Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-320
RESOLUTION NO. R25-320 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, AWARDING INVITATION TO BID NO. 25-093B FOR 3 THE I-95 AND BOYNTON BEACH BOULEVARD INTERCHANGE UTILITY 4 RELOCATION PROJECT TO JOHNSON-DAVIS, INC., AND APPROVING 5 AN AGREEMENT BETWEEN THE CITY AND JOHNSON-DAVIS, INC., IN 6 THE AMOUNT OF $2,140,275, WITH AN ADDITIONAL 10% 7 CONTINGENCY IN THE AMOUNT OF $214,027.50 FOR UNFORESEEN 8 FIELD CONDITIONS, FOR A TOTAL NOT-TO-EXCEED AMOUNT OF 9 $2,354,302.50; AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, the Florida Department of Transportation ("FDOT") has begun construction on 12 Project No.435804-1-52-01, focusing on improvements to the I-95 and Boynton Beach Boulevard 13 interchange; and 14 WHEREAS, in order to accommodate FDOT's design within the interchange right-of-way, 15 the City is required to relocate or adjust its utilities at several locations where conflicts have been 16 identified; and 17 WHEREAS, the original Utility Work Agreement ("UWA") for the SR-9/I-95 at SR-804 18 (Boynton Beach Boulevard) Interchange Project (FDOT Project FPID 435804-1-56-03) was 19 executed by FDOT and the City on November 19, 2024, and approved by Resolution No. R24-284, 20 with a Supplemental Utility Work Agreement now scheduled for consideration by the City 21 Commission under proposed Resolution No. R25-292; and 22 WHEREAS, on October 1, 2025, the Procurement Division issued Invitation to Bid ("ITB") 23 No. 25-039B for the I-95 and Boynton Beach Boulevard Interchange Utility Relocation Project (the 24 "Project"); and 25 WHEREAS, Johnson-Davis, LLC ("Contractor") responded to the ITB by submitting its Bid 26 (the "Bid"); and 27 WHEREAS, the City has selected the Contractor to perform construction services related 28 to the Project, which includes the necessary relocation and adjustment of several critical City- 29 owned water mains, gravity sewer mains, and sanitary force mains, combined with planned 30 intermittent shutdowns of municipal lift stations; and 31 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 32 best interests of the City's citizens and residents to award ITB No. 25-039B for the Project to the RESOLUTION NO. R25-320 33 Contractor, and approve an Agreement between the City and Contractor in the amount of 34 $2,140,275, plus a 10% contingency $214,027.50 for unforeseen field conditions, for a total not- 35 to-exceed amount of $2,354,302.50. 36 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 37 BEACH, FLORIDA, THAT: 38 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 39 being true and correct and are hereby made a specific part of this Resolution upon adoption. 40 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 41 award ITB No. 25-039B for the I-95 and Boynton Beach Boulevard Interchange Utility Relocation 42 Project to Johnson-Davis, Inc. 43 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 44 approve an Agreement between the City and Johnson-Davis, Inc. for ITB No. 25-039B for the I-95 45 and Boynton Beach Boulevard Interchange Utility Relocation Project in the amount of $2,140,275, 46 plus a 10% contingency $214,027.50 for unforeseen field conditions, for a total not-to-exceed 47 amount of $2,354,302.50 (the "Agreement"), in form and substance similar to that attached as 48 Exhibit A. 499 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 50 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 51 ancillary documents required under the Agreement or necessary to accomplish the purposes of 52 the Agreement, including any term extensions as provided in the Agreement, provided such 53 documents do not modify the financial terms or material terms. 54 SECTION 5. The City Clerk shall retain the fully executed Agreement as a public record 55 of the City. A copy of the fully executed Agreement shall be provided to Rhonda Kaplan to forward 56 to the Contractor. 57 SECTION 6. This Resolution shall take effect in accordance with the law. 58 59 [SIGNATURES ON THE FOLLOWING PAGE] 60 RESOLUTION NO. R25-320 61 PASSED AND ADOPTED this day of 4 Q.C erne 2025. 62 CITY OF BOYNTON BEACH, FLORIDA 63 YES NO 64 Mayor- Rebecca Shelton ✓ 65 66 Vice Mayor-Woodrow L. Hay ✓ 67 68 Commissioner-Angela Cruz 69 70 Commissioner-Thomas Turkin ✓ 71 72 Commissioner-Aimee Kelley 73 74 VOTE 5 -0 75 ATTEST: 76 77 Iw1n; .. 7,014:2.- 78 aylee De Jes;s, MPA, M Rebecca Shelton 7 City Clerk FB0YN7' Mayor 80 ` ;• GORPp�'9T•/// ��1 81 �i �'.�• S A `� ��1/ APPROVED AS TO FORM: 82 (Corporate Seal) •MNCoRp; L ._ 83e. 1920 TfiO: 84 1 �M 85 ‘'‘. RIDA. Shawna G. Lamb 86 City Attorney • City of Boynton Beach Purchasing Division AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND JOHNSON-DAVIS, INC. FOR 1-95 & BOYNTON BEACH BLVD. INTERCHANGE UTILITY RELOCATION PROJECT This Construction Contract (the "Agreement") is entered into by and between the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter referred to as "City," and Johnson-Davis, Inc, a corporation authorized to do business in the State of Florida, with a business address of 604 Hillbrath Drive, Lantana, FL 33462, hereinafter referred to as the "Contractor," (each a "Party" and collectively the "Parties"). WHEREAS, the City's Utilities Department is undertaking the relocation, adjustment, and/or protection of existing water and wastewater utility infrastructure to support and FDOT interchange improvement project; and WHEREAS, the City's Utilities Department has developed specifications to seek qualified contractors for an interchange utility improvement project; and WHEREAS, on October 1, 2025, the Purchasing Division issued an Invitation to Bid (the "ITB") No. 25-093B for the 1-95 & Boynton Beach Blvd. Interchange Utility Relocation Project (the "Project"); and WHEREAS, Contractor responded to the ITB by submitting its Bid dated November 4, 2025 (the "Bid"); and WHEREAS, the City has selected the Contractor to perform construction services related to the Project; and, WHEREAS, at its meeting of , by Resolution No. the City Commission approved this award to the Contractor and authorized the proper City officials to execute this Agreement. NOW, THEREFORE, City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. SCOPE OF WORK. The Contractor shall furnish all construction services necessary for the complete and proper construction of the Project, if not expressly indicated or called for in the Contract Documents (as defined in Article 10 below), and includes all labor, equipment, machinery, tools, materials, manufactured articles, supplies, documents, permits, traffic control, transportation, security, and other services and incidentals, including fuel, power, light, water, sanitary facilities, temporary facilities, and essential communications, and the costs of bonds, insurance, permitting, taxes warranties, general conditions, overhead and miscellaneous costs or expenses, necessary to construct the Project as described in the ITB and shown in the Contract Drawings and described in the technical specifications for the Project, and to fulfill Contractor's obligations under this 25-093B1-95&Boynton Beach Blvd Interchange Unity Relocation 1 v o. w City of Boynton Beach .., Purchasing Division Agreement as described in the Scope of Work detailed in the ITB (collectively the "Project" or the "Work"). Article 2. CONSULTANT. Shall mean CDM Smith, Inc., who has designed the Project and will assume all duties and responsibilities and will have the rights and authority assigned to the Consultant in connection with the completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME, TERMINATION, LIQUIDATED DAMAGES. 3.1 Contract Time. Time is of the essence for this Agreement. The Contractor shall proceed with the Work and conform to the Project Schedule attached as Exhibit A. Work shall commence on the date Notice to Proceed is issued by the City and be fully completed in accordance with the General Conditions, with such extensions of time as are provided in the General Conditions (the "Contract Time"). The Work will be substantially completed within Six Hundred Eighty-Six(686)calendar days from the issuance of Notice to Proceed when the Contract Time commences to run as provided in Paragraph 2.3 of the General Conditions and completed and ready for final inspection and payment in accordance with Paragraph 14.9 of the General Conditions within Seven Hundred Sixteen (716) calendar days from the date of Substantial Completion (the "Contract Time"). 3.2 Termination for Convenience. This Agreement may be terminated in whole or in part by City for convenience, without cause, upon providing seven (7) business days' written notice to Contractor for such termination in accordance with Paragraph 15.3 of the General Conditions. Upon such termination, the Contract Price earned to the date of termination shall be paid to the Contractor, but the Contractor waives any claim for damages, including loss of profits, arising out of or related to the early termination. Contractor may not recover overhead or profit for Work not performed. Those Agreement provisions that, by their nature, survive final payment shall remain in full force and effect. 3.3 Termination for Cause. In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained or as set forth in Paragraph 15.2 of the General Conditions, if such neglect or failure shall continue for thirty(30)days after receipt by Contractor of written notice of such neglect or failure. If Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify City against loss pertaining to this termination. If the City terminates this Agreement for cause, the Contractor shall not be relieved from any of its obligations under the Contract Documents and shall not be entitled to receive any further payment until the City's costs to complete the Work are determined. In no event shall the Contractor receive any payment for Work finished by the City. The City shall determine its costs incurred in completing the Work, including fees and charges to contractors, fees of engineers/architects, attorney and other professional fees, court costs, and other damages incurred by the City. The City shall not be required to obtain the lowest price for the Work to be performed, but the costs paid by the City must be reasonable. If the Contract Price exceeds the City's costs to finish the Work, the City shall retain the excess. If the City's costs exceed the unpaid balance, the Contractor shall 25-093B1-958 Boynton Beach Blvd Interchange Utility Relocation 2 S City of Boynton Beach °'. Purchasing Division pay the difference to the City. This obligation for payment shall survive the termination of this Agreement and final payment. If the Contractor's Surety is directed or agrees to complete the Work, all payments due after termination shall be made to the Surety until the Work is complete and/or the Contract price has been expended. The Surety shall then be responsible for all of the obligations and duties of the Contractor under the Contract Documents and shall be bound by the conditions of the Contract Documents, this Agreement, and the Bond to fulfill all obligations of the Contract Documents for the Contract Price in effect as of termination. The Surety may not assign those obligations without the City's written consent. The Surety shall be responsible for paying all costs relating to the Contractor's termination. Contractor and its Surety shall be jointly and severally liable for all costs over the Contract Price for completion of the Work and Liquidated Damages. If, upon termination for cause, it is determined that the Contractor was not in default, the rights and obligations of the Parties shall be as if the notice of termination had been issued for the City's convenience. 3.4 Contractor Obligations Upon Termination. Upon receipt of written notice from City of termination, Contractor shall: (i) cease operations as directed by City in the notice; (ii)take actions necessary, or that City may direct for the protection and preservation of the Work; (iii)except for Work directed to be performed before the effective date of termination stated in the notice, and if directed by City, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders; and (iv) turn over all marked up Construction Drawings and record set documents showing progress to date. The City may assume and become liable at its sole discretion for obligations, commitments, and unsettled contractual claims that the Contractor has previously undertaken or incurred in good faith in connection with said project. City shall reimburse Contractor for any unpaid and earned project cost as of the termination date, less damages or setoffs applicable under the Contract Documents. The Contractor shall, as a condition of receiving the payments referred to herein, execute and deliver all such papers and take all such steps, including the legal assignment of its contractual rights, as the City may require for fully vesting in it the rights and benefits of the Contractor under such obligations or commitments. 3.5 Liquidated Damages. The City and Contractor recognize and acknowledge that time is of the essence for the Contractor's performance of this Agreement and that the City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The Contractor shall pay the City One Thousand Eight Hundred Dollars and Zero Cents Dollars ($1,800.00) per calendar day for each day or part of a day after scheduled substantial completion, as specified in Paragraph 3.1, that Substantial Completion is not achieved until the Work is substantially complete. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by the City, Contractor shall pay City Four Hundred Fifty Dollars and Zero Cents ($450.00) per calendar day for each day or part of a day that final completion is not achieved after the time specified in Paragraph 3.1 for final completion and readiness for final payment. 25093B I-95 8 Boynton Beach Blvd Interchange Utility Relocation 3 r 1 City of Boynton Beach Purchasing Division (the "Liquidated Damages"). The Contractor further acknowledges that the City is entitled to deduct any Liquidated Damages to which the City is entitled from the final payment to the Contractor. If the amount of Liquidated Damages due to the City exceeds the final payment amount, the Contractor shall pay the difference to the City. This obligation for payment shall survive the expiration or termination of this Agreement and final payment. The City does not waive any rights or other remedies under this Agreement by collecting Liquidated Damages. Liquidated Damages will continue to be charged in the event of the Contractor's default and continuation of the Work by City or Surety. The Parties agree that the amounts established in this section are not penalties but are Liquidated Damages to the City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated Damages are hereby fixed and agreed upon between the Parties based on (1) mutual recognition of the impossibility of precisely ascertaining the amount of damages that the City will sustain as a consequence of the Contractor's failure to obtain Substantial Completion, Final Completion, or both timely; and (2) both Parties' desire to obviate any question or dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to achieve Substantial Completion, Final Completion, or both, on time. These Liquidated Damages shall apply separately to each portion of the Project for which a deadline for Substantial Completion, Final Completion, or both is given. Liquidated Damages do not address costs incurred by the City or Consultant in having the Consultant administer the construction of the Project beyond the deadlines for Substantial Completion, Final Completion, or both. The Contractor is separately responsible to the City for the actual costs referenced above, pursuant to Article 13. Article 4. CONTRACT PRICE. The City agrees to pay the Contractor for the completion of all Work and the Project, and the Contractor will accept, as full compensation for the completion of the Work, a total sum as follows: Based on the Contract Price(s) shown in the Bid Form submitted to the City as may have been subsequently negotiated and as stated herein, a copy of such Bid Form attached hereto as Exhibit B, the aggregate amount of this Agreement (obtained from either the lump sum price, the application of unit prices to the quantities shown in the Bid Form or the combination of both) not to exceed: Two Million One Hundred Forty Thousand Two Hundred Seventy-Five Dollars and Zero Cents ($2,140,275.00) (the "Contract Price"), subject only to adjustment as provided in the General Conditions. Contingency Funds. All contingency sums are the City's contingency and remain the City's property until the expense is approved. The Contract Price shall not include any contingency amounts. If this Agreement or schedule of bid prices includes an agreed sum as a contingency, such amount is identified solely for budget purposes and remains the City's funds. The City may approve the use of contingency funds only to defray expenses due to unforeseen conditions, extra work, and circumstances relating to construction, unless otherwise agreed. Such contingency funds are not for use by the Contractor to cover shortfalls in the Contractor's bid amount, nor for use by the City to increase the scope of work. 25-093B 1-95 d Boynton Beacn&vd Interchange Utdbty Re+owlwn 4 • 'i re .. r City of Boynton Beach Purchasing Division Contractor shall obtain prior written approval from the City before the expenditure of contingency funds, and Contractor will be required to furnish documentation evidencing expenditures charged to contingency and/or allowances before the release of such funds by the City. All uncommitted contingency funds remain the funds of the City. Contingency. City and Contractor agree that the Project budget shall include City's contingency, which shall be utilized as outlined above. The Contingency shall be 10% or $214,027.50 to account for any unforeseen conditions only approved by the City Manager. Article 5. PAYMENT PROCEDURES. The Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. The City will process Applications for Payment as provided in the General Conditions. 5.1 Progress Payments. A. The Contractor may submit an Application for Payment as recommended by the Consultant for Work completed at intervals of no more than once a month. All progress payments will be based on the progress of Work measured by the schedule of values established in Paragraph 2.9.1 of the General Conditions and, in the case of Unit Price Work, based on the number of units completed or, in the event there is no schedule of values, as provided in the General Requirements. The Schedule of Values must be reviewed and approved by the City before the first Application for Payment is submitted B. Before Substantial Completion, progress payments will be made in an amount equal to 95% of the Work completed, but, in each case, less the aggregate of payments previously made and less such amounts as the Consultant shall determine, or the City may withhold, in accordance with Paragraph 14.5 of the General Conditions. C. Contractor shall submit with each Application for Payment, an updated progress schedule acceptable to the City and a Warranty of Title/Release of Liens relative to the Work that is the subject of the Application. Each Application for Payment shall be submitted to the City for approval. The City shall pay the Contractor within thirty (30) calendar days after approval by the City of the Contractor's Application for Payment and submission of an acceptable updated progress schedule. 5.2 Withheld Payments. The City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss if: a. Defective Work or material is not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor. c. The Contractor fails to properly pay subcontractors for materials or labor or vendors and manufacturers for equipment, supplies, and materials. d. Damage to the City or another Contractor that remains unresolved. e. Reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Price. f. Reasonable evidence that the Work cannot be completed within the schedule. g. Repeated failures to carry out the Work in accordance with the Contract 25-0938 I-95 8 Boynton Beach Blvd.Interchange Utility Relocation 5 fe): City of Boynton Beach ' Purchasing Division Documents. h. The Contractor is in default of any condition of this Agreement. i. The Contractor fails to submit information required by this Agreement. j. Lapse of Contractor's insurance coverage. k. Claims filed or reasonable evidence indicating public filing of claims by the City or third parties against the Contractor. I. The City has the right to claim Liquidated Damages or costs incurred by the City for extended construction administration. m. Failure of Contractor to provide any document(s) required by the Contract Documents. When the above grounds are removed or resolved, or the Contractor provides a Performance Bond, Surety Bond, or consent of Surety satisfactory to the City, which will protect the City in the amount withheld, payment may be made in whole or in part. 5.3 Retainage. All retainage shall be withheld in accordance with Florida law, including but not limited to Sections 255.077 and 255.078, Fla. Stat. The City shall withhold retainage of five percent (5%) of all monies earned by the Contractor from each progress payment paid to the Contractor until Final Completion of the Work (defined as that point at which the Contractor has performed one hundred percent(100%)of the Work)has been reached and acceptance by City. Within 30 calendar days after reaching the earlier of substantial completion or beneficial occupancy, the City and the Contractor will inspect the Work and develop a punch list covering those items required to render complete, satisfactory, and acceptable Work. The punch list will include a schedule of values that provides the estimated cost to complete each item on the punch list. If the City and Contractor cannot agree on an item or value, the City has final discretion on whether to include an item and the amount for valuation of the cost to complete each item on the punch list. Within twenty (20) business days after the creation of the final punch list, the City shall pay the Contractor the remaining contract balance, including any retainage, less one hundred fifty percent(150%)of the amount listed in the final punch as the cost to complete the punch list items. Upon final acceptance for an item or all items, the 150 percent withheld for each item will be released with the final payment. For projects valued at $10 million or more, the 30 calendar days may be extended to 45 calendar days. If the City has grounds under Florida law to continue to retain all or a portion of the requested retainage, the City may continue to hold all retainage. If the Work is not on schedule when the request for payment of retainage is submitted, the City may continue to hold all retainage and charge the Contractor all applicable Liquidated Damages authorized by Article 3 above. 5.4 Final Payment. Upon completion of all requirements for substantial completion and final completion and acceptance of the Work in accordance with Paragraph 14.10 of the General Conditions, the City shall pay the remainder of the Contract Price and release any retainage, as recommended by the Consultant as provided in Paragraph 14.10. The Contractor acknowledges that final payment shall not be made until the City receives a consent of Surety. Additionally, before final payment, the Contractor shall submit a final waiver and release of lien, as well as final releases from all suppliers and subcontractors who worked on the Project. The making and acceptance of the final payment shall 25-09381-95&Boynton Beach&vo interchange lit ty Relo:alae City of Boynton Beach Purchasing Division constitute a waiver and release of all claims by the Contractor, except those previously made in writing and still unsettled. If the Contractor fails to submit all documents required for final payment within one (1) year after final completion, any amounts owed as final payment shall be forfeited. The City shall provide written notice to the Contractor at least sixty (60)days before forfeiture. Forfeiture will not apply to documents that are the subject of existing claims or pending legal proceedings. 5.5 Local Government Prompt Payment Act. All payments shall be governed by the Local Government Prompt Payment Act, as outlined in Part VII, Chapter 218, Fla. Stat. 5.6 Payment Where Public Construction Bond Required. If this Agreement requires the Contractor to provide a Public Construction Bond of Performance and Payment Bonds, no payment shall be made by the City to the Contractor until the Contractor has provided the City with a certified copy of the Bond(s) evidencing that said Bond(s) have been recorded with the Clerk of the Courts in the Public Records of Palm Beach County, in accordance with Section 255.05, Fla. Stat. Article 6. BONDS. The Contractor shall provide bonds in accordance with Article 5 of the General Conditions. 6.1 Performance Bond. In accordance with the provisions of Section 255.05, Fla. Stat., and as required by the Contract Documents, the Contractor shall provide, on forms furnished by the City, a Public Construction Bond in an amount not less than the total Contract Price by a Surety Company acceptable to City. The Bond shall guarantee the Contractor's performance and payments to all claimants, as defined in Section 255.05(1), Fla. Stat., supplying the Contractor with labor, materials, or supplies used directly or indirectly in the Work provided for in this Agreement. The Bond shall incorporate by reference the terms of the Contract Documents in its entirety. Moreover, the Contractor agrees that the following language shall be expressly included within the language of its Bond: "The Surety expressly agrees to be bound by all terms and conditions related to Liquidated Damages, delay and time, or impact-related damages. The Surety shall be bound by the warranty or warranties contained in the Contract Documents and shall be responsible for any and all warranty obligations or damages resulting from latent defects or deficiencies in the Work performed under this Agreement. The Surety waives all rights against the City and its agents and employees for damages or other causes of loss by the Surety's performance of its obligations under this Bond, including claims by Surety against the City for costs it asserts were not warranted by the Contract Documents, excluding only such rights as the Surety shall have to proceeds of such insurance held by City as fiduciary." 6.2 Performance Bond and Payment Bond. Alternatively, the City may accept a Performance Bond and a Payment Bond, each in the amount not less than the total Contract Price, by a Surety acceptable to the City, on a form furnished by, or acceptable to, the City, instead of the Public Construction Bond. 6.3 Recording of Bond. Within ten days after receipt of the fully executed contract, the Contractor shall record its Bond(s)in the public records of Palm Beach County and provide 254:09381-95&Boynton Beath Blvd interchange Ut hty Relocation 7 AAA d City of Boynton Beach Purchasing Division a certified copy of the recorded Bond to the City in accordance with Section 255.05, Fla. Stat. 6.4 Surety. To be acceptable to the City, a Surety Company shall comply with the following provisions: (1) The Surety Company shall have a currently valid Certificate of Authority, issued by the State of Florida Department of Insurance, authorizing it to write surety bonds in the State of Florida. (2) The Surety Company shall have a valid Certificate of Authority issued by the United States Department of Treasury under Sections 9304 to 9308 of Title 31 of the United States Code. (3) The Surety Company shall be in full compliance with the provisions of the Florida Insurance Code. (4) The Surety Company shall have at least twice the minimum surplus and capital required by the Florida Insurance Code when the Contractor submits its Bid. (5) The Surety Company shall have at least the ratings of A-/Class V. (6) The Surety Company shall not expose itself to any loss on any one risk in an amount exceeding ten percent (10%) of its surplus to policyholders. Article 7. CONTRACTOR GUARANTEE. For one (1) year after the date of Final Completion of the complete Work (and not from final completion of component parts of the Work) or for such longer periods as may be set forth with respect to specific warranties contained in the specifications (the "Warranty Period"), Contractor warrants to City that the Work will conform to the requirements of the Contract Documents and will be free from defects and fit for the purpose for which they were intended. Work, materials, or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by or under the Contractor, improper or insufficient maintenance by the City, improper operation by the City, or normal wear and tear and regular usage. Warranty by Contractor shall not be construed as a waiver by City of any other contract or legal remedy. Article 8. CHANGE ORDER. Except as otherwise provided in the General Conditions, this Agreement shall only be modified by a written Change Order executed by the Contractor and City. Commencing Work without a written Change Order or Change Directive executed by the City before the commencement of Work waives any claim by the Contractor to an adjustment to the Contract Price and the Contract Time related to such Work. It is expressly and specifically agreed that any and all claims for changes to the Contract Time due to delay shall be waived if not submitted in strict accordance with the requirements of the General Conditions. The Contractor waives all of its rights, including, but not limited to, claims for Contract Time and Contract Price adjustments if the Contractor fails to strictly comply with the requirements of the General Conditions. Article 9. CONTRACTOR'S UNDERSTANDING. 25-09381-95&Boynton Beady Btvi Interchange Ui ty Relocation f+ City of Boynton Beach ''a«0. Purchasing Division It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the Work, the conformation of the ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the Work, and the general and local conditions. Execution of this Agreement by the Contractor is a representation that the Contractor has visited the site, reviewed any design criteria furnished by the City, become generally familiar with local conditions under which the Work is to be performed, and correlated personal observations with requirements of the Contract Documents. The Contractor deems its inspection of the site and review of information furnished by the City to be an adequate investigation. The Contractor represents that the plans and specifications are consistent, practical, feasible, and constructible within the scheduled construction time. The Contractor affirmatively covenants that the Contractor has observed no defects or discrepancies in the plans, specifications, or site and that if, during construction, any discrepancies, defects, etc., are discovered by or made known to the Contractor, the Contractor shall immediately communicate the same to the City. Article 10. CONTRACT DOCUMENTS. The term "Contract Documents" shall include all the terms and conditions and Project requirements contained in this Agreement, the Invitation to Bid, and the following documents, all of which, taken together, are incorporated herein and form the Contract Documents. The Contract Documents constitute the entire agreement between the Contractor and City and supersedes all prior verbal and written agreements, understandings, negotiations, and discussions between the Parties. The terms and conditions of any Invitation to Bid issued regarding the Project and Work is incorporated herein and made a part of this Agreement. No verbal agreement or conversation with any City officer, agent, or employee before or after execution of this Agreement shall affect or modify any of the terms or obligations contained in any of the documents comprising this Agreement. For convenience, not all of the Contract Documents may be attached to this Agreement, but they make up the Contract Documents, regardless of whether they are attached. 10.1 Contract 10.2 Insurance Advisory 10.3 General Conditions of Construction 10.4 Invitation to Bid 10.5 Instructions to Proposers / Bidders 10.6 Contractor's Bid (including the Bid, Schedule(s), Submission Requirements of Proposer/ Bidder, and all required certificates, affidavits, and other documentation) 10.7 Special Terms and Conditions 10.8 Specs 1-95 & Boynton Beach Blvd Utility Relocation — IFB — 2025.09.12 10.9 Utility Relocation Plans — Revised 10.20 10.10 Contractor's Bid Bond, Performance, and Payment Bond The Contract Documents are complementary, and wherever possible, the provisions of the documents shall be construed to avoid conflicts between the provisions of the various documents. In the event of a conflict, the more specific or more recent document shall control, generally in the order provided above. 25-093B I-95 8 Boynton Beach Blvd Interchange Utility Relocation 9 'r City of Boynton Beach Purchasing Division Article 11. NOTICE. All notices required in this Agreement shall be sent by certified mail, return receipt requested, and if sent to the City, shall be mailed to: Daniel Dugger, City Manager City of Boynton Beach 100 East Ocean Ave Boynton Beach, FL 33435 Telephone No. (561) 742-6000 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 / Facsimile: (561) 742-6090 If sent to the Contractor, it shall be mailed to: Chad Rawlinson, Project Manager 9 Johnson-Davis, Inc. 604 Hillbrath Drive Lantana, Florida 33462 Telephone No. (561) 275-7953 Cellphone No. (561) 356-2649 Email: crawlinson(a�johnsondavis.com Article 12. INDEMNIFICATION. Contractor shall indemnify and hold harmless the City, its commissioners, officers, employees and agents ("Indemnified Parties"), from and against any and all claims, obligations, liability, expenses, losses, and causes of action, including attorneys' fees and costs, to the extent the same are caused by: (i) an act, negligence, recklessness or intentional wrongful misconduct of Contractor or its subcontractors, or the officers, employees or agents of either, while engaged in or about the performance of the Work; or while in or about the project site or premises; (ii) arising from accident or any injury to Contractor or its subcontractors while engaged in or about the performance of the Work, or while in or about the project site or premises, not caused by act of the Indemnified Parties or other contractors of City; (iii) arising out of the violation of federal, state, county, or municipal laws, ordinances, or regulations by Contractor or its subcontractor; or (iv) arising from liens or claims for services rendered for labor or materials furnished in or for the performance of the Work. The extent of the Contractor's indemnification shall be limited to one and one-half(1 1/2) times the Contract Price or One Million Dollars ($1,000,000) per occurrence, whichever is greater. This paragraph shall not be construed to require the Contractor to indemnify the Indemnified Parties for such Indemnified Parties' own negligence or intentional acts. Nothing in this paragraph shall be construed as a contractual waiver by the City of the protections and limits of sovereign immunity under Section 768.28, Fla. Stat., nor a waiver of any defense the City may have and shall not be construed as consent to be sued by third parties based on any claims arising under this Agreement. Contractor and City agree that any liability of the City under this 25-093B 1-95&Boynton Beach Blvd Interchange Utility Relocation 10 City of Boynton Beach Purchasing Division Article 13. REIMBURSEMENT OF CONSULTANT EXPENSES. Should the completion of this Agreement be delayed beyond the specified or adjusted time limit, separate and apart from the Liquidated Damages stated in Section 3.5, the Contractor shall also reimburse the City for all expenses of consulting and inspection incurred by the City during the period between said specified or adjusted time and the actual date of final completion. All such expenses for consulting and inspection incurred by the City will be charged to the Contractor and deducted from payments due to the Contractor as provided by this Agreement. Said expenses shall be further defined as Consultant charges associated with the construction contract administration, including resident project representative costs. City may, but is not obligated to, deduct such costs from the monies due the Contractor for performance of Work under this Agreement using unilateral credit Change Orders issued by City as costs are incurred by the Consultant and agreed to by City. Article 14. FLORIDA'S PUBLIC RECORDS LAW. The City is a public agency subject to Chapter 119, Fla. Stat. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: a. Keep and maintain public records required by the City to perform the service; b. Upon request from the City's custodian of public records, provide the City 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, Fla. Stat., or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the Contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and, d. Upon completion of the Contract, the Contractor shall transfer to the City all public records in the Contractor's possession at no cost to the City. All records stored electronically by the Contractor must be provided to the City, upon request from the City's custodian of public records, in a format compatible with the City's information technology systems. e. 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 AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA 33435 561-742-606 CityClerk(a�bbfl.US Article 15. E-VERIFY. 25-093B I.95&Boynton Beech Rvd Interchange Uhhty Relocation1 City of Boynton Beach Purchasing Division The Contractor shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including registering and using the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat., shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the termination date. If this Agreement is terminated for the Contractor's violation of the statute, the Contractor may not be awarded a public contract for one (1) year after the termination date. Article 16. REPRESENTATIONS OF CONTRACTOR. 16.1 Authority. The Contractor represents and warrants that this Agreement constitutes the legal, valid, binding, and enforceable obligation of the Contractor and that neither the execution nor performance of this Agreement constitutes a breach of any agreement that the Contractor has with any third party or violates applicable law. The Contractor further represents and warrants that execution of this Agreement is within the Contractor's legal powers, and each individual executing this Agreement on behalf of the Contractor is duly authorized by all necessary and appropriate action to do so on behalf of the Contractor and does so with full legal authority. The Contractor, by execution of this Agreement, binds itself, its partners, successors, assigns, and legal representatives to all covenants, agreements, and obligations contained in this Agreement. 16.2 Duly Licensed. The Contractor represents that it is duly licensed to perform the services under this Agreement and will continue to maintain all licenses and approvals required to conduct its business. 16.3 Compliance with Laws. The Contractor shall comply with all applicable City, State, and Federal laws relating to the scope of work under this Agreement, now or hereafter in effect. It shall not be grounds for a change order that the Contractor failed to investigate the codes and regulations of all applicable government agencies with jurisdiction over the Work. 16.4 Lobbying Certification. The Contractor certifies to the best of its knowledge and belief that no funds or other resources received from the state in connection with this Agreement will be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. 16.5 Non-Collusion. In accordance with Section 838.22, Fla. Stat., the Contractor certifies that it has not entered into any agreement to commit a fraudulent, deceitful, unlawful, or wrongful act or any act which may result in an unfair advantage over other bidders or contractors. 16.6 Non-Discrimination. In performing under this Agreement, the Contractor shall not discriminate against any person because of race, color, religion, sex, gender identity or expression, genetic information, national origin, age, disability, familial status, marital status, or sexual orientation. Contractor or its subcontractor shall not unlawfully discriminate (as proscribed by federal, state, county, city, and any other local law) against any employee, city employee working with Contractor or its subcontractor, or applicant for employment with such Contractor or subcontractor based on that person's race, color, religion, sex, gender identity or expression, genetic information, national origin, age, disability, familial status, marital status, or sexual orientation, or association with members of such protected classes. The Contractor and its subcontractor(s) shall take action to 25-093B 1-95&Boynton Beath Blvd Interchange Utility Relocation 12 City of Boynton Beach Purchasing Division ensure that applicants are not discriminated against and that employees are treated equally during employment. 16.7 Entities of Foreign Concern. The provisions of this section apply only if the Contractor or any subcontractor will have access to an individual's personal identifying information under this Agreement. The Contractor represents and certifies: (i) the Contractor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in the Contractor; and (iii) the Contractor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the Effective Date, the Contractor and any subcontractor that will have access to personal identifying information shall submit to the City executed affidavit(s) under penalty of perjury, in a form approved by the City attesting that the entity does not meet any of the criteria in Section 287.138(2), Fla. Stat. Compliance with the requirements of this section is included in the requirements of a proper invoice for purposes of payment. Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Fla. Stat. 16.8 Anti-Human Trafficking. On or before the Effective Date, the Contractor shall provide the City with an affidavit attesting that the Contractor does not use coercion for labor or services, in accordance with Section 787.06(13), Fla. Stat. 16.9 Public Entity Crime Act. The Contractor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Fla. Stat., and represents that its entry into this Agreement will not violate that Act. The Contractor further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Fla. Stat., and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Contractor has been placed on the convicted vendor list. 16.10 Discriminatory Vendor and Scrutinized Companies Lists; Countries of Concern. Contractor represents that it has not been placed on the "discriminatory vendor list" as provided in Section 287.134, Fla. Stat., and that it is not a "scrutinized company" pursuant to Sections 215.473 or 215.4725, Fla. Stat. Contractor represents and certifies that it is not, and for the duration of this Agreement will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Fla. Stat. Contractor represents that it is, and for the duration of this Agreement will remain, in compliance with Section 286.101, Fla. Stat. 16.11 Federal Labor / Employment Laws. In accordance with Section 255.20, Fla. Stat., the Contractor represents that it has not been found guilty by a court of any violation of federal labor or employment tax laws regarding subjects such as safety, tax withholding, workers' compensation, reemployment assistance or unemployment tax, social security and Medicare tax, wage or hour, or prevailing rate laws within the past 5 years. 16.12 Unauthorized Aliens. The knowing employment by the Contractor or its sub-contractors of any alien not authorized to work by the immigration laws or the Attorney General of the United States is prohibited and shall be a default of this Agreement, which results in unilateral termination. The Contractor further represents that it is not in violation of any 25-093B I-95 8 Boynton Beach Blvd Interchange Utility Relocation 13 •+u. City of Boynton Beach ".° Purchasing Division laws relating to terrorism or money laundering, including Executive Order No. 13224 on Terrorist Financing. 16.13 Safety and Environmental Laws. In performing the Work, the Contractor shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards, applicable environmental laws, and any other applicable rules, regulations, and permits. The Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel throughout the term of this Agreement. Upon request, the Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. 16.14 Contingency Fee. The Contractor represents and warrants that it has not employed or retained any person or entity, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement and that it has not paid or agreed to pay any person or entity, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. If this Agreement is subject to Section 287.055, Fla. Stat., the Parties agree and stipulate that the statutory language stated in Section 287.055(6)(a), Fla. Stat., is deemed included and fully incorporated herein. 16.15 Truth-In-Negotiation Representation. The Contractor's compensation under this Agreement is based upon its representations to the City. The Contractor certifies that the wage rates, factual unit costs, and other information supplied to substantiate the Contractor's compensation, including, without limitation, in the negotiation of this Agreement, are accurate, complete, and current as of the date the Contractor executes this Agreement. In its sole discretion, the Contractor's compensation may be reduced by the City to correct any inaccurate, incomplete, or noncurrent information provided to the City as the basis for the Contractor's compensation in this Agreement. Article 17. LIENS. The Contractor acknowledges that no liens may attach to the subject improvements and property as a public project. Nevertheless, the Contractor agrees to keep the project, the buildings thereon, and the property free of liens for or on account of any work done or materials furnished under this Agreement. In the event any such lien is filed, Contractor shall, within five (5) days after written notice by City, discharge the lien(s) or cause a satisfaction of such lien(s) to be recorded in the Public Records of Palm Beach County, Florida, or post a bond sufficient to release the lien(s) and cause the Clerk of the Circuit Court of Palm Beach County to discharge such lien, as may be appropriate. In the event Contractor fails to discharge or bond the lien(s), City shall have the right, but not the obligation, to discharge or bond the lien(s)and shall have the right to retain out of any payment then due or thereafter to become due to the Contractor, monies sufficient to discharge the amount of such lien(s) and City's costs and reasonable attorneys' fees incurred. Article 18. IRON AND STEEL PRODUCTS. If this Agreement is for a "public works project" as defined in Section 255.0993, Fla. Stat., then any iron or steel product permanently incorporated in the project must be produced in the United States, unless specifically exempted in writing by the City in accordance with Section 255.0993, Fla. Stat. 25-093B1-95&Boynton Beach Btvd Interchange UIIIIty Relocation 14 1". O City of Boynton Beach Purchasing Division Article 19. INSURANCE. During the performance of the Work under this Agreement, the Contractor shall maintain the insurance policies required by the Insurance Advisory in the Contract Documents and the General Conditions and provide originals or certified copies of all policies to the City's Risk Manager. All policies shall be written by an insurance company authorized to do business in Florida. The Contractor shall be required to obtain all applicable insurance coverage before commencing any Work under this Agreement. Article 20. DEFAULT OF CONTRACT & REMEDIES. 20.1 Correction of Work. If in the judgment of the City, Work provided by the Contractor does not conform to the requirements of this Agreement, or if the Work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the Work to bring the Work into conformance without additional cost to City, and/or replace any personnel who fail to perform per the requirements of this Agreement. City shall be the sole judge of non-conformance and the quality of workmanship. 20.2 Default of Contract. The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by the Contractor: 20.2.1 The abandonment of the project by the Contractor for more than seven (7) calendar days. 20.2.2 The abandonment, unnecessary delay, refusal of, or failure to comply with any of the terms of this Agreement, or neglect or refusal to comply with the instructions of the City's designee. 20.2.3 The failure by Contractor to observe or perform any of the terms, covenants, or conditions of this Agreement to be observed or performed by Contractor, where such failure shall continue for seven (7) calendar days after written notice thereof by City to Contractor; provided, however, that if the nature of Contractor's default is such that more than seven (7)calendar days are reasonably required for its cure, then Contractor shall not be deemed to be in default if Contractor commences such cure within said seven (7) calendar day period and thereafter diligently prosecutes such cure to completion. 20.2.4 The assignment and/or transfer of this Agreement or execution or attachment thereon by Contractor or any other party in a manner not expressly permitted hereunder. 20.2.5 The making by the Contractor of any general assignment or general arrangement for the benefit of creditors, or the filing by or against Contractor of a petition to have Contractor adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against Contractor, the same is dismissed within sixty (60) days); or the appointment of a trustee or a receiver to take possession of substantially all of Contractor's assets, or for Contractor's interest in this Agreement, where possession is not restored to Contractor within thirty(30)days; for attachment, execution or other judicial seizure of substantially all of Contractor's assets, or for Contractor's interest in this Agreement, where such seizure is not discharged within thirty (30) days. 25-093B I-95 8 Boynton Beach Blvd Interchange UItlily Relocation 15 City of Boynton Beach Purchasing Division 20.3 Remedies in Default. In case of default by the Contractor, the City shall notify the Contractor, in writing, of such abandonment, delay, refusal, failure, neglect, or default and direct the Contractor to comply with all provisions of the Agreement. A copy of such written notice shall be mailed to the Surety on the Performance Bond. If the abandonment, delay, refusal, failure, neglect, or default is not cured within thirty (30)days of when the City sent notice, the City may declare a default of the Agreement and notify the Contractor of such declaration of default and terminate the Agreement for cause in accordance with Section 3.3 of the Agreement. The Surety on the Performance Bond shall, within ten (10) days of such declaration of default, rectify or cause to be rectified any mismanagement or breach of service in the Agreement and assume the work of the Contractor and proceed to perform services under the Agreement, at its own cost and expense. City shall have all other rights available at law, in equity, or as otherwise described in the General Conditions. Article 21. SOVEREIGN IMMUNITY. Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or Section 768.28, Fla. Stat. Article 22. FORCE MAJEURE. If the performance of this Agreement, or any obligation hereunder, is prevented by reason of hurricane, earthquake, or other casualty caused by nature, epidemic, pandemic, or other public health emergency, or by labor strike, war, or by a law, order, proclamation, regulation, ordinance of any governmental agency (collectively, "Force Majeure Event"), the Party so affected, upon giving prompt notice to the other Party, shall be excused from such performance to the extent of such prevention, provided that the affected Party shall first have taken reasonable steps to avoid and remove such cause of non-performance and shall continue to take reasonable steps to prevent and remove such cause, and shall promptly notify the other Party in writing and resume performance hereunder whenever such causes are removed; provided, however, that if such inability to perform due to the Force Majeure Event exceeds sixty(60)consecutive days, the Party that was not prevented from performance by the Force Majeure Event has the right to terminate this Agreement upon written notice to the other Party. This section shall not supersede or preclude the exercise of any right either Party may otherwise have to terminate this Agreement. Article 23. MATERIALITY AND WAIVER OF BREACH. Each requirement, duty, and obligation outlined in this Agreement was bargained for at arm's length and is agreed to by the Parties. Each requirement, duty, and obligation outlined in this Agreement is substantial and essential to the formation of this Agreement, and each is, therefore, a material term. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach shall not be deemed a waiver of any subsequent breach and shall not be construed as a modification of this Agreement. To be effective, any waiver must be in writing and signed by an authorized signatory of the Party granting the waiver. Article 24. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor concerning the Work provided under this Agreement. Nothing in this Agreement shall be considered to create 25-0938195&Boynton Beach 131,0 Interchange Utility Relocaton 16 City of Boynton Beach Purchasing Division the relationship of employer and employee between the Parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security, or for contributing to the state industrial insurance program, or otherwise assuming the duties of an employer with respect to the Contractor or any employee of the Contractor. The Contractor shall not have the right to bind the City to any obligation not expressly undertaken by the City under this Agreement. Article 25. OWNERSHIP AND USE OF DOCUMENTS. Any and all Construction Drawings produced for the City become the property of the City without additional payment by the City. The Contract Documents, in whole or in part, are to be used by the Contractor only for the Project and the Work and shall not be used by the Contractor for any other purpose without written authorization by the City. This prohibition shall survive the completion or termination of this Agreement. The Contractor may retain copies of Contract Documents for record purposes. For security reasons, building plans, construction drawings, security features, technical details, and specifications of City-owned facilities are not public documents. The Contractor may share these documents with employees and subcontractors as needed to perform the Work; however, the Contractor and its subcontractors shall not release such plans, drawings, and specifications to any other third party without the City's prior written approval. Upon expiration or termination of this Agreement, any and all Construction Drawings and documents shall become the property of the City and shall be delivered by the Contractor to the City within seven (7)days after expiration or termination. Any compensation due to the Contractor may be withheld until all documents are received as provided in this Agreement. Article 26. ATTORNEY'S FEES. If either Party brings suit to enforce the Agreement, each Party shall bear its own attorney's fees, expenses, and court costs through trial and appeal. Article 27. ANTITRUST VIOLATOR VENDORS. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. Article 28. NOTIFICATION. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator 25-0938195 8 Boynton Beach Blvd Inte'change Ut hty Re4ocatron 1 7 City of Boynton Beach Purchasing Division vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. Article 29. WAIVER OF CHAPTER 558, FLORIDA STATUTES. Pursuant to Section 558.005(1), Fla. Stat., the Contractor and City agree to opt out of the requirements of Chapter 558, Fla. Stat. Article 30. SURVIVAL. The Contract Documents and the Contractor's obligation to perform corrective Work survive the final completion of the Work and final payment. Article 31. TERMINATION FOR NON-APPROPRIATION. This Agreement is expressly conditioned upon the availability of funds lawfully appropriated and available for the purposes set out herein, as determined in the sole discretion of the City. If funding for this Agreement is in multiple fiscal years, funds must be appropriated each year before costs are incurred. Nothing in this paragraph shall prevent the making of contracts with a term of more than one year, but any contract so made shall be executory only for the value of the work or services to be rendered or paid for in succeeding fiscal years. If funds to finance this Agreement become unavailable, the City may terminate this Agreement without penalty on the last day of the fiscal period for which funds were legally available. The City shall be the sole and final authority regarding the availability of funds. Article 32. THIRD-PARTY BENEFICIARIES. Neither Contractor nor City intends to primarily or directly benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. Article 33. GOVERNING LAW; JURISDICTION; VENUE; LITIGATION. 33.1 The Contract Documents shall be construed and interpreted, and the rights of the Parties hereto determined, in accordance with Florida law without regard to conflicts of law provisions. 33.2 The Contractor and City submit to the jurisdiction of Florida courts and federal courts located in Florida. The Parties agree that the proper venue for any suit concerning this Agreement shall lie exclusively in Palm Beach County, Florida, or the Federal Southern District of Florida. The Contractor agrees to waive all defenses to any suit filed in Florida based upon improper venue or forum nonconveniens. 33.3 WAIVER OF JURY TRIAL. THE CITY AND CONTRACTOR HEREBY MUTUALLY KNOWINGLY, WILLINGLY, AND VOLUNTARILY WAIVE THE RIGHT TO TRIAL BY JURY. NO PARTY NOR ANY ASSIGNEE, SUCCESSOR, OR LEGAL REPRESENTATIVE OF THE PARTIES (ALL OF WHOM ARE HEREINAFTER REFERRED TO AS THE "PARTIES") SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, PROCEEDING, COUNTERCLAIM, OR ANY OTHER LITIGATION PROCEEDING BASED UPON OR ARISING OUT OF THE CONTRACT DOCUMENTS, OR ANY 25-09381.95 8 Boynton Beach Btva Interchange Ut ty Relocator l8 City of Boynton Beach Purchasing Division COURSE OF ACTION, COURSE OF DEALING, STATEMENTS (WHETHER VERBAL OR WRITTEN) OR ACTIONS RELATING TO THIS AGREEMENT. THE PARTIES ALSO WAIVE ANY RIGHT TO CONSOLIDATE ANY ACTION IN WHICH A JURY TRIAL HAS BEEN WAIVED WITH ANY OTHER ACTION IN WHICH A JURY TRIAL HAS NOT BEEN WAIVED. THE PROVISIONS OF THIS PARAGRAPH HAVE BEEN FULLY NEGOTIATED BY THE PARTIES. THE WAIVER CONTAINED HEREIN IS IRREVOCABLE, CONSTITUTES A KNOWING AND VOLUNTARY WAIVER, AND SHALL BE SUBJECT TO NO EXCEPTION. NEITHER THE CITY NOR THE CONTRACTOR HAS IN ANY WAY AGREED WITH OR REPRESENTED TO THE OTHER OR ANY OTHER PARTY THAT THE PROVISIONS OF THIS PARAGRAPH WILL NOT BE FULLY ENFORCED IN ALL INSTANCES. THIS PARAGRAPH'S PROVISIONS SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. Article 34. CONTROLLING PROVISIONS. Except as otherwise explicitly provided herein, in the event of any conflict between the specific provisions of this Agreement and the requirements or provisions of the ITB and/or Bid, the provisions shall be given precedence in the following order: (1) this Agreement, (2) the ITB; and (3) the Bid. Wherever possible, the provisions of the documents shall be construed in such a manner as to avoid conflicts between the provisions of the various documents. Article 35. REGULATORY CAPACITY. Notwithstanding the fact that the City is a municipal corporation with certain regulatory authority, the City's performance under this Agreement is as a Party to this Agreement and not in its regulatory capacity. If the City exercises its regulatory authority, the exercise of such authority and the enforcement of applicable law shall have occurred under the City's regulatory authority as a governmental body separate and apart from this Agreement and shall not be attributable in any manner to the City as a Party to this Agreement. Article 36. PRIOR AGREEMENTS, AMENDMENTS, ENTIRE AGREEMENT. This Agreement, including the ITB, the Bid, and the Exhibits incorporated into it in their entirety, embodies the entire agreement and understanding of the Parties concerning the subject matter of this Agreement and supersedes all prior and contemporaneous agreements and understandings, oral or written, relating to said subject matter. This Agreement may only be modified by a written amendment duly executed by the authorized representatives of the City and Contractor. Article 37. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. Article 38. ASSIGNMENT. The Contractor shall not assign this Agreement in whole or in part without the written consent of 25-09381-95 E Boynton Beam Blvd tnlerclange Ubtny Relocat'on 19 City of Boynton Beach • Purchasing Division the City, which may be withheld, conditioned, or delayed at the City's sole discretion. The Contractor shall not assign any monies due or to become due to it hereunder without the previous written consent of the City and Contractor's Surety, with the Contractor acknowledging that until the final payment request is approved, the amount of monies due or to become due to Contractor or that may be due from Contractor to City has not been fixed or finally determined. Assigning this Agreement shall not relieve the Contractor or its Surety from any contract obligations. Article 39. NO WAIVER. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of its right or power to enforce such provision or a modification of this Agreement. The failure to assert a breach of a provision of this Agreement shall not be deemed a waiver of such breach or any subsequent breach, nor shall it be construed to be a modification of the terms of this Agreement. Article 40. COUNTERPARTS AND MULTIPLE ORIGINALS. This Agreement may be executed in multiple originals and may be executed in counterparts, whether signed physically or electronically, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. Article 41. EFFECTIVE DATE. This Agreement shall become effective on the date it is executed by the last Party to sign the Agreement(the"Effective Date"). The Effective Date shall be the date of the last signature below." (SIGNATURES ON FOLLOWING PAGE) 25-0938 I-95 b Boynton Beach Blvd Interchange Ut+ity Relocation 20 0. City of Boynton Beach fr Purchasing Division IN WITNESS WHEREOF, the Parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. CITY OF BOYNTON BEACH, FLORIDA JO SON-DAV •, INC. .4.110 Re e a Shelton, Mayor S.!•: ur: , Johns. -Davis, Inc. Q.0 mhQ j a c).15 _ , . Date Prin Name . Aut .rized Official V i -' I. 4 / Ti r! Approved as to Form: //4/-2 G� e ;, Date Shawna G. Lamb, City Attorney (Corporate Seal) Attested/Authenticated: Attes Authe ' ated: t----- _ - - ��• "i,...1 JI A. • (Signa`Fure), Witness=i JA,Maylee DeJe- s, City 6 _Al 24'slc; _SA -77%- (PO.4-&e")..___ :'ONTO/,je‘` Print Name ' k . ?ORArrF•;Fg1, U: p°RASED Z $ .INDOR ' O i 'I 192 : 25-093B I-95 8 Boynton Beath Blvd.Interchange Utility Relocation 21 City of Boynton Beach +''•�•� Purchasing Division CORPORATE ACKNOWLEDGEMENT STATE OF ./ ) COUNTY OF a 4 f act/ ) The foregoing instrument was acknowledged before me by means fiysical presence or c online notarizaf n, this //74 day of /1/41- • , 20) , by 441-1 '0A, ,Y , as f ; 4fof 4+Lc, - �),.. , a " 7--,4 , on t�hatf of the company. They are per Ily known to rrre dr have produced as identification. NOTARY •'��� (Name of Notary Typed, Printed, Stamped) o,*µY PUgc LARISA DITU PELKEY Coffin on#HH 178111 F/ /V2:, /// .}�T Expires January 22,2026 Nsoe gpids ThmBdgclNotarySen'lcos Commission No. FOF Fti 25.09381-95&Boynton Beach Blvd Interchange Utility Relocation 22 City of Boynton Beach Purchasing Division EXHIBIT A PROJECT SCHEDULE The Work will be substantially completed within Six Hundred Eighty-Six (686) calendar days from the issuance of Notice to Proceed when the Contract Time commences to run as provided in Paragraph 2.3 of the General Conditions and completed and ready for final inspection and payment in accordance with Paragraph 14.9 of the General Conditions within Seven Hundred Sixteen (716) calendar days from the date of Substantial Completion. 25-09381-95&Boynton Beach Blvd.Interchange Utility Relocator 23 City of Boynton Beach 4110 Purchasing Division EXHIBIT B CONTRACT PRICE BID FORM 25-093B 1-95 6 Boynton Beach Blvd Interchange Utility Retocat on 24 25-093B - 1-95 & Boynton Beach Blvd. Interchange Utility Relocation Opening Date: October 1, 2025 2:30 PM Closing Date: November 4, 2025 3:00 PM Vendor Details Company Name: Johnson-Davis, Inc. Does your company conduct business under any other name?If No yes, please state: 604 Hlllbrath Dr. Address: Lantana, Florida 33462 Contact: Clark Cryer Email: ccryer@johnsondavis.com Phone: 561-718-4531 HST#: 59-1753888 Submission Details Created On: Thursday October 30,2025 11:17:12 Submitted On: Tuesday November 04,2025 13:14:04 Submitted By: Clark Cryer Email: ccryer@johnsondavis.com Transaction#: 48908162-eb06-4d 1 d-91 cb-f0b73398e 1 cf Submitter's IP Address: 147.243.243.181 Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. *Denotes a "MANDATORY"field Do not enter$0.00 dollars unless you are providing the line item at zero dollars to the Owner(unless otherwise specified). If the line item and/or table is"NON-MANDATORY"and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. INDEMNIFICATION Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Bidder shall be responsible for inspecting, examining, and verifying existing conditions. Bidder is responsible for familiarizing themselves with the nature and extent of the contract documents, the work, the locality, and with all local conditions and regulatory requirements that may, in any manner affect costs, progress,or performance of work. Bidder agrees to furnish all labor, material, tools, qualified supervision, equipment. accessory material, required bonds, insurance, and permits necessary to complete the proper performance of the work described herein. It is the intent of the City to award this to the lowest responsive/responsible Bidder based on the Grand Total Bid Amount. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. This bid will remain subject to acceptance for One Hundred Twenty(120) calendar days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15)calendar days prior to the date of the City's Award. Bidder has familiarized itself with the nature and extent of the contract documents, locality,and all local conditions and laws and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. Bidder has given the City written notice of all conflicts, errors, or discrepancies that it has discovered in the contract documents, and the written resolution thereof by the City is acceptable to Bidder. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization,or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. Bidder will complete the Work for the prices shown in the"Bid Form". Bidder agrees that the Work will be substantially performed and completed in accordance with the schedules established herein. Item No. SC0125 Section Description Quantity Unit Unit Price Total 6 1.11F Indemnification 1 Lump Sum $25.0000 $25.00 Subtotal: $25.00 Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. GENERAL CONDITIONS Please Note: It is the intent of the City to award this bid based on the Total Base Bid for all bid items; however,the City reserves the right to award this bid by lowest total per location or by lowest total per groups of locations,whichever is in the best interest of the City. Line Item SC0125 Section Description Quantity Unit Unit Price' Total 1 1.11B Mobilization/Demobilization, Bonds, 1 LS $85,000.0000 $85,000.00 Insurance, and General Requirements, including utility locates and coordination 2 1.11C Interim Demobilization/Remobilization 8 EA $10,000.0000 $80,000.00 3 1.11D Maintenance of Traffic 1 LS $42,000.0000 $42,000.00 4 1.11E As-built Record Drawings .1 LS $16,500.0000 $16,500.00 5 1.11F Professional Pre- and Post- 1 LS $6,500.0000 $6,500.00 Construction Photographs / Video of Construction Site Subtotal: $230,000.00 GENERAL ITEMS FOR WATER AND SEWER SYSTEMS Please Note: It is the intent of the City to award this bid based on the Total Base Bid for all bid items; however,the City reserves the right to award this bid by lowest total per location or by lowest total per groups of locations, whichever is in the best interest of the City. **Ancillary work required to install the proposed improvements that is not explicitly called out with a pay item shall be considered incidental to the cost of the improvements and included in the bid price including, but not limited to, materials testing, dewatering, flow diversion, demucking,shoring, tree removal, etc. L SC0125 Section Description Quantity Unit Unit Price* Total 7 1.11H Support & Protect Existing Water 340 LF $50.0000 $17,000.00 Main & Force Main Pipeline 8 1.111 Remove Curb 280 LF $20.0000 $5,600.00 9 1.111 Remove Sidewalk 360 SY $25.0000 $9,000.00 10 1.111 Remove Asphalt Pavement 1130 SY $15.0000 $16,950.00 11 1.11J Remove and Replace Asphalt 1260 SY $170.0000 $214,200.00 Pavement Subtotal: $262,750.00 WATER SYSTEMS Please Note: It is the intent of the City to award this bid based on the Total Base Bid for all bid items; however,the City reserves the right to award this bid by lowest total per location or by lowest total per groups of locations,whichever is in the best interest of the City. *Material for water main pipes in Item Nos. 30 to 33 may be bid as either C-900 PVC SDR18 or Ductile Iron Pipe (DIP) Restrained Class 53. **Ancillary work required to install the proposed improvements that is not explicitly called out with a pay item shall be considered incidental to the cost of the improvements and included in the bid price including, but not limited to, materials testing, dewatering,flow diversion, demucking, shoring,tree removal,etc. Line SC0125 Section Description Quantity Unit Unit Price` Total 12 1.11K Fumish and Install 6" Line Stop on 1 EA $10,000.0000 $ 10,000.00 Existing Water Main 13 1.11K Fumish and Install 8" Line Stop on 1 EA $13,500.0000 $ 13,500.00 Existing Water Main 14 1.11K Fumish and Install 10" Line Stop on 3 EA $14,500.0000 $43,500.00 Existing Water Main Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. 15 1.11K Furnish and Install 12" Line Stop on 1 EA $17,500.0000 $ 17,500.00 Existing Water Main 16 1.11K Furnish and Install 16" Line Stop on 2 EA $26,000.0000 $52,000.00 Existing Water Main 17 1.11L Remove Existing 16" Water Main 100 LF $35.0000 $3,500.00 18 1.11L Remove Existing 8" Water Main 50 LF $20.0000 $1,000.00 19 1 11L Remove Existing 6" Water Main 50 LF $15.0000 $750.00 20 1.11L Remove Existing 2" Water Main 100 LF $10.0000 $1,000.00 21 1.11L Remove Existing 12" Steel Casing 40 LF $75.0000 $3,000.00 22 1.11L Remove Existing 16" Steel Casing 20 LF $75.0000 $1,500.00 23 1.11M Abandon in Place and Grout Fill 20 CY $1,000.0000 $20,000.00 Existing Water Main, 6" and 8" 24 1.11N Abandon in Place Existing Water 1 EA $1,000.0000 $1,000.00 Main 8" Valve 25 1.110 Furnish and Install 2" Water Main 100 LF $300.0000 $30,000.00 PE Pipe 26 1.110 Furnish and Install 3" Water Main 20 LF $500.0000 $ 10,000.00 PE Pipe 27 1.110 Furnish and Install 6" Water Main 30 LF $1,400.0000 $42,000.00 DIP 28 1.110 Furnish and Install 10" Water Main 40 LF $1,150.0000 $46,000 00 DIP 29 1.110 Furnish and Install 12" Water Main 40 LF $500.0000 $20,000.00 DIP 30 1.110 Furnish and Install 6" Water Main (C- 110 LF $950.0000 $ 104,500.00 900 PVC SDR18 or DIP Restrained Class 53) Pipe 31 1.110 Furnish and Install 8" Water Main (C- 40 LF $1,500.0000 $60,000.00 900 PVC SDR18 or DIP Restrained Class 53) Pipe, Greater than 10' Deep 32 1.110 Furnish and Install 10" Water Main 60 LF $800.0000 $48,000.00 (C-900 PVC SDR18 or DIP Restrained Class 53) Pipe 33 1.110 Furnish and Install 16" Water Main 180 LF $900.0000 $ 162,000.00 (C-900 PVC SDR18 or DIP Restrained Class 53) Pipe 34 1.11P Furnish and Install Gate Vale, MJ, 3 EA $5,000.0000 $ 15,000 00 Double Disk, Non-Rising Stern, 6" 35 1.11P Furnish and Install Gate Valve, MJ, 1 EA $7,000.0000 $7,000.00 Double Disk, Non-Rising Stem, 10" 36 1.11P Furnish and Install 16" Butterfly 3 EA $11,500.0000 $34,500.00 Valve on Water Main 37 1.11P Furnish and Install 8" Insertion Valve 3 EA $13,500.0000 $40,500.00 on Water Main 38 1.110 Adjust Valve/Meter Box Installed To 21 EA $1,000.0000 $21,000.00 FDOT Proposed Elevation 39 1.11R Relocate Existing Fire Hydrant 1 EA $3,500.0000 $3,500.00 40 1.11S Furnish and Install Fire Hydrant with 1 EA $12,500.0000 $ 12,500.00 Gate Valve 41 1.11T Cut & Cap Existing 6" Water Main 1 EA $1,500.0000 $ 1,500.00 Subtotal: $826,250.00 Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. SEWER SYSTEMS Please Note: It is the intent of the City to award this bid based on the Total Base Bid for all bid items; however,the City reserves the right to award this bid by lowest total per location or by lowest total per groups of locations,whichever is in the best interest of the City. **Ancillary work required to install the proposed improvements that is not explicitly called out with a pay item shall be considered incidental to the cost of the improvements and included in the bid price including, but not limited to, materials testing, dewatering,flow diversion, demucking, shoring,tree removal,etc. Line SC0125 Section Description Quantity Unit Unit Price Total Item 42 1.11U Fumish and Install 8" Line Stop on 1 EA $33,000.0000 $33,000.00 Existing Force Main 43 1.11U Furnish and Install 12" Line Stop on 2 EA $48,000.0000 $96,000.00 Existing Force Main 44 1.11U Furnish and Install 16" Line Stop on 1 EA $83,000.0000 $83,000.00 Existing Force Main 45 1.11U Furnish and Install 20" Line Stop on 1 EA $88,000.0000 $88,000.00 Existing Force Main 46 1.11V Remove Existing 12" Force Main 30 LF $75.0000 $2,250.00 47 1.11V Remove Existing 16" Force Main 220 LF $80.0000 $ 17,600.00 48 1.11V Remove Existing 16" Force Main, 70 LF $85.0000 $5,950.00 Greater than 10' Deep 49 1.11V Remove Existing 8" Force Main 70 LF $60.0000 $4,200.00 50 1.11W Furnish and Install 8" Stainless 20 LF $750.0000 $ 15,000.00 Steel DI Restrained Pipe 51 1.11W Furnish and Install 8" Force Main 90 LF $850.0000 $76,500.00 Sewer C-900 PVC SDR18 Pipe 52 1.11W Furnish and Install 12" Force Main 30 LF $1,300.0000 $39,000.00 Sewer C-900 PVC SDR18 Pipe 53 1.11W Furnish and Install 16" Force Main 250 LF $775.0000 $193,750.00 Sewer C-900 PVC SDR18 Pipe 54 1.11W Furnish and Install 16" Force Main 80 LF $1,350.0000 $ 108,000.00 Sewer C-900 PVC SDR18 Pipe, Greater than 10' Deep 55 1.11X Furnish and Install 12" Gate Valve 1 EA $9,500.0000 $9,500.00 on Force Main 56 1.11X Furnish and Install 8" Gate Valve on 1 EA $6,500.0000 $6,500.00 Force Main 57 1.11Y Raise Existing Manhole to FDOT 4 EA $1,500.0000 $6,000.00 Proposed Elevation 58 1.11Z Adjust Valve Installed to FDOT 2 EA $1,000.0000 $2,000.00 Proposed Elevation 59 1.11AA Furnish and Install Air Release 1 EA $35,000.0000 $35,000.00 Valve and Manhole Subtotal: $821,250.00 Summary Table Bid Form Amount INDEMNIFICATION $25.00 GENERAL CONDITIONS $230,000.00 GENERAL ITEMS FOR WATER AND SEWER SYSTEMS $262,750.00 WATER SYSTEMS $826,250.00 SEWER SYSTEMS $821,250.00 Subtotal Contract Amount: $2,140,275.00 Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. CERTIFICATION We(I),the undersigned, hereby agree to furnish the item(s)/service(s)described in the Invitation to Bid.We (I)certify that we(I)have read the entire document, including the Specifications,Additional Requirements, Supplemental Attachments, Instructions to Bidders,Terms and Conditions,and any addenda issued.We agree to comply with all of the requirements of the entire Invitation to Bid. LINE ITEM NO. 10 -Dropdown option only available for this line item. Line Description Response' Options Item 1 Company Name Johnson- Davis Incorporated 2 Address 604 Hillbrath Dr. 3 Telephone (561) 588-1170 4 City Lantana 5 State FL 6 Zip Code 33462 7 Contractor's License Number CUC1225299 and CGC1537148 8 Federal Tax ID Number 59-1753888 9 Email address for above ccryer@johnsondavis.com signer 10 Indicate which type of Corporation Corporation organization from the list in the Options Column VENDOR DRUG FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes.This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS-Preference may be given to businesses with drug-free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug- free workplace program. In order to have a drug-free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 1. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation,and employee assistance programs,and the penalties that may be imposed upon employees for drug abuse violations. 2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five(5)days after each conviction. 4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 5. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Line Description Response Item 1 I Hereby Acknowledge the Drug Free Information Above and Will Abide Yes by Everything in this Section. Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. BIDDER'S QUALIFICATION STATEMENT Line Description Response* Item 1 How many years has your organization been in business 47 years under its present name? 2 If Vendor is operating under Fictitious Name, submit N/A evidence of compliance with Florida Fictitious Name Statute. 3 Under what former name (s) had your business N/A operated'? Also list former address(es) of that business, if any. 4 Have you ever been disbarred or suspended from doing N/A business with any govemmental entity? If Yes, explain. 5 Are you licensed? If Yes, attach copy of license to Yes submission package. 6 Has your company ever declared bankruptcy? If Yes, No explain. SCRUTINIZED COMPANIES DETERMINATION By execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, CONTRACTOR certifies that CONTRACTOR is not participating in a boycott of Israel. CONTRACTOR further certifies that CONTRACTOR is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, nor has CONTRACTOR been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONTRACTOR of the CITY's determination concerning the false certification. CONTRACTOR shall have five (5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, CONTRACTOR shall have ninety(90)days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If CONTRACTOR does not demonstrate that the City's determination of false certification was made in error then the City shall have the right toterminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Line Description Response Item p 1 I Hereby Acknowledge the Scrutinized Companies - Florida Statute 287 135 and 215.473 Information r. Yes Above and Will Abide by Everything Outlined in this Section. r No E-VERIFY As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor.An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1)year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Line Rem Description Response 1 I Hereby Acknowledge the E-VERIFY Information Above and Will Abide r: Yes By Everything in this Section. r No Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. FIRM'S PRIMARY OWNERSHIP Line Item Description Response 1 Does your firm employ more than 50 persons (including full-time and part-time Yes employees) 2 Is your firm a construction firm Yes 3 If you are a construction firm, is the average annual gross revenue for your firm for Yes the past three years greater than $9 million? 4 Which of the following best describes the gender of your firm's primary owner (at Male least 51% ownership) 5 Which of the following best describes the ethnicity of your firm's primary owner (at Caucasian least 51%) 6 Please select the current certification your firm holds: (Note: Proof of Certification None must be included in Document Upload Section) 7 Indicate the agency or agencies that have granted the certification to your firm. None PALM BEACH COUNTY INSPECTOR GENERAL The Bidder if awarded Contractor, is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any Agreement resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Contractor and its sub-contractor and lower-tier sub-contractors. Line Description Response Item p 1 I Hereby Acknowledge the Palm Beach County Inspector General Yes Information Above and Will Abide by Everything in this Section. REFERENCES Minimum Experience Requirement:The Bidder must have a minimum of three(3)years of verifiable experience and must have successfully completed at least three(3)municipal projects of similar size, nature, and scope.The City reserves the right to request documentation or references to confirm compliance with this requirement. The City is interested in learning about other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Line Company Name* Legal Address° Contact Name' Phone Number* Email Address Item 1 Palm Beach County 8100 Forest Hill Blvd. Henry Melendez 561-493-6120 hmelendez@pbcwater.com Water Utility District WPB, FL 33413 2 Seacoast Utility Authority 4200 Hood Road, PBG, Scott Serra 561-627-2900 Ext. 1398 ssera@sua.com FL 33410 3 City of West Palm Beach 401 Clematis St., WPB, Laura Le 561-289-8414 Ile@wpb.org FL 33401 4 N/A N/A N/A N/A N/A 5 N/A N/A N/A N/A N/A Bid Number: 25-0936 Vendor Name: Johnson-Davis, Inc. Subcontractors The Bidder shall state all Subcontractor(s)and type of Work proposed to be used for this project. Bidders shall not indicate"TBD"(To Be Determined)or"TBA"(To Be Announced)or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. SUBCONTRACTORS The Bidder/Proposer shall state all Subcontractor(s)and type of Work proposed to be used for this project. Bidders/Proposers shall not indicate"TBD" (To Be Determined)or"TBA"(To Be Announced)or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. r By clicking here I confirm that there are no Subcontractor(s)/Subconsultant(s)and the Bidder shall perform the project with their "OWN FORCES". Line Work to be Performed %Total Contract Contractor License Subcontractor Name/Address Subcontractor Phone/Email Item No. 1 Insertion Valves and 6.73% CUC057091 Rangeline Group, 561-301-6577 Line Stops 7256 Westpoint Place Ste. A, FL maxx@rangeline.com 33413 2 N/A N/A N/A N/A N/A 3 N/A N/A N/A N/A N/A 4 N/A N/A N/A N/A N/A Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s)are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1)document for a single item,you should combine the documents into one zipped file. If the zipped file contains more than one (1)document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as"Marketing Plan." If the attached file(s)cannot be opened or viewed,your Bid Call Document may be rejected. • Non Collusive Affidavit&Acknowledgement- Non Collusive J-D.pdf-Tuesday November 04, 2025 13:03:19 • Scrutinized Companies and E-Verify Affidavits-Scrutinized Companies&E-Verify J-D.pdf-Tuesday November 04,2025 13:03:28 • Bid Bond and Bid Bond Acknowledgement-Bid Bond&Bid Bond Acknowledgement J-D.pdf-Tuesday November 04, 2025 13:03:44 • Foreign Entity Ownership Affidavit&Anti Human Trafficking Affidavit- Foreign Entity&Anti Human J-D.pdf-Tuesday November 04, 2025 13:04:01 • Litigation and Legal History Disclosure Requirement& Litigation History Form-Litigation& Litigation History Form J-D.pdf-Tuesday November 04,2025 13:04:11 • Proof of State Certified or County Competency Licenses-2024-2026 Licensing .pdf-Tuesday November 04, 2025 11:55:52 • Florida State Business Registration- Florida State Business Registration J-D.pdf-Tuesday November 04, 2025 13:08:28 • Certificate of Insurance& IRS Form W-9-Certificate of Insurance&W-9 J-D.pdf-Tuesday November 04, 2025 13:07:01 • Anti Kickback Affidavit-Anti Kickback J-D.pdf-Tuesday November 04, 2025 13:07:12 • Trench Safety Act Affidavit-Trench Safety Act J-D.pdf-Tuesday November 04, 2025 13:07:27 • Additional Document-Additional Documents J-D.pdf-Tuesday November 04, 2025 13:11:25 Bid Number: 25-0936 Vendor Name: Johnson-Davis, Inc. Addenda, Terms and Conditions Unless otherwise agreed to by the City of Boynton Beach ("City"), the following Standard Terms and Conditions are applicable to this solicitation and the resulting Agreement. The term "vendor," as used below, may collectively apply to vendors, bidders, proposers, consultants, contractors, subcontractors, and subconsultants. Any and all special conditions in this ITB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. 3.1 FAMILIARITY AND COMPLIANCE WITH LAWS, LEGAL CONDITIONS CODES AND REGULATIONS: Before submitting a bid for this ITB, bidders shall familiarize themselves and comply with all federal, state, and local laws, including the hours of labor on municipal work in the State of Florida, the Charter of the City of Boynton, all ordinances, and regulations applicable to the services and project contemplated herein, including those applicable to conflict of interest and collusion. Bidders must familiarize themselves with all federal, state, and local laws, ordinances, codes, and regulations that may in any way affect the goods/services offered and any other applicable federal requirements now in effect or imposed in the future. Lack of knowledge by the Bidder shall not be a cause for relief from responsibility. 3.2 CONFLICT OF INTEREST The award is subject to all conflict-of-interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. 3.3 DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. 3.4 FEDERAL AND STATE TAX: The City of Boynton Beach is exempt from Federal and state taxes. 3.5 PURCHASE ORDER REQUIRED: The City will not accept any goods delivered or services performed unless a duly authorized purchase order has been issued for said goods and/or services. The purchase order number must appear on all invoices, packing slips, and all correspondence concerning the order. 3.6 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: The Proposer certifies that all material, equipment, etc., contained in this bid submission meets all O.S.H.A. requirements. Proposer further certifies that if awarded as the Consultant, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on the date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the Proposer. Proposer certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. 3.7 PALM BEACH COUNTY INSPECTOR GENERAL: The Bidder and, if awarded Contractor, is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any Agreement resulting from this solicitation and, in furtherance thereof, may demand and obtain records and testimony from the Contractor and its sub-contractor and lower-tier sub-contractors. The Contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractors or its sub-contractors or lower-tier sub-contractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this Agreement justifying its termination. 3.8 OTHER AGENCIES Any Agreement(s) resulting from this ITB and from this submitted bid may, upon mutual agreement, permit any municipality or other governmental agency to participate in the Agreement under the same prices,terms, and conditions if agreed to by both parties. It is understood that at no time will any city, county, municipality, or other agency be obligated to place an order for any other city, county, municipality, or agency, nor will any city, county municipality, or agency be obligated for any bills incurred by any other city, county, municipality,or agency. Further, it is understood that each agency will issue its own purchase order or contract to the awarded Bidder(s). 3.9 VENUE AND GOVERNING LAW: Any and all legal actions arising from or necessary to enforce this solicitation and resulting Agreement will be held exclusively in Palm Beach County and shall be interpreted according to the laws of Florida. 3.10 NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. 3.10.1 The City is committed to assuring equal opportunity in awarding orders/contracts and complies with all laws prohibiting discrimination. 3.10.2 During the performance of the Agreement, the Consultant and its sub-consultants shall not discriminate against any employee or applicant for employment because of race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation,familial status, sexual orientation, gender identity, expression,or disability if qualified. 3.10.3 The Consultant will take affirmative action to ensure that employees and those of its sub-consultants are treated during employment, without regard to their race, color, sex, including pregnancy, religion, age, national origin, ancestry, marital status, political affiliation,familial status, sexual orientation,gender identity, expression, or disability if qualified. 3.10.4 Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 3.10.5 The Consultant and its sub-consultants shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 3.10.6 The Consultant further agrees that they will ensure that all sub-consultants, if any,will be made aware of and will comply with this nondiscrimination clause. 3.10.7 The Consultant understands and agrees that a material violation of this section shall be considered a material breach of this solicitation and the resulting agreement/contract and may result in termination of the agreement/contract, disqualification, or debarment of the company from participating in City contracts, or other sanctions. 3.11 INDEPENDENT CONTRACTOR RELATIONSHIP: The Bidder and, if awarded Contractor, is, and shall be, in the performance of all work, services, and activities under this solicitation and the resulting Agreement, an independent Contractor and not an employee or agent of the City.All persons engaged in any of the work or services performed pursuant to the Agreement shall, at all times and in all places, be subject to the Contractor's sole direction, supervision, and control. The Contractor shall exercise control over the means and manner in which it and its employees perform the work, and in all respects,the Contractor's relationship, and the relationship of its employees,to the City shall be that of an independent contractor and not as employees or agents of the City. 3.12 OMISSION OF DETAILS Omission of any essential details from the terms or specifications contained herein will not relieve the responding Contractor of supplying such product(s)or service as specified. 3.13 LEGAL EXPENSES: The City shall not be liable to a Bidder for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of the Agreement, or any other matter generated by or relating to the Agreement. 3.14 NO THIRD-PARTY BENEFICIARIES: No provision of this ITB or agreement/contract to follow with a contractor is intended to, or shall be construed to, create any third-party beneficiary or to provide any rights to any person or entity not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Bidder. 3.15 SCRUTINIZED COMPANIES: By submission of a bid submission for this solicitation, Consultant, its principals,or owners,certify that they are not listed on the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, or is engaged in business operations with Syria. In accordance with Section 287.135, Florida Statutes, as amended, a company is ineligible to, and may not, bid on, submit a bid for, or enter into or renew a contract with any agency or local governmental entity for goods or services of: Any amount of, at the time bidding on, submitting a bid for, or entering into or renewing such Agreement,the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel;or One million dollars or more if, at the time of bidding on, submitting a bid for, or entering into or renewing such Contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Energy Sector List, created pursuant to Section 215.473, Florida Statutes, or is engaged in business operations in Syria. 3.16 NON-EXCLUSIVE As may be applicable, the City reserves the right to acquire some or all of these goods and services through a State of Florida contract pursuant to the City's Procurement Policy, provided the State of Florida contract offers a lower price for the same goods and services. This reservation applies both to the initial award of this solicitation and to acquisition after an agreement/contract may be awarded. Additionally, the City reserves the right to award other agreements for goods and services falling within the scope of this solicitation and resultant Agreement when the specifications differ from this solicitation or resultant Agreement, or for goods and services specified in this solicitation when the scope substantially differs from this solicitation or resultant Agreement. 3.17 ENDORSEMENTS No endorsements by the City of the goods and/or services will be used by the Proposer in any way, manner, or form. This includes the City logo on websites or other advertising materials. 3.18 DRUG-FREE WORKPLACE Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. The Contractor shall implement and maintain a drug-free workplace program of at least the following items: 3.18.1 Publish a statement notifying employees that unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 3.18.2 Inform employees about the dangers of drug abuse in the workplace, the Bidder's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3.18.3 Give each employee engaged in providing the services that are under contract a copy of the statement specified in Item A above. 3.18.4 In the statement specified in Item A above, notify the employees that, as a condition of providing the services that are under contract, the employee will abide by the terms of the statement and will notify the Proposer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state,for a violation occurring in the workplace no later than five (5)calendar days after such conviction or plea. 3.18.5 Impose a sanction on or require satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community,for any employee who is so convicted or so pleads. 3.18.6 Make a good faith effort to continue to maintain a drug-free workplace through the implementation of Section 287.087, Florida Statutes. 3.19 PROHIBITED TELECOMMUNICATIONS EQUIPMENT Bidder represents and certifies that Bidder and all Sub-contractors do not use any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system or as critical technology as part of any system, as such terms are used in 48 CFR§§ 52.204-24 through 52.204-26. Proposer represents and certifies that Proposer and all Sub- consultants shall not provide or use such covered telecommunications equipment, system, or services during the Term. 3.20 RIGHTS IN DATA Except if otherwise agreed to in writing, the City shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials, and documents discovered or produced by Proposer pursuant to the terms of this solicitation, including but not limited to reports, memoranda or letters concerning the research and reporting tasks required. 3.21 DOCUMENTATION OF COSTS All costs submitted shall be supported by properly executed payrolls, time records, invoices, vouchers, or other official documentation evidencing in proper detail the nature and propriety of the charges. All checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the resulting contract/agreement shall be clearly identified and regularly accessible and provided to the City upon request. 3.22 PUBLIC RECORDS Sealed documents received by the City in response to an Invitation to Bid are exempt from public records disclosure unless they are subject to Florida Statute 255.0518 until thirty (30)calendar days after the opening of the ITB unless the City announces intent to award sooner, in accordance with Florida Statutes 119.071. The Consultant agrees that copies of any and all property, work product, documentation, reports, computer systems and software, schedules, graphs, outlines, books, manuals, logs, files, deliverables, photographs, videos, tape recordings, or data relating to the Agreement which have been created as a part of the vendor's services or authorized by the City as a reimbursable expense, whether generated directly by the Consultant, or by or in conjunction or consultation with any other party whether or not a party to the Agreement, whether or not in privity of contract with the City or the Consultant, and wherever located shall be the property of the City. Any material submitted in response to this solicitation is considered a public document in accordance with Section 119.07, F.S. All submitted information that the responding Proposer believes to be confidential and exempt from disclosure (i.e., a trade secret or as provided for in Section 119.07, Chapter 688, and Section 812.081, F.S.) must be specifically identified as such. Upon receipt of a public records request for such information,a determination will be made as to whether the identified information is, in fact, confidential. The City is a public agency subject to Chapter 119, Florida Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically, the Consultant shall: A. Keep and maintain public records required by the City to perform the service. B. Upon request from the City's custodian of public records, provide the City 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, Fla. Stat. or as otherwise provided by law. C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the Agreement, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Consultant transfers the records in its possession to the City; and D. Upon completion of the Agreement,the Contractor shall transfer to the City, at no cost to the City, all public records in the Contractor's possession. All records stored electronically by the Contractor must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. Failure of the Contractor to comply with the requirements of this Section and other applicable requirements of state or federal law shall be a material breach of the resulting Agreement. The City shall have the right to exercise all remedies available to it for breach of Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. agreement/contract, including but not limited to the right to terminate for cause. 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 AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 EAST OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk@bbfl.us 3.23 SOVEREIGN IMMUNITY Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or under Section 768.28, Florida Statutes. P I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - William Cryer,Vice President,Johnson- Davis Incorporated The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum"below to acknowledge each of the addenda. I have reviewed the File Name below addendum and Pages attachments(if applicable) 25-093B-Addendum No.2 P 14 Tue October 28 2025 09:26 AM 25-093B-Addendum No.1 17 Fri October 24 2025 01:58 PM Bid Number: 25-093B Vendor Name: Johnson-Davis, Inc. Bid Number: 25-0936 Vendor Name: Johnson-Davis, Inc. Johnson-Davis Inc. Y °,. 604 Hillbrath Dr. Lantana,FL 33462 11 Phone:(561)588-1170 1 = Fax: (561)585-3252 G} �C TON B NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of Flom. County of PamBeaa, WA um Cryer , being first duly sworn, deposes and says that: 1) He/She is VicePresaerl of JoOnson.DamsInca.paraled , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached BID: 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) By signing and submitting this bid, the BIDDER certifies that this bid is made independently and free from collusion; 4) Further,the said bidder nor any of its officers,partners, owners,agents, representatives,employees or parties in interest, including this affiant, has in any way colluded,conspired, connived,or agreed,directly or indirectly with any other Bidder, integrator or person to submit a collusive or sham BID in connection with the Contract for which the attached BID has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, integrator or person to fix the price or prices in the attached BID or of any other bidder, or to fix any overhead, profit or cost element of the BID price or the BID price of other proposer or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance,or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 6) BIDDER shall disclose below, to their best knowledge, any City of Boynton Beach officer or employee, or any relative of any such officer or employee as defined in Section 112.3135(1) (c), Florida Statutes (2022), who is an officer of director or,or has a material interest in,the BIDDER's business,who is in a position to influence this procurement Any City of Boynton Beach officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to indirectly own any of the total assets or capital stock of any business entity owned or operated by the BIDDER, or if they otherwise stand to personally gain if the contract is awarded to this BIDDER. 7) Failure to submit this executed statement as part of the bid shall make the bid non-responsive and not eligible for award consideration. In the event the BIDDER does not indicate any names, the CITY shall interpret this to mean that the BIDDER has indicated that no such relationships exist. Failure of a BIDDER to disclose any THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 relationship described herein shall be reason for termination of bid or award,whichever is applicable, with no time to cure. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 NAME RELATIONSHIP Phone:1561)588-1170 Fax: (561)585-3252 ,'L'A Witnesses: '• BIDD �'t I. - 11 Signe.: Typed name:Me Il a Trcio . William cAirr Name. Title: Vice Pr't Typed name: Rc.h,- - ► P-00 .tej i ilir r ,.'''''SON-Dq� # 1//S FiPO 4p-1. > � STATE OF �s :,ecnA ) ( SEA_ j COUNTY OF AL., gi,a14 ) . b � 1gn:/ The foregoing instrument was acknowledged before me, by means of ❑ '13ry �•�•senc ' or 0 online notarization, this T' day of /t/0✓E..8a2 , 202s-, by IVZL1.rA..., CA hilt ", , who is personally known to me or who has produced as identification. Subscribed and sworn to before me This 4/1 day of /t/ovz,../;Eir , 20 ZS- JAMES PATRICK A ASLER Notary Public(Signature) 1,1- '- o Notary Public•State of Florida :; �. Comminion#H'125a6t7 A. d'E M Comm.ExD1tes Aug t t.2026 My Commission Expires: k -i/-2-t 0' Y h National Notary Assn. Bondedthroug THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 N Y °R, Phone:(561)588-1170 Fax (561)585-3252 % J Ton e CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 TO BE COMPLETED AND UPLOADED ONLINE 1, William Cryer , on behalf of Vice President certify Print Name and Title Company Name that Johnson- Davis Incorporated does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing,to the Vendor of the City's determination concerning the false certification.The Vendor shall have ninety (90) calendar days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute §287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Vendor, I hereby certify that the company identified above in the section entitled 'Vendor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may Johnson-Davis It subject the company to civil penalties, attorney's fees, and/or costs. I further understand that anycontrac o4 Hillbrath Dr. antana,FL 33462 with the City for goods or services may be terminated at the option of the City if the company is found tG'hone:(561)588-: have submitted a false certification or has been placed •• e .crutinized Companies with Activities irfax: (561)585-32! Sudan List or the Scrutinized Companies with Activiti: in the Ira' Petroleum Energy Sector List. Johnson- Davis Incorporated ANEW (Willi. Cryer, ce President) COMPANY NAME SIG •TUR ,,,,,,,,,,,,,,,,,,,, SON Dq�� cO GAPPO/ q>/LC William Cryer rice President , • PRINT NAME TITLE cc •,, 11/4/25 �'�. • .....� Pis 0RIDP DATE The foregoing instrument was acknowledged before me, by means of liphysical presence or 0 online notarization, this 'L' day of , 2015", by “LLzq„, YEA, who is personally known to me or who has produced as identification. Subscribed and sworn to before me This `i'—'� day of / ... r , 2025- tary Public(Signature) tiyr i JAMES PATRICK AMS!ER :°/•6c� ' Notary Public-State of Florida Comminion s HH 254611 'i/-- ZG My Comm.Expires Aug 11.2026 My Commission Expires: Assn. ,.. Bonded through National Notary Johnson-Davis Inc. Y oR 604 Hillbrath Dr Lantana,FL 33462 I Phone-(561)588-1170 m • o Fax: (561)585-3252 Ooh'>o e"r E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES TO BE COMPLETED AND UPLOADED ONLINE Project Name: 1-95 & Boynton Beach Blvd. Interchange Utility Relocation Solicitation No.: 25-093B 1. Definitions: "CONTRACTOR"means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "CONTRACTOR" includes, but is not limited to, a vendor or consultant. "SUB-CONTRACTOR"means a person or entity that provides labor, supplies, or services to or for a CONTRACTOR or another SUB-CONTRACTOR in exchange for salary,wages,or other remuneration. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2. Effective January 1, 2021, CONTRACTORS, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. CONTRACTOR shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by a CONTRACTOR to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-consultants/sub-CONTRACTORS) assigned by CONTRACTOR to perform work pursuant to the contract with the City of Boynton Beach. The CONTRACTOR acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and c) Should vendor become the successful CONTRACTOR awarded for the above-named project,by entering into the contract, the CONTRACTOR shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility,"as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. CONTRACTOR shall also require all SUB-CONTRACTORS to provide an affidavit attesting that the SUB-CONTRACTOR does not employ, contract with, or subcontract with, an unauthorized alien. The CONTRACTOR shall maintain a copy of such affidavit for the duration of the contract. 3. Contract Termination a) If the City has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09 (1) Fla. Stat., the contract shall be terminated. b) If the City has a good faith belief that a SUB-CONTRACTOR knowingly violated s. 448.095 (2), but the CONTRACTOR otherwise complied with s. 448.095 (2) Fla. Stat., shall promptly notify the CONTRACTOR and order the CONTRACTOR to immediately terminate the contract with the SUB-CONTRACTOR. c) A contract terminated under subparagraph a) or b) is not a breach of contract and may not be considered as such. Jonnson-uavis it 604 Hillbrath Dr. d) Any challenge to termination under this provision must be filed in the Circuit Court no later tharlantana,FL 33462 20 calendar days after the date of termination. Phone:(561)588-1 Fax: (561)585-325 e) If the contract is terminated for a violation of the statute by the CONTRACTOR, the CONTRACTOR may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: ohnson- Day' Incorporated Authorized Signature: Print Name: William C- (William Cryer,Vice President) Title Vice President ' SON-D4 Date: 11/4/25 F-' 4) �ORPO `9,4„% Phone: 561-588-1170 1 ( ;_I:?i/tL �'� STATE OF f-2.01Z.CP ST COUNTY OF 21-A.. !{t,vcH ) °1'1,�40RIDA The foregoing instrument was acknowledged before me by means of t2' physical presence or ❑ online notarization, this "c' day of 4i”/7 , ZOLS- , by Wrccrn.., CieVt on behalf of -17;,4, 0, - l)Avss ,,c. . He/she is personally known to me or has produced as identification. NOTARY PUBLIC 5: eg u� DAMES PATRICK J SIER (Name of Notary Typed, Printed or Stamped) `fir• Notary Pubic•State e r Ida /-",.1 - <' Comminion r HH 25 MY Comm.Expires Aug t t,2025 h Nationat Notary Asu'• 'ray,:. Title or Rank BondedtnrouS A'A' 2s'1(i -� Serial number, if any \1Y Op 0 \ _ CF 1 �P �>oP BID BOND STATE OF FLORIDA COUNTY OF PALM BEACH Johnson-Davis Incorporated KNOW ALL MEN BY THESE PRESENTS, that as Principal. and Liberty Mutual Insurance Company , as Surety. authorized to do business in the State of Florida are held and firmly bound unto the Owner, City of Boynton Beach in the penal sum of Five Percent of the Total Amount Bid Dollars ($5% ) lawful money of the United States.for the payment of which sum will and truly to be made.we bond ourselves.our heirs executors. administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH. that whereas the Principal has submitted the November 4 20 25 for. accompanying bid, dated ITB NO. 25-09361-95& Boynton Beach Blvd. Interchange Utility Relocation NOW THEREFORE. A If the principal shall not withdraw such Bid within (I 211) calendar days after date of opening of the same. and shall within ten (10) business days after the prescribed forms are presented to the principal for signature. enter into a written Contract with the City in accordance with the Bid as accepted. and give bonds with goods and sufficient surety or sureties.as may be required. for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B. In the event of the withdrawal of such Bid within the period specified, or the failure to enter into such Contract and give such bonds within the time specified. if the principal shall pay the City the difference between the amount specified in such Bid and the amount for which the City may procure the required work and supplies. if the latter amount be in excess of the former then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals, this 29th day of October , 20 25 . being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of is governing body. WITNESS: (If Sole Ownership or Partnership, two (2)Witnesses required). (If Corporation, Secretary only will attest and affix seal). PRINCIPAL: `',,,,,,,,,,,,,,,"' ..`o`" SON,p, ".,, O �;•GpRPO�:�scc Johnson-Davis Incorporated j.•-1, Name of Firm (�► r` " WITNESS: ,csT � .19 .• NAet '1,--('Er ....................... 4110 .01111 --16- 7--- A adMilla Signa . e • Authorize i Officer(affixed seal) tle 604 Hillbrath Drive Business Address Lantana,FL 33462 City and State SURETY: Liberty Mutual Insurance Company P� ,"suRq v Corporate Surety /�'/ R'',A, 1912 o rd��s..., iaai ' 9j� * *t� W TNESS: Seal No.5520 � 1 ! , / k S Z.,/ 4 —- Atto -y-in-Fact (a ix seal) Joshua R.Loftis 175 Berkeley Street Business Address Boston,MA 02116 City and State Holmes,Murphy and Associates, LLC Name of Local Insurance Agency CERTIFICATE AS TO CORPORATE PRINCIPAL I, L, J 7-ice , certify that I am the Secretary of the Corporation named as Principal in the within bond; that U✓Ca,. C,zyc,Q who signed the such Bid Bond on behalf of the Principal,was then V-LE Airs-roet,r of such Corporation;that I know their signature,and their signature hereto is genuine; and that such bond wasp eV (bci, and attested for and in br of such Corporation by authority of its governing body. z. '1 Cr l ((` S • Secretary / (corporate seal) Fsr 19�; (Christophe lr nson,Secretary/Treasurer) ORIOP STATE OF FteRi VVi ebnsin COUNTY OFF BEAGFd Dane Before me, a Notary Public duly commissioned, qualified and acting, personally appeared by means of [hysical presence or_online notarization Joshua R. Loftis to me well known, who being by me first duly sworn upon oath, says that they are the Attorney-in-Fact, for the Liberty Mutual Insurance Company and that they have been authorized by Liberty Mutual Insurance Company to execute the foregoing bond on behalf of the VENDOR named therein in favor for the City of Boynton Beach. nr1 , NICOLE STILUNGS / • �, NOTARY PUBLIC STATE OF WISCONSIN T Y O� � r O �P CERTIFICATE AND AFFIDAVIT FOR BONDS TO: CITY OF BOYNTON BEACH COMMISSIONERS RE: Bid Number: 25-093B Vendor Johnson-Davis Incorporated Name: wzz.. Address: 604 Hillbrath Drive City/ State: Lantana,FL ZIP: 33462 Phone: (561)588-1170 Bond Amount: 2-, 1`I0 2-15-. 00 SURETY BOND COMPANY: Name: Liberty Mutual Insurance Company Address: 175 Berkeley Street City/State: Boston, MA ZIP: 02116 Phone: (617) 357-9500 This is to certify that in accordance with Chapter 85-104, Laws of Florida (HB 1266) the insurer named above: 1. Holds a certificate of authority authorizing it to write surety bonds in the state of Florida; 2. Has twice the minimum surplus and capital required by the Florida Insurance Code; and 3. Holds a current valid certificate of authority issued by the United States Department of Treasury under Sections 9304 to 9308 of Title 31 of the United States Code. October 29,2025 Date • se't and Att. ey-in-Fact Joshua R.Laths \NSUR� j?'4owvna�'�Lm r ^ zi 1912 o "NocHuso dD Sea!No.5520 SY \4 ' Liberty POWER OF ATTORNEY I� ' Mutual.. Liberty Mutual Insurance Company Certificate No 8213401-190054 SURETY The Ohio Casualty Insurance Company West American Insurance Company 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 Stale 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. Kristine\I Hicks.Melinda C Blodgett. R 1' Bowman.Joseph Cardinal,Tuna Uomask.Sandra M Lngstrum,K W Frank. I ed Julgensen. Joshua R Louis.12.v an-Olivia F. Lunde.Michelle Morrison.Austin\1uehlschlegel.lir Ian J Oesucrch.Sarah Robinson.Ross S Squnes.Nicole Billings.Nathan Weaver.Colby I) White all of the city of St Lours Park state of MN each individually if there be more than one named its true and lawful attorney-in-fact 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 subscnbed by an authonzed officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this I9th day of March . 2(125 Liberty Mutual Insurance Company ç,J )/ ` tNSU,p" SV INS,/ ,txtr4suRq The Ohio Casualty Insurance Company ycç ) q4 �' cP ""F 'y� West Amencan Insurance Company f 199a ° I r' '4M•ND' /*N FNa s''M • 1.1" By: •- U To- m — Nathan J.Zangerle Assistant Secretary Cr 0 " m State of PENNSYLVANIA TE--; rn County of MONTGOMERY SS o E U On this I L)th day of \larch . 2tt 2� before me personally appeared Nathan J.Zangerle.who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o To 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 E a? - therein contained by signing on behalf of the corporations by himself as a duly authorized officer Cu rxS Td _ IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting.Pennsylvania,on the day and year first above written .*TD O Fr-, Sp SAS\ �O � �,,„WFC F!\1 Commonwealth of Penmytvatr a-Ncrary Sea ® >-- O- 4;12', OF !� C Teresa Pastellantgome Rotary PubiK // '7. .C.� O E Q) S 9 AkMgomery County (/ -N ` Aly cornnisvon e.porex Mar&.e'6 2029 B /M/..4.1,,i/it Q.G- 4 O O C 76 Cornmssion number 1126044 y ' .>✓ ai N y.,,,a,",f, mac.-,tc, , .,v,�,a Assoc,,,o,of N,,,,,r Teresa Pastetta.Notary Public Q o @0) 4Rvt> o�v t m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authonzations of The Ohio Casualty Insurance Company. Liberty Mutual 3 co E-E Insurance Company.and West American Insurance Company which resolutions are now in full force and effect reading as follows �o M ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. co o 1- Any officer or other official of the Corporation authonzed for that purpose in writing by the Chairman or the President. and subject to such limitation as the Chairman a thea o -o 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 CO TO 0any 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 -o 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 o a1 o 0 instruments shall be as bindingas if signed bythe President and attested to bythe SecretaryAnypower or authoritygranted to anyrepresentative or attorney-in-fact under the m Z u 9 P eY 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. o°a ti o_ 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 attorneys-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 Nathan J. Zangerle. 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 surely 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;.opy o,,cry pow: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 affi'cti I.Renee C.Llewellyn the undersigned,Assistant Sec-atary. fhe 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 lull 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 hereu"to yet my hand and affixed tie seals cf said Companies this 29th day of October 2025 P�INSUFq 0.,,,..1,4!:71 �A a 1NS(/R9 �J/P VOR.;�r , � aq.r F:vii vP oaPOg4 R.-!c ......„,),(..s.: /, (a 4.,...s4 (1 � ? C T F ; 19121' °2 a`y1919 o a 1991 0 ,‘,...4,..K..4416,--- ''' c..441yi rd�ejs4cHust'Ab 0 —4AwPs�o-L .� "kma,4P �� By: 7 . ti! . 0- s'1M . Axa Renee C Llewellyn.Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/24 Johnson-Davis Inc. 604 Hillbrath Dr. Y o Lantana,FL 33462 ,,',,p,„,,r np,,,,r' , Phone:(561)588-1170 SONDA)✓js,'••� r- Fax: (561)585-3252 C� ............ i 0 r iron ( SEAL ) 41, ANTI-KICKBACK AFFIDAVIT • ,FST FCORID . ,,,.�seTO BE COMPLETED AND UPLOADED ONLINE STATE OF FLORIDA : SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a co asission, kickback, reward of gift, directly or indirectly by me or any member of my integrato • by a officer of the corporation. By: N A E - SIGNATURE STATE OF F�-)•?tnq ) (William Cryer,Vice President) COUNTY OF ®A..., gr-AcH The foregoing document was acknowledged before me, by means of EZI physical presence or 0 online notarization, this day of /1/o/6...e6c , 202.c, by �✓�� 4/4., CrgYeA' , as ✓r« /;I� n ,r of Q17„s> : ,... who is personall kn wn to me or who has produced as i entification. Sworn and subscribed before me -- this -IL" day of A/0,£,,gt,Q , 2024/ Printed Information: Y, JAMES PATRICK AMSLER ;g. 4`f:- Notary Publu-State of Flonca Wr��tA,�. Commission x HH 25:11i'7 fes' f,R Y[� de M Comm.Expires Arg ,2025 r:. Y NAME Bonded through Natiora.sctary Assr. ✓LSE &(Q:OE,Ir TITLE NO RY PUBLIC, State of Florida at Large COMPANY "OFFICIAL NOTARY SEAL" STAMP Johnson-Davis Inc. Y o„ 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax: (561)585-3252 )-4. -orio TRENCH SAFETY ACT AFFIDAVIT On October 1, 1990, House Bill 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Proposer, by virtue of its signature below, affirms that it is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Contractor and its subcontractors. The proposer is also obligated to identify its anticipated method and cost of compliance with the applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT (90-96 LAWS OF FLORIDA). THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. IN ORDER TO BE CONSIDERED RESPONSIVE, THE PROPOSERS MUST COMPLETE* THIS FORM, I.E. IDENTIFY THE COSTS AND METHODS SUMMARIZED BELOW, SIGN AND SUBMIT IT WITH THEIR BID DOCUMENTS. ,,,.,,,,„1,,,,,,,I, , ONDgfr/ ,, '01�•..0PO .S,2•, William Cryer GO Name of P o••ser SEAL FST..1 .• 0.1:31.0P` ,,,,,,,,,,,I,,,,,, o' ( • iam C r,Vice President) A orizo• Signature of Proposer *COMPLETION REQUIRES PROPOSERS TO FILL IN THE APPROPRIATE DETAILS UNDER THE FOLLOWING HEADINGS: Description Unit Quantity Unit Price Extended Price Method Trench Box 1 LS $5,000.00 $5,000.00 Trench Box Slope/Shield 340 LF $5.00 $1,700.00 Slope/Shield Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 ` Y o . Phone:(561)588-1170 Fax: (561)585-3252 7 \� _ V ~*ON AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS TO BE COMPLETED AND UPLOADED ONLINE The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury as follows: 1. Entity is not owned by the government of a foreign country of concern as defined in Section 287.138, Florida Statutes. (Source: § 287.138(2)(a), Florida Statutes) 2. The government of a foreign country of concern does not have a controlling interest in Entity. (Source: §287.138(2)(b), Florida Statutes) 3. Entity is not organized under the laws of, and does not have a principal place of business in, a foreign country of concern. (Source: § 287.138(2)(c), Florida Statutes) 4. The undersigned is authorized to execute this affidavit on behalf of Entit 141" Date: November 4 , 20 25 Signed: .� (William Cryer,Vice President) Entity: Johnson- Davis Incorporated.... Name:Name: Williad er ,,,, ,�,.�•`"0$ DA V,ii i ,,Title: Vi P esident i 0?VOPPO�r�?O ' SEAL STATE OF Fi-or.En A '- ''. .ST- A9-f)/: / COUNTY OF PA LW, /3E1404 . f,a0N % , `,, •/. FLORID 00% The foregoing instrument was acknowedgRI'Vefore me, by means of Q'physical presence or O online notarization, this 4'" day of -i . , 20 2- , by i../cL.L.ce3,,, Cr.yufi. , as ✓tf-E Ptk,cn,tNr for j-,;i,,,:?v - QAvrs .Z c. , who is personally known to me or who has produced as identification. Notary Public Signature: P t�c � State of Florida at Large (Seal) Print Name: f/s.•,‹s 14........-., 4 .,/i.R ..,\*".x it*'", JAMES PATRICit AMSLER My commission expires: Y• %"- 1C � `t,'. Notary Puolic-State of Florida .y < Commission 3 HH 254617 '''?o� My Comm.Expires Aug 11,2025 Bonded through Nations:`ct ary AS,.' Johnson-Davis Inc. p� 604 Hillbrath Dr. 1 _ ' Lantana,FL 33462 �'"" �' Phone:(561)588-1170 Fax: (561)585-3252 AFFIDAVIT OF COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS TO BE COMPLETED AND UPLOADED ONLINE In accordance with section 787.06 (13), Florida Statutes, the undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking." Date: November 4 , 20 25 Signed: Johnson- Davis Incorporated WillerlWl�l�am Cryer,Vice President) Entity: Name: Title: Vi - 'resident 5014-Dg1//S ,?O �POHq��!-LA : SFAL STATE OF F&orsoraFST. 19�' COUNTY OF /}AL...-, Pt ONO ' The foregoing instrument was acknowledged before me, by means of E'physic*preaei a or ❑ online notarization, this /J1 day of /v, , � � , 20 zs" , by wtC,z i&i , as fit« Pnii=nc,-'r for O4vcs , who is personally known to me or who has produced as identification. Notary Public Signature:, State of Florida at Large (Seal) Print Name: f. t s P. Ar.c.,t tt My commission expires: -11 -26 JAMES PATRICK AMSLER da • V Notary Public State of Flor7 Commievonires Aug'1,2026 '' My Comm.Exp r,Assn. . Bonded through National nota Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax: (561)585-3252 LITIGATION AND LEGAL HISTORY DISCLOSURE REQUIREMENT A.Scope of Disclosure All Proposers must disclose all "material" litigation, claims, legal proceedings, or cases—whether filed, pending, or resolved—during the last five (5) years prior to the solicitation response due date. This requirement applies to: 1. The proposing firm/entity 2. Any parent company, subsidiary, or predecessor organization of the Proposer 3. All principals, owners, officers, directors, or partners of the Proposer 4. Any proposed subcontractors or subconsultants who will perform work under this contract 5. All companies in which the Proposer, or any principal/officer/director thereof, has held an ownership interest or has been listed as a Registered Agent or Officer/Director in the Florida Division of Corporations(SUNBIZ) B. Definition of"Material"Cases A case is considered "material" if it relates, in whole or in part, to any of the following: 1. A similar type of work that the Proposer is seeking to perform for the City under this solicitation 2. An allegation of fraud, negligence, errors and omissions, malpractice, or breach of fiduciary duty against the Proposer or any of its principals or agents who would be performing work under this solicitation 3. The Proposer's default,termination, suspension, failure to perform, or improper performance in connection with any public or private contract 4. The financial condition of the Proposer, including any bankruptcy petition (voluntary or involuntary), receivership, or insolvency proceedings 5. Any criminal proceeding or administrative hearing concerning business-related offenses in which the Proposer or its principals (including officers and directors) were/are defendants or respondents 6. Any cases involving the City of Boynton Beach and Proposer, its principals or agents, or any of the Proposer's proposed subcontractors or subconsultants C. Entity Identification Requirements For the Proposer and each affiliated entity subject to disclosure under Section A above, provide the following information: 1. Company Legal Name 2. Florida Division of Corporations Document Number(SUNBIZ) 3. Federal Employer Identification Number(FEI/EIN) 4. Authorized Persons: Full names and titles of all corporate officers and directors, including President (P), Vice-President (V), Director (D), Trustee (TR), Chairman or Chief Executive Officer (CEO), Secretary (S), and Treasurer (T). If any individual holds multiple positions, indicate each title. Include all surnames and married names for accurate identification. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone.(561)588-1170 Fax: (561)585-3252 5. Copies of all Amendments filed with the Florida Division of Corporations (SUNBIZ) reflecting any changes in officers, registered agent,or other material changes 6. Current SUNBIZ Status (must be "Active") 7. Principal Business Address 8. Mailing Address (if different) 9. Registered Agent Name and Address D. Litigation Disclosure Requirements For each material case identified under Section B, the Proposer must provide the following information using the Litigation History Form attached: 1. Party name(s) and relationship to Proposer 2. Case number, case name, and date filed 3. Name of court or administrative tribunal and jurisdiction 4. Type of case(bankruptcy, civil, criminal, administrative) 5. Nature of the dispute or allegations 6. Current status or final disposition 7. Copy of any judgment, settlement agreement,or final order Confidentiality: Redactions of confidential portions of settlement agreements are permitted only upon certification by the Proposer that such redactions are required under the express terms of a pre-existing confidentiality agreement or provision. E.Joint Ventures and Subcontractors 1. If the Proposer is a joint venture, the disclosure requirements apply to the joint venture entity and each constituent member of the joint venture. 2. The Proposer must disclose any and all material cases that exist between the City of Boynton Beach and Proposer, its principals or agents, or any proposed subcontractors or subconsultants during the last five (5)years. F. Compliance and Verification 1. The City reserves the right to audit and verify SUNBIZ records, court records, and other public filings to confirm compliance with this requirement. 2. All information will be verified by the Procurement Division and presented to the evaluation committee as part of the evaluation process. 3. The City will consider a Proposer's litigation history in its review and determination of responsibility. 4. The entity MUST maintain "Active"status in SUNBIZ to be eligible for contract award. G. Consequences of Non-Disclosure 1. Failure to disclose any material case as defined herein, or failure to identify all affiliated entities and provide all requested information, may result in the Proposer being deemed non-responsive and disqualified from consideration. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1171 Fax: (561)585-3252 2. Discovery of any omission, incomplete disclosure, or misrepresentation after contract award may result in immediate contract termination and/or pursuit of other legal remedies available to the City. 3. All disclosures and any omissions will be presented to and reviewed by the evaluation committee. H.Timing of Submission The completed Litigation History Form(s) must be submitted with the Proposer's initial response. If not included with the initial submittal, the Proposer must provide the completed form(s) within three (3) business days of the City's request. Failure to comply within the stated timeframe may result in the Proposer being deemed non-responsive. CERTIFICATION STATEMENT By signing below, the undersigned affirms under penalty of perjury that: 1. All information provided in response to this Litigation and Legal History Disclosure Requirement is true, complete, and accurate to the best of their knowledge. 2. The undersigned has disclosed all material cases and all affiliated entities as defined in this requirement. 3. The undersigned has disclosed all companies in which they, or any partner, principal, officer, or director of the proposing entity, have held ownership interest or have been listed as a Registered Agent or Officer/Director in the State of Florida (SUNBIZ) during the applicable disclosure period. 4. The undersigned understands that failure to fully disclose such information, or the discovery of any omission or misrepresentation, may result in immediate disqualification, contract termination, and/or other remedies as determined by the City. O There are no material cases to 0. . : for this Proposer. ® Material case(s) are d'.closed in the . tached Litigation History Form(s). Authorized Signatur= Age (William Cryer,Vice President) Printed Name: William AMP Title: Vice Presiden Date: 11/4/25 `,.,`•',,NgON 041/4.•,% �� GORPO , Z"-- SE 19-0.../: � ,���''•.,4ORIDP Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax• (561)585-3252 CITY OF BOYNTON BEACH LITIGATION HISTORY FORM INSTRUCTIONS: The completed form(s) must be returned with the Proposer's submittal. If not provided with the submittal, the Proposer must submit within three (3) business days of the City's request. Proposer may be deemed non-responsive for failure to fully comply within stated timeframes. Complete one form for each material case. Attach additional forms as necessary. DISCLOSURE STATEMENT(check one): ❑ There are no material cases for this Proposer; OR EX Material Case(s) are disclosed below and on attached forms PROPOSER INFORMATION: Proposer Legal Name: Johnson- Davis Incorporated Florida Division of Corporations Document Number (SUNBIZ): 538772 Federal Employer Identification Number (FEI/EIN): 594753888 Is this for a: (check type) If Yes, name of Parent/Subsidiary/Related Entity/Predecessor: ❑ Parent, El Subsidiary, ❑ Other Or No ❑ Related Entity, or El Predecessor *See attached Firm? Party Case Number, Name, and Date Filed Name of Court or other tribunal Type of Case Bankruptcy ❑ Civil ❑ Criminal ❑ Administrative/Regulatory ❑ Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Disposition of Case Pending ❑ Settled ❑ Dismissed ❑ Relationship to City Solicitation (Attach copy of any applicable Judgment Proposer's Favor❑ Judgment Against Proposer ❑ Judgment, Settlement Agreement and Satisfaction If Judgment Against, is Judgment Satisfied? ❑ Yes ❑ No of Judgment.) Opposing Counsel Name: Email: Telephone Number: Proposer Name: Johnson- Davis Incorporated City of Boynton Beach Procurement Division, Revised: October 2025 Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax. (561)585-3252 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose,and a description of the subject matter of the dispute. Response: The claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer during the last five(5)years are as follows (from oldest to most recent): Johnson-Davis, Inc. v. GREG, LLC, and Inter Related Construction Services Corp., Palm Beach County Circuit Court Case No. 2020-CA-004227 • Project from which dispute arose: Boynton Beach Golf Estates, in Palm Beach County, Florida. • Subject matter or dispute: Johnson-Davis, Inc. was foreclosing a construction lien against CREG, LLC, and suing Inter Related (the general contractor on the project) for breach of contract .. •.--The lawsuit-was-seal —-- ---- -* -- Shanghai Trade Development, S9 v. GREG, LLC, Namba One Star, LLC, and Johnson-Davis, Inc., Palm Beach County Circuit Court Case No. 2020-CA-009513 • Project from which dispute arose: Boynton Beach Golf Estates, in Palm Beach County, Florida. • Subject matter or dispute relative to Johnson-Davis: The lender to the owner of the referenced project sought to foreclose its mortgage against Johnson-Davis, Inc.'s construction lien • The lawsuit was settled. Johnson-Davis, Inc. v John Knox Pillage of Florida, Inc., Broward County Circuit Court Case No. CACE-21-0019167 • Project from which dispute arose: John Knox Village, in Pompano Beach, Florida • Subject matter or dispute: Johnson-Davis, Inc. was foreclosing a construction lien against John Knox Village • The lawsuit was settled. Cincinnati Insurance Company v Johnson-Davis, Inc.,AAA Case No. 01-23-0001-2355. • Project from which dispute arose: Atlantic Crossing project, Delray Beach, Florida. • Subject matter or dispute: Subrogation and indemnity claim from the insurer of the general contractor against Johnson-Davis, Inc. • The arbitration settled. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 F D DT Phone:(561)588-1170 Fax: (561)585-3252 Florida Department of Transportation RON DESANTIS 605 Suwannee Street JARED W.PERDUE,P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY October 22,2024 JOHNSON-DAVIS INC. 604 HILLBRATH DRIVE LANTANA, FLORIDA 33462 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. 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) Unless notified otherwise, this Certificate of Qualification will expire 12/30/2025. In accordance with Section 337.14 (1) , Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed 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. • The company 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 the 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 the company has performed such work. 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. Sincerely, 9,24/2441. 7-742 (" (4 James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.Rov Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 P.O. Box 3353, West Palm Beach, FL 33402-3353 '"LOCATED AT"' Fax: (561)585-3252 ANNE M. GANNON www.pbctax.gov Tel: (561) 355-2264 604 HILLBRATH DRIVE 911 CONSTITUTIONAL TAX COLLECTOR LANTANA, FL 33462-1656 Serving Palm Beach County Serving you. TYPE OF BUSINESS OWNER CERTIFICATION# RECEIPT#/DATE PAID AMT PAID BILL# UNDERGROUND UTILITY& CRYER WILLIAM CLARK CUC1225299 B25.629094 07/14/2025 $27.50 B40157254 EXCAVATION CONTRACTOR CLIFFORD This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025 12026 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 2020125387 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1656 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. ,,•`""`'� P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT** ANNE M. GANNON www.pbctax.gov Tel: (561)355-2264 604 HILLBRATH DRIVE CONSTITrvinUTg PalIONmALBeacTAX h COLLHCTORCounty LANTANA, FL 33462-1656 • Se Serving you. TYPE OF BUSINESS OWNER CERTIFICATION# RECEIPT ft/DATE PAID AMT PAID BILL# CW UNDERGROUND UTILITY& CRYER WILLIAM CLARK CUC1225299 025.629096 07/14/2025 $185 85 840157253 EXCAVATION CONTRACTOR CLIFFORD This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025 12026 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 2020125388 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1656 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax: (561)585-3252 ANNE M. CANNON P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT** www.pbctax.gov Tel: (561)355-2264 604 HILLBRATH DRIVE s ® ' CONSTITUTIONAL TAX COLLECTOR LANTANA, FL 33462-1656 Serving Palm Beach County • Serving you. TYPE OF BUSINESS OWNER CERTIFICATION# RECEIPT#/DATE PAID AMT PAID BILL# CW PLUMBING CONTRACTOR CRYER WILLIAM CLARK CFC1430348 B25.629100 07/14/2025 $264.60 B40157251 CLIFFORD This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025 12026 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 2020125390 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1656 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. ANNE M. G A N N O N P.O. Box 3353, West Palm Beach, FL 33402-3353 LOCATED AT ** www.pbctax.gov Tel: (561)355-2264 604 HILLBRATH DRIVE 4� CONSTITUTIONAL TAX COLLECTOR LANTANA, FL 33462-1656 Serving Palm Beach County Serving you. TYPE OF BUSINESS OWNER CERTIFICATION# RECEIPT#/DATE PAID AMT PAID BILL# PLUMBING CONTRACTOR CRYER WILLIAM CLARK CFC1430348 825.629098 07/14/2025 $27.50 840157252 CLIFFORD This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025/ 2026 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 2020125389 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1656 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 ANNE M. G A N N O N P.O. Box 3353,West Palm Beach, FL 33402-3353 **LOCATED AT Phone:(561)588-1170 lewww.pbctax.gov Tel: (561)355-2264 604 HILLBRATH DRIVE Fax: (561)585-3252 CONSTITUTIONAL TAX COLLECTOR LANTANA, FL 33462-1656 Serving Palm Beach County Serving you. TYPE OF BUSINESS OWNER CERTIFICATION 8 RECEIPT t//DATE PAID AMT PAID BILL# CW UNDERGROUND UTILITY& JOHNSON SCOTT JAMES CUC043087 B25.628491 07/14/2025 5185.85 840125350 EXCAVATION CONTRACTOR • This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025/2026 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 199306318 . 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1656 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. ANNE M. G A N N O N0 P.O. Box 3353,West Palm Beach, FL 33402-3353 ""LOCATED AT"* www.pbctax.gov Tel: (561)355-2264 604 HILLBRATH DRIVE CONSTITUTIONAL TAX COLLECTOR LANTANA, FL 33462-1656 Serving Palm Beach County Serving you. TYPE OF BUSINESS OWNER CERTIFICATION 8 RECEIPT#/DATE PAID AMT PAID BILL# • UNDERGROUND UTILITY& JOHNSON SCOTT JAMES CUC043087 825.628494 07/14/2025 599.00 840125349 EXCAVATION CONTRACTOR This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY JOHNSON DAVIS INC 2025 12026 LOCAL BUSINESS TAX RECEIPT N JOHNSON DAVIS INC LBTR Number: 199306319 0 604 HILLBRATH DRIVE EXPIRES: 09/30/2026 LANTANA FL 33462-1694 This receipt MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. 9/16/25.8 43 AM Checkout-t3roward Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 Fax: (561)585-3252 Thank you for your payment. An email confirmation will be sent to Iditunjohnsondavis.com. Confirmation number Payment date A9213907763 Sep 16,2025,8:43 AM EDT Order Summary Transaction 1 iJ BUSINESS TAX Business Tax Account 55105 JOHNSON DAVIS INCORPORATED 604 HILLBRATH DR LANTANA,FL 33462-1656 2026 Receipt#189-5373 ALL OTHER TYPES CONTRACTOR 0 Return_to_y.o.ur_acco.unt .Get.bills.by_email $ 30.00 QI P_rintyouur-Business Tax.Receipt(s) Convenience Fee 0 $ 1.95 The payment will appear on your statement as"PMT'BROWARD TAX/LICENSE." More information on Business Tax payments Total $ 31.95 httos//county-taxes net/broward/receint/Ag7119 77$3 1/2 Johnson-Davis Inc. MARTIN COUNTY BUSINESS TAX RECEIPT 604 Hilab ath FL 4rLan62 Ph400:::;•�, 2025 / 2026 Fax: (561)(561)588-1170-32 Fax: 585-3252 4+ ? �� a EXPIRES: September 30, 2026 Account #:19875200075 'a,:, Location: 604 HILLBRATH DR Honorable Ruth Pietruszewski Business Phone: (561)588-1170 NAICS Code: 33313131 Martin County Tax Collector State License: QUALIFIER CRYER,WILLIAM CLARK CLIFFORDCUC1 Business Description: Business Name JOHNSON-DAVIS INC MISCELLANEOUS CONTRACTOR(UNDERGROUND UTILITIES Business DBA Owner Name JOHNSON,SCOTT J This receipt is a local business tax only.This receipt is in addition to JOHNSON-DAVIS INC and not in lieu of any other license required by law or local 604 HILLBRATH DR ordinance and is subject to regulations of zoning, health, LANTANA, FL 33462 contractor licensing, and other lawful authority. 'aid Date 08126/2025 Tax Amount Transfer Fee Penalty Late Penalty Collection Cost Total Paid Receipt Number 807-24-00278336 26.25 0.00 0.00 0.00 0.00 26.25 Ruth Pietruszewski • Martin County Tax Collector Website: 3485 SE Willoughby Phone: MartinTaxCollcctor.com Blvd.Stuart, FL 34994 (7721288-5600 Torenewyour Business Tax Receipt, visit our payment menu at martintaxcollector.com. Contact our office by email at btdept@martintaxus if any of the following changes occur with your business: • Business Name • Mailing Address • Ownership • Closing your Business • Physical Location Dear Business Owner: The law requires this business tax receipt to be displayed conspicuously at the place of business in such a manner that it can be open to the view of the public and subject to inspection by all duly authorized officers of the County. Pursuant to Florida law, all Local Business Tax Receipts shall be sold by the Tax Collector beginning July 1 of each year and shall expire on September 30 of each succeeding year.Those Local Business Tax Receipts renewed beginning October 1 shall be delinquent and subject to a delinquency penalty of 10 percent in the month of October. An additional 5 percent penalty for each month of delinquency is added until paid, provided that the total delinquency penalty shall not exceed 25 percent of the Local Business Tax for the delinquent establishment. A $250 penalty will be applied 150 days from the initial notice, plus collection costs. Annual account notices are mailed on July 1. Regardless of amount due all receipts must be renewed or delinquent fees will apply. Do you qualify for an exemption? Visit our website https://martintaxcollector.com/local-business-tax/for details on Business Tax Receipt Exemptions. An application is required. If you have any questions please contact our office at btdept@martintax.us or (772)288-5600. ar Johnson-Davis Inc. CHRIS CRAFT 2025 - 2026 604 Hillbrath Dr. Lantana,FL 33462 TAX COLLECTOR OLLECTOR Phone:(561)588-11 70 SlLUCIE COUNTY St. Lucie County Local Business Tax Receipt Fax: (561)585-3252 P.O. Box 308, Fort Pierce, FL 34954 tcslc.com =acilities or machines # Rooms # Seats # Employees #2 Receipt #1008302 Type of business 1629 HEAVY (UNDERGROUND UTILITES) Expires SEPTEMBER 30, 2026 )BA name Johnson-Davis Inc Business:Scott Johnson Mailing address: Johnson-Davis Inc Business location: 863 Kings Hwy S Ste B 112 863 Kings Hwy S Ste B 112 Fort Pierce, Fl 34945 Fort Pierce, Fl 34945 'GOOD FOR THIS LOCATION ONLY' RENEWAL St Lucie County CUC043087 )riginal tax: $12.35 2311-443-0001-000/9 'enalty: 2ollection cost: Paid 08/26/2025 12.35 0021-20250826-005330 notal: $12.35 _aw requires this Local Business Tax Receipt to be displayed conspicuously at the place of business in such a manner that it can be open to the iiew of the public and subject to inspection by all duly authorized officers of the county. Upon failure to do so, the local business taxpayer shall ie subject to the payment of another Local Business Tax for the same business, profession or occupation. 'ursuant to Florida law, all Local Business Tax Receipts shall be sold by the Tax Collector beginning July 1 of each year and shall expire on >eptember 30 of the succeeding year. Those Local Business Tax Receipts renewed beginning October 1 shall be delinquent and subject to a ielinquency penalty of 10 percent for the month of October. An additional 5 percent penalty for each month of delinquency is added until paid, )rovided that the total delinquency penalty shall not exceed 25 percent of the Local Business Tax for the delinquent establishment. n addition to the penalty, the Tax Collector is entitled to a collection fee of$1 to$5. This fee is based on the amount of Local Business Tax, vhich will be collected from delinquent taxpayers after September 30 of the business year. Phis receipt is a Local Business Tax only. It does not permit the local business taxpayer to violate any existing regulatory or zoning laws of the ;tate, county or city. It also does not exempt the local business taxpayer from any other taxes, licenses or permits that may be required by aw. 'ursuant to Florida law, Local Business Taxes are subject to change. Johnson-Davis Inc 863 Kings Hwy S Ste B 112 Fort Pierce, Fl 34945 Johnson-Davis Inc. 604 Hillbrath Dr. LOCAL BUSINESS TAX RECEIPT Lantana,FL 33462 Phone:(561)588-1170 TOWN OF LANTANA, FLORIDA Fax: (561)585-3252 RECEIPT NUMBER: 9300617 EFFECTIVE DATE: EXPIRATION DATE: 10/31/1994 09/30/2026 JOHNSON-DAVIS INC. 604 HILLBRATH DRIVE LANTANA, FL 33462-1656 BUSINESS LOCATION: 604 HILLBRATH DR NAME OF BUSINESS: JOHNSON-DAVIS INC BUSINESS CLASSIFICATION: BUSINESS TYPE: OFFICE SPECIAL CONDITIONS THIS RECEIPT EXPIRES AS SPECIFIED ABOVE BUSINESS TO BE CONDUCTED IN CONFORMITY WITH AND SUBJECT TO THE PROVISIONS OF THE ORDINANCES OF THE TOWN OF LANTANA AND THE LAWS OF THE STATE OF FLORIDA. THIS RECEIPT MUST BE POSTED IN A CONSPICUOUS PLACE Johnson-Davis Inc. 604 Hillbrath Dr. Lantana,FL 33462 Phone:(561)588-1170 WILLIAM CRYER TOWN OF MANALAPAN Fax: (561)585-3252 (561)588-1170 600 S OCEAN BLVD. MANALAPAN.FL.33462 No: 197 VALID OCTOBER 1,2025-SEPTEMBER 30,2026 Date: 9/18/25 BUSINESS TAX RECEIPT BTR Address: 604 HILLBRATH DR PENALTY LANTANA, FL. 33462 iWF TRANSFER Activity. STATE ST OF FL LICENSE CUC1225299 = �► Issued to: JOHNSON-DAVIS INC WILLIAM CRYER 'tigNALAQ1:2 604 HILLBRATH DR LANTANA, FL. 33462 PLEASE DISPLAY IN A PROMINENT LOCATION TOWN CLERK Town of Manalapan . Commercial ID 2025-2026 REG -II 1417 Town of Manalapan Commercial ID 2025-2026 REG - 147 Johnson-Davis Inc. 604 Hillbrath Dr. Rn4 Village of Royal Palm Beach LantPh Village `� � Fax: (561)585-3252 MAI Business Tax Receipt '"`;>s9"d 1050 Royal Palm Beach Blvd. Royal Palm Beach, FL 33411 Tel: (561)790-5128 Email: btr@royalpalmbeachfl.gov JOHNSON-DAVIS INCORPORATED 604 HILLBRATH DR LANTANA FL 33462 Business Tax Receipt #: 26-00021867 Dear Business Owner: This is your new Business Tax Receipt. Please keep the upper portion for your records and detach the bottom of this form. Verify the information and display it conspicuously at your place of business, open to the view of the public. This Business Tax Receipt is in addition to and not in lieu of any other license or tax required by law or municipal ordinance and is subject to regulations of zoning, health, and any other lawful authority. Business Tax Receipts may be transferred to a new owner when evidence of a sale is provided; the original Business Tax Receipt is surrendered and a transfer fee is paid. Business Tax Receipts may be transferred to a new location when proof of zoning approval is provided; the original Business Tax Receipt is surrendered and a transfer fee is paid. Business name changes require a new Business Tax Receipt. This Business Tax Receipt expires on September 30,2026. Renewal notices are mailed at the beginning of July. If you do not receive the notice by the end of July, please let us know. We hope you have a successfulT7n7year.�i (=A, /�lltrye o/ J?oya/;/-alai .% ea4A ••••DETACH ANI)DISPLAY BOTTOM PORTION•••• VILLAGE OF ROMA LM - ,50 hi;YA1 F,.u. M BFtt( t. EOM NO. 26-00O21 8 ROYAL PPA! M NEai,hi F I ?3411 RSGISTRA'PI ON 6/.7-7E 9/18/25 LOCAL BUSINESS TAX RECEIPT EXPIRES° SEPTEMBER - 30 - 2026 DESCRIPTION JOHNSON• DAVIS INCORPORATED CONTRACT.' TIES 604 HILLBRATH DR _.._. .. _— __ LANTANA FL 33462 TOTAL FEE $ 0 A', 04 F:at a ;f 4F`•S_ I I ,.T,(41OUTSIDE CITY LIMITS Johnson-Davis Inc. 604 Hillbrath Dr. J - Lantana,FL 33462 Phone:(561)588-1170 Major Equipment List Fax: (561)585-3252 All OWNED by Johnson-Davis, Inc. ID DESC VIN# ID DESC VIN# Category:10 WELLPOINT PUMPS 10-0084 10"Wellpoint Pump 14270 10-0001 10 IN.WELLPOINT PUMP 7105 10-999 Rental Pump 10-0003 10 IN.WELLPOINT PUMP 7568 Category: 11 VACUUM PUMPS 10-0011 10 IN.WELLPOINT PUMP 7130 10-0100 M5 VAC PUMP 10-0013 WELLPOINT PUMP 6 IN. NONE 10-0164 M-3 VACUUM PUMP 10-0016 WELLPOINT PUMP 10 IN. 8460 11-0005 M-2 VACCUM PUMP 00050 10-0019 WELLPOINT PUMP 10 IN. 7505 11-0053 M-2 VACUUM PUMP 0053 10-0020 WELLPOINT PUMP 10 IN. 8334 11-0100 M10 VACUUM PUMP 100 10-0026 HYDRAULIC PUMP 6 IN. 5654 11-0101 VACUUM PUMP 101 10-0028 JET PUMP,4 IN. DIESEL 6J66 11-0102 M10 VACUUM PUMP VP102 10-0030 DOUBLE DIAPHRAGM 4DDL335 11-0131 M5 VACUUM PUMP FOR 10-76 010131 10-0031 WELLPOINT PUMP 10 IN. JD946068 11-1016 M3 VACUUM PUMP 101689 10-0033 WELLPOINT PUMP 6 IN. 6951033 11-1036 10 INCH VACUUM PUMP 1036 10-0035 WELLPOINT PUMP 8 IN. US97362X 11-1037 C10 VACUUM PUMP 1037 10-0036 HYDRAULIC PUMP 4 IN. H-25-D-349 11-1190 M2 VACUUM PUMP 1190 10-0038 WELLPOINT PUMP 8 IN. U640528Y 11-1240 M3 VACUUM PUMP 1240 10-0040 JET PUMP 4 IN. None 11-1357 M10 VACUUM PUMP 1357 10-0041 WELLPOINT PUMP 8 IN. H-4OWPLR-D-139 11-1381 M10 VACUUM PUMP 1381 10-0043 TEST PUMP 11-1386 VACUUM PUMP 1386 10-0045 JET PUMP 4 IN. C.M.E.8291 11-1387 M10 VACUUM PUMP 1387 10-0046 WELLPOINT PUMP 8 IN. 9037 11-1390 M2 VACUUM PUMP 1390 10-0048 6 IN.TRASH PUMP 9065 11-1711 M3 VACUUM PUMP 1711 10-0049 WELLPOINT PUMP 8 IN. 9064 11-1923 M-3 VACUUM PUMP 1923 10-0050 HYDRAULIC PUMP 4 IN. 2657 11-1924 M3 VACUUM PUMP 1924 10-0051 JETPUMP ON WHEELS 4 IN. 4219 11-1941 M3 VACUUM PUMP 1941 10-0052 8 IN WELLPOINT PUMP 9159 11-2341 M3 VACUUM PUMP 2341 10-0054 8 IN.WELLPOINT PUMP 9181 11-3044 M3 VACUUM PUMP 3044 10-0055 12 IN. HYDRAULIC PUMP D12SG068T1210 11-3049 VACUUM PUMP 3049 10-0056 8 IN. HYDRAULIC PUMP 325 11-3605 M-10 VACUUM PUM 3605 10-0058 10 IN.WELLPOINT PUMP 9293 11-3737 M2 VACUUM PUMP 3737 10-0059 10 IN.WELLPOINT PUMP 11-3750 M-2 VACUUM PUMP 3750 10-0060 4 IN. HYDRAULIC PUMP U797253C 11-4268 M3 VACUUM PUMP 4268 10-0061 4 IN. HYDRAULIC PUMP 708 11-4297 VACUUM PUMP 4297 10-0062 8 IN.WELLPOINT PUMP 9220 11-4371 M-3 VACUUM PUMP 4371 10-0063 8 IN.WELLPOINT PUMP 9239 11-4636 VACUUM PUMP 4636 10-0064 4 IN. HYDRAULIC PUMP 11-4840 M-3 VACUUM PUMP 4840 10-0065 WELLPOINT PUMP 6 IN. 6PW-019 11-4841 M3 VACUUM PUMP 4841 10-0066 10 IN. HYDRAULIC PUMP 11-4923 M3 VACUUM PUMP 10-0067 4 IN. HYDRAULIC PUMP LD44369U146539 11-5445 M5 VACUUM PUMP 544515 10-0068 4"HYDRAULIC PUMP ON WHEELS F.P.8-20 11-6917 C 10"VACUUM PUMP 6917 10-0069 4"HYDRAUIC PUMP ON WHEELS F.P.8-19 11-9305 M-3 VACUUM PUMP 9305 10-0070 3"HYDRAULIC PUMP 10HPU-58 11-9487 10"VACUUM PUMP 9487 10-0071 2.5"x 4"JET PUMP ON WHEELS 9500 11-9494 M5 VACUUM PUMP 9494 10-0073 10 inch Roto Flo Wellpoint Pump 26109642 1.1 11-9602 M3 VACUUM PUMP 9603 10-0074 6"Trash Pump 12001 11-9607 M3 VACUUM PUMP 9607 10-0075 8 inch Roto Flo Wellpoint Pump 9010 11-9615 M10 VACUUM PUMP 9615 10-0077 6 INCH HYDRAULIC PUMP POWER UNIT 1318-C 11-9616 C-10 VACUUM PUMP 9616 10-0078 8"HYDRAULIC PUMP 142-C 11-9617 C-10 VACUUM PUMP 9617 10-0079 8"Wellpoint Pump 14237 11-9716 #10 VACUUM PUMP 9716 10-0080 8"Wellpoint Pump 14238 Category: 20 BACKHOES 10-0081 8"Wellpoint Pump 14239 20-0039 1997 DEWATERING TRENCHER D97022 10-0082 8"Wellpoint Pump Quiet Pack 14235 20-0040 LIEBHERR BACKHOE 417-4205 10-0083 10"Wellpoint Pump 14269 20-0044 LIEBHERR BACKHOE 651-8110 Johnson-Davis, Inc. • 604 Hillbrath Drive • Lantana, FL 33462 • Ph. (561)588-1170 Fx.(561)585-5252 page 1 of 2 DESC VIN# ID DESC VIN# 20-0050 LIEBHERR BACKHOE 924-13441 Johnson-Davis Inc. 20-0056 KOMATSU BACKHOE 30099 604 Hillbrath Dr. 20-0059 Caterpillar Crawler Excavator CAT0328DCGTN Lantana,FL 33462 20-0060 Caterpillar Crawler Excavator CAT0336DEW3K Phone:(561)588-1170 Fax: (561)585-3252 20-0063 2012 JOHN DEERE RUBBER TIRE 1FF220DWHBD4 20-0068 Komatsu PC390LC-10 Excavator A30203 20-0069 Komatsu PC240LC-11 EXCAVATOR 95106 20-0070 Komatsu PC390LC-11 Excavator 30425 20-0071 Komatsu PC390LC-11 Excavator A74180 20-0072 Komatsu PC138USLC-11 50542 20-0073 KOMATSU PC290LC-11 EXCAVATOR A27538 20-0074 Komatsu PC138USLC-11 Excavator 50845 20-0075 Liebherr A900C 66375 20-0077 Cat 323 Excavator RAZ00754 20-0078 Cat 325FLCR Excavator NDJ20187 20-0079 Komatsu PC-238 Excavator 05489 20-0080 Komatsu PC-138 Excavator 52349 20-0081 Cat 307E2 Mini-Excavator 307-KC901075 20-0082 John-Deere 350G Excavator 1FF350GXLHF81 20-999 Rental Backhoe WR-BH01 Volvo Backhoe(Wakefield Road Boring) Category: 25 COMBINATIONS 25-0051 CAT COMBO BACKHOE BLN11885 25-0052 CAT COMBO BACKHOE BML05166 25-0067 2013 CAT COMBINATION BACKHOES 420 F CAT0420FHJWJO Category: 30 LOADERS 30-0032 LIEBER LOADER 443-11966 30-0033 VOLVO LOADER L70E L70EV60803 30-0038 2009 KOMATSU LOADER 65858 30-0039 2009 KOMATSU LOADER 65939 30-0040 950H CATTERPILLAR LOADER CAT0950HVK5K0 30-0042 WA320-6 KOMATSU LOADER A35279 30-0043 WA-380-7 KOMATSU LOADER A64171 30-0044 WA200PZ-6 KOMATSU RUBBER TIRE LOAL KMTWA105C010 30-0045 WA-320-7 KOMATSU LOADER 80194 30-0046 938K CATERPILLAR LOADER SWL01382 30-0047 WA200-7 KOMATSU LOADER 80392 30-0048 WA380-8 KOMATSU LOADER A74013 30-0049 Komatsu WA-380-8 Wheel Loader A74180 30-0050 Cat 906M Wheel Loader CAT906MCH6600 30-0051 Komatsu WA320-8 85209 30-0052 Komatsu WA270-8 Wheel Loader A28201 30-0053 Cat 930M Wheel Loader KTG03806 30-0054 Cat 930M Wheel Loader KTG04062 30-0055 John-Deere 524L Wheel Loader 1DW524LKLZLKF 30-0056 John-Deere 544L 1DW544LZCKF6 30-999 Rental Loader Category: 35 SPECIALIZED EQUIPMENT 35-0001 CRAWLER DOZER T065HX898018 35-0027 2001 LOADER/BOBCAT 514147010 35-0041 T300 BOBCAT 525415212 35-0061 KUBOTA BACKHOE 30767 35-0064 2012 KUBOTA EXCAVATOR W/RUBTKS/4P 41826 35-0066 2013 KUBOTA EXCAVATOR 74888 35-0067 Cat 305E2 Excavator H5M07145 35-0068 John-Deere 325G Compact Track Loader 1T0325GMJKJ34 35-999 Rental Mini Johnson-Davis, Inc. • 604 Hillbrath Drive • Lantana, FL 33462 • Ph. (561)588-1170 Fx. (561)585-5252 page 2 of 2 Ron DeSantis, Governor Ok:- ��, s:(44:- Ron Melanie S. Griffin, Secretary •�.�; Florida .„ „.. dusr .L.,%-ic- o e WS- .t-j ,-' -.- ":44 ;�' a: STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY, ENSING BOARD l,: THE UNDERGROUND UTILITY & EXCAVATION CO HERE1k0 CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 47 ( f ; l = b %I II iimq �k • r ;it E •,� �� � JOHNSON, SCOTT JAMES' 1OHNSON - DAVIS INCORPORATED„; 4•,;100 -' 604 HILLBRATH DRIVE 1 * LANTANA:!=;4r.��i, L 3346V *4.4; N:i.‘ ,'. e ... I LIC .'SE NUMBER:CUC043087 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com ■❑' ,t A.E1 ISSUED: 09/27/2024 :, T T .,, Do not alter this document in any form. 0 ;off This is your license. It is unlawful for anyone other than the licensee to use this document. I Ron DeSantis, Governor dE . 64%::. �'��. Melanie S. Griffin, Secretary Floi7da") r -'�- : .. ` = .. ' STATE OF FLORIDA °` DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAT/ATIOICO HERB IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FL*. , DA ATUTES ,i06 ciV • f T 1 • • • -.z ' '4,31 , -1:-..- -:J =egr 1:..T.74: • CR R, WILLIAM CLAR- CLIFF • RD " f '• JOHNSON - DAVIS INCORPORATED Y; ; 40 let 604 HILLBRATH DRIVE a+4► : 0E ,&-26t. . . Ron DeSantis, Governor Melanie S. Griffin, Secretary Florida sr , „,„: ` . : _ . STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTFEIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES __4 , _ • % ,, ••'.. - ♦ ♦ • I 1 CR 1 IAM CLARK4. CLIFFORD ` OHNSON - DAVIS INCORPORATED',',• -' 604 HILLBRATH DRittrormilk;` .••'.11. ,NTANA :.ialat� FL 33462 * ; .„4-.......,:___ ,,,,:i.„...-,.,.‘ .., • , . LICE` - NUMBER: Ce -148 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com �■ .K.41 El ISSUED: 11/11/2024 L ..a.:!!".711.1 • . Do not alter this document in any form. r la : tiro, •. This is your license. It is unlawful for anyone other than the licensee to use this document. 1 elilLS.44. Ron DeSantis, Governor Melanie S.Griffin, Secretary Florida „,,,, ..„.„._,,, _"Y"-`;-,72 y Ne..-1.7---- - - - STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE PLUMBING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES C#34+— 1. -. _ —..--= _ 7--:.-1. ::::_i-....77-7; —�.i11 ) � : _ ; / " ter if CRYER, WILLIA CLARK CLIFFORD 'Ik JOHNSON - DAVIS INCORPORATED '4` 604 HILLBRATH DRIVE- ¢- ►;' * LANTANA t�1�(>,� . FL 33462' �' �� j_ I LICENSE NUMBERrCFC1430348 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com 0 a r • El ISSUED: 05/22/2024 - _ #. • Do not alter this document in any form. !r rr � '' ` �a`'' This is your license. It is unlawful for anyone other than the licensee to use this document. 2025 FLORIDA PROFIT CORPORATION AMENDED ANNUAL REPORT FILED DOCUMENT#538772 Apr 30, 2025 Entity Name: JOHNSON - DAVIS INCORPORATED Secretary of State 1274520478CC Current Principal Place of Business: 604 HILLBRATH DRIVE LANTANA, FL 33462 Current Mailing Address: 604 HILLBRATH DRIVE LANTANA, FL 33462 FEI Number: 59-1753888 Certificate of Status Desired: No Name and Address of Current Registered Agent: JOHNSON,SCOTT J 604 HILLBRATH DRIVE LANTANA,FL 33462 US 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: 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 Title VP Name CRYER,WILLIAM Name CRAVENS,RONALD A Address 170 RIVER DRIVE Address 12028 154TH RD N City-State-Zip: TEQUESTA FL 33469 City-State-Zip: JUPITER FL 33478 Title VP Name CAMERON,CHARLES H Address 688 SW HIDDEN RIVER AVE City-State-Zip: PALM CITY FL 34990 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that I am an officer or director of the corporation or the receiver 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 PRESIDENT 04/30/2025 Electronic Signature of Signing Officer/Director Detail Date 604 Hillbrath Dr. ACS® Lantana,FL 33462 DATE(MMIDD/YYYY) L.....---- CERTIFICATE OF LIABILITY INSURANCE Fain 588 5710 06/ 26/2025 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 Kathleen Fuller NAME: Vaughn Risk Management PHONE (561)249-6143 FAX (A/C.No.Eat): (A/C,No): 222 US HWY 1 E-MAIL Service@VaughnRM.com ADDRESS: Suite#215 INSURER(S)AFFORDING COVERAGE NAIC ar Tequesta FL 33469 INSURER A: National Fire Insurance Company of Hartford 20478 INSUREDINSURER B: Continental Casualty Company 20443 Johnson-Davis Incorporated INSURER C: Valley Forge Insurance Company 20508 604 Hillbrath Dr INSURER D: Homeland Insurance Company 34452 INSURER E: Lantana FL 33462 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2562600720 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 1'000'000 DAMAGE TO RENTED 100,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 15,000 A Y 7033967643 07/01/2025 07/01/2026PERSONAL&ADV INJURY $ 1'000.000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X PRO LOC PRODUCTS-COMP/OP AGG $ 2,000,000 JECT OTHER Employee Benefits $ 2,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) - X ANY AUTO BODILY INJURY(Per person) $ B OWNED ^SCHEDULED Y 7033968744 07/01/2025 07/01/2026 BODILY INJURY(Per accident) $ AUTOS ONLY —� AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY —� AUTOS ONLY (Per accident) Medical payments $ 5,000 X UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB CLAIMS-MADE Y 7033984636 07/01/2025 07/01/2026 AGGREGATE $ 5,000,000 DED X RETENTION$ 0 $ WORKERS COMPENSATION XI PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y!N 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE N NIA 7033972535 07/01/2025 07/01/2026 EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Contractors Pollution $1,000,000 Contractors Pollution Liability D 7930119810002 07/01/2025 07/01/2026 Policy Aggregate $2,000,000 Transportation Pollution $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) "yv"'' CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Johnson-Davis,Inc. ACCORDANCE WITH THE POLICY PROVISIONS. 604 Hillbrath Dr. AUTHORIZED REPRESENTATIVE Lantana FL 33462 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Johnson-Davis Inc. 604 Hillbrath Dr. Form W-9 Request for Taxpayer Lantana,FL 33462 Give form to the Phone:(561)588-1170 (Rev.March 2024) Identification Number and Certificatior�ax: (561)585-3252 requester. Do not Department of the Treasury send to the IRS. g Goirs. ov/FormW9 for instructions and the latest information. to www.irs.gov/FormW9 Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual.An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) JOHNSON-DAVIS INCORPORATED 2 Business name/disregarded entity name,if different from above. 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1.Check 4 Exemptions(codes apply only to ro only one of the following seven boxes. certain entities,not individuals; asee instructions on page 3): o ❑ Individual/sole proprietor 2C corporation ❑ S corporation ElPartnership ❑ TrusVestate ❑ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . Exempt payee code(if any) o Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax u classification of the LLC,unless it is a disregarded entity A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o 2 box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(if any) ao 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, y and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained N this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.) a) 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) 604 HILLBRATH DRIVE 6 City,state,and ZIP code LANTANA, FL 33462 7 List account number(s)here(optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later. For other - - entities, it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer identification number Note:If the account is in more than one name,see the instructions for line 1.See also What Name and Number To Give the Requester for guidelines on whose number to enter. 5 9 - 1 7 5 3 8 8 8 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and dividends,You are not required to sig e-oertifjcation,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person li!i�" vt/ Date �2.�/ General Insti ns New line 3b has been added to this form.A flow-through entity is required to complete this line to indicate that it has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest.This Future developments. For the latest information about developments change is intended to provide a flow-through entity with information related to Form W-9 and its instructions,such as legislation enacted regarding the status of its indirect foreign partners,owners,or after they were published,go to www.irs.gov/FormW9. beneficiaries,so that it can satisfy any applicable reporting requirements. For example,a partnership that has any indirect foreign What's New partners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2 and K-3(Form 1065). Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise, it should check the"LLC"box and enter its appropriate tax classification. An individual or entity(Form W-9 requester)who is required to file an information return with the IRS is giving you this form because they Cat.No.10231X Form W-9(Rev.3-2024) From: CS-E-Verify Oueua To: }ieman Parra Subject: Your Company is Currently Enrolled in E-Verify Date: Wednesday,March 16,2022 4:36:51 PM Good afternoon, Thank you for contacting the E-Verify Team. We are happy to address your questions or concerns. Our records indicate your company, Johnson-Davis Inc, enrolled successfully on 7/09/2010. We hope you will take the time to log back into E-Verify at https://e- verify.uscis.gov/web/Login.aspx. If you need assistance accessing your account, we will be more than happy to help you. Due to our security procedures we are unable to provide this service via e-mail. Please contact E-Verify at 888-464-4218 if you require any additional assistance. You may speak to a representative Monday through Friday from 8 a.m. to 8 p.m. Eastern. For users with hearing and speech impairment, please call TTY at 877-875-6028, available 8 a.m. to 5 p.m. Eastern. Cordially, The E-Verify Team Maggie S. If you would like to receive training on the Form I-9, E-Verify, or Employment Eligibility Verification, our Engagement team offers free public webinars. To view the webinar calendar, please visit the E-Verify Webinars webpage. ref:_00Dt0Cn4X._500tOxAg 14:ref is EVenly 4NDSS� (.VERIFY IS A SERVICE OF OHS AND SSA Company ID Number: 342241 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS) and Johnson-Davis Inc. (Employer).The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9).This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA),and DHS. Authority for the E-Verify program is found in Title IV,Subtitle A,of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA), Pub. L. 104-208, 110 Stat.3009, as amended (8 U.S.C. § 1324a note).The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors(Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIESOFTHE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names,titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives'contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 F-Verify s� E VERIFY IS A SERVICE OF DNS AND 55A Company ID Number: 342241 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. If an employee presents a "List B" identity document,the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. §274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph,employees still retain the right to present any List A,or List B and List C,document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that,although it participates in E-Verify,the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures,the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person,the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) lithe Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 !-VeriFy F VERIFY ISA SERVICE OF DNSARD SSA Company ID Number: 342241 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits,to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith,to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article I I.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R.§274a.1(l)) that the employee is not work authorized.The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case),or the finding of a photo mismatch,does not establish, and should not be interpreted as,evidence that the employee is not work authorized. In any of such cases,the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so,the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriIy [•:. F V[AI[YKI[[IVIG[OF DMf•Nn.A Company ID Number: 342241 (including denying, reducing,or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring,firing,employment eligibility verification,or recruitment or referral practices because of his or her national origin or citizenship status,or by committing discriminatory documentary practices.The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below,or discharging or refusing to hire employees because they appear or sound "foreign"or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions,and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages.Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use"Privacy Incident- Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. §552a(i)(1) and (3)) and the Social Security Act(42 U.S.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS,SSA,their contractors and other agents,upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E_verify Ilrylll E VERIFY ISA SERVICE OF ONS ANO SSA Company ID Number: 342241 reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials,or other media. The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and,other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products,websites,or publications are sponsored by, endorsed by, licensed by,or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and,within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States,whether or not they are assigned to the contract.Once the Employer begins verifying new hires,such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor,the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 - �tIA)yp EVenly 3 oye Me [ VERIFY ISA HRVNt Of DNS AND SSA Company ID Number: 342241 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),state or local governments,governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly 1111111 I-VIRIFY ISA SERVICE OF DNS R ND SSR Company ID Number: 342241 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article ll.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law,to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C. §552a),the Social Security Act (42 U.S.C. 1306(a)),and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA,SSA agrees to update SSA records, if appropriate,within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases,SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question,the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct,to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 �\F 1, E-Verify : AEN4 SND SSCP E VERIFY ISA SERVICE OF DMS AMO SSA Company ID Number: 342241 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names,titles,addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC),Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify,or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility,to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides(in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE!!! REFERRALOFINDIVIDUALSTOSSAAND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. Page 8 of 17 E-Verify MOU for Employers j Revision Date 06/01/13 F-Verily mul �kD St ',mitre ISA lIMI=OF IMfAle SSA Company ID Number: 342241 The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation.The Employer will transmit the Social Security number,or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident)or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS,the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 34,1 EVenly �Z4 J,I ,VV."It^WINICt O(OM2^MO 1f^ Company ID Number: 342241 employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport,or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU.The Employer is responsible for providing equipment needed to make inquiries.To access E-Verify,an Employer will need a personal computer with Internet access. ARTICLEV MODIFICATION ANDTERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA,including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 [-Verify MOU for Employers I Revision Date 06/01/13 Ever g Et e E VERIFY ISA WWI OF DNS AND SSA Company ID Number: 342241 B.TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy,or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer,or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor,termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly,the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases,the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses,financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed,to create any right or benefit,substantive or procedural,enforceable at law by any third party against the United States, its agencies, officers,or employees, or against the Employer, its agents, officers,or employees. C. The Employer may not assign,directly or indirectly,whether by operation of law, change of control or merger,all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign,or transfer any of the rights,duties,or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU,whether civil or criminal, and for any liability wherefrom, including(but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 [AIIr E-VeriFy f4ND fS� [.VERIFY IS A SERVICE OF DMS AND SSA Company ID Number: 342241 E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to,Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act(FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively.The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page. If you have any questions,contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 s-VeriFy c4 .1 kip,.SS, LYSRIFY If A S[RYKI OF DMS AND SSA Company ID Number: 342241 Approved by: Employer Johnson-Davis Inc. Name (Please Type or Print) Title Scott Johnson Signature Date Electronically Signed 07/09/2010 Department of Homeland Security-Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 07/09/2010 Page 13 of 17 E-Verify MOU for Employers j Revision Date 06/01/13 � M■iy EVenly gs %. I-VERIFY ISA SERVICE OF DMS AND SU Company ID Number: 342241 Information Required for the E-Verify Program Information relating to your Company: Johnson-Davis Inc. Company Name 604 Hillbrath Drive Lantana, FL 33462 Company Facility Address Company Alternate Address County or Parish PALM BEACH Employer Identification Number 591753888 North American Industry 237 Classification Systems Code Parent Company Number of Employees 100 to 499 Number of Sites Verified for 1 site(s) Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � r - ergry ' 8. "ft FLAP ECJ t VERIFY ISA SERVICE OF DNS AND SSA Company ID Number: 342241 Are you verifying for more than 1 site?If yes, please provide the number of sites verified for in each State: FL 1 Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verif • sto F VERIFY IS A SERVICE OF VHS AND SSA Company ID Number: 342241 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Ilene Passler Phone Number 5615881170 Fax Email ioassler(&iohnsondavis.com Name Robert Hooler Phone Number 5615881199 Fax Email bhooleriohnsondavis.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Miy s-VeriFy etPI • , * � 411aNY M A UNYKl M NISANC 011 Company ID Number: 342241 This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Alaska Mimmipill144.10;0,1! • ardik e Mapbox®OSM J ' tip Hawaii — E-Verify Hiring Sites O ±-71111111111= `oSj 1 417,031 Mapbox®OSM ©2025 Mapbox©OpenStreetMap Map based on search tool's full data set.Data refreshes every day at midnight Color shows Total Hiring Sites by State Map will act as a filter to the table Search Filters [Table Only filter-Table data shows records by Last Updated Date in descending order and default filtered to show employers enrolled this year] Business Name[Input Employer's legal name or DBA name] Industry Type Contains"Johnson-Davis Inc." All Account Status Opted into E-Verify+ State/Territory Date Enrolled[Select last 30 years for all data] Open s •No All 01/01/2010 to 12/31/2025 Terminated Yes Total Records Filtered: 7 E-Verify Participating Employer List Opted Last Updated Doing Account into Date Date Workforce Hiring Site Date Employer Business As Status E-Verify+ Enrolled Terminated Size Locations i 7/9/2010 Johnson-Davis Inc Open Yes 7/9/2010 100 to 499 FL 1 11/4/25,3:55 PM DBPR-CRYER,WILLIAM CLARK CLIFFORD; Doing Business As:JOHNSON-DAVIS INCORPORATED,Certified Plumbing Cont... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION rida Department Of BUsines5 HOME CONTACT US MY ACCOUNT &profess nt Cl Regulation ONLINE SERVICES LICENSEE DETAILS 3:55:13 PM 11/4/2025 Apply for a License Licensee Information Verify a Licensee Name: CRYER,WILLIAM CLARK CLIFFORD (Primary Name) View Food& Lodging Inspections JOHNSON -DAVIS INCORPORATED (DBA Name) File a Complaint ' Main Address: 170 RIVER DRIVE Continuing Education Course TEQUESTA Florida 33469 Search County: PALM BEACH View Application Status License Location: 604 HILLBRATH DRIVE Find Exam Information LANTANA FL 33462 County: PALM BEACH Unlicensed Activity Search AB&T Delinquent Invoice &Activity License Information • List Search License Type: Certified Plumbing Contractor Rank: Cert Plumbing License Number: CFC1430348 Status: Current,Active Licensure Date: 06/26/2019 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 06/26/2019 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399:: Email' Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright©2023 Department of Business and Professional Regulation-State of Florida. Privacy Statement https://www.myforidalicense.com/LicenseDetail.asp?SID=&id=2DEF44E63E1263E5CA2144CE8258E97F 1/2 1114/25,3:44 PM DBPR-CRYER,WILLIAM CLARK CLIFFORD;Doing Business As:JOHNSON-DAVIS INCORPORATED,Certified General Contr... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION ionda Depa rtment of Business HOME CONTACT US MY ACCOUNT r.,„Professional Regulation ONLINE SERVICES LICENSEE DETAILS 3:44:53 PM 11/4/2025 Apply for a License Licensee Information Verify a Licensee Name: CRYER,WILLIAM CLARK CLIFFORD (Primary Name) View Food&Lodging Inspections JOHNSON -DAVIS INCORPORATED (DBA Name) File a Complaint Main Address: 170 RIVER DRIVE TEQUESTA Florida 33469 Continuing Education Course Search County: PALM BEACH View Application Status License Location: 604 HILLBRATH DR LANTANA FL 33462 Find Exam Information County: PALM BEACH Unlicensed Activity Search AB&T Delinquent Invoice &Activity License Information List Search PLicense Type: Certified General Contractor Rank: Cert General License Number: CGC1537148 Status: Current,Active Licensure Date: 11/09/2024 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 11/09/2024 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright©2023 Department of Business and Professional Regulation-State of Florida. Privacy Statement https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=A4C7085E021 CA34F16563D3739BC828A 1/2 11/4/25,3:44 PM DBPR-CRYER,WILLIAM CLARK CLIFFORD;Doing Business As:JOHNSON-DAVIS INCORPORATED,Certified Underground ... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION ida rtment of Business HOME CONTACT US MY ACCOUNT pr&Professional Regulation ONLINE SERVICES LICENSEE DETAILS 3:44:35 PM 11/4/2025 Apply for a License Licensee Information Verify a Licensee Name: CRYER,WILLIAM CLARK CLIFFORD (Primary Name) View Food&Lodging Inspections JOHNSON -DAVIS INCORPORATED (DBA Name) File a Complaint Main Address: 170 RIVER DRIVE Continuing Education Course TEQUESTA Florida 33469 Search County: PALM BEACH View Application Status License Location: 604 HILLBRATH DRIVE Find Exam Information LANTANA FL 33462 County: PALM BEACH Unlicensed Activity Search AB&T Delinquent Invoice&Activity License Information -------------- List Search r License Type: Certified Underground Utility and Excavation Contractor Rank: Cert Under License Number: CUC1225299 Status: Current,Active Licensure Date: 03/08/2016 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 03/08/2016 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email: Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright©2023 Department of Business and Professional Regulation-State of Florida. Privacy Statement https://www.myforidalicense.com/LicenseDetail.asp?SID=&id=EABB1 CD2693E8B57F345C5977399C244 1/2 11/4/25,3:54 PM DBPR-JOHNSON,SCOTT JAMES; Doing Business As:JOHNSON-DAVIS INCORPORATED,Certified Underground Utility and ... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION prl& rtment of Business HOME CONTACT US MY ACCOUNT fessional Regulation ONLINE SERVICES LICENSEE DETAILS 3:54:05 PM 11/4/2025 Apply for a License Licensee Information Verify a Licensee Name: JOHNSON,SCOTT JAMES (Primary Name) JOHNSON -DAVIS INCORPORATED (DBA View Food& Lodging Inspections Name) File a Complaint Main Address: 604 HILLBRATH DRIVE LANTANA Florida 33462 Continuing Education Course ' County: PALM BEACH Search View Application Status ; License Location: 604 HILLBRATH DRIVE LANTANA FL 33462 Find Exam Information County: PALM BEACH Unlicensed Activity Search License Information AB&T Delinquent Invoice&Activity License Type: Certified Underground Utilityand Excavation List Search Yp Contractor Rank: Cert Under License Number: CUC043087 Status: Current,Active Licensure Date: 11/19/1987 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 02/20/2004 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399 :: Email:Customer Contact Center:: Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright©2023 Department of Business and Professional Regulation-State of Florida. Privacy Statement https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=B04E6642611220028836779284D5D540 1/2 11/4/25,3:47 PM DBPR-RAKOCZY,JOHN ROBERT; Doing Business As:RANGELINE TAPPING SERVICES INC,Certified Underground Utility and... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION F(orida rDertment of Business HOME CONTACT US MY ACCOUNT .,„Professional Regulation ONLINE SERVICES LICENSEE DETAILS 3:46:55 PM 11/4/2025 Apply for a License Licensee Information Verify a Licensee Name: RAKOCZY,JOHN ROBERT (Primary Name) RANGELINE TAPPING SERVICES INC (DBA View Food& Lodging Inspections Name) File a Complaint Main Address: 11353 52ND RD NORTH ROYAL PALM BEACH Florida 33411 Continuing Education Course County: PALM BEACH Search View Application Status License Location: 7256 WEST PORT PLACE STE A WEST PALM BEACH FL 33413 Find Exam Information County: PALM BEACH Unlicensed Activity Search License Information AB&T Delinquent Invoice&Activity License Type: Certified Underground Utility tion List Search Yp r9 tY and Excava Contractor Rank: Cert Under License Number: CUC057091 Status: Current,Active Licensure Date: 09/28/1998 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 02/20/2004 Business Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road,Tallahassee FL 32399::Email:Customer Contact Center::Customer Contact Center:850.487.1395 The State of Florida is an AA/EEO employer.Copyright©2023 Department of Business and Professional Regulation-State of Florida.Privacy Statement https://www.myforidalicense.com/LicenseDetail.asp?SID=&id=F1 F233A438195006EBDE59EBBO8A1719 1/2 11/4/25,3:44 PM Detail by FEI/EIN Number DIVISION OF CORPORATIONS 1MYin�l�l Uj 1,IP,A• C Js JsAr rJ l an official State of Florida wrbfitr Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Profit Corporation JOHNSON - DAVIS INCORPORATED Filing Information Document Number 538772 FEI/EIN Number 59-1753888 Date Filed 07/06/1977 State FL Status ACTIVE Principal Address 604 HILLBRATH DRIVE LANTANA, FL 33462 Changed: 04/01/1986 Mailing Address 604 HILLBRATH DRIVE LANTANA, FL 33462 Changed: 04/01/1986 Eiggistered Agent Name &Address JOHNSON, SCOTT J 604 HILLBRATH DRIVE LANTANA, FL 33462 Name Changed: 03/20/1996 Address Changed: 12/18/2009 Officer/Director Detail Name&Address Title P JOHNSON, SCOTT J. 18843 SE JUPITER RIVER DR JUPITER, FL 33458 Title TS https://search.sunbiz.org/I nquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=lnitial&searchNameOrder--591753888... 1/3 11/4/25,3:44 PM Detail by FEI/EIN Number JOHNSON, CHRISTOPHER 7541 BRIAR CLIFF CIR LAKE WORTH, FL 33467 Title VP CRYER,WILLIAM 170 RIVER DRIVE TEQUESTA, FL 33469 Title VP CRAVENS, RONALD A 12028 154TH RD N JUPITER, FL 33478 Title VP CAMERON, CHARLES H 688 SW HIDDEN RIVER AVE PALM CITY, FL 34990 Annual Reports Report Year Filed Date 2024 01/12/2024 2025 01/09/2025 2025 04/30/2025 Document Images 04/30/2025—AMENDED ANNUAL REPORT View image in PDF format 01/09/2025—ANNUAL REPORT View image in PDF format 01/12/2024—ANNUAL REPORT View image in PDF format 01/04/2023—ANNUAL REPORT View image in PDF format 10/27/2022--AMENDED ANNUAL REPORT View image in PDF format 01/05/2022—ANNUAL REPORT View Image in PDF format 11/09/2021—AMENDED ANNUAL REPORT View image in PDF format 07/02/2021—AMENDED ANNUAL REPORT View image in PDF format 01/13/2021—ANNUAL REPORT View image in PDF format 03/25/2020—AMENDED ANNUAL REPORT View image In PDF format J 01/07/2020—ANNUAL REPORT View Image in PDF format 01/02/2019—ANNUAL REPORT View image in PDF format 01/05/2018--ANNUAL REPORT View image in PDF format 01/06/2017--ANNUAL REPORT View image in PDF format 01/14/2016--ANNUAL REPORT View image in PDF format 01/07/2015--ANNUAL REPORT View image in PDF format 01/03/2014--ANNUAL REPORT View image in PDF format 01/02/2013--ANNUAL REPQRT View image in PDF format 01/04/2012--ANNUAL REPORT View Image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber8directionType=lnitial&searchNameOrder=591753888... 2/3 11/4/25,3:44 PM Detail by FEI/EIN Number 07/01/2011—ANNUAL REPORT View image in PDF format J 01/04/2011—ANNUAL REPORT View image in PDF format 01/05/2010—ANNUAL REPORT View image in PDF format 01/08/2009—ANNUAL REPORT View image in PDF format 01/07/2008—ANNUAL REPORT View image in PDF format 01/10/2007—ANNUAL REPORT View image in PDF format 01/12/2006—ANNUAL REPORT View image in PDF format 02/12/2005—ANNUAL REPORT View image In PDF format 02/04/2004—ANNUAL REPORT View image in PDF format 02/10/2003—ANNUAL REPORT View image in PDF format 03/15/2002—ANNUAL REPORT View image in PDF format 01/25/2001—ANNUAL REPORT View image in PDF format 04/03/2000--ANNUAL REPORT View image in PDF format 03/24/1999—ANNUAL REPORT View image in PDF format 01/29(1998—ANNUAL REPORT View image in PDF format 01/28(1997—ANNUAL REPORT View image in PDF format 03/20/1996—ANNUAL REPORT View image In PDF format 03/20/1996—Reg.Agent Changg View image in PDF format 03/24/1995—ANNUAL REPORT View image In PDF format Florida Department of State,Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=initial&searchNameOrder--591753888... 3/3 ATTACHMENT "A" The City of Boynton Beach DIVISION OF RISK MANAGEMENT 100 E.Ocean Avenue Boynton Beach,Florida 33435 .\ (P): 561-742-6271 I(F): 561-742-6274 j� www.bovnton-beach.orq VENDOR INSURANCE REQUIREMENTS — PROCUREMENT 1. INSURANCE REQUIREMENTS: The successful bidder/contractor/firm or individual entering a resulting contract with the City shall provide,pay for and maintain in full force and affect at all times during the services to be performed the applicable insurance as set forth below. (Proof that insurance meets the City's requirements must be provided prior to providing services to the City of Boynton Beach.) Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than: • $1,000,000 each occurrence • $3,000,000 annual aggregate for Bodily Injury,Personal Injury,and Advertising Injury • $1,000,000 per occurrence for Property Damage • $1,000,000 each occurrence and $2,000,000 project aggregate for Products and Completed Operations Policy must include coverage for Contractual Liability, Independent Contractors. Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Professional Liabilitv/Malpractice Coverage must be afforded under a Professional/Allied Health/Malpractice Liability policy with limits not less than: • $2,000,000 each occurrence • $3,000,000 annual aggregate Workers' Compensation and Employer's Liability Coverage must be afforded per Chapter 440,Florida Statutes.Any contractor performing work on behalf of the City must provide Workers' Compensation insurance of at least the statutory requirements in addition to Employer's Liability in the amount not less than $1,000,000 per accident. Exceptions and exemptions will be allowed by the City's Risk Management Department, if they are in accordance with Florida Statute. The Contractor and its insurance carrier waive all subrogation rights against the City, a political subdivision of the State of Florida, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC00 03 13 Waiver of our Right to Recover from others or equivalent. Contractor must be in compliance with all applicable State and federal workers' compensation laws, including the U.S. Longshore and Harbor Workers' Compensation Act or Jones Act, if applicable. Ai\IERIC'A'S GATEWAY rT`o) THE GI TI.h`STREAI%I For any Contractor who has exempt status as an individual, the City requires proof of Workers' Compensation insurance coverage for that Contractor's employees, leased employees,volunteers, and any workers performing work in execution of this Contract. If the Contractor has applied for a workers' compensation exemption, the City does not recognize this exemption to extend to the employees of the Contractor. The Contractor is required to provide proof of coverage for their employees, leased employees, volunteers and any workers performing work in execution of this Contract. This applies to all contractors including but not limited to the construction industry. Contractors Pollution Liability Coverage For sudden and gradual occurrences and in an amount not less than $1,000,000 per claim arising out of this Contract, including but not limited to, all hazardous materials identified under the Contract. Contractor must keep insurance in force until the third anniversary of expiration of this Contract or the third anniversary of acceptance of work by the CITY. Property Coverage (Builder's Risk) Coverage must be afforded in an amount not less than 100%of the total project cost,including soft costs,with a deductible of no more than $25,000 each claim. Coverage form shall include, but not be limited to: • All Risk Coverage including Flood and Windstorm with no coinsurance clause • Guaranteed policy extension provision • Waiver of Occupancy Clause Endorsement,which will enable the City to occupy the facility under construction/renovation during the activity • Storage and transport of materials,equipment, supplies of any kind whatsoever to be used on or incidental to the project • Equipment Breakdown for cold testing of all mechanized,pressurized,or electrical equipment For installation of property and/or equipment, Contractor must provide Builder's Risk Installation insurance to include coverage for materials or equipment stored at the project site, while in transit, or while stored at a temporary location. Coverage limit must be no less than replacement cost. This policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the City as a loss payee. This insurance shall remain in effect until the work is completed and the property has been accepted by the City. Insurance Certificate Requirements a. The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than thirty (30) days prior to the start of work contemplated in this Contract. b. The Contractor shall provide a Certificate of Insurance to the City with a thirty (30) day notice of cancellation; ten (10)days' notice if cancellation is for nonpayment of premium. c. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder. d. In the event the Contract term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect.The City reserves the right to suspend the Contract until this requirement is met. e. The certificate shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificate will show a retroactive date,which should be the same date of the initial contract or prior. f. The City shall be named as an Additional Insured on all liability policies,with the exception A1\IEIZI('A'S (;A'1`ENVAZ' TO TIIE (TLTLN'STREANI of Workers' Compensation. g. The City shall be granted a Waiver of Subrogation on the Contractor's Workers' Compensation insurance policy. h. The Contract, Bid/Contract number, event dates, or other identifying reference must be listed on the certificate. The Certificate Holder should read as follows: City of Boynton Beach Attn: Risk Management 100 E. Ocean Ave. Boynton Beach,FL 33435 The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self-insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self-insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Contractor's expense. If the Contractor's primary insurance policy/policies do not meet the minimum requirements, as set forth in this Contract, the Contractor may provide an Umbrella/Excess insurance policy to comply with this requirement. The Contractor's insurance coverage shall be primary insurance as respects to the City, a political subdivision of the State of Florida, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City,its officials,employees,or volunteers shall be excess of Contractor's insurance and shall be non-contributory. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this Contract shall be deemed unacceptable and shall be considered breach of contract. All required insurance policies must be maintained until the contract work has been accepted by the City, and/or this Contract is terminated. Any lapse in coverage shall be considered breach of contract.In addition,Contractor must provide confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Contract.The City reserves the right to review, at any time, coverage forms and limits of Contractor's insurance policies. All notices of any claim/accident(occurrences)associated with this Contract,shall be provided to the Contractor's insurance company and the City's Risk Management office as soon as practical. It is the Contractor's responsibility to ensure that all independent and subcontractors comply with these insurance requirements. All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Contractor. NOTE: These are minimal insurance requirements. Additional insurance, (e.g., Cyber Liability) may be required based upon the type of event, event location, and/or number of participants. Revised 06/17/2025 AINIEl?I( 'A'S GATEWAY TO 'PIII (;I 'Lh1S'i1REANI ATTACHMENT "B" SAMPLE PERFORMANCE EVALUATION QUESTIONNAIRE (FOR INFORMATIONAL PURPOSES ONLY) Instructions: Performance evaluations shall be completed by the Project Manager for the following: (1)all Contracts: (2)ail individual Work Orders. Work Orders with a term of six (6) months or more at a minimum, the Project Manager shall complete performance evaluations at the mid-point of the project term or at more frequent intervals as required by the Work Order and at the time of Work Order or Contract completion. It is especially important for the Project Manager to contact a Procurement representative to advise of any performance issues so that Procurement can assist with efforts to bring performance back to acceptable standards. It is equally important to complete this form whenever any of the performance indicators are either "marginal" or "unsatisfactory"even when this is not within the normal review cycle. In the event the Average Rating Score is "marginal"or"unsatisfactory"even after reasonable efforts have been taken by the City to improve performance, the Project Manager shall coordinate with Procurement to determine what action needs to be taken under the circumstances. When completed,forward the evaluation form to Procurement. Procurement will keep track of the Average Rating Scores(Line 11)for all evaluations completed for the entire term of the Contract/Work Order. The completed Performance Evaluation form will be retained in Procurement and will be available as a record of current performance for use in the evaluation process of future solicitations released by the District. The completed evaluation is available to the contractor upon a Public Records request pursuant to Chapter 119. F.S. Contract/Work Order No. Contractor I Evaluation Period ❑ Interim i 0 Final Project Title If evaluating under a work order contract. specify type Check the appropriate ratings for Lines 1 through 8. Sum the individual ratings, by column, to produce the Individual Column Ratings on Line 9. Sum the Individual Column Ratings in Line 9 to produce the Total Rating Score on Line 10. Divide the Total Rating Score in Line 10 by the number 8(the number of performance indicators in Lines 1-8)to produce the Average Rating Score in Line 11. Performance Indicators Rating Unsatisfactory Marginal Satisfactory Very Good Exceptional 1. Planning &Approach 0 1 0 2 0 3 0 4 0 5 2. Staff Capability 0 1 0 2 0 3 0 4 ❑ 5 3. Staff Effectiveness ❑ 1 ❑ 2 ❑ 3 0 4 0 5 4. Flexibility in Meeting City's Goals 0 1 0 2 ❑ 3 0 4 0 5 5. Promptness of Deliverables/Milestones/Reports 0 1 ❑ 2 ❑ 3 0 4 1 0 5 6. Report and Drawings Quality 0 1 0 2 ❑ 3 0 4 ! ❑ 5 7. Quality of Work Completed 0 1 0 2 I ❑ 3 0 4 0 5 8. Contract Under or at Budgeted Cost and Invoicing Procedures j 0 1 0 2 ; 0 3 0 4 ❑ 5 9. Individual Column Rating (Total lines 1-8.) 10. Total Rating Score(Total row 9.) 11. Average Rating Score(Divide line 10 by the number 8.) In Lines 12 through 21, provide any additional detail, as deemed necessary, to support the ratings given in Lines 1 through 8 as well as any additional comments regarding SBE utilization on Line 20. Additional space is available on Line 22 if needed. 1. Current tasks completed and/or deliverables received? If no. reason: ❑ Yes ❑ No 2. Current work completed ahead/on schedule? If no, number of days late: and reason: ❑Yes ❑ No 3. Contract currently under/at budgeted cost? If not at budget,specify amount over$ and reason: 0 Yes ❑ No 4. Contractor strengths: 5. Contractor weaknesses: 6. Specific problems incurred: 7. How may these have been prevented? 8. Additional comments/recommendations: 9. Comments on sub-contractor utilization: 10. Currently recommend firm for future contracts/work orders of this type? If"No"or"Possibly", an explanation must be provided in Line 22 below. ❑Yes Project Manager(sign) Date Section Administrator(sign) I Date E No _ j ❑ Possibly 11. Please indicate any additional comments corresponding to Performance Indicators(Lines 1-8)on Page 1 —explain marginal/unsatisfactory performance: if either"No"or "Possibly" apply to Question 21, an explanation must be provided here. Additional sheets may be attached if necessary. Number Remarks CONTRACT MANAGEMENT/PROCUREMENT USE ONLY Please indicate any additional comments corresponding to the numbered question on Page 1 and/or Page 2: Number Remarks Evaluation Number/Score: Comments: Running Average Score: Procurement Representative(sign) Date Other Required Approval(sign) Date