and combustible gases can also be present from a Variety of sources. There are safe ways to perform work in these spaces, all of which are governed by a specific set of safety standards. As a new employee, you may be asked to perform a duty associated with confined space work. If so, your duties will be clearly defined and a fully trained "Competent Person" will.be in charge of the work ensuring that all safety rules are followed. The following is the minimum information you must have prior to performing any work involving confined spaces: Never enter a confined space without training —There is an eight hour course designed specifically for work in confined spaces. There are four distinctly separate job duties assigned to confined space work. These job duties and a brief description of each are: o Entrant — employee(s) who will bodily enter the space to perform work o Attendant—employee who is responsible to "attend" to the entrance of any confined space that employee(s) are working in. This job requires communicating with the entrants and assessing their condition, signing entrants into and out of the space, monitoring air testing and air blowing equipment and possibly removing entrants from a space (from the outside of the space only) with the use of a retrieval device. o Entry Supervisor — employee who is in charge of all confined space operations and permitting. This position must be capable of performing all other duties assigned to confined space work. The Entry Supervisor is generally the job Foreman or Superintendent. o Rescue Personnel —this position can be an employee or employees whose job, WITHOUT ENTERING THE SPACE, is to remove entrants from the space. Otherwise, rescue personnel who will enter the space will need to be from a rescue unit trained in the use of supplied air respiratory systems. Hazards found in Confined Spaces — What makes them dangerous? — If you suddenly found yourself on a foreign planet somewhere and were asked exactly what percentages of which 14 gases need to be in the air you need to survive, would you be able to answer correctly? The correct answer is 78.08% Nitrogen, 20.95% Oxygen and the remaining .97% is made up of different shares of Argon, Carbon Dioxide, Neon, Helium, Methane and water vapor. Although Oxygen is the principal component that keeps us alive, it only accounts for less than a quarter of what is in our air and our bodies only process 4 — 5% of the oxygen that we breathe. We know this because our exhaled air Is comprised of approximately 16 —17% oxygen. . There is no doubt about it, we need oxygen to live. The definition of a confined space is: "any space that has a limited means of entry.and exit; can be bodily entered to perform work and is not meant for continuous human occupancy." Let's talk about the atmosphere for a minute. Most manholes are confined spaces. Once the lid is closed, the breathable atmosphere in the space begins to deteriorate. This happens because there is no supply of fresh air from the rest of our atmosphere and because of rust. Yes, rust. Rust, or oxidation, occurs when metallic objects begin to decay. Duringthis process Oxygen is required for the chemical reaction that causes rust to occur. With no fresh air supply, once all the Oxygen in the space is used up on rusting metallic objects, the atmosphere becomes toxic for human beings. Remember the Hydrogen Sulfide? This is one of the byproducts of the decay of plant and animal matter and many times, especially in manholes with only a gravel bottom, can infiltrate a manhole overtime and accumulate. Getting pretty scary eh? If we did not know how to deal with these hazards it would be scary. Standard procedures will either make a space like the one we just described safe to work in or tell us that supplied air will be necessary in order to enter the space. a Permit and Non- Permit Confined Spaces —A permit is required when there is adequate reason to believe that a hazardous "atmosphere" will exist or at least a reasonable belief that hazards can develop while employees are in the space: Required Equipment—For non-permit required and "alternate procedure entry" confined space work, the following equipment, as a minimum, must be utilized: o Calibrated air monitor capable of detecting: ■ Oxygen and percentage with alarms at>19.5% and <23.5% • Carbon Monoxide with alarm at 50 Parts Per Million n Hydrogen Sulfide at 10 Parts Per Million ■ Combustible gases at 10% of the Lower Explosive Limit (LEL) o Air blower i o Signage —"DANGER —CONFINED SPACE" ■ Required Equipment- For permit required confined space work, the following equipment, as a minimum, shall be utilized: o Calibrated air monitor capable of detecting: ■ Oxygen and percentage with alarms at >19.5% and <23.5% ■ Carbon Monoxide with alarm at 50 Parts Per Million ■ Hydrogen Sulfide at 10 Parts Per Million ■ Combustible gases at 10% of the Lower Explosive Limit (LEL) o Air blower o Signage — "DANGER — CONFINED SPACE" o Retrieval tripod and ratcheting winch for non-entry rescue o Full body harness with either center "D" ring or rear of shoulder mounted twin "D" rings o Manhole guard capable of protecting entry point from outside personnel or other materials that could fail into space ■ Sewers —Only fully trained personnel may enter sewer systems because of their highly unpredictable hazard nature. Active OR decommissioned sewers will always be considered permit required confined spaces. ■ Training Requirements — At Johnson — Davis there are two different training levels in reference to confined space work: o New Employee training level —Newly hired employees may NOT perform the duties of an Entrant, Attendant or Entry Supervisor in regard to confined space work until they have been fully trained In the Johnson — Davis full day Confined Space course. o Certified Employee training level —This training level states that the employee has completed and passed the full day Confined Space Entry Program training. Once taken, this class must be refreshed annually by means of a review of the material, any updated regulations and a demonstration rescue from an actual or simulated confined space. 16 '= > F. Lock out — Tag out Basic Rules Workers performing service or maintenance on machinery and equipment may be exposed to injuries from the unexpected energizing, startup of machinery or equipment, or release of stored energy in equipment. The Lock out/Tag out standard requires the adoption and implementation of practices and procedures to shut down equipment, isolate it from its energysource(s), and prevent the release of potentially hazardous energy while.maintenance and servicing activities are being performed. It contains minimum performance requirements, and definitive criteria for establishing an effective program for the control of hazardous energy. However, employers have the flexibility to develop lock out/tag out programs that are suitable for their respective facilities. Hazardous energy can take many forms from electricity to kinetic energy to air or gas pressure orwater pressure. What is important to remember is that stored energy, regardless of type, can be lethal to us if unexpectedly released. The LOTO program is designed to prevent this release until we are absolutely certain that all system components have been maintained or repaired properly and completely and all employees are no longer working on the system. In our work, LOTO applies to both electrical stored energy and fluid pressure stored energy. Water main systems are closed using valves and these valves are chained and locked to prevent operation during the completion of our work. The same occurs with sewer systems and customer owned, plant operated discharges, vents and other devices. Locks are the cornerstone of the program. Only those personnel working on a system may lockout that system and those same personnel must remove their locks when their work is complete. No employee may remove another employee's lock. The system to be locked out must be investigated for the presence of all valves and switches that may energize that system, and all those valves and switches must be locked out by the same personnel. The complete version of the company LOTO Program can be found in the full version of the Johnson — Davis Safety Manual. 17 Blood borne pathogens are defined as infectious diseases that thrive in the human blood stream. These diseases typically include HIV, Hepatitis B, Hepatitis C and hemorrhagic fevers such as Ebola and the Zika virus. It is the policy of Johnson — Davis Inc. that no employee shall be exposed to potential blood borne pathogens materials without taking proper precautions. All employees of the company will comply with the provisions of the control plan, the purpose of which is to provide direction to Johnson — Davis Inc. employees regarding the safety precautions that should be exercised when dealing with potentially infectious materials. ■ Employer Responsibilities —Johnson —Davis Inc. is responsible for training its employees on the. dangers of contact with potentially infectious materials, and: o Making an exposure potential determination based on the work tasks that we perform o Instituting rules and equipment controls to reduce exposure to potentially infectious materials o Develop a PPE guide based on first aid, CPR and major job tasks o Ensure that any employee who reasonably believes that they may have been exposed to potentially infectious materials receives testing to determine the effects of their exposure and preventative treatment if necessary • Employee Responsibilities — Employees of Johnson — Davis Inc. have the following responsibilities in regard to the blood borne pathogen control program: o Attend any required training on the provisions of the program o Use established rules and equipment controls to reduce potential exposure to infectious materials o Use PPE provided by the company to prevent exposure o Come forward and report any exposure to blood containing materials other than their own during the course of work ' The table on the following page describes a typical Johnson — Davis blood borne pathogen exposure determination based on task and job description. This should be used as a guide only. Potential exposure may be increased dependent on actual job description, cross —functionality or combination of two or more of the tasks described in the table. 18 y;.,:. ..:.:. , "° °' ``''l"'' `tle •;Task .Ex sureDescri tion'.::` >.'Eii'osure.Potebtial.:''> Employee(s) working near sanitation dumps XX Underground employees working on live sanitation lines XXX First Aid/CPR responders XX Johnson — Davis Inc., Pipelayers, Hilimen, Tailmen X Johnson — Davis Inc., heavy equipment operators X Johnson — Davis Inc., shop/maintenance employees XX Johnson — Davis Inc., Masons/Carpenters X Johnson — Davis Inc., Foremen, Superintendents X Johnson — Davis Inc., administration X XXX= High exposure potential XX = Moderate exposure potential X = Minimal (slight or no exposure potential) Administrative Controls are procedures or "rules" put in place to enhance the safety of employees. Engineering Controls are safety equipment that is put in place to protect employees, such as sharps containers for needle disposal, rubber gloves, clear mouth barriers for CPR, etc. The following table is a guide that shows which PPE should be used to protect employees from blood borne pathogens while working in possible contaminated areas and rendering First Aid or CPR to others: Face Protective Disposable Waterproof shield/safety mouthpiece nitrile gloves boots goggles Rendering CPR X X Handling sewage contaminated dirt X X X Contact with ground water near X x x land fill First Aid/ blood contact X X Underground workw/live sewers X X X 19 H. Emergency Response Emergencies can come in many forms. From bomb threats to category 5 hurricanes, nearly all emergencies can be survived safely with the right planning and preparation. We have several different types of work areas that our employees occupy during any given moment of the workday: ■Lantana office • Fort Pierce office ■ Lantana shop ■ Lantana yard • Various field sites with unverifiable storm shelter locations • Employees traveling over the road While some areas leave personnel more vulnerable during an emergencythan others, all of the areas listed above, if the right procedure is used, can be made safe during most, if not all emergency situations. The preservation of life is the primary consideration of all emergency response activities, the preservation of property follows. Consequently, all emergency response plans should be developed and carried out in such a manner as to minimize risk to emergency response personnel and Johnson — Davis employees. More often than not, any plan that focuses on the securement of loose tools, materials or other shop/yard items will greatly improve the safety of individuals seeking Shelter In Place (SIP) during an emergency. Shelter In Place (SIP) — Is a program that tailors it's components to ensure that employee's whose best course of action during an emergency Is to seek safe shelter where they are currently located. This type of program is best suited to our business because it helps us address the dynamics of the different work areas described above in creating a comprehensive plan that: Is simple in its design ° Logically assigns responsibilities during an emergency Is easily understood and implemented by all personnel Addresses all work area locations Accounts for the safety of all personnel Addresses the protection of company property 20 '= Guidance during an emergency — As a new hire it is very important that you follow the guidance of your immediate supervision whether that be a Foreman, Superintendent or other manager of the company. Since our personnel are widely spread out in several counties and in a wide variety of different types of areas, our Emergency Response Program success is based on following the guidance of supervision of the company. All employees who have direct responsibility for the work of others are considered "Employees In Charge" (EIC) of their particular work group. Emergency procedures for your work group and work site area have already been established and your EIC is responsible, whether physically with you or not, for ensuring that all their direct report employees implement the unique aspects of their site's Shelter in Place plan during an emergency. Different emergency types —An emergency can be more than a severe storm. Other types of emergency situations include: • Spills of hazardous materials • Fires • Confined space rescues • Bomb threats • Terrorist attacks • Serious employee injuries • Evacuations • Other unforeseen emergent dangers (shootings, traffic accidents entering our work zones, etc.) Each different type of emergency listed above will require a different measured response. Once again, follow the guidance of your immediate supervision when an emergency situation occurs. If no supervision can be reached for guidance, seek safe shelter and attempt to contact supervision as the situation will safely allow it. More detailed emergency response information for established and temporary job site areas can be found in the Johnson — Davis corporate safety program. 21 rr: 1. Fire Prevention and Protection Fires represent a significant rislcto employee health and company property. For these reasons it is important for all employees to understand the limitations of portable fire extinguishers (PFE's) and the extent of employee involvement in the fighting of fires. First we will discuss fire and extinguisher types. There are numerous types of extinguishers. What is more important to know is the different types of fires that can occur, and deciding which type of fire extinguisherto select. Below are the different types of fire extinguishers along with the types of fires they are effective in fighting: TYPES Of FIRES LMER S1tMMOL Forwood, papar, cloth, tmab and athur ordinary The vast majority of the fires that will be encountered at Johnson — Davis can be effectively fought by using a type ABC extinguisher. Locations — Fire extinguishers are located in Foreman's trucks, yard, office and shop locations. Incipient vs involved fires — The word "incipient" means "beginning". Portable fire extinguishers are only meant to fight incipient or "beginning" stage fires. Involved fires most be left to professionally trained firefighting teams with an unlimited extinguishing agent supply. Most portable fire extinguishers Will run 22 TYPES OF FIXTINQUISHENIS PICTURE Ml—. C AM AS LAS The vast majority of the fires that will be encountered at Johnson — Davis can be effectively fought by using a type ABC extinguisher. Locations — Fire extinguishers are located in Foreman's trucks, yard, office and shop locations. Incipient vs involved fires — The word "incipient" means "beginning". Portable fire extinguishers are only meant to fight incipient or "beginning" stage fires. Involved fires most be left to professionally trained firefighting teams with an unlimited extinguishing agent supply. Most portable fire extinguishers Will run 22 ■ out of pressurized propellant after about 30 seconds. Even if you have made good progress with extinguishing the fire you are fighting, the extinguisher could run out and you could find yourself in serious trouble. Forthis reason, the safest way to approach time duration with an extinguisher is to give yourself no more than 15 seconds of firefighting time with the extinguisher. Firefighting basic technique — PASS method —The PASS method is a universally accepted method for fighting fires with portable extinguishers. Below Is an illustrated explanation of the PASS method: n Air tl--b"Rfrngursher or nozzle t base of the fire squeeze the handle and: release 4, extinguishing agent veep the extinguishers from side to side across the base of the fire until it appears to be out For your safety, always keep your back to a clear emergency exit route so that you have a means of escape if the fire gets out of control or re -ignites. Remember, you may believe that the fire is completely out, but increased wind outdoors or other fuel sources could quickly re -ignite the fire. Unless you are completely sure that the fire is out, it is always best to call in the fire department to make sure, especially when there is danger of a fire spreading. 23 J. Safe Material Handling Techniques Strains, sprains, fractures, and crushing injuries can be eliminated or at least minimized with the knowledge of safe lifting and handling procedures when used in conjunction with good body mechanics. Manual -handling operations are physical -work activities meeting the following criteria: ■ They involve lifting/lowering, pushing/pulling, and/or carrying. ■ They involve the exertion of considerable force because the particular load is heavy OR the cu m u lative tota I of the load during workday is heavy (i.e., substantial loads). Manually moving materials —The following guidelines must be followed when manually moving materials: ■ Inspect materials for slivers, splinters and/or rough/sharp edges. ■ Know your own capacity for lifting (no more than 50 Ibs� unassisted per company policy). ■ Clear the pathway of obstacles. ■ Keep hands free of oil and grease. ■ Grip objects firmly before moving and keep fingers out of pinch points. ■ Use gloves and forearm protection when handling sharp -edged materials. ■ Get assistance before attempting to move large and/or heavy loads. ■ The height, balance, and stability of the load and/or pile must be evaluated and made safe prior to moving. ■ Use wood blocks under raised loads that require manual placement to avoid hand/finger pinch points. ■ Support loads safely using suitable blocking material or timbers. Avoid using material that has evidence of cracks, rounded corners, splintered pieces, or dry rot. ■ Modify materials by attaching handles and/or holders to loads when possible to reduce pinching or crushing fingers. ■ ALWAYS wear appropriate PPE to eliminate or reduce injury. Injury prevention -Two factors frequently cited as contributing factors to injuries are: ■ The weight and bulkiness of objects being lifted. • Body movement. (Walking backward blind to path/ adverse posture). Injuries or damage usually result from: • Falling objects. • Improperly stacked materials. Q Impact from various types of equipment. • Slivers and cuts from sharp or rough edges. Mechanical material handling—This is done through the use of pallet jacks or other devices. When using mechanical material -handling devices: ■ Consider the weight, size, and shape of the load when selecting the device to be used. • Rating charts must be posted on the handling equipment and not exceeded. Consult the load chart to determine the maximum weight and the capacity. ■ Ensure that the load is centered and stable to prevent shifting. • Keep the load in the lowest position possible when traveling. ■ All stacked loads must be correctly piled and cross -tiered. Material stacking— Materials must be stacked in a safe and efficient manner, height limitations must be determined and observed in storage -space locations. Special bins or containers may be used for odd shaped or fragile material. ■ Non-compptible materials shall be segregated in storage (i.e. flammable liquids must not be stored with combustible materials). • Housekeeping --all storage areas shall be kept free from the accumulation of materials that constitute hazards, i.e., tripping, fire, explosion, or pest harborage. Pallet jacks/powered industrial trucks (forklifts) — When using portable pallet jacks, they shall be strong enough to carry the load. Portable pallet jacks shall be secured in position by either a means of being anchored, or equipped with devices that will prevent the pallet jacks from slipping. Handholds, or some other effective means, must be provided on portable pallet jacks to ensure safe handling. Proper lifting techniques—The following must be observed when lifting: • Plant your feet firmly— get a stable base. • Bend at your knees — not your waist. • Tighten your abdominal muscles to support your spine. NOTE — Back braces may NOT be used regularly when lifting. Studies show that regular use of a back brace actually weakens back muscles, contributing to back injuries once the brace has been removed. Manhole covers and grates — Manhole covers and grates are constant areas of concern in our business because although they are not overly large, manhole covers and grates can reach a weight of approximately 300 lbs. The company supplies Crew Leaders and Foremen with manhole hooks that are designed to pull manholes and grates from their seated position, making them easier to manipulate on the ground. Under NO CIRCUMSTANCES are employees to attempt removal of manhole covers without the use of a manhole hook. Attempting to remove these covers with a shovel or other tools not designed for that purpose can result in serious injury. Grates can be chained or in some way attached to the structure beneath them and this attachment point must sometimes be released prior to removal. inspect all tasks of this nature closely to avoid potential injuries. 26 K. Ladders, Scaffolds and Aerial Lifts Just getting to where we will sometimes need to perform our work can be a challenge. In previous sections we talked about shoring in trenches and when ladders must be used, how far away from employees they must be and how far above grade they must extend. The same holds true of ladders above ground, but there are a few more regulations that apply with ladders. Sometimes we must use scaffolding to get personnel to the underside of a bridge for an installation. Other times we may need to climb to that position or make use of an aerial lift to get there. There are some basic rules for doing all of these things that must be met, and we will talk about them here. inspecting ladders —This must be done regardless of our intended purpose for using the ladder. There are only a few components to inspect, but each part of a ladder, because of their simple design, is very important in regard to its safe use. ■ Rungs — must be inspected for secure attachment to both side rails, and secure attachment of any under braces to side rails. • Side rails — must be inspected for damage that could fail under the ladder's maximum loaded weight. • Feet — must be inspected for rubber pads that are in place, not dry rotted or partially missing. • Extension ladder stop hooks — must be inspected for proper operation and be free of damage. No extension ladder is acceptable to use with only one stop hook. Extension ladders MAY NOT be separated and used as two separate ladders. • Manufacturer stickers —should be legible and explain what the ladder type is, it's maximum allowable load, electrically conductive/non-conductive protection and prohibited step height. Scaffolding, what is legal and what is dangerous? — Because we rarely need to use scaffolding, we sometimes do not know what the rules are and what compliant scaffolding must consist of. Here are some of the basics: • Scaffolding must be erected from materials that are compatible and meant to be used together to form a system — look for mixtures of different styles or types of materials installed together — this is dangerous.and can never be rated properly for use. 27. r ;i 4.._. ■ Scaffolding feet must be secured from movement through the use.of adequate anchoring plates, blocks or other means. If there are wheels on scaffolding feet, they must be prevented from rolling through the use of wheel locks, ■ All scaffolding support pins must be in place, of the correct type and locked in place by means of their designed swivel lock. ■ Ascending scaffolding in excess of 6' in height must be done with the use of a full body harness, positioning lanyard and shock absorbing lanyard meant to safely decelerate your fall. ■ You must be tied off once you have reached your work height to an anchorage point capable of supporting 5,000 lbs. ■ Inspect scaffolding for missing members. Each scaffolding level must have diagonals, at least four upright posts at each corner (unless an internal stairway is included), mid -rails and toe— boards 6" high at the standing platform level. ■ All scaffolding planks must be in good repair, made of oak and both ends secured firmly in place prior to employee use. ■ Tools or materials must not be stacked on scaffolding so as to shift the balance of the structure from its center. ■ Scaffolding must not be used as a support for building structural materials during construction, as scaffolding supports are only designed for distribution of human weight and hand tools. Man baskets — engineered and job specific man baskets are designed for use by single or multiple employees at one time. Below are some of the basic rules for use of man baskets: ■ Man baskets must be designed by a registered professional engineer and have maximum loaded weight rating and maximum human occupancy clearly labeled. ■ All employees in man baskets must be tied off to an anchor point within the basket. ■ Employees who leave the basket must be tied off to an anchor point above head level capable of supporting 5,000 lbs. ■ Employees in man baskets attached to man lift trucks shall not drive the entire apparatus while suspended more than 6' above ground except for small repositioning moves. ■ Extended man lift booms must be capable of withstanding a lateral force of at least 100 lbs. ■ All man lifts used must be capable of being lowered to the ground safely if power is lost to the boom/ work platform. L. Fall Protection Basics OSHA standards state that employees who will be working at a height of 6' or more above a lower level must either be prevented from failing and/or be equipped with a Personal Fall Arrest System (PFAS). Fall protection can take several forms: ■ Full body harness and shock absorbing lanyard ■ Safety nets ■ Railing systems complete with top rail, mid rail and toe board ■ Hole covers (for holes/ openings greater than two inches in diameter) The most effective form of fall protection is any system that prevents employees from being exposed to the fall hazard in the first place. Where avoiding a potential fall altogether is not practical or feasible, the use of Personal Fall Arrest Systems MUST BE in place. Some fall protection basics to remember before ascending to heights above 6': ■ All ladders must be tied off at top height above ground level. ■ All anchor points must be capable of holding a 5,000 Ib. load. ■ All fall distances must be calculated to ensure safe shock absorbing lanyard deployment. Calculating fall distance is important when selecting your PFAS components. A standard shock absorbing lanyard comes in an un -deployed length of 6' and once fully deployed will reach a length of 9'. If an employee is standing/working on a structure whose top is exactly 6' above the ground and his 5,000 Ib. anchor point is 2' above that (a total of 8' above the ground) will the employee be safe during a fall? The answer is no. Here's how we must calculate safety in this regard: Height of anchor point above ground level - 8' Full length of deployed lanyard - 9' Height of center "D" ring above ground - ?(Dependent on employee height, approximate 5') If we use these lengths, the employee who fell from the top of the box will hit the ground well before his lanyard will deploy. Using these lengths, the employee in this example, including a safety factor. of 45 . Shock absorbing lanyards can be obtained in 3' lengths, which would shorten, total fall distance to 60". The next best course of action would be for the employee in our scenario to select a higher anchor point if possible, or select something called a "Self Retracting Lanyard." This type of lanyard is a spring loaded wire cable mechanism that is designed somewhat like a car seat belt. Once a fall occurs and the spool speed exceeds a preset RPM, a tripping mechanism engages the cable lock, stopping the progress of the fall. This is often a much more desirable option -that has come into favor and become more affordable over the last decade. M. First Aid & Cardio Pulmonary Resuscitation (CPR) The company shall ensure that all personnel who participate in first aid and CPR functions shall receive the proper training, utilize the proper equipment, and use the proper procedures in accordance with the instructor's methods and the manufacturer's specifications. Every employee has the "option to choose" if he/she will render first aid or CPR; however, once engaged in life-saving measures, the participant MUST continue until emergency medical support or another responder with equal or greater training arrives. Employees who are trained and assigned first aid responder duties as related to a particular work assignment like confined space work, must render first aid/CPR. The Good Samaritan statutes typically provide that persons who are aided voluntarily by others cannot sue these "Good Samaritans" for negligence as they are explicitly provided immunity from liability. For specific requirements regarding Blood borne Pathogens, see section G. OSHA requirements for medical services and first aid are listed below: • Ensure the ready availability of medical personnel for advice and consultation regarding work- related health matters. ■ A person or persons shall be adequately trained to render first aid in the absence of an infirmary, clinic, or hospital in near proximity to the workplace (3-4 minute time frame for providing first aid). • Where the eyes or body of any person may be exposed to Injurious corrosive materials, suitable facilities for quick drenching or flushing of the eyes and body shall be provided within the work area for immediate emergency use. • All items in the first aid kit must be kept sterile, Individually wrapped, and sealed. However, items such as scissors, tweezers, tubes of ointments with caps, or rolls of adhesive tape, need not be individually wrapped, sealed, or disposed of after a single use or application. 31 in addition to the items listed above, each Johnson — Davis kit will include scissors (capable of cutting 14 AWG stainless steel wire, tweezers and a 1 gallon biohazard bag. All blood soaked bandages or other materials shall be placed in biohazard bags for immediate disposal by EMTs, clinic or hospital staffs. First Aid or medical provider—Even with the best of intentions, we can sometimes cross a fine line I ' ' during First Aid procedures that moves our efforts into a different category — "Medical Provider." Once we dispense any medication at a combined strength greater than over the counter dosages, our efforts are considered as rendering medical care and are no longer considered first aid. The company does not ever wish to have our efforts considered as rendering medical care. This is for professionally trained staff such as EMTs, Nurse Case Practitioners and MD's. Chest compression only CPR —This form of CPR has been heavily debated over the years because so many people who are trained in CPR simply do not feel comfortable performing the rescue breathing portion of the full procedure if they do not have a one way mouth barrier to protect them from germs and the possible regurgitation of bodily fluids. In past, this was a major consideration when thinking about the Good Samaritan law. Since this was never an accepted procedure, people would opt NOTto perform CPR, because the law would not protect their abbreviated efforts to save a life. Legislation passed in 2009 allows protection under the Good Samaritan law for those performing chest compressions only CPR and AED use, which were previously not covered. First aid kits shall, at a minimum, contain the following types and quantities of first aid supplies: Adhesive Tape, 5 yd. (457.2 cm) total .:%*��4tL.l��L' -�~f ` -minim- F�rstrAi �ltemsand�Min'tm'i:i�m�Siz'-e"�ro'�r�Vo�ume�� Antiseptic, 0.5g (0.14 fl. oz) application 10 Burn Treatment, 0.5 g (0.14 fl. oz.) application 6 �� 2 PAIR Sterile pad, 3 x 3 in. (7.5 x 7.5 cm) 4 Triangular Bandage, 40 x 40 x 56 in. (101 x 1101x 142 cm) Absorbent Compress, 32 sq. in., with no side smaller than 4 in. 1 (81.3 sq. cm, with no side smaller than 10 cm) in addition to the items listed above, each Johnson — Davis kit will include scissors (capable of cutting 14 AWG stainless steel wire, tweezers and a 1 gallon biohazard bag. All blood soaked bandages or other materials shall be placed in biohazard bags for immediate disposal by EMTs, clinic or hospital staffs. First Aid or medical provider—Even with the best of intentions, we can sometimes cross a fine line I ' ' during First Aid procedures that moves our efforts into a different category — "Medical Provider." Once we dispense any medication at a combined strength greater than over the counter dosages, our efforts are considered as rendering medical care and are no longer considered first aid. The company does not ever wish to have our efforts considered as rendering medical care. This is for professionally trained staff such as EMTs, Nurse Case Practitioners and MD's. Chest compression only CPR —This form of CPR has been heavily debated over the years because so many people who are trained in CPR simply do not feel comfortable performing the rescue breathing portion of the full procedure if they do not have a one way mouth barrier to protect them from germs and the possible regurgitation of bodily fluids. In past, this was a major consideration when thinking about the Good Samaritan law. Since this was never an accepted procedure, people would opt NOTto perform CPR, because the law would not protect their abbreviated efforts to save a life. Legislation passed in 2009 allows protection under the Good Samaritan law for those performing chest compressions only CPR and AED use, which were previously not covered. Adhesive Bandages, 1 x 3 in. (2.5 x 7.5 cm) 16 Adhesive Tape, 5 yd. (457.2 cm) total 1 Antiseptic, 0.5g (0.14 fl. oz) application 10 Burn Treatment, 0.5 g (0.14 fl. oz.) application 6 Medical Exam Gloves 2 PAIR Sterile pad, 3 x 3 in. (7.5 x 7.5 cm) 4 Triangular Bandage, 40 x 40 x 56 in. (101 x 1101x 142 cm) 1 in addition to the items listed above, each Johnson — Davis kit will include scissors (capable of cutting 14 AWG stainless steel wire, tweezers and a 1 gallon biohazard bag. All blood soaked bandages or other materials shall be placed in biohazard bags for immediate disposal by EMTs, clinic or hospital staffs. First Aid or medical provider—Even with the best of intentions, we can sometimes cross a fine line I ' ' during First Aid procedures that moves our efforts into a different category — "Medical Provider." Once we dispense any medication at a combined strength greater than over the counter dosages, our efforts are considered as rendering medical care and are no longer considered first aid. The company does not ever wish to have our efforts considered as rendering medical care. This is for professionally trained staff such as EMTs, Nurse Case Practitioners and MD's. Chest compression only CPR —This form of CPR has been heavily debated over the years because so many people who are trained in CPR simply do not feel comfortable performing the rescue breathing portion of the full procedure if they do not have a one way mouth barrier to protect them from germs and the possible regurgitation of bodily fluids. In past, this was a major consideration when thinking about the Good Samaritan law. Since this was never an accepted procedure, people would opt NOTto perform CPR, because the law would not protect their abbreviated efforts to save a life. Legislation passed in 2009 allows protection under the Good Samaritan law for those performing chest compressions only CPR and AED use, which were previously not covered. N. Motor Vehicles The use of a Company Vehicle is restricted to Johnson — Davis licensed drivers during the performance and scope of their job while carrying out official company business, unless otherwise authorized by the company's management. Employee family members or other acquaintances. are NOT allowed to drive or operate Company Vehicles under any circumstance. Company Vehicles are to be driven only by persons who are properly licensed for the type of vehicle being used. Human Resources must verify that the employee has a valid driver's license. Employees must promptly notify Human Resources if their driver's license is revoked, suspended or restricted In any way. Persons under the influence of alcohol or drugs must not operate a Company Vehicle. Under no circumstances are illegal drugs or alcohol allowed in a Company Vehicle. No Company Vehicle will be parked at a tavern or bar; unless, it is the only satisfactory place in the area to park and the employee is there for the sole purpose of parking near a work site. Seat belts and/or shoulder belts are to be used'by the driver and all passengers while the Company Vehicle is in operation. ■ Do not exceed the legal maximum number of passengers as specified by the manufacturer. • Company Vehicles are not to be loaned to or operated by persons who are not a current employee of Johnson - Davis. • Under no circumstance is an employee to have in his or her possession a firearm, of any kind, on the job in a Company Vehicle. Company Vehicles are to be kept clean and in good mechanical condition at all times. Any Company Vehicle having mechanical defects affecting the safe operation of the vehicle must be taken out of service until repaired. Roadside Safety Equipment kits, as described below, are provided for each Company Vehicle and are to be utilized in the event an accident, breakdown or other problem occurs where the 33 34 vehicle cannot be removed from traffic hazards. The following safety equipment must be in the vehicle at all times, maintained, and in good working order: Q Fire extinguisher ■ First Aid Kit ■ Company emergency number visor card ■ Spare tire and jack ■ Safety reflectors Basic safety rules to follow: = Due to Florida state law, headlights must be on whenever it is raining. ■ Whenever possible, vehicles must be backed into parking spaces. This eliminates the hazard of backing into traffic when leaving the parking space. = Before going to a remote area, make sure the fuel tank is full. = Do not operate any other equipment while driving, e.g, laptop or mobile phone. (Refer to company cellphone/electronic device policy). = Ensure all equipment is properly secured before driving. = Lock the Company Vehicle when parked, even when the employee operator is nearby orthe duration away from the Company Vehicle is short. = Make sure the windows and mirrors are clear before driving. = Per the Vehicle Inspection and Maintenance Checklist, employees must perform daily vehicle inspections. This form must be turned in to their Superintendent on a weekly basis. Superintendents must send them to the Fleet Manager weekly. It is the driver's responsibility to ensure the vehicle has a current registration and state •t insurance card prior to operating. 34 Accidents sometimes occur. When they do, accurate reporting of the incident is crucial to defending the driver and the company. Once we have left the scene of a motor vehicle accident, all the details of the accident are left behind. For that reason it is always best to record all the facts on our company motor vehicle accident form. This will help determine fault following an accident. There are a few perspectives from which to look at fault finding. The first of these is from the point of view of law enforcement. The police must ALWAYS be called following an accident with a member of the public with. an insured motor vehicle. The police look at the accident from the point of view of current motor vehicle regulations and the testimony of any witnesses to the accident. Our insurance company always looks at accidents from the point of view of something called "Rules for Determining Preventability of Motor Vehicle Accidents", a publication from the National Safety Council. These two viewpoints can be somewhat different. While you may feel certain that an accident was the fault of another motorist or other factor, the NSC guidelines try to answer a single question — "did the driver do anything and everything possible to avoid the accident from occurring?" If you failed to notice the car behind you failing to slow to a stop behind you and did not beep your horn, this rear ending will be considered a shared responsibility. If you are stopped at a light close behind another vehicle, are rear ended and you in turn hit the vehicle in front of you, you can be found at fault for everything that occurs from the front of your vehicle forward. The NSC I rules state that you should have a large enough space to see the rear tires of the vehicle ahead you when stopped. Also according to the NSC, you should be scanning your mirrors, even while stopped, for vehicles approaching behind your vehicle and have an escape plan to either side to avoid hitting the vehicle in front of you. CDL licensed employees are responsible for adhering to all local, county, state and federal laws applied to commercial motor vehicles in the state of Florida. Johnson — Davis makes every effort to comply with these laws. No CDL driver will be expected to drive any company vehicle that he/she believes is not in compliance with the motor vehicle standards for operability. Medical cards are tied to CDL licensures in the state of Florida, and it is therefore the responsibility of the driver to maintain their medical card in compliance with the law. For Information on driving and the use of portable electronic devices that include cellular phones, please refer to existing company policy. 35 0. Incident Reporting One of the only ways for us to improve in the area of preventing incidents is to learn from the incidents that do happen. The company has gone to great lengths to ensure that we have detailed reporting of incidents. The following are important points to remember: • Report all injuries, accidents, equipment damage, theft, vandalism or property damage, no matter how small • Never go to your own doctorfor injuries suffered during work —this tells us that the injury may not have occurred at work Do not go to a company worker's comp clinic without reporting the injury and receiving direction to go Do not "wait and see" with injuries. If you do not report a work related injury, your claim for it could be denied. Fill out all reports COMPLETELY. Do not skip or omit any information. Seek out the assistance of your Superintendent to help fill out reports. All Superintendents must sign off on all incident reports. The following reports are available from your Foreman, Superintendent or Manager should an incident occur: > JD First Report of Injury & Illness > JD General Liability & Auto Incident Form > JD Utility Damage Report > 1D Lost /Stolen Property Report > JD Vandalism / Damaged Equipment Report > JD Property Damage Report > JD Unaccounted for Damage Report ALL reports must be completely filled out or they will be returned. VIS INCH .2- .STAFF ,TIONS 11) _ 0ImE _6 � CL E& ;Mc m#_� ,7\\} < �0 \ = $ \J to > - U§ -C \ ) \ [ Ul \ [ CL \� 0)� )'0 m G- �- /q �< Ln } 7. CLIWO/ jE m ~ & 2w { ° ;) _ 2« z3 _§* 22§ ^Z \\ \ .. }bD CU� M* /{) _ /{ §a E - & - 2\ _- §{ -ECL /\ /\ m Ln /£ 0 a7 a - a% g . ._ }} { ( .\ 0. /( . is 0a \{ /r \\' �\ \ `& o{ `} 0 3/ £ EXPERIENCE: 2017 — Present Johnson -Davis Inc., Lantana, FL Safety Director Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 2015-2017 Florida Crystals Corporation, West Palm Beach, FL Safety Manager Oversaw and led safety at Mill, Refinery, Agricultural Shops, Distribution Center, and Farms. Monitored and maintained compliance, trained, analyzed data, defined safety goals, worked with management to instill safety culture, reported, led engagement efforts, and performed inspections. 2004-2015 Anaya Welding & Lease Service, Inc., Edinburg, TX Operations Manager and Safety Director Led and managed operations and ensured safety compliance. Evaluated efficiency of business procedures, reviewed financial information, and managed budgets. EDUCATION: BA- Organizational Leadership South Texas College, McAllen, TX MBA- Project Management Columbia Southern University, Orange Beach, AL OTHER NOTABLE CERTIFICATIONS: OSHA 30 Construction Safety and Health OSHA 501 First Responder OSHA 511 Adult First Aid/CPR/AED OSHA Outreach Trainer EMPLOYEE PROFILE Joseph W. Bagford EDUCATION: Santaluces High, Lantana, FL Confined Space Safe Entry & Rescue Certification Trenching & Excavation Competent Person Certification OSHA Trench Safety Certified State of Florida Class B Water Technician Florida DOT Maintenance of Traffic Advanced Certification Asbestos Awareness EXPERIENCE: 2011 — Present Johnson -Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews on multiple projects & job sites. 2001-2011 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains, lift stations, sheeting, fire hydrants, HDPE pipe fusing, box culverts/underground tunnels, bridge drains, large jack and bore projects under highways, and arch bridge construction. Projects include DOT, municipalities and counties, SFWMD, LWDD, Army Corp of Engineers, airports, and private sector jobs. 1999-2001 Centerline Utilities, Jupiter, FL Foreman Field supervisor responsible for 5 to 7 person crew installing storm drainage, sanitary sewer, water, and force mains. 1988-1999 City of Lake Worth, Lake Worth, FL Foreman/Pipelayer/Heavy Equipment Operator Field supervisor and pipelayer installing water and sewer mains as well as operate track excavator, rubber tire backhoe, front end. loader, and bulldozers. EMPLOYEE PROFILE William Clark Clifford Cryer EDUCATION: B.S. — Business Administration, Real Estate and Construction Management Major University of Denver, Denver, CO EXPERIENCE: 2014 — Present Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Company representative at pre -construction and project meetings. Order materials, billing, and job coordination for private and public utility projects. 2013-2014 Johnson -Davis Inc., Lantana, FL Superintendent Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. 2012-2013 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. 2011-2012 Johnson -Davis Inc., Lantana, FL Punch Out Crew Leader OTHER CERTIFICATIONS: OSHA 30 hour Construction Health and Safety Course Florida DOT Maintenance of Traffic Advanced Certification EMPLOYEE PROFILE Leonard Dennis EDUCATION: Newcomerstown High, Newcomerstown, OH Trenching & Excavation Competent Person Certification Florida DOT Maintenance of Traffic Advanced Certification EXPERIENCE: 1995 — Present Johnson -Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in DOT projects including water, sewer, and storm drainage systems, as well as highway and road construction. Responsible for between 5 and 9 crews in the construction of municipal and private infrastructure improvements. Liaison between Project Manager and Foremen overseeing field operations. 1990-1995 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. 1988-1990 Johnson -Davis Inc., Lantana, FL Pipelayer/ Skilled Laborer for pipe laying crew installing water, sewer and drainage pipe EXPERIENCE, JOB SCOPE, AND RESPONSIBILITIES: • Design/build projects up to 20 miles in length • Jack & Bore — Directional Boring • All phases of construction of Bebo bridges and Conspans • Bridges and Approaches • Banks and Shoreline Stabilization • Laser Profiling • Dewatering • Proficient/knowledgeable of DOT standards and specifications • Plan and review project work, scheduling, project layout, equipment, and manpower utilization • Coordinate, direct, and monitor activities of subcontractors and suppliers • Maintain EEO compliance • Maintain excellent safety and security practices for entire project SAMPLE SUPERVISION OF .DOT PROJECTS: • 1-95 E5K75 - Brevard County, Design Build Project $11.2M Install drainage to 18 feet deep in median, jack and bores for Community Asphalt Co. • 1-95 E5N21 — Brevard County, Design Build Project $4.7M Drainage, jack and bores for Hubbard Construction Co. • State Road A1A Mud Creek — Fort Pierce, St. Lucie County $758K Drainage, utility adjustments, road crossings for Dickerson Florida Inc. • State Road Al 2B - Fort Pierce, St. Lucie County $1.1M Drainage, watermain, forcemain, rock rubble for Dickerson Florida Inc. • State Road AIA S. Ocean to Seaway— Fort Pierce, St. Lucie .County $2.1M Drainage, watermain, forcemain, rock rubble for Dickerson Florida Inc. • US -1 - Rio Mar — Fort. Pierce/Port St. Lucie, St. Lucie County $5.2M Full-scale utility relocations, setting of arch plate pipe, sand cement riprap, headwalls, steel sheeting, install pipe and box culverts for complete drainage redesign for Hubbard Construction Co. • State Road 76 Kanner Highway — Stuart, Martin County $180K Drainage, modify drainage structure tops for realignment of roadway for Dickerson Florida Inc. • State Road 70 — Fort Pierce, St. Lucie County $1.1 M Rock rubble, ditch lining, steel sheeting, drainage for J.W. Cheatham • State Road 5 — Jupiter, Palm Beach County $760K French drain, water utility offsets, force main relocations for Community Asphalt Co. I.. -. -j ., EMPLOYEE PROFILE Donatella Derival EDUCATION: B.S. — Civil Engineering Florida Atlantic University, Boca Raton, FL EXPERIENCE: 2017 — Present Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in water, sewer, storm drainage systems and dewatering, as well as highway and road construction. Tasks include project takeoffs, material ordering, subcontractor agreements, project meetings, monthly billing, and change orders. 2014-2017 Universal Protection Services, Boca Raton, FL Security Officer Fall 2016 Town of Miami Lakes, Miami Lakes, FL Intern Planning and zoning. Summer 2016 Facchina Construction Company Inc, Plantation, FL Engineering Intern RELATED ACCOMPLISHMENTS: Fluent in English, French, and Creole Experienced with MS Office, AutoCAD, BlueBeam CPR and First Aid Certified EMPLOYEE PROFILE z,l Robert A. Hopler EDUCATION: BS — Civil Engineering Bucknell University, Lewisburg, PA MBA Rutgers University, Newark, NJ EXPERIENCE: 2006 — Present Johnson-Davis Inc., Lantana, FL Vice President Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 2004 —2006 Nordic Contracting Co., Inc., NJ Controller 1983 —2004 Stroud-Hopler, Inc., NJ President and sole stockholder Heavy/highway construction company Private and Public sectors 1980 —1983 Stroud-Hopler, Inc., NJ Project Manager — Site Supervisor 1978 —1980 Nichols Engineering and Research, NJ Project Engineer RELATED ACCOMPLISHMENTS: NJ Licensed Professional Engineer EDUCATION: AAS Civil Engineering — Erie Community College, Buffalo, NY — Civil Engineering, SUNY Buffalo Florida DOT Maintenance of Traffic Advanced Certification EXPERIENCE: 2008 — Present Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in DOT projects including water, sewer, storm drainage systems, as well as highway and road construction. 2006 -2008 Hubbard Construction Company Project Engineer 2004 —2006 Subaqueous Services, Inc. Lake Michigan Contractors Project and Operations Manager 1988— 2004 Great Lakes Dredge and Dock Company Project Manager —1997 — 2004 Project Engineer —1993 —1997 Field Engineer —1988 - 1993 EMPLOYEE PROFILE l Christopher Johnson EDUCATION: BBA Stetson University, Deland, FL CPR Certified EXPERIENCE: 2008 — Present Johnson -Davis Inc., Lantana, FL Secretary/Treasurer/Estimator. Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 1992— 2008 Johnson -Davis Inc., Lantana, FL Secretary/Treasurer/Operations. Manager Oversee field operations of 150 field personnel in seven southeast Florida counties. Scheduling 16 crews, coordinate the maintenance and transportation departments, monitor the overall effectiveness of the field operation. 1983-1992 Johnson -Davis Inc., Lantana, FL General Superintendent Scheduling all field crews: Responsible for between 3 and 12 crews in the construction of municipal and private infrastructure improvements. 1981-1983 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 4 to 5 person crew installing water main, water services, and conflict (I crossings. EMPLOYEE PROFILE Scott J. Johnson EDUCATION: Bucknell University, Lewisburg, PA BS — Civil Engineering EXPERIENCE: 1992 — Present Johnson -Davis Inc., Lantana, FL President Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 1981-1992 Johnson -Davis Inc., Lantana, FL Project Manager/Estimator 1977-1981 Johnson -Davis Inc., Lantana, FL Pipe Foreman 1976 —1977 Palm Beach Utilities, Palm Beach Gardens, FL Utility Inspector/Land Surveyor MEMBERSHIPS & ASSOCIATIONS National Utility Contractors Association of Florida (member and two-time Past President) Associated General Contractors. (member and Past President, Florida East Coast Chapter) Underground Contractors Association of South Florida (member and three -time Past President) Certified Underground Utility and Excavation Contractor State of Florida — License # CUC043087 EMPLOYEE PROFILE Rohan Joshi EDUCATION: BE — Civil Engineering Gujarat Technological University, Ahmedabad, India MS — Construction Engineering and Management University of Texas at Arlington, Arlington, TX EXPERIENCE: 2017 — Present Johnson -Davis Inc., Lantana, FL Estimator Underground utility construction contractor specializing in water, sewer, and storm drainage systems, as .well as highway and road construction. Prepare estimates for private and public work as both prime and subcontractor. 2014-2015 Geo Designs & Research (P) LTD, Vadodara, India Site Engineer and Quality Control in Charge Site Engineer for third party quality assurance/inspection agency from project conception phase through post - construction phase. RELATED ACCOMPLISHMENTS: Experienced with Primavera P6, On -Screen Takeoff, Sage Timberline, AutoCAD EMPLOYEE PROFILE Robson Lima EDUCATION: B.S. — Civil Engineering University of Miami, Coral Gables, FL A.A. — Civil Engineering Broward Community College, Ft. Lauderdale, FL EXPERIENCE: 2013 — Present Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in water, sewer, storm drainage systems and dewatering, as well as highway and road construction. Tasks include project takeoffs, material ordering, subcontractor agreements, project meetings, monthly billing, and change orders. 2009-2013 Dragados USA, Inc, Davie, FL Utilities & Intelligent Transportation System (ITS) Manager 1-595 — the largest roadway improvement project in Florida. Responsible for all utility relocations, negotiations, and agreements with utility owners for Florida Department of Transportation project. Also responsible for detailed plan evaluation and analysis to determine and resolve utility conflicts, and scheduled and coordinated utility relocations. ITS planning and installation of underground infrastructure for the first automated reversible express lane system in South Florida. Also responsible for procuring and managing subcontractors, budgeting, and negotiating monthly payment requisitions with subcontractors. 2007 —2008 HJ Foundation, Inc., Miami, FL Assistant Project Manager Generated advanced take -offs and submittal packages for piling multiple foundation projects. Performed quality assurance and management for deep foundation jobs, and documented field work resulting in significant savings and unproblematic negotiation. RELATED ACCOMPLISHMENTS: OSHA 30 -hr Construction Health and Safety Course CPR certified Fluent in.English and Portuguese, conversational Spanish EDUCATION: Confined Space Safe Entry & Rescue Certification Trenching & Excavation Competent Person Certification Asbestos Awareness EXPERIENCE: 2016 — Present Johnson- Davis, Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction.. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. 2012-2016 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. 2008-2012 Johnson -Davis Inc., Lantana, FL Heavy Equipment Operator Operate track excavator. 2005 —2008 Johnson -Davis Inc., Lantana, FL Foreman 1999 —2005 Johnson -Davis Inc., Lantana, FL Heavy Equipment Operator Operate track excavator, rubber tire backhoe, and front end loader. EMPLOYEE PROFILE Edric Martin EDUCATION: South Fort High, Stuart, MI CPR Certified OSHA Trench Safety Certified Confined Space Safe Entry & Rescue Certification Trenching & Excavation Competent Person Certification Asbestos Awareness EXPERIENCE: 2007 — Present 2002 —2007 1998 —2002 1990-1998 Johnson -Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. Johnson -Davis Inc., Lantana, FL Foreman. Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. Johnson -Davis Inc., Lantana, FL Heavy Equipment Operator and Operator Trainer Operate track excavator, rubber tire backhoe, and front end loader, and train employees on same. Hardy Construction, Davie, FL Pipelayer/Heavy Equipment Operator Coordinate the installation of water, sanitary sewer, and storm drainage pipe as well as operate track, excavator, rubber tire backhoe, and front end loader. EMPLOYEE PROFILE Ilene K. Passler EDUCATION: BBA—Management The University of Texas at Austin, Austin, TX MBA Wake Forest University, Winston-Salem,. NC EXPERIENCE: 2010 — Present Johnson -Davis Inc., Lantana, FIL Human Resources Director Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 2009-2010 Jordan Dynamics, Palm Beach Gardens, FL Human Resources Consultant Consulted with assigned clients including national and multi -site accounts for benefits and human resources consulting agency that services industries including medical, legal, hospitality, and construction. 2005 —2009 Rybovich Boat Company, West Palm Beach, FL Human Resources Director Led human resources function for a dynamic mega yacht repair facility, marina, and sportfish boat builder that in fewer than four years grew from 175 to 300 employees and then reduced its workforce back to 185 employees. 1999 —2005 Ranger Construction Industries, W. Palm Beach, FL Human Resources Manager Managed human resources issues at corporate headquarters for multi -division, multi -location heavy highway construction contractor with 900 employees nationally. RELATED ACCOMPLISHMENTS: Senior Professional in Human Resources, Active Certification SHRM-Senior Certified Professional (SHRM-SCP), Active Certification EMPLOYEE PROFILE Walter Pfaffenberger EDUCATION: BBA — Business Administration Palm Beach Atlantic College, West Palm Beach, FL EXPERIENCE: . 2003 — Present 2002 —2003 1999— 2002 1997-1999 1995-1997 Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Company representative at pre -construction and project meetings. Order materials, billing, and job coordination for private and public utility projects. Johnson -Davis Inc., Lantana, FL Heavy Equipment Operator J.G. Developers Inc., Pearl River, NY President Researched and selected subdivision lots for homes. Involved in interim finance acquisition, budgeting, contracting, and architect interface on design for single family dwellings. Schedule, monitor, and inspect work. R.D.&P. Construction Corp., Pearl River, NY Construction Manager Estimating, budgeting, and invoicing of commercial and residential site work contracts. Schedule, monitor, and inspect work. R.D.&P. Construction Corp, Pearl River, NY Supervisor Supervised contracts including site work on underground excavation involving grading, piping, and utilities. Hired, trained, scheduled, and managed employees. RELATED ACCOMPLISHMENTS: Class V Fire Sprinkler Contractor EDUCATION: BS - Civil Engineering Technology Western Kentucky University, Bowling Green, KY EXPERIENCE: 2017 -- Present Johnson -Davis Inc., Lantana, FL Construction Manager Underground utility construction contractor specializing in DOT projects including water, sewer, storm drainage systems, as well as highway and road construction. Lead and supervise Johnson -Davis project management team and field superintendents. 2001-2017 Hubbard Construction Co, Orlando, FL Construction Manager Managed multi -phase bridge and highway projects. Responsible for planning, scheduling, and directing all project efforts. Ensured the project is constructed in compliance with contracts, specifications, budgets and schedules. Monitored safety and quality for compliance, manage project resources and pursue alternatives to improve constructability and meet project milestones. Oversight responsibility for purchasing and scheduling project materials, suppliers and subcontractors, project change orders, payment requisitions, monthly job cost/revenue reports, submittals, subcontractor payment requisitions/change orders, permits and tracking project quantities. RELATED ACCOMPLISHMENTS: Professional Engineer— Kentucky #26457 Land Surveyor -in -Training - Kentucky #598 National Society of Professional Engineers Kentucky Society of Professional Engineers Florida Transportation Builders Association ,Experienced with MS Office, AutoCAD, Microsoft Project, Primavera P3 & P6, Construction Arbitration SAMPLE PROJECTS: • SR 528. Widening from 1-4 to The Florida Turnpike, Orange County, FL, Construction Manager - $92m widening, milling & resurfacing and bridge replacement/reconstruction. • North International Drive Improvements, City of Orlando, FL, Construction Manager - $9m FDR roadway reconstruction & widening. • 1-95 from SR 528 to SR 406, Brevard County, FL, Construction Manager - $59m Design -Build to widen 1-95 from four to six lanes. • 1-95 HOV Expansion, 10th to Summit, Palm Beach County, FL, Project Manager - $45m widening and reconstruction of 1-95 and existing bridges from six to ten lanes. • 1-95 @ Bridge #168, Design -Build, Palm Beach County, FL, Project Manager - $6m construction to widen 1-95 from six lanes to ten lanes and construct a single span bridge over a quadruple box culvert. • Dunn Avenue Extension, Volusia County, FL - Project Manager - $6.6m project to extend Dunn Avenue from Williamson Blvd to Tomoka Farms Road with a bridge over 1-95. • SR 804 Improvements, Palm Beach County, FL, - Project Manager - $6m roadway & bridge reconstruction of SR 804 from Old Boynton Beach Blvd to SR 5/US 1. • Northlake Reliever, Palm Beach County, FL - Project Engineer - $7 Million new roadway consisting of RE walls, 3 -span bridge over 1-95 and drainage. ^' EMPLOYEE PROFILE I Norman E. Weaver Jr. EXPERIENCE: 2012 — Present Johnson -Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations.of storm drainage, sanitary sewer, water, and force main crews. 2009-2012 Johnson -Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. 1970 —2009 Belvedere Contracting, Jupiter, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. EDUCATION:. Trenching & Excavation Competent Person Certification r EMPLOYEE PROFILE Dennis Wheelin EDUCATION: B.S. — Civil Engineering Technology A.A. — Architectural Engineering Technology Wentworth Institute of Technology, Boston, MA EXPERIENCE: 2015 — Present Johnson -Davis Inc., Lantana, FL Project Manager Underground utility construction contractor specializing in water, sewer, storm drainage systems and dewatering, as well as highway and road construction. Tasks include project takeoffs, material ordering, subcontractor agreements, project meetings, monthly billing, and change orders. 2009-2015 The Murphy Construction Co., West Palm Beach, FL Project Manager Heavy/Marine Construction. Responsible for construction activities, project budget, schedule, crew/resource allocation, material procurement, receiving subcontractor bids, coordinating scheduling, change . orders, and job estimates for three major FDOT bridge constructions. 2005 — 2009 Wantman Group, Inc., West Palm Beach, FL Design Engineer Land Development and Roadway Construction. Design land development construction projects. Developmental/ drafting of design plans for land development and roadway construction projects. 2003 —2005 Gale Associates, Inc., Weymouth, MA Design Engineer Land Development. Design land development construction projects throughout Massachusetts. ' Development/drafting of design plans for land development construction projects. RELATED ACCOMPLISHMENTS: Experienced with AutoCAD, MicroStation, Primavera Contractor Scheduling, etc _J :j D JOHNSON-DAVIS INC. "Construct with Confidence" RELEVANT TRAINING OF JOHNSON-DAVIS PERSONNEL ASBESTOS AWARENESS Bagford, Joseph Superintendent Linsley, Thomas . Superintendent Martin, Edric Superintendent Brady, Jeffrey Foreman Ceance, Chescal Foreman Dort, Wisler Foreman Fernandez Vargas, Pablo Foreman Henrisme, Jacky Foreman Hernandez, Jose Foreman Hernandez, Odilon Foreman Meza Rodriguez, Jose L Foreman Reid, David Foreman Richards, David Foreman Thelisnort, Aristhene Foreman Arce Urieta, Magdaleno Backup Crew Leader Harp, Kenneth Backup Crew Leader Henry, Everton Backup Crew Leader Leininger, Jodie Backup Crew Leader Molina, Moises Backup Crew Leader Arce, Alfonso Backhoe Operator Lewis, Delroy Backhoe Operator Maag, Robert -K Backhoe Operator McDonald, Phillip Backhoe Operator Myers, Donald Backhoe Operator Newman, Peter Backhoe Operator Stephens, Napoleon Backhoe Operator Valverde Jr, Pedro Backhoe Operator Valverde, Anthony Backhoe Operator Arce, Santos Pipelayer. Carr, Vincent Pipelayer Morales Hernandez, Pedro Pipelayer Ruiz Reyes, Jose Pipelayer Samuel, Antonio Pipelayer Torres Mendez, Mateo Pipelayer Velasquez; Tranquilino Pipelayer Estime, . Egnoce Skilled Ground Personnel Page 1 of 8 Qw��6A�t�9r�� <'fCrruV .ia tj6w,4w CUC043087. acl�� ���uorD` t1tCieiJ Main Office: 604 Hlllbrath Drive - Lantana, FL 33462 • Phone: 561-588-1170 • FAX 561-585-5252 ��.I•\ O Pierce erce ffice: S. Kings H tt'IIIa� 863 Ki g Hwy - Ft. Pierce, FL 34945 •Phone: 772-468-9200 •FAX 772-468-9202. °�•� TRENCHING AND EXCAVATION COMPETENT PERSON Bagford, Joseph Superintendent Dennis, Leonard Superintendent Linsley, Thomas Superintendent Martin, Edric Superintendent Weaver, Norman Superintendent Brady, Jeffrey Foreman Ceance, Chescal . . . Foreman Dort, Wisler Foreman Fernandez Vargas, Pablo Foreman Filipone, Sergio D. Foreman Henrisme, Jacky 'Foreman Hernandez, Jose Foreman Hernandez, Odilon Foreman Lashley, Stern Foreman Meza Rodriguez, Jose L Foreman Reid, David Foreman Richards, David Foreman I Thelisnort, Aristhene Foreman Arce Urieta, Magdaleno Backup Crew Leader Davis, Jerry Backup Crew Leader Follett, Dan Backup Crew Leader Harp, Kenneth Backup Crew Leader Henry, Everton Backup Crew Leader Leininger, Jodie Backup Crew Leader Molina, Moises Backup Crew Leader Arce, Alfonso Backhoe Operator Lewis, Delroy Backhoe Operator Maag, Robert K Backhoe Operator McDonald, Phillip Backhoe Operator Myers, Donald Backhoe Operator Newman, Peter Backhoe Operator Stephens, Napoleon Backhoe Operator Valverde Jr, Pedro Backhoe Operator Valverde, Anthony Backhoe Operator Arce, Santos Pipelayer Carr, Vincent Pipelayer Morales Hernandez, Pedro Pipelayer Ruiz Reyes, Jose Pipelayer Samuel, Antonio PipPageyoe#r8 nnr�,ylc9 r'"gir1jeri»rGi�ucCio�r• o CUC043087 •�c%i��i��ato�vt��`�lcCiev Qao�G Main Office: 604 Hillbrath Drive - Lantana, FL 33462 • Phone: 561-588-1170 • FAX 561-585-5252 Ft. Pierce Office: 863 S. Kings Hwy - Ft. Pierce, FL 34945 • Phone: 772-468-9200 • FAX 772-468-9202 JAP JOHNSON-DAVIS INC. "Construct with Confidence" Torres Mendez, Mateo Pipelayer Velasquez, Tranquilino Pipelayer Estime, Egnoce Skilled Ground Personnel Estep, Mark Yardperson COMPETENT PERSON FOR CONFINED SPACE ACTIVITIES Bagford, Joseph Superintendent Dennis, Leonard Superintendent Linsley, Thomas Superintendent Martin, Edric Superintendent Weaver, Norman Superintendent Brady, Jeffrey Foreman Ceance, Chescal Foreman Dort, Wisler Foreman Fernandez Vargas, Pablo Foreman Filipone, Sergio D. Foreman Henrisme, Jacky Foreman Hernandez, Jose Foreman Hernandez, Odilon Foreman Lashley, Stern Foreman Reid, David Foreman Richards, David Foreman Thelisnort, Aristhene Foreman Arce Urieta, Magdaleno Backup Crew Leader Davis, Jerry Backup Crew Leader Follett, Dan Backup Crew Leader Harp, Kenneth Backup Crew Leader Henry, Everton Backup Crew Leader Leininger, Jodie Backup Crew Leader Lester, John Backup Crew Leader Molina, Moises Backup Crew Leader McDonald, Phillip Backhoe Operator Franco, Jose Loader Operator Guerrero, Juan Loader Operator Martinez, Jorge M Loader Operator Arce, Santos Pipelayer Carr, Vincent Pipelayer Meza, Jose A Pipelayer Morales Hernandez, Pedro Pipelayer " Ramirez Barrios, Guillermo Pipelayer Raphael, Mainlau PPai elge yof 8er �wo�� �1 ���enu ..o�t�tiarcliai� • CUC043087 • `ii�a�������u�x.�`t�GreJ P= Main Office: =604 Hillbrath Drive - Lantana, FL 33462 - Phone: 561-588-1170 • FAX 561-585-5252 9202 Ft. Pierce Office: 863 S.. Kings Hwy - Ft. Pierce, FL 34945 • Phone: 772-468-9200 • FAX 772-468 r=== JOHNSON-DAVIS INC. "Construct with Confidence" Ruiz, Luis Pipelayer Ruiz Reyes, Jose Pipelayer Samuel, Antonio Pipelayer Torres Mendez, Mateo Pipelayer Velasquez, Tranquilino Pipelayer Banks, Laterrance Skilled Ground Personnel Barragan Oceguera, Juan Skilled Ground Personnel , Barrios, Byron Skilled Ground Personnel Briggs, Dustin, Skilled Ground Personnel Briscoe, Albert Skilled Ground Personnel Cabrera Quintero, Juan Skilled Ground Personnel Daniels, Stevie Skilled Ground Personnel Dieujuste, Willy Skilled Ground Personnel Dieujuste, Wislet Skilled Ground Personnel Estime, Egnoce Skilled Ground Personnel Fernandez, Pablo T Skilled Ground Personnel Garcia Guerrero, Jesus Skilled Ground Personnel Hernandez, Manuel Skilled Ground Personnel Jean, Dieusauvens Skilled Ground Personnel Lord, Peter Skilled Ground Personnel Lormeus, Jacquecy Skilled Ground Personnel Molina Rios, Jesus Skilled Ground Personnel Pascual, Andres Skilled Ground Personnel Phanor, Aniel Skilled Ground Personnel Philemons, Kechener Skilled Ground Personnel Pickens, Tommy Skilled Ground Personnel Pierre Louis, Famuel Skilled Ground Personnel Pierre, Robens Skilled Ground Personnel Roundtree, Jarrod Skilled Ground Personnel Ruiz, Rene Skilled Ground Personnel Shapiro Jr, Robert L Skilled Ground Personnel Smith, Robert Skilled Ground Personnel Theophilus, Assmic Skilled Ground Personnel Turenne, Ernst Skilled Ground Personnel Woolridge, William Skilled Ground Personnel Yanez, Adriel Skilled Ground Personnel REASONABLE SUSPICION SUPERVISOR TRAINING FDOT/DFWP Bagford, Joseph Superintendent Dennis, Leonard Superintendent Linsley, Thomas erin a�e 4 0 e�ndent - / @�O`G A91c9 r'�(P(J°ly�lJJYJJ�U4�GOlf• a CUC043087 0lClPi)ffJQ(LiJ9Q• ((��AfI�GBJ !45 VC4q ) Main Office: 604 Hillbtath Drive - Lantana, FL 33462 - Phone: 561-588-1170 • FAX 561-585-5252 Ft. Pierce Office: 863 S. Kings Hwy.- Ft. Pierce, FL 34945 • Phone: 772-468-9200 • FAX 772-468-9202 JA/) .JOHNSON-DAVIS INC. "Construct with Confidence" Martin, Edric Superintendent Weaver, Norman Superintendent Brady,Y Jeffre Foreman Ceance, Chescal Foreman Dort, Wisler Foreman Earnest, Robert. Foreman Fernandez Vargas, Pablo Foreman Filipone, Sergio D. Foreman Henrisme, Jacky Foreman Hernandez,Jose Foreman Hernandez, Odilon Foreman Lashley, Stern Foreman Meza Rodriguez, Jose Foreman Reid, David Foreman Richards, David Foreman Thelisnort, Aristhene Foreman Arce Urieta, Magdaleno Backup Crew Leader Davis, Jerry Backup Crew Leader Follett, Dan Backup Crew Leader Harp, Kenneth Backup Crew Leader Henry, Everton Backup Crew Leader Leininger, Jodie Backup Crew Leader Lester, John Backup Crew Leader Molina, Moises Backup Crew Leader Gardner, Gene Shop Management Llewellyn, Michael Shop Management Passler, Ilene HR Director Jackson, Nichole HR Generalist Anaya, Maggie Safety Director Johnson, Christopher Secretary/Treasurer Mitchell, Kernandy Shop Personnel Tomsik, Robert Operations Support POWER INDUSTRIAL TRUCK OPERATION, INSPECTION, MAINTENANCE, AND OPERATIONAL LIMITATIONS Barker, Scott Shop Management Gardner, Gene Shop Management Adolphe, Pierre M Shop Personnel Cox, Abraham Shop Personnel Cupples, Philip Shop Personnel Page 5 of 8 Q�"o`GeMF9�`� rrn�rz�ii��siaii�iorr • CUC043087 'n.cl��l�oua�(`tleu•°"'" wt C _Main Office: 604 Hillbrath Drive, FL 33462 •Phone: 561-588-1170 •FAX 561-585-5252 � . ;Lantana, G Ft. Pierce Office: 863 S. Kings Hwy - Ft. 101 OHIO Pierce, FL 34945 •Phone' 772-468-9200 • FAX 772-468-9202 I JAO JOHNSON-DAVIS INC. "Construct with Confidence" Divine, Russell Shop Personnel Filipone Sr., Sergio Shop Personnel Gayle, Terry Shop Personnel Gilzene, Peter Shop Personnel Lewis, Brian Shop Personnel Watson, Colville Shop Personnel Estep, Mark Yardperson Galvin, Jaynes Backhoe Operator Gonzalez, David Skilled Ground Personnel Ranft, Tracy Skilled Ground Personnel OSHA 10 Davis, Jerry Harp, Kenneth Henry, Everton Maag, Robert K Lipski, Peter Velasquez, Tranquilino Gonzalez Dominguez, Rafael Gonzalez, David Molina Rios, Jesus Phanor, Aniel Philemons, Kechener Backup Crew Leader Backup Crew Leader Backup Crew Leader Backhoe Operator Loader Operator Pipelayer Skilled Ground Personnel - Skilled Ground Personnel Skilled Ground Personnel Skilled Ground Personnel Skilled Ground Personnel OSHA 30 Wheelin, Dennis A Project Manager GENERAL SHOP AND YARD SAFETY Gardner, Gene Shop Management Llewellyn, Michael Shop Management Adolphe, Pierre M Shop Personnel Cox, Abraham Shop Personnel Cupples, Philip Shop Personnel Estep, Mark Shop Personnel Filipone Sr., Sergio Shop Personnel Gayle, Terry Shop Personnel Leininger Sr; Allen Shop Personnel Lewis, Brian Shop Personnel Page 6 of 8 �w416 Aft9�c�' ('fz nor tyarr r��ucCu�ra • CUC043087 • ��zc����r,�w+�.iv��`7C�/r�r• Main Office: 604 Hillbrath Drive - Lantana. FL 33462 • Phone: 561-588-1170: - FAX 561-585-5252 Ft. Pierce Office: 863 S. Kings Hwy - Ft. Pierce, FL 34945 • Phone: 772-468-9200 • FAX 772-468-9202 Mitchell, Kernandy Pawlowski, Michael Watson, Colville Wolfson, Herbert D .J)Q JOHNSON-DAVIS INC. "Construct with Confidence" Shop Personnel Shop Personnel Shop Personnel Shop Personnel RUBBER PNEUMATIC PIPE PLUGS Dennis, Leonard Superintendent Davis, Jerry Backup Crew Leader Follett, Dan Backup Crew Leader Harp, Kenneth. Backup Crew Leader Phanor, Aniel Skilled Ground Personnel Philemons, Kechener Skilled Ground Personnel Roundtree, Jarrod Skilled Ground Personnel FLORIDA ADVANCED MOT Bagford, Joseph Superintendent Dennis, Leonard Superintendent Cryer, William Project Manager Ipolito, Douglas Project Manager RESPIRABLE CRYSTALINE SILICA AWARENESS Weaver, Norman Superintendent Fernandez Vargas, Pablo Foreman Henrisme, Jacky Foreman Hernandez, Jose . Foreman Richards, David Foreman Thelisnort, Aristhene Foreman Bohnert, Kevin Backhoe Operator Guerrero, Lorenzo Backhoe Operator Maag, Robert Backhoe Operator Nava Rivera, Alejandro Backhoe Operator Newman, Peter Backhoe Operator Valverde Jr, Pedro Backhoe Operator Valverde, Anthony Backhoe Operator Baltazar, Juanito Loader Operator Guerrero, Juan Loader Operator Lipski, Peter Loader Operator Morales, Eloy Loader Operator Page 7 of 8 �w4G Aft �c9 (' r n.�r� Y Wai Jjkwc&., • CUC043087 • c����.�ot�:�rcr!r`��f C^�ya Main Office: 604 Hillbrath Drive- Lantana, FL 33462; Phone: 561-588-1170 - FAX 561.-585-5252 IIJIM raNla�N/ Ft. Pierce Office:.863 S. Kings. Hwy - Ft. Pierce, FL 34945 Phone: 772-468-9200 • FAX 772-468-9202 r r Page 8 of 8 (2 CUC043087zuunn�.>�auir.��`Clr^^°"" rt a Main Office: 604 Hillbrath DriVe - Lantana, FL 33462 • Phone: .561-588-1170 • FAX 561-585-5252" UJ CAA �s'9q��N1e��y6+ Ft. Pierce Office: 863 S. Kings Hwy - Ft. Pierce, FL 34945 Phone: 772-46$_9200 • FAX 772=468-9262 °�� JOHNSON-DAVIS INC.. "Construct with Confidence" Arce, Santos Pi ela er p Y Mervllus, Ynald Pipelayer Morales Hernandez, Pedro Pipelayer Ramirez Barrios, Guillermo Pipelayer Ruiz, Luis Pipelayer Steen, .Ronald Pipelayer Velasquez, Tranquilino Pipelayer Barrios, Byron Skilled Ground Personnel Briscoe, Albert Skilled Ground Personnel Castanon, Walter Skilled Ground. Personnel Daniels, Stevie Skilled Ground Personnel Gonzales Dominguez, Rafael Skilled Ground Personnel Gonzalez, David Skilled Ground Personnel Jean, Dieusauvens Skilled Ground Personnel Lormeus, Jacquecy Skilled Ground Personnel Molina Rios, Jesus Skilled Ground Personnel Palma Bustillo, Miguel Skilled Ground Personnel Ranft, Tracy Skilled Ground Personnel Saint Pierre, Kenol Skilled Ground Personnel Shakur, Molefi Skilled Ground Personnel Shapiro; Robert Skilled Ground Personnel Telismond, Mickerlange Skilled Ground Personnel Yanez, Adriel Skilled Ground Personnel Gardner, Gene Shop Management Adolphe, Pierre Shop Personnel Cupples, Philip Shop Personnel Divine, Russell, Shop Personnel Filipone Sr, Sergio Shop Personnel Gayle, Terry Shop Personnel Gilzene, Peter Shop Personnel Leininger, Allen Shop Personnel Mitchell, Kernandy Shop Personnel Pawlowski, Michael Shop Personnel Watson, Colville Shop Personnel Wolfson, Herbert Shop Personnel r Page 8 of 8 (2 CUC043087zuunn�.>�auir.��`Clr^^°"" rt a Main Office: 604 Hillbrath DriVe - Lantana, FL 33462 • Phone: .561-588-1170 • FAX 561-585-5252" UJ CAA �s'9q��N1e��y6+ Ft. Pierce Office: 863 S. Kings Hwy - Ft. Pierce, FL 34945 Phone: 772-46$_9200 • FAX 772=468-9262 °�� INC. IA 3 -APPROACH D JOHNSON-DAVIS INC. "Construct with Confidence" Culvert Replacement 74th Ave SW & 11t Street SW A site visit was conducted on January 8, 2018, by the Johnson -Davis Inc. estimating team to evaluate: • Actual field conditions of the area to be reconstructed • Traffic impact and staging • Canal flow rates Our planned construction sequence would include the following: • Pothole to field verify all existing utilities for adherence to line and grade of proposed culvert. • Manufacture culvert to minimize the need for connecting bands. • . Monitor weather choosing a three week window with clear and dry weather forecast. • Install traffic control with advance warning for affected vehicular flow. • Mobilize site, and stage required equipment and materials in the right-of-way of 70 Ave South of sub lateral C-2 canal. • Clear and grub as required. • install steel sheet pile as needed to control flow and contain embankment. • Install wellpoint dewatering system with necessary bypass pumps. • Install one piece culvert, backfill, and compact to proposed subgrade. • Install rubble rock revetment. • Construct surface restoration per plan. If the project proceeds as planned, the area will experience construction disruption for a period of five weeks. We anticipated all work being performed during regular business hours. Our management team will consist of: • (1) Mainline crew • (1) Support Crew Leader • (1) Superintendent • (1) Senior Superintendent • (1) Project Manager • (1) Construction Manager Our team will be available 24 hours per day for the county personnel and local residents. There will be a member of tl�p management team on site at all the times during construction. bynjtted, S4ott J. Johnson President �ft o�GR i C�r(rr.�� ` n�r�fxuctwr� • CUCW087 • ryr����vwuria!�` flCc r_ V���•.."� Main Office: 604 Hillbrath Drive - Lantana, FL 33462 • Phone: 561-588-1170 • FAX: 561-585-5252 i./CA g Ft. Pierce Office: 863 S, Kings Hwy - Ft. Pierce, FL 34945 Phone: 772-468-9200 • FAX 772-468-9202 JOHNSON-D"IS INC. >; i -AIA Document A310TM -2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (frame, legal status and principal place JOHNSON-DAVIS INCORPORATED of business) 604 Hillbrath Drive LIBERTY MUTUAL INSURANCE COMPANY Lantana, FL 33462 175 Berkeley Street This document has important -legal Boston, MA 02116 consequences. Consultation with an attorney is encouraged with OWNER: respect to Its completion or (Name, legal status and address) INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONER modification. 1800 27th Street, Vero Beach, FL 32960 Any singular reference to Contractor, Surety, Owner or BOND AMOUNT: Five percent of amount bid. other party shall be considered (5% of Amount Bid) plural where applicable. PROJECT: (Name, location or address, and Project number, if any) 74th Avenue & 1st Street SW Culvert - #2018024 Project Number, if any: The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor acid Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such (� bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other Legal requirement shall bo a med in herein. When so furnished, the intent is that this Bond shall be construed as a statutory no d not as a common law bond. Signed a ealed this 19th day of January, 2018 JOHNSO - V ORPORATED (Prind i (Seal) (Witness) ..1vbi v pI e). r'^ LIBERTY MUTUAL INSURANCE COMPANY ure (Seal) (Witness) Lien Mier (n de) Maria Slgnorile, Attorney in Fact AIA Document AE107m — 2010. Copyright ®1963,1970 and 2010 by The American Institute of Architects. All rights reserved. rad) i+ C 'n O v d O� a`, > iN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seat at King of Prussia, Pennsylvania, on the day and year first above written, y yp PAa2. COMMONWEALTH OF PENNSYLVANIA Fwr3all ? µ Notarial Spat Tomra Pantalla. Notary Public By; . OF Upper Marion Twp., Montgomery County Teresa Pastella, Notary Public My Commission Expires March 28, 2021 so yOrLg�tG Member. Pennsylvania Associanxm of Notaries C 1r'd This Power of Attorney Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 41y",`', Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: m 4) ARTICLE IV— OFFICERS — Section 12, Power ofAttomay. Any officer or other otAcial of the Corporation authorized for that purpose In writing by the Chairman or the President, and subject co t ;; to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, O acknowledge and deliver as surely any and all undertakings, bonds, recognizanoes and other surety obligations. Such attorneys4ri-fact, subject to the limitations set forth in their respective E powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation, When so p w9 executed, such Instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or allomey-in-fact under the provisions of this article may be revoked at any lime by the Board, the Chairman, the President or by the officer or officers granting such power or authority. = ARTICLE XIII — Execution of Contracts — SECTION 5. Surely Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, > � and subject to such limitations as the chairman or the president may prescribe, shall appoint such allomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, O Z1 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomaysin-fact subject to the limitations set forth in their Z 0 respective powers of attorney, shell have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be a;tdndng as if signed bydhe president and:atlestedby:iho secretary.. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company; authorizes Dav1d M, Ceiey; ASsislant.Secrete ry to appoint such attorneys -in• fact as may be necessary to act on behalf of the Company to make, oxecutii, seal, acknowledge alld deiiveras surety arty. and all undertakings; bonds, reeognizances and other surety obligations. Authorization — By unanimous consent of lAe Comptanys tabard of Directors, the Company consents that facsimile or mechanically reproduced signtlture of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall bevelid:and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Irisuience Company, and' Wast American Insurance Company do hereby certify that the original power of attorney of whjch the foregoing is 6 full, true and cbmict copy of the Power of Attortley.exectded.by sold, Companies, is in full force and effect and THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7658250 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company Is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies ), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Benjamin A Stahle Elizabeth K.Sterlinga Maria SI, nbille• Wesley:P. Wilifams allot the city of AUanta , state of: GA--_ 0 indhddually if there be miira:.lf"ren one named, Its true and lawful allorney- -fact to make, execute, seal, acknowledge and deliver, for and on Its behalf as surety and as its act and dead; anyand all undertakings, bonds, recognizanixas and other surely obligations; ih pursuance of these presents and shall be as binding upon the Companies as if that' have beait duly signed by the president and attesit o by the secretary of the Coinpanies in their own proper persons. IN WITNESS WHEREOF, this Power of AtlorhJ0y: has:been subscribed.:by an.authorized oiflcer_or"official df the Componfes.ond the cofporate "seals of the Companies have been affixed thereto this 91h day of August 2017 -. JN�vv 1Ns r1 � rNsu„Wr\�aw %45 ivy The Ohio Casualty Insurance Company Liberty Mutual Insurance Company 0 1919 a 1912 s : 1991 West merican Insurance Company 0 a,. x� y :.? 3t' H ar'.' �D �� pus t Y2 v AtbV.r.} �• I # t k By: �y STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY David M. Care , Assistant Secretary On this 9th day of August 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. has not been revoked. IN TESTIMONY WHEREOF, I have hereunto sal my hand and affixed the seals of said Companies this day of CA a 20—L<Q J�S`l S,LT1 ,Pk,1N5UkR� `b�tNStr�4. s 1919 A � 1912 e 1991 o ey' a Renee C. U •scant Secretary 278 of 300 LMS 12873_022017 R V ori M oE aAS rn o = o y`-. 0 Oc re� d� +� N M V o tT- o RFP IRC1737-74th Ave and 1st Street SW PROPOSAL PRICING — RFP # 2018024 74th Avenue & 1St Street SW Culvert Replacement IRC -1737 Proposer submits the following price for the work described in this solicitation: 74th Avenue SW at 15t Street SW Culvert 17c{ 6 40. (9© one- 1-67" 9" Woc Thousanct Rvt Hundu)ect Fvni� Price proposal in words: 7_02 © crrr3 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, ,specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation.x? JOHNS Name of Signatu President Title Date Signed 604 Hiilbrath Drive Address Lantana, FL 33462 City, State, Zip Code ( 561 )588 -1170 Phone sjohnson@johnsondavis.com E-mail Page 11 of 14 ITEMIZED COST PROPOSAL 1-17-18 PROJECT NAME: 74th AVENUE SW AND 1st STREET SW CULVERT REPLACEMENT PROJECT NO: IRC -1737, BID NO. 2018024 (, \' BIDDER'S NAME: Jo k nsom — FAPublIG WorksIENGINEERING DIVISION PROJECTS11737 74th Ave and 1st SW Culvert Replacement%3-DesignlEstlmatesU737 Itemized Cost Proposal 20180117 MOBILIZATION 101-1 LS 1 l Oo0.4 15 000.00 102-1 MAINTENANCE OF TRAFFIC LS 1 1A)SCO<00 4A)500. 00 104-1 PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 1, 600.00 100. 04 104-2 BY-PASS PUMP & TEMPORARY CHECK DAMS LS 1 S, ciO, p t, 900. 00 110-1-1 CLEARING & GRUBBING LS 1 CI,000.00 011000. ©O 120-1 REGULAR EXCAVATON LS 1 2,500- 00 2,5©0. 00 120-6 EMBANKMENT LS 1 2-)2- 00- 00 21100.00 125-1 EXCAVATION FOR STRUCTURES CY 64 l c)O 1,152 - 00 160-4 TYPE B STABILIZATION 12" THICK LBR 40 SY 333 �� -©D G,�la3• o0 ., ,e-175-199 PIPE CULVERT ROUND 120" SICD CSP LF 50 I� 1150-0(9 57-0 455-133-2 SHEET PILING STEEL, TEMPORARY -CRITICAL SF 420 18•(70 OC' 530-3-3 RIPRAP, RUBBLE, F&I, BANK AND SHORE TN 100 1A) 000'C70 530-3-4 RIPRAP, RUBBLE F&I DITCH LINING TN 30 i '-to .00 Z4)2 -00'<q0 536-1-0 GUARDRAIL -ROADWAY, GENERAL/LOW SPEED TL -2 LF 175 IC15 ' 00 25, 37>. 00 570-1-2 PERFORMANCE TURF SOD BAHIA SY 106 i O - O p 1, ©6 999-1 IAS -BUILT DRAWING BY REGISTERED SURVEYOR LS 1 �> 1 O0 -o 3"100-00 SUB -TOTAL FORCE ACCOUNT $ 17,000.00 TOTAL PROJECT PROPOSAL (INCLUDING FORCE ACCOUNT) 74th AVENUE SW AND 1st STREET SW CULVERT REPLACEMENT TOTAL 17q X40 TOTAL PROJECT COST PROPOSAL IN WORDS One- 4unt Rifn-ki µi►)e Th©1l5c�n d&� it `V W-Qn e -d F4�7{-y¢ 2eho rem NOTE,• IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) ND THE ITEMIZED C2§1 PROEM&E BID DO U E TS W GOVER . LS=Lump Sum CY=Cublc Yard LF=Linear Foot TN=Ton SY=Square Yard FAPublIG WorksIENGINEERING DIVISION PROJECTS11737 74th Ave and 1st SW Culvert Replacement%3-DesignlEstlmatesU737 Itemized Cost Proposal 20180117 The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown above all of the services specified in the RFP document, subject to all instructions, conditions, specifications and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request aid 'oval compensation. Johnson -D is nc. 604 Hilibrath Drive Name of FirrX I IV Address S��f lrJo 410 Lantana, FL 33462 d Signature President Title Date Signed City, State, Zip Code (561 )588 _1170 Phone sjohnson@johnsondavis.com E-mail F:\Pubic Works\ENGINEERING DIVISION PROJEcrs\:1737 74th Ave and 1st SW Culvert Replacement\3-Design\Estimates \1'737 Iternized Cost Proposal p2_201E0117.docx _RFP_IRC1737-74th Ave and 1st Street SW i 4� SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018024 for 741h Avenue SW & 111 Street SW Culvert Replacement 2. This sworn statement is submitted by: Johnson -Davis Inc. (Name of entity submitting Statement) whose business address is: 604 Hillbrath Drive. Lantana, FL 33462 and its Federal Employer Identification Number (FEIN) is 59-1753888 3. My name is Scott J. Johnson i (Please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: i Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister- in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, ( partners, shareholders, employees, members, or agents who are active in management of the Page 12 of 14 i RFP IRC1737-74th Ave and 1st Street SW entity, have any relationships as defined In section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A ure) fey. (Date STATE OF 1 crftjoi COUNTY OF T)c&kk h The foregoing instrument was acknowledged before me this 7-3Ydday of OLKO "cc 201's , by_ �CO --J�TOhrw h ; who is personally known to me or who has produced as identification. NOTr{ARY PUBLIC SIGN: G—k-q ��\ PRINT: M V\ Notary Public, State at large My Commission Expires: '2115 2OZO, (Seal) � � Puffin YAMU'rH HOFFMAN x MY COMMISSION A GG 021598 Nnw EVRES:Aupud15,2D20 Page 13 of 14�lbndedTlwBudpctNoterySeMac RFP IRC1737-74th Ave and 1st Street SW CERTIFICATION REGARDING LOBBYING Certification for contracts, Grants, Loans, and Cooperative Agreements (This form MUST be submitted with each bid or offer exceeding $100,000) The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who .fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The ContracW. Johnson -Davis Inc. , certifies or affirms the truthfulness and accuracy of each stat t f i s certification and disclosure, if any. In addition, the Contractor understands and agrees that the pro on U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. gnature of Contr ctor's Authorized Official Scott J. Johnson- President Name and Title of Contractor's Authorized Official Date Page 14 of 14 Indian River County Purchasing Division 1800 271h Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM N0. 1 Date: January 18, 2017 Page 1 of 2 Project Name: 74th Avenue SW and 1St Street SW Culvert Replacement (IRC -1737) Bid Number: 2018024 Bid Opening Date: Wednesday, January 24, 2018 at 2:00 p.m. This addendum is released to provide the minutes and sign in sheetfrom the Mandatory Pre -Solicitation Conference. All information provided herein is hereby incorporated into the request for proposal documents. 1. Cost Proposals will NO longer be lump Sum. Replace the Proposal Pricing Form on page 11 of the RFP with the attached "Itemized Cost Proposal Form". 2. Request for payment for stored materials MUST be accompanied by a paid invoice. 3. Maintenance of Traffic Plan to be prepared by an individual that is FDOT certified to prepare Maintenance of Traffic Plans. At minimum, one (1) lane of traffic must be open at any given time with the appropriate lane closure measures in place per FDOT Index 600 series. Two (2) lanes of traffic are expected to be opened for the majority of the construction schedule. 4. The 120" steel pipe will meet the FDOT Spec 943 (8 gauge 5"x1" or 3"x1" corrugated). 5. Construction activities over Florida Gas Transmission line must adhere to Florida Gas Transmission standards which can be received from Joseph Sanchez (407) 838-7171 or Russell Maclees (772) 216-7612. Attachments: Itemized Cost Proposal Pre -Solicitation Conference Minutes Pre -Solicitation Conference Sign -In Sheet IRFWCD Permit # 17-33 FAPublic Works\ENGINEERING DIVISION PROJECTS\1737 74th Ave and 1st SW Culvert Replacement\1-Admin\Bld Documents\Addendums\1737 Addendum 20180116 v2.docx Bid Number 2018024 Addendum No. 1 Page 2 of 2 *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package ************ Company Name JOHNSON-DAVI§,INC. Name: Scott J. Johnson (Type / Printed) Authorized Signature: Telephone: 561-588-1170 Title: President Date: Email: sjohnson@johnsondavis.com JOHNSON-DAVIS INC. CRITERIA 6- REFERENCES a)I E m z c a� GI L E N ,{3� it N w O +L-' t (n CL U E O W � a wtko c o a� � C_ m C N OO C Q Y M 41M E c a a Q a > Y O u N Q C C E m m m C N IA La 0 E 0 c i aU ei N ei N a--1 N 'C w C d E v O L d _E C 7 6. u V L cbO t O OL d L u j u c y U m (UUJ N � O o CD ^ t0 c m o A y O o V� .1 si 2 U a M m m a u 3 � j l0 �--' _ m E c U J 5 O d x r O N^ L� �' y N E ^ - 0 O Eto o a� �; 3 P c. z r5 Ln 9 u c E v ; to 0 R E D m u O � C c t u U O m LL u L 0 01 NC o O t;y CF mo , W _ s C a C C tf U o z 13 a u c ; to C D u O � C c t u U O u ; E D u o c u U u 0 01 LC H to V O t;y E a; U o c t m3 ' o 4Lj bD M 4- H L C Mo M 00 Z' E 3 0 N ?� GJ dC n 01 m a s N a y- o0 N Lo0 rn tD N t' m J_- to !� o a, m 1] A •� to V O C 00 Z 000 y; N t0 t�D N N Z Ln O 5 o a. m two M N O -vi ttDD ++ Ln CL N HCL N N LD