Loading...
R26-042 RESOLUTION NO. R26-042 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, AWARDING INVITATION TO BID NO. 26-009B FOR 3 THE LIFT STATION NO.410&414 FORCE MAIN EXTENSIONS PROJECT 4 TO CACIQUE UTILITIES, LLC, AND APPROVING A CONSTRUCTION 5 CONTRACT BETWEEN THE CITY AND CACIQUE UTILITIES, LLC IN THE 6 AMOUNT OF $1,078,361.00 PLUS A 10% CONTINGENCY IN THE 7 AMOUNT OF $107,836.10 FOR STAFF-AUTHORIZED CHANGE ORDERS 8 TO ADDRESS UNFORESEEN FIELD CONDITIONS, FOR A TOTAL NOT- 9 TO-EXCEED CONTRACT AND PURCHASE ORDER AMOUNT OF 10 $1,186,197.10; AND FOR ALL OTHER PURPOSES. 11 12 WHEREAS, the City's Utilities Department is undertaking utility infrastructure 13 improvements, including force main extensions, to enhance service reliability; and 14 WHEREAS, the City's Utilities Department developed specifications to seek qualified 15 contractors to perform utility improvement work at three locations within the City, involving two 16 main utility extensions; and 17 WHEREAS, on November 26, 2025, the Purchasing Division issued an Invitation to Bid 18 ("ITB") No. 26-009B for the Lift Station No.410 &414 Force Main Extension Project (the "Project"); 19 and 20 WHEREAS, Cacique Utilities, LLC ("Contractor") responded to the ITB by submitting its Bid 21 dated January 20, 2026 (the "Bid"); and 22 WHEREAS, the City has selected the Contractor to perform construction services related 23 to the Project; and 24 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 25 best interests of the City's citizens and residents to award ITB No. 26-009B for the Lift Station No. 26 410 & 414 Force Main Extensions Project to Cacique Utilities, LLC, and approve a Construction 27 Contract between the City and Cacique Utilities, LLC in the amount of $1,078,361.00 plus a 10% 28 contingency in the amount of $107,836.10 for staff-authorized change orders to address 29 unforeseen field conditions, for a total not-to-exceed contract and purchase order amount of 30 $1,186,197.10. 31 32 33 RESOLUTION NO. R26-042 34 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 35 BEACH, FLORIDA, THAT: 36 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 37 being true and correct and are hereby made a specific part of this Resolution upon adoption. 38 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 39 award ITB No.26-009B for the Lift Station No.410&414 Force Main Extensions Project to Cacique 40 Utilities, LLC. 41 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 42 approve a Construction Contract between the City and Cacique Utilities, LLC for ITB No. 26-009B 43 for the Lift Station No. 410 & 414 Force Main Extensions Project in the amount of $1,078,361.00 44 plus a 10% contingency in the amount of $107,836.10 for staff-authorized change orders to 45 address unforeseen field conditions, for a total not-to-exceed contract and purchase order 46 amount of $1,186,197.10, (the "Agreement"), in form and substance similar to that attached as 47 Exhibit A. 48 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 49 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 50 ancillary documents required under the Agreement or necessary to accomplish the purposes of 51 the Agreement, including any term extensions as provided in the Agreement, provided such 52 documents do not modify the financial terms or material terms. 53 SECTION 5. The City Clerk shall retain the fully executed Agreement as a public record 54 of the City. A copy of the fully executed Agreement shall be provided to Keith Webber to forward 55 to the Contractor. 56 SECTION 6. This Resolution shall take effect in accordance with the law. 57 [SIGNATURES ON THE FOLLOWING PAGE] 58 RESOLUTION NO. R26-042 59 PASSED AND ADOPTED this a day of c"--)a2V C.,. -, 2026. 60 CITY OF BOYNTON BEACH, FLORIDA 61 YES NO 62 Mayor— Rebecca Shelton ✓ 63 64 Commissioner— Mack McCray 65 66 Commissioner—Angela Cruz 67 J\G . r (*' 68 ; Thomas Turkin 69 70 Commissioner—Aimee Kelley ✓ 71 72 VOTE 5_b 73 ATTEST: 74 75 124X4Wi. - 76 Tammy Stanlone, CM Rebecca Shelton 77 Deputy City Clerk Mayor 78 79 APPROVED AS TO FORM: 80 (Corporate Seal) 81 82 aalaea 83 Shawna G. Lamb 84 City Attorney City of Boynton Beach Purchasing Division AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND CACIQUE UTILITIES LLC FOR LIFT STATION NO. 410 & 414 FORCE MAIN EXTENSION 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 Cacique Utilities LLC, a limited liability company authorized to do business in the State of Florida, with a business address of 1375 West Gateway Blvd, Boynton Beach, FL 33426, hereinafter referred to as the "Contractor," (each a "Party" and collectively the "Parties"). WHEREAS, the City's Utilities Department is undertaking utility infrastructure improvements, including force main extensions, to enhance service reliability; and WHEREAS, the City's Utilities Department developed specifications to seek qualified contractors to perform utility improvement work at three locations within the City, involving two main utility extensions; and WHEREAS, on November 26, 2025, the Purchasing Division issued an Invitation to Bid No. 26-009B (the "ITB") for the Lift Station No. 410 & 414 Force Main Extension Project (the "Project"); and WHEREAS, Contractor responded to the ITB by submitting its Bid dated January 20, 2026 (the "Bid"); and WHEREAS, the City has selected the Contractor to perform construction services related to the Project; and, WHEREAS, at its meeting of 14tar ck, 3312.o16 , by Resolution No. 'R-11s'44? 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 26-009B Lift Station No.410&414 Force Main Extension Project 1 (( 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 Work will be substantially completed within One Hundred Niney-Eight (198) 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 Forty-Six (46) calendar days from the date of Substantial Completion.The period from Notice to Proceed through Final Completion shall constitute 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 up to the date of termination shall be paid to the Contractor; however, 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 26-0098 Lift Station No.410&414 Force Main Extension Project 2 (( . 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. The City shall reimburse the Contractor for any unpaid and earned project costs 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 Two Hundred Dollars and Zero Cents ($1.200.00) 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 Three Hundred Dollars and Zero Cents ($300.00) 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. 26-009B Lift Station No.410&414 Force Main Extension Project 3 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: One Million Seventv-Eiaht Thousand Three Hundred Sixty-One Dollars and Zero Cents ($1.078.361.00) (the "Contract Price"), subject only to adjustment as provided in the General Conditions. Continaencv 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 resulting from unforeseen conditions, extra work, or circumstances related 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. 26-009B Lift Station No.410&414 Force Main Extension Project 4 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 $107,836.10 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. 26-009B Lift Station No.410 8 414 Force Main Extension Project 5 r City of Boynton Beach Purchasing Division 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 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 Retainaae.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 the 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 the 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 Price, 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 26-009B Lift Station No.410&414 Force Main Extension Project 6 City of Boynton Beach Y Purchasing Division 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 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 Reauired. If this Agreement requires the Contractor to provide a Public Construction Bond or 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 the 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 26-009B Lift Station No.410&414 Force Main Extension Project 7 City of Boynton Beach Purchasing Division 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 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. 26-009B Lift Station No.410 8 414 Force Main Extension Project 8 City of Boynton Beach I Purchasing Division 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. 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 Agreement 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) 26-009B Lift Station Na 410&414 Force Main Extension Project 9 City of Boynton Beach Purchasing Division 10.7 Special Terms and Conditions 10.8 City Construction Standards and Details (available online at: PW Engineering: https://www.boynton-beach.org/760/Engineering-Standards-Manual and Utilities Engineering: https://www.boynton-beach.org/691/Utilities-Engineering-Division) 10.9 Attachment"A"—Technical Specifications/Special Conditions 10.10 Contractor's Bid Bond, Performance, and Payment Bond The Contract Documents are complementary, and wherever possible, their provisions shall be construed to avoid conflicts between the various documents. In the event of a conflict, the more specific or more recent document shall control, generally in the order provided above. 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: Cacique Utilities David Cacique 4804 Waverly Woods Ter Lake Worth.FL 33463 954-774-3066--David( caciqueutilities.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, 26-0098 Lift Station No.410 8 414 Force Main Extension Project 10 City of Boynton Beach Y Purchasing Division 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 Agreement shall be limited to the amounts set forth in Section 768.28, Fla. Stat. This paragraph shall survive the expiration or termination of this Agreement. Article 13. REIMBURSEMENT OF CONSULTANT EXPENSES. These costs are separate from, and in addition to, Liquidated Damages as expressly agreed in Article 3.5. 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 expenses incurred by the City for consulting and inspection services will be charged to the Contractor and deducted from payments due to the Contractor, as provided in 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 26-009B Lift Station No.410&414 Force Main Extension Project 11 City of Boynton Beach "rte f`P Purchasing Division 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 561-742-6000 CityClerk(a_bbfl.US Article 15. E-VERIFY. 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. 26-009B Lift Station No 410&414 Force Main Extension Project 12 City of Boynton Beach Y Purchasing Division 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 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 26-009B Lift Station No.410&414 Force Main Extension Project 13 City of Boynton Beach r Purchasing Division 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 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 with applicable regulations. 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. 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. LJENS. 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 26-009B Lift Station Na 410&414 Force Main Extension Project 14 a u City of Boynton Beach Purchasing Division 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. 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. 26-009B Lift Station No 410&414 Force Main Extension Project 15 City of Boynton Beach ' Purchasing Division 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. 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 applicable Bond(s) provided under Article 6. 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 applicable Bond(s) provided under Article 6 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. 20.4 Relationship to Article 3 (Terminations. The provisions of this Article 20 are intended to address Contractor defaults and the City's remedies short of termination. In the event the City elects to terminate this Agreement for cause, the notice and cure requirements in Article 3 shall govern and control. The shorter cure periods set forth in this Article 20 apply only to the City's exercise of remedies other than termination, including, but not limited to, directing correction of the Work, withholding payment, self-help, suspension of Work, and recovery of costs. 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 26-009B Lift Station No.410&414 Force Main Extension Project 16 2 City of Boynton Beach "T�� Purchasing Division 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 a 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 with respect to the Work provided under this Agreement. Nothing in this Agreement shall be construed as creating a 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 26-009B Lift Station No 410&414 Force Main Extension Project 17 O P City of Boynton Beach "T°'0` Purchasing Division City within seven (7) days after expiration or termination. Any compensation due to the Contractor may be withheld until all required documents are received, as specified 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. This Article does not apply to the indemnification obligations. Article 27. 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 28. SURVIVAL. The Contract Documents and the Contractor's obligation to perform corrective Work survive the final completion of the Work and final payment. Article 29. 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 30. 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 31. GOVERNING LAW; JURISDICTION: VENUE: LITIGATION. 31.1 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. 31.2 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. 31.3 WAIVER OF JURY TRIAL. THE CITY AND CONTRACTOR HEREBY MUTUALLY 26-009B Lift Station No 410&414 Force Main Extension Project 18 c� z City of Boynton Beach "ro�°`c Purchasing Division 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 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 32. 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 33. 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 34. 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 35. 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 26-009B Lift Station No 410&414 Force Main Extension Project 1 9 , G TY OTA = City of Boynton Beach "rte^0` Purchasing Division 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 36. ASSIGNMENT. The Contractor shall not assign this Agreement in whole or in part without the written consent of 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 37. 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 38. 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 39. 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) 26-0098 Lift Station No 410 8 414 Force Main Extension Project 20 G ,p., City of Boynton Beach l..,, j t. Purchasing 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. CITI' OF BOYNTON BEACH, FLORIDA CACIQUE UTILITIES LLC F14IItiter (_17- 1--)-----� ebecca Shelton, Mayor (Signature), Cacique Utilities LLC �� a ?� , a a�� David Cacique Date J Print Name of Authorized Official ,`��.r"'""'�"""''�,,,,��°', Project Executive 'r ''t °° •,,'•,, X11 Title c ;2 '�� C.C i Approved as to Form: = r d00O C,y dflin6 , , 02/20/2026 !�y �;n I. aiii n/ Date ' Shawna G. Lamb, City Attorney (Corporate Seal) '`'ras3111-11 y�/,°*` Attest/A thenticated: Attested/Authenticated: l 6z-- L ....n„.----' �' (SXgr) riure), Witness C14,Vrneic ?(01‘.12- -J-k Ca A,. <C?S; Tammy Stanzlone, Depu ryity Clerk Print Name ,ION e4,,‘`i i���Q�RATE .C,s, % 26-009B Litt Station No.410&414 Force Main Extension Project 21 e \ u City of Boynton Beach `4►o«°`r Purchasing Division CORPORATE ACKNOWLEDGEMENT STATE OF Florida ) COUNTY OF Palm Beach ) The foregoing instrument was acknowledged before me by means of V physical presence or ❑ online notarization, this 23rd day of February , 2026 , by David Cacique , as Project Executive of Cacique Utilities a Florida Corporation , on behalf of the company. They are personally known to me or have produced N/A as identification. \�.\\,0PRY pry,, 0 ARY PUBLrC SOExPlr.. 414;''6/19/2Q29 N.); Lisa Valencia Lisa C� (Name of Notary Typed, Printed, or Stamped) —1 Vajencla = 1 827 tips O` HH682754 J, r 54Commission No. t,ft►ttt►► 26-009B Lift Station No 410&414 Force Main Extension Project 22 City of Boynton Beach Purchasing Division EXHIBIT A PROJECT SCHEDULE The Work will be substantially completed within One Hundred Niney-Eight (198) 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 Forty-Six (46) calendar days from the date of Substantial Completion. The period from Notice to Proceed through Final Completion shall constitute the "Contract Time." 26-009B Lift Station No 410 8 414 Force Main Extension Project 23 City of Boynton Beach Y . Purchasing Division EXHIBIT B CONTRACT PRICE BID FORM 26-009B Lift Station No.410 8 414 Force Main Extension Project 24 26-009B - Lift Station No. 410 & 414 Force Main Extension Project Opening Date: November 26, 2025 9:00 AM Closing Date: January 20, 2026 3:00 PM Vendor Details Company Name: Cacique Utilities LLC Does your company conduct business under any other name?If No yes, please state: 1375 West Gateway Blvd Address: Unit 593 Boynton Beach, FL 33426 Contact: Lisa Valencia Email: lisa@caciqueutilities.com Phone: 305-216-0370 HST#: 88-0711185 Submission Details Created On: Wednesday January 14, 2026 09:15:30 Submitted On: Tuesday January 20,2026 11:25:32 Submitted By: Lisa Valencia Email: lisa@caciqueutilities.com Transaction#: 7480c867-404e-4afd-8766-89f929026e01 Submitter's IP Address: 147.243.243.70 Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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 IDescription Quantity IUnit IUnit Price 'Total 37 1 1GEE- Indemnification 11 ILS 1$25.0000 1$25.00 Subtota1.1$25.00 Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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. New Column SC0125 Section Description Quantity Unit Unit Price` Total 1 1.10B Mobilization/Demobilization, Bonds, 1 LS $50,000.0000 $50,000.00 Insurance and General Requirements 2 1.10C Maintenance of Traffic(MOT) 1 LS $50,000.0000 $50,000.00 3 1 10D Dust Control and Storm Water 1 LS $30.000.0000 $30.000 00 Pollution Prevention 4 1.10E Horizontal Directional Drill 1 LS $150,000.0000 $150,000.00 5 1.10F 10-inch PVC C900 Force Main 490 LF $170.0000 $83,300.00 6 1.10F 8-inch PVC C-900 Force Main 560 LF $160.0000 $89,600.00 7 1.10F 6-inch PVC C-900 Force Main 20 LF $160.0000 $3.200.00 8 1.10G Gate Valves (10-inch) 3 EA $5,000.0000 $15,000.00 9 1 10G Gate Valves (8-inch) 1 EA $5.000.0000 $5.000.00 10 1.10G Gate Valves (6-inch) 2 EA $5,000.0000 $10,000.00 11 1.10H Air Release Valve and Box 3 EA $4,000.0000 $12.000.00 12 1.101 Tapping Connection: SW 3rd St. 1 EA $20,000.0000 $20,000.00 (STA 10+05t) 13 1.10J Tapping Connection: SW 4th St 1 EA $20,000.0000 $20.000 00 14 1.10K Cut-in Connection: Seacrest Blvd. 1 EA $27,500.0000 $27,500.00 (STA 25+43±) 15 1.10K Cut-in Connection: West of Seacrest 1 EA $27,500 0000 $27,500.00 Blvd. (STA 10+02±) 16 1.10K Cut-in Connection: SE 27th Ave. 1 EA $27,500.0000 $27,500.00 (STA 16+36t) 17 1 10K Cut-in Connection: SW 27th Ave 1 EA $27,500 0000 $27.500 00 18 1.10L Sodding 3232 SY $8.0000 $25,856.00 19 1 10M Pavement Markings 1 LS $40,000.0000 $40,000.00 20 1.10N Traffic Loop Detection Assembly 1 EA $3,000.0000 $3,000.00 (Contingent Item) 21 1.100 Concrete Sidewalk Restoration 98 SF $15.0000 $1.470.00 22 1.10P Curb and Gutter 5 LF $200.0000 $1,000.00 23 1.100 Unsuitable Backfill (Contingent Item) 53 CY $30.0000 $1.590 00 24 1.10R Suitable Backfill (Contingent Item) 53 CY $30.0000 $1,590.00 25 1.10S Limerock Base 553 SY $40.0000 $22,120.00 26 1.10T Permanent Pavement for Restoration 162 SY $110.0000 $17,820.00 for City Roadway 27 1 10U Permanent Pavement for Restoration 439 SY $110.0000 $48,290.00 for County Roadway 28 1.10V Milling 7280 SY $5.0000 $36,400.00 29 1.10W Repaving 7280 SY $20.0000 $145,600.00 30 1.10X Cleaning and Inspection of Existing 1200 LF $5.0000 $6,000.00 8" DI Force Main 31 1.10Y In-Place Abandonment of Existing 8" 0.42 CY $2.500 0000 $1,050 00 DIP Pipeline 32 1.10Z Sheeting and Shoring (Contingent 25 LF $50.0000 $1,250.00 Item) 33 1.10AA Trench Overcut (Contingent Item) 100 LF $50.0000 $5.000.00 34 1.10BB NPDES Compliance 1 LS $5,000.0000 $5,000.00 35 1.1000 As-Built/Record Drawings 1 LS $50.000 0000 $50.000 00 36 1.10DD Professional Photographs / Video of 1 LS $5,000.0000 $5,000.00 Construction Site 38 1 10FF Remove and Replace Existing 1 LS $5,000.0000 $5,000 00 Hedging 39 1.10GG Pigging Existing 8" DI Force Main 1200 LF $6.0000 $7,200.00 (Contingent Item) Subtotal: $1,078,336.00 Bid Number: 26-009B Vendor Name: Cacique Utilities LLC Summary Table Bid Form Amount INDEMNIFICATION $25.00 GENERAL CONDITIONS $1,078,336.00 Subtotal Contract Amount: $1,078,361.00 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 Cacique Utilities 2 Address 1375 W Gateway Blvd 3 Telephone 305-216-0370 4 CityBoynton Beach 5 State {FL 6 Zip Code 133426 7 Contractor's License Number I CGC1538918/CUC1226306 8 Federal Tax ID Number 88-0711185 9 Email address for above signer lisa@caciqueutilities.com 10 Indicate which type of Limited Liability Limited Liability 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 - .- :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" Rem 1 I Hereby Acknowledge the Drug Free Information Above and Will Abide by Yes Everything in this Section Bid Number: 26-009B Vendor Name: Cacique Utilities LLC BIDDER'S QUALIFICATION STATEMENT Line Description Response Rem 1 How many years has your organization been in business under 4 Years its present name? 2 If Vendor is operating under Fictitious Name, submit evidence of N/A compliance with Florida Fictitious Name Statute. 3 Under what former name (s) had your business operated? Also N/A list former address(es) of that business, if any. 4 Have you ever been disbarred or suspended from doing No business with any governmental entity? If Yes, explain. 5 Are you licensed? If Yes, attach copy of license to submission Yes package. 6 Has your company ever declared bankruptcy? If Yes, explain. I No 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" Rem 1 I Hereby Acknowledge the Scrutinized Companies - Florida Statute 287 135 and 215.473 Information Above and Will a Yes 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 Item Description Response' 1 I Hereby Acknowledge the E-VERIFY Information Above and Will Abide By a- Yes Everything in this Section r No FIRM'S PRIMARY OWNERSHIP Line Item Description Response 1 Does your firm employ more than 50 persons (including full-time and part-time employees) No 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 the past Yes three years greater than $9 million'? 4 -Which of the following best describes the gender of your firm's primary owner (at least 51% Male ownership) 5 Which of the following best describes the ethnicity of your firm's primary owner (at least 51%) Hispanic/Latino 6 Please select the current certification your firm holds' (Note: Proof of Certification must be SBE included in Document Upload Section) 7 Indicate the agency or agencies that have granted the certification to your firm. Other Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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 Rem 1 I Hereby Acknowledge the Palm Beach County Inspector General Information Above Yes and WII Abide by Everything in this Section. REFERENCES Minimum Experience Requirement:The Bidder must have a minimum of three(3)years of verifiable 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. New Column Reference 1-In Progess or Completed Reference 2-In Progress or Completed Reference 3-In Progress or Completed Project Project Project Name of Agency: City of Sarasota Pinellas County Utilities Indian River County Agency Contact: Georges Nicholas Shannon Ranson John M. Boyer, P.E. Agency Address. 1565 First Street 14 S. Fort Harrison Ave. 1800 27th Street, Sarasota, FL 34236 Clearwater, FL 33756 Vero Beach, Florida 32960 Contact Telephone Number 941- 263-6136 727) 464-6861 (321) 608-0966 Email Address: georges.nicolas@sarasotafl.gov sransom@pinellas.gov jboyer@bowman.com Name of Project: S. Osprey Force Main Extension and 53rd Ave N Force Main Replacement North County 24-inch Force Main Replacement Replacement Project Address/Location: S Osprey Ave, Sarasota. FL 53rd Ave N and Seminole Blvd 77th Ave and Old Dixie Hwy Project Description: Construction of 7,800 LF of 14" HDPE ''Replace approximately 2,915 lineal tees of Replacement of a portion of the sanitary Force Main and 4,600 LF of 10" PVC 20" and 24" diameter of existing force main leading to the North Regional Pipe via both Open Cut Installation and Prestressed Concrete Cylinder Pipe Wastewater Treatment Facility HDD. (PCCP) with new PVC and Fusible PVC pipe installed by Open Cut installation and Horizontal Directional Drill (HDD)." Project Start Date: June 2025 December 2024 April 2025 Project Completion Date: October 2025 May 2025 September 2025 Present Status of the Project: Complete Complete Complete Total Project Cost: $2,053,986.00 $2,438,626.25 1$1,359,300.00 Bid Number: 26-0096 Vendor Name: Cacique Utilities LLC 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 No. Subcontractor Name I Address' !Subcontractor Phone/Email' Item 1 Directional Drilling 15% CUC1226516 J 3 Alliance Andres Gonzalez 2094 Huntsman Ridge Rd 407-693-2985 Minneola, FL 34715 agonzalez@j3andd.com 2 Tapping <1% CUC057091 Rangeline Tapping Services Maxx Moore 7256 Westport Place Ste A 561.301.6577 West Palm Beach, FL 33413 Maxx@rangeline.com 3 Asphalt Paving 8% E0800099 Palma Paving and Concrete Isaac Palma PO Box 570758 (305) 905 - 7699 Miami, FL 33257 palmapavingnconcrete@yahoo.com 4 Pavement Markings <1% 14BS00080 Tri-County Pavement Markings Paul Reyes 3905 Buchanan St 786-412-5037 Hollywood, FL 33021 paul@tcrosi.net 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&Acknowledaement-Non-Collusion Affidavit PDF.pdf-Wednesday January 14,2026 09:47:53 • Scrutinized Companies and E-Verifv Affidavits-Scrutinized Companies Affidavit.pdf-Wednesday January 14,2026 09:59:21 • Sid Bond and Bid Bond Acknowledaement-Executed Bid Bond.pdf-Monday January 19,2026 09:43:25 • Foreian Entity Ownership Affidavit&Anti Human Traffickina Affidavit-AFFIDAVIT OF COMPLIANCE WITH FOREIGN ENTITY LAWS.pdf-Wednesday January 14,2026 10:07:53 • Litigation and Leoal History Disclosure Requirement&Litiaation History Form-Litigation and Legal History Disclosure Requirement.pdf-Wednesday January 14,2026 10:10:23 • Proof of State Certified or County Competency Licenses-Licenses.pdf-Monday January 19,2026 10:54:55 • Florida State Business Registration-Sunbiz 2025.pdf-Monday January 19,2026 10:49:44 • Certificate of Insurance&IRS Form W-9-COI and Form W-9(Rev.pdf-Wednesday January 14,2026 10:42:33 • Anti Kickback Affidavit-ANTI KICK BACK AFFIDAVIT.pdf-Wednesday January 14,2026 10:27:52 • Trench Safety Act Affidavit-Trench Safety Act Form PDF 2.pdf-Wednesday January 14,2026 10:43:49 • Additional Document-Additional Documents.pdf-Tuesday January 20.2026 09:57:57 Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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 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. Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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 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 Bid Number: 26-009B Vendor Name: Cacique Utilities LLC 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 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. F I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - David Cacique,Managing Director,Cacique Utilities,LLC 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 r. 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. Bid Number: 26-009B Vendor Name: Cacique Utilities LLC I have reviewed the File Name below addendum and Pages attachments(if applicable) 26-009B-Addendum No.5 P 18 Tue January 13 2026 09:37 AM 26-009B-Addendum No.4 R 16 Mon December 29 2025 10:43 AM 26-009B-Addendum No.3 P 21 Thu December 18 2025 08:08 PM 26-009B-Addendum No.2 F 1 Fri December 12 2025 09:02 AM 26-009B-Addendum No.1 R 5 Tue December 9 2025 09:19 AM Bid Number: 26-009B Vendor Name: Cacique Utilities LLC r NON-COLLUSION AFFIDAVIT AND CERTIFICATION OF PROPOSER THIS PAGE IS TO BE COMPLETED AND UPLOADED ONLINE State of Florida • County of Palm Beach David Cacique , being first duly sworn, deposes and says that: 1) He/She is Managing Director of Cacique Utilities , 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. NAME RELATIONSHIP None Witnesses: BIDDER: Jose Carlos Cacique Signed: P " Typed name: l/ Name: David Cacique Francisco Rosales � Title: Managing Director Typed name: STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me, by means of IN physical presence or 0 online notarization,this 14th day of January 2020 by David Cacique , who is personally known to me or who has produced N/A as identification. Subscribed and sworn to before me This 14th day of January 20 26 Notary Public ials of Models ft•d u.. vd.nde Notary Public(Signature) My Commission NN$427$4 • Expires $11912020 a • My Commission Expires: 06/19/2029 THIS PAGE IS TO BE SUBMITTED ALONG WITH THE BID FOR THE BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 40 I/ \ , CERTIFICATION PURSUANT TO FLORIDA STATUTE §287.135 TO BE COMPLETED AND UPLOADED ONLINE David Cacique , on behalf of Cacique Utilities certify Print Name and Title Company Name that Cacique Utilities 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 subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Cacique Utilities Pmts COMPANY NAME SIGNATURE David Cacique Managing Director PRINT NAME TITLE 01/14/2026 DATE The foregoing instrument was acknowledged before me, by means of ® physical presence or ❑ online notarization, this 14th day of January , 2026. by David Cacique who is personally known to me or who has produced N/A as identification. Subscribed and sworn to before me This 14th day of January 2026 \� Notary Public(Signature) Notary Public State of florins Liss Valencia 06/19/2029 ,T My Commission MH 682754 My Commission Expires: Expires 8/19/2029 s ■ V OR, tr. "Tom 04" E-VERIFY FORM UNDER SECTION 448.095, FLORIDA STATUTES TO BE COMPLETED AND UPLOADED ONLINE LIFT STATION NO. 410 & 414 FORCE MAIN Project Name: EXTENSION PROJECT Solicitation No.: 26-009B 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. d) Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. 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:Cacique Utilities Authorized Signature: d----)ah-te (per Print Name:David Cacique V Title Managing Director Date:01/14/2026 Phone:305-216-0370 STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me by means of 56 physical presence or ❑ online notarization, this 14thday of January 2026 , by David Cacique on behalf of Cacique Utilities . He/she is personally known to me or has produced N/A as identification. 'Gu NOTARY PUBLIC Notary Peelle SUM of Florida Lisa Valencia Uta Valencia • (Name of Notary Typed, Printed or Stamped) My Conwalsalwn NN N:161 Expires 0/19/2029 Florida Notary Title or Rank HH682754 Serial number, if any G` P (t1'. m = tiTON 6 BID BOND STATE OF FLORIDA ) COUNTY OF PALM BEACH ) KNOW ALL MEN BY THESE PRESENTS, that Cacique Utilities, LLC as Principal, and United States Fire 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 Amount Bid Dollars ($5%of Amount Bid) 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 accompanying bid,dated January 20 , 2026 ,for: ITB N0 26-0098,LIFT STATION NO.410&414 FORCE MAIN EXTENSION PROJECT NOW THEREFORE, A If the principal shall not withdraw such Bid within (120)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 20th day of January . 20 26 , 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: Cacique Utilities, LLC Name of Fin-n , ,ll ll H n lh pp,Il ttt WITNE .`� ,` "G0pCT�D• Gis • Signature of Authorized Officer(affixed§gal) Title J 4804 Waverly Woods Terrace Business Address Lake Worth, FL 33467 City and State SURETY: United States Fire Insurance Company Corporate Surety ttttttt AlA ITNESS: 7 "t' ,�,s • Alicia Angelillo, Secret..ry Attorney-in-Fiet(affix seal) riShawn A.Burftu_= :-;! -' 305 Madison Avenue •'' Business Address ... Morristown, NJ 07960 City and State Acrisure. 15050 NW 79th Court. Suite 200, Miami Lakes. FL 33016 Name of Local Insurance Agency CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the Corporation named as Principal in the within bond;that cl*() C a c-, G.,-F2__ who signed the such Bid Bond on behalf of the Principal,was then t Y c.7a I— of such Corporation;that I know their signature,and their signature hereto is genuine; and that such bond was duly signed, sealed, and attested for and in behalf of such Corporation by authority of its governing body. �...... ._r- ''•o ED ary (corporate sfal) v SRS. ��� I ;,O (0,T, 4 < STATE OF FLORIDA ) L\ `•'41AAN'( z COUNTY OF PALM BEACH ) 44444,,,,,,,,,,,,,`�� Shawn A. Burton, Attorney-In-Fact Before me, a Notary Public duly commissioned, qualified and acting, personally appeared by means of X physical presence or_online notarization to me well known, who being by me first duly sworn upon oath, says that they are the Attorney-in-Fact, for the United States Fire Insurance Company and that they have been authorized by United States Fire Insurance Company to execute the foregoing bond on behalf of the VENDOR named therein in favor for the City of Boynton Beach. Notary Public State of Florida A Samantha G Ortiz 1111 My Commission HH 304820 Expires 8/24/2029 iaff A.. VOp 111 V L N CERTIFICATE AND AFFIDAVIT FOR BONDS TO: CITY OF BOYNTON BEACH COMMISSIONERS RE: Bid Number: N/A Vendor: Caciaue Utilities. LLC Name: Cacique Utilities, LLC Address: 4804 Waverly Woods Terrace City/State: Lake Worth, FL ZIP: 33467 Phone: 305-216-0370 Bond Amount: Five Percent of Amount Bid(5%of Amount Bid) SURETY BOND COMPANY: Name: United States Fire Insurance Company Address: 305 Madison Avenue City/State: Morristown, NJ ZIP: 07960 Phone: 973-490-6600 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 State epartpto usury under Sections 9304 to 9308 of Title 31 of the United States Code. / ' l n January 20,2026 ;) Date Agent and Attorney-in-Fact Shawn A. Burton \�,.,vim. -` •'-�J POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 00927 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Ian A.Nipper,David Russell Hoover,Joseph Penichet Nielson,Charles David Nielson, Charles Jackson Nielson,Shawn Alan Burton,Jarrett Merlucci each,its true and lawful Attomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 8th day of April,2025. UNITED STATES FI INSURANCE COMPANY ei . 1 si.ie-- '( Matthew E. ubn,President State of New Jersey} County of Morris } On this 8th day of April,2025,before me,a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. ETHAN SCHWARTZ NOTARY PUBLIC -�' STATE OF NEW JERSEY MY COMMISSION EXPIRES 6 'iq/ COI.G[n1lL COMMISSION:#50223171 Ethan Schwartz(Notary Public) I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my-hand and affixed the corporate seal of United States Fire Insurance Company on the 20th day of January 2026 Y _------_ ,-- UNITED STATES FIRE INSURANCE COMPANY `� _ _ Ply = �-_ Michael C.Fay,Senior Vice Pent CONTACT lisiftiditAltON Bond Verifications:suretvacfins.com / Claims:SuretvClaimsSu000rtna cfins corn „_ 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 Entity. _te Cfi-orr - Date: January 14th , 20 26 Signed: pa Entity: Cacique Utilities Name: David Cacique Title: Managing Director STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me, by means of 0 physical presence or 0 online notarization, this 14th day of January 2026 by David Cacique as Managing Director for Cacique Utilities , who is personally known to me or who has produced NIA as identification. Notary Public Signature: State of Florida at Large (Seal) Print Name: Lisa Valencia tersibmilimisiribisersibrairabdil Notary Public Mato or Amide My commission expires: 06/19/2029 , Uma •v My Commission bn MI rat SWIM Expires 4l19/2029 a 1 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: January 14th , 2026 Signed: Pa-Aa Cacique Utilities Entity: Name: David Cacique Title: Managing Director STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me, by means of ® physical presence or 0 online notarization, this t4th day of January , 20 26 , by David Cacique , as Managing Director for Cacique Utilities ,who is personally known to me or who has produced N/A as identification. Notary Public Signature: State of Florida at Large (Seal) Print Name: Lisa Valencia Notary Public$ta4.of Mende My commission expires: 06/19/2029 Lisa Valencia' El& . My Coinaduba !N1 NM Expires •nornrt9 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. 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. 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. There are no material cases to disclose for this Proposer. ❑ Material case(s)are disclosed in the attached Litigation History Form(s). Authorized Signature: Pa � Printed Name: David Cacique Title: Managing Director Date: 06/19/2029 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 ❑ Material Case(s)are disclosed below and on attached forms PROPOSER INFORMATION: Proposer Legal Name: Florida Division of Corporations Document Number(SUNBIZ): Federal Employer Identification Number(FEI/EIN): Is this for a: (check type) If Yes, name of Parent/Subsidiary/Related Entity/Predecessor: f ❑ Parent, ❑ Subsidiary, ❑ Other Or No ❑ Related Entity, or ❑ Predecessor 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: City of Boynton Beach Procurement Division, Revised:October 2025 d df ., st14, Ron DeSantis,Governor Melanie S.Griffin,Secretary Florida *4.--4.:-.147W- )F/A 6r STATE OF FLORIDA 4 °wfz DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INTRY, ENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES • • —Z----I . . lia. (: CACIQUE, DAVID = '• N ' � CACIQUE UTILITIES LLC y=%b' ;� -4804 WAVERLY WOODS TERRAC / LAKE WORTH FL 33463 ;• • .. i.4.-.:c%-.t-:-,..,:t- -0W-4...,/ 4 LICENS ,IUMBERf.0 3 918 EXPIRATION DATE: AUGUST 31,2026 • Always verify licenses online at MyFloridaLicense.com t • ❑� , :;j ❑J ISSUED:08/07/2025 - .�# •:,. ...,; Do not alter this document in any form. '' : ;o: This is your license. It is unlawful for anyone other than the licensee to use this document. ■ Ron DeSantis,Governor Melanie S.Griffin,Secretary F�Ofld� 7 , , aree_'f 4,•, ,, STATE OF FLORIDA .060 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIOI NDUSTRX ENSING BOARD { THE UNDERGROUND UTILITY& EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ,_ �� .`. • s r . j -- - . __ • r 0 f .., . . ....— — •S. • CACIQUE, DAVID :4: CACIQUE UTILITIES LLC =I b 1 I. 3922 NEW VALENCIA ';'�1 : ••, ,.,GREENACRES . FL 3346 * * .• 64%..147.-r .1. +7 ... 4 L LICE�I��� BER: CUC12306 EXPIRATION DATE: AUGUST 31,2026 Always verify licenses online at MyFloridaLicense.com a E,i•r4 ❑� ISSUED: 10/15/2024 *'; Do not alter this document in any form. c_ .i+'�_.i I: •41: This is your license. It is unlawful for anyone other than the licensee to use this document. Ell + s k t r • ANNE M M. G A N N O N P.O.Box 3353,West Palm Beach,FL 33402-3353 **LOCATED AT** Moi CONSTITUTIONAL TAX COLLECTOR www.pbctax.gov Tel:(561)355-2264 1375 W GATEWAY BLVD Serving Palm Beach County BOYNTON BEACH FL 33426 Serving you. TYPE OF BUSINESS I OWNER I CERTIFICATION# I RECEIPT ft/DATE PA:C I AMT PAID I BILL# i GENERAL CONTRACTOR I POLANCO JOSE EUGENIO I CGC1531967 I B25.672496 8/27/2025 I 27.50 I B40184936 I This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2025/ 2026 LOCAL BUSINESS TAX RECEIPT CACIQUE UTILITIES LLC LBTR Number: 2024165567 CACIQUE UTILITIES LLC EXPIRES: 9/30/2026 4804 WAVERLY WOODS TERR This receipt MUST be conspicuously displayed at the place of LAKE WORTH FL 33463 business and in such a manner as to be open to the view of the public. Dear Business Owner: • Proof of payment of your Local Business Tax Receipt(LBTR)is shown on the reverse side.Verify this information and display it conspicuously at your place of business in open view of the public. • This receipt is in addition to,and not in lieu of, any license or receipt required by law or city ordinance. This receipt is subject to regulations of zoning, health, and any other lawful authority(County Ordinance Number 17-17). • If you close or move your business,you must notify our office immediately. • Short term rental businesses must submit Tourist Development Tax(TDT)account and LBTR account closure(s)through the TDT portal at www.pbctax.com. • Additional information can be found at www.obctax.00v or email ClientAdvocate@pbctax.com. This receipt expires on September 30. Renewal notices are mailed 10-12 weeks prior to expiration. Please access your LBTR at www.pbctax.com to make a payment or find other important information. I wish you a successful year, amci... A. iirAmmArxi Constitutional Tax Collector, Serving Palm Beach County 2025 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT# L22000061248 Feb 21, 2025 Entity Name: CACIQUE UTILITIES LLC Secretary of State 7061459544CC Current Principal Place of Business: 1375 W GATEWAY BLVD BOYNTON BEACH, FL 33426 Current Mailing Address: 3922 NEW VALENCIA GREENACRES, FL 33467 US FEI Number: 88-0711185 Certificate of Status Desired: No Name and Address of Current Registered Agent: CACIQUE PIZANO, DAVID G 3922 NEW VELENCIA GREENACRES,FL 33467 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 Authorized Person(s) Detail : Title AMBR Title AMBR Name ROSALES CACIQUE,FRANCISCO Name CASIQUE PIZANO,JOSE C Address 1167 BARNHORST RD Address 80 N STUART CIR City-State-Zip: BARTOW FL 33830 City-State-Zip: GREENACRES FL 33463 Title AMBR Title AR Name CACIQUE ALVAREZ,MIGUEL Name CACIQUE,DAVID G Address 1191 BARNHORST RD Address 3922 NEW VELENCIA City-State-Zip: BARTOW FL 33830 City-State-Zip: GREENACRES FL 33467 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 t am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605.Florida Statutes,and that my name appears above.or on an attachment with all other like empowered. SIGNATURE: DAVID CACIQUE MANAGING DIRECTOR 02/21/2025 Electronic Signature of Signing Authorized Person(s)Detail Date ACO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) ‘...—/ 04/01/2025 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 Kassie Huskey y JDA Insurance Group PHONE// eztl: (561)296-0373 I Fnic,Not: (561)828-0997 120 N.Federal Hwy..#301 E-MAIL kassie@thejdagroup.corn ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Lake Worth FL 33460 INSURER A: Richmond National Insurance Company 17103 INSURED Progressive Express 10193 INSURER B: g p Cacique Utilities LLC INSURER C: Florida Citrus, Business&Industries Fund 3922 New Valencia INSURER D INSURER E: Greenacres FL 33467 INSURER F: COVERAGES CERTIFICATE NUMBER: COI 25-26 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 I IADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ Excluded A I I RN-7-0510319 03/28/2025 03/28/2026 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY X VT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ B OWNED X SCHEDULED 956978319 03/28/2025 03/28/2026 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) Blanket Additional $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 A 1 X EXCESS LIAB CLAIMS-MADE RN-7-0510366 03/28/2025 03/28/2026 AGGREGATE $ 1,000,000 I I DED I I RETENTION $ I $ WORKERS COMPENSATION XI STATUTE I I 212H AND EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N ,000'000 C OFFICER/MEMBER EXCLUDED? Y N/A 10665370-2024 03/30/2025 03/30/2026 E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,descnbe under 1000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ , DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) David Cacique as owner/officer of the company,has filed for and is exempt from FL Workers Compensation laws/coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN SAMPLE FOR INFORMATIONAL ACCORDANCE WITH THE POLICY PROVISIONS. PURPOSES ONLY AUTHORIZED REPRESENTATIVE Vr5 ©1988-2015` ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Form W-9 Request for Taxpayer Give form to the (Rev.March 2024) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service Go to www.irs.gov/FormW9 for instructions and the latest information. 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.) Cacique Utilities 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 cr only one of the following seven boxes. certain entities,not individuals; co 111IndividuaVsole proprietor ElC corporation ❑ S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): ai ❑ LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . . Exempt payee code(if any) 0. o Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax vclassification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax 0 2 box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(if any) a 0 !El' 3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked"LLC"and entered"P"as its tax classification, and you are providing this form to a partnership,trust,or estate in which you have an ownership interest,check (Applies to accounts maintained to this box if you have any foreign partners,owners,or beneficiaries.See instructions ❑ outside the United States.) in 5 Address(number,street,and apt.or suite no.).See instructions. Requester's name and address(optional) 1375 West Gateway Blvd 6 City,state,and ZIP code Boynton Beach, FL 33426 7 List account number(s)here(optional) mull 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. 8 8 - 0 0 7 1 1 8 5 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 sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of ^ 04<g�� Date 01/14/2026 Here U.S.person (ll��( General Instructions 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) Form W-9(Rev.3-2024) Page 2 must obtain your correct taxpayer identification number(TIN),which Foreign person.If you are a foreign person or the U.S.branch of a may be your social security number(SSN),individual taxpayer foreign bank that has elected to be treated as a U.S.person(under identification number(ITIN),adoption taxpayer identification number Regulations section 1.1441-1(b)(2)(iv)or other applicable section for (ATIN),or employer identification number(EIN),to report on an chapter 3 or 4 purposes),do not use Form W-9.Instead,use the information return the amount paid to you,or other amount reportable appropriate Form W-8 or Form 8233(see Pub.515).If you are a on an information return.Examples of information returns include,but qualified foreign pension fund under Regulations section 1.897(1)-1(d),or are not limited to,the following. a partnership that is wholly owned by qualified foreign pension funds, •Form 1099-INT(interest earned or paid). that is treated as a non-foreign person for purposes of section 1445 withholding,do not use Form W-9.Instead,use Form W-8EXP(or other •Form 1099-DIV(dividends,including those from stocks or mutual certification of non-foreign status). funds). Nonresident alien who becomes a resident alien.Generally,only a •Form 1099-MISC(various types of income,prizes,awards,or gross nonresident alien individual may use the terms of a tax treaty to reduce proceeds). or eliminate U.S.tax on certain types of income.However,most tax •Form 1099-NEC(nonemployee compensation). treaties contain a provision known as a saving clause.Exceptions •Form 1099-B(stock or mutual fund sales and certain other specified in the saving clause may permit an exemption from tax to transactions by brokers). continue for certain types of income even after the payee has otherwise become a U.S.resident alien for tax purposes. •Form 1099-S(proceeds from real estate transactions). If you are a U.S.resident alien who is relying on an exception •Form 1099-K(merchant card and third-party network transactions). contained in the saving clause of a tax treaty to claim an exemption •Form 1098(home mortgage interest), 1098-E(student loan interest), from U.S.tax on certain types of income,you must attach a statement and 1098-T(tuition). to Form W-9 that specifies the following five items. •Form 1099-C(canceled debt). 1.The treaty country.Generally,this must be the same treaty under •Form 1099-A(acquisition or abandonment of secured property). which you claimed exemption from tax as a nonresident alien. Use Form W-9 only if you are a U.S.person(including a resident 2.The treaty article addressing the income. alien),to provide your correct TIN. 3.The article number(or location)in the tax treaty that contains the Caution:If you don't return Form W-9 to the requester with a TIN,you saving clause and its exceptions. might be subject to backup withholding.See What is backup 4.The type and amount of income that qualifies for the exemption withholding,later. from tax. By signing the filled-out form,you: 5.Sufficient facts to justify the exemption from tax under the terms of 1.Certify that the TIN you are giving is correct(or you are waiting for a the treaty article. number to be issued); Example.Article 20 of the U.S.-China income tax treaty allows an 2.Certify that you are not subject to backup withholding;or exemption from tax for scholarship income received by a Chinese student temporarily present in the United States.Under U.S.law,this 3.Claim exemption from backup withholding if you are a U.S.exempt student will become a resident alien for tax purposes if their stay in the payee;and United States exceeds 5 calendar years.However,paragraph 2 of the 4.Certify to your non-foreign status for purposes of withholding under first Protocol to the U.S.-China treaty(dated April 30,1984)allows the chapter 3 or 4 of the Code(if applicable);and provisions of Article 20 to continue to apply even after the Chinese 5.Certify that FATCA code(s)entered on this form(if any)indicating student becomes a resident alien of the United States.A Chinese that you are exempt from the FATCA reporting is correct.See What/s student who qualifies for this exception(under paragraph 2 of the first FATCA Reporting,later,for further information. Protocol)and is relying on this exception to claim an exemption from tax on their scholarship or fellowship income would attach to Form W-9 a Note:If you are a U.S.person and a requester gives you a form other statement that includes the information described above to support that than Form W-9 to request your TIN,you must use the requester's form if exemption. it is substantially similar to this Form W-9. If you are a nonresident alien or a foreign entity,give the requester the Definition of a U.S.person.For federal tax purposes,you are appropriate completed Form W-8 or Form 8233. considered a U.S.person if you are: •An individual who is a U.S.citizen or U.S.resident alien; Backup Withholding •A partnership,corporation,company,or association created or What is backup withholding?Persons making certain payments to you organized in the United States or under the laws of the United States; must under certain conditions withhold and pay to the IRS 24%of such •An estate(other than a foreign estate);or payments.This is called"backup withholding."Payments that may be •A domestic trust(as defined in Regulations section 301.7701 7). subject to backup withholding include,but are not limited to,interest, tax-exempt interest,dividends,broker and barter exchange Establishing U.S.status for purposes of chapter 3 and chapter 4 transactions,rents,royalties,nonemployee pay,payments made in withholding.Payments made to foreign persons,including certain settlement of payment card and third-party network transactions,and distributions,allocations of income,or transfers of sales proceeds,may certain payments from fishing boat operators.Real estate transactions be subject to withholding under chapter 3 or chapter 4 of the Code are not subject to backup withholding. (sections 1441-1474).Under those rules,if a Form W-9 or other You will not be subject to backup withholding on payments you receive certification of non-foreign status has not been received,a withholding if you give the requester your correct TIN,make the proper certifications, agent,transferee,or partnership(payor)generally applies presumption and report all your taxable interest and dividends on your tax return. rules that may require the payor to withhold applicable tax from the recipient,owner,transferor,or partner(payee).See Pub.515, Payments you receive will be subject to backup withholding if: Withholding of Tax on Nonresident Aliens and Foreign Entities. 1.You do not furnish your TIN to the requester; The following persons must provide Form W-9 to the payor for 2.You do not certify your TIN when required(see the instructions for purposes of establishing its non-foreign status. Part II for details); •In the case of a disregarded entity with a U.S.owner,the U.S.owner 3.The IRS tells the requester that you furnished an incorrect TIN; of the disregarded entity and not the disregarded entity. 4.The IRS tells you that you are subject to backup withholding •In the case of a grantor trust with a U.S.grantor or other U.S.owner, because you did not report all your interest and dividends on your tax generally,the U.S.grantor or other U.S.owner of the grantor trust and return(for reportable interest and dividends only);or not the grantor trust. 5.You do not certify to the requester that you are not subject to •In the case of a U.S.trust(other than a grantor trust),the U.S.trust backup withholding,as described in item 4 under"By signing the filled- and not the beneficiaries of the trust. out form"above(for reportable interest and dividend accounts opened See Pub.515 for more information on providing a Form W-9 or a after 1983 only). certification of non-foreign status to avoid withholding. Form W-9(Rev.3-2024) Page 3 Certain payees and payments are exempt from backup withholding. example,if a foreign LLC that is treated as a disregarded entity for U.S. See Exempt payee code,later,and the separate Instructions for the federal tax purposes has a single owner that is a U.S.person,the U.S. Requester of Form W-9 for more information. owner's name is required to be provided on line 1.If the direct owner of See also Establishing U.S.status for purposes of chapter 3 and the entity is also a disregarded entity,enter the first owner that is not chapter 4 withholding,earlier. disregarded for federal tax purposes.Enter the disregarded entity's name on line 2.If the owner of the disregarded entity is a foreign person, What Is FATCA Reporting? the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S.TIN. The Foreign Account Tax Compliance Act(FATCA)requires a participating foreign financial institution to report all U.S.account Line 2 holders that are specified U.S.persons.Certain payees are exempt from If you have a business name,trade name,DBA name,or disregarded FATCA reporting.See Exemption from FATCA reporting code,later,and entity name,enter it on line 2. the Instructions for the Requester of Form W-9 for more information. Line 3a Updating Your Information Check the appropriate box on line 3a for the U.S.federal tax You must provide updated information to any person to whom you classification of the person whose name is entered on line 1.Check only claimed to be an exempt payee if you are no longer an exempt payee one box on line 3a. and anticipate receiving reportable payments in the future from this IF the entity/individual on line 1 THEN check the box for... person.For example,you may need to provide updated information if 11 you are a C corporation that elects to be an S corporation,or if you are is a(n)... no longer tax exempt.In addition,you must furnish a new Form W-9 if H Corporation 1 Corporation. the name or TIN changes for the account,for example,if the grantor of a • Individual or Individual/sole proprietor. grantor trust dies. • Sole proprietorship Penalties • LLC classified as a partnership Limited liability company and Failure to furnish TIN.If you fail to furnish your correct TIN to a for U.S.federal tax purposes or enter the appropriate tax requester,you are subject to a penalty of$50 for each such failure • LLC that has filed Form 8832 or classification: unless your failure is due to reasonable cause and not to willful neglect. 2553 electing to be taxed as a P=Partnership, Civil penalty for false information with respect to withholding.If you corporation C=C corporation,or make a false statement with no reasonable basis that results in no S=S corporation. backup withholding,you are subject to a$500 penalty. I• Partnership I Partnership. Criminal penalty for falsifying information.Willfully falsifying I• Trust/estate I Trust/estate. certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Line 3b Misuse of TINs.If the requester discloses or uses TINs in violation of Check this box if you are a partnership(including an LLC classified as a federal law,the requester may be subject to civil and criminal penalties. partnership for U.S.federal tax purposes),trust,or estate that has any foreign partners,owners,or beneficiaries,and you are providing this Specific Instructions form to a partnership,trust,or estate,in which you have an ownership interest.You must check the box on line 3b if you receive a Form W-8 Line 1 (or documentary evidence)from any partner,owner,or beneficiary establishing foreign status or if you receive a Form W-9 from any You must enter one of the following on this line;do not leave this line partner,owner,or beneficiary that has checked the box on line 3b. blank.The name should match the name on your tax return. Note:A partnership that provides a Form W-9 and checks box 3b may If this Form W-9 is for a joint account(other than an account be required to complete Schedules K-2 and K-3(Form 1065).For more maintained by a foreign financial institution(FFI)),list first,and then information,see the Partnership Instructions for Schedules K-2 and K-3 circle,the name of the person or entity whose number you entered in (Form 1065). Part I of Form W-9.If you are providing Form W-9 to an FFI to document a joint account,each holder of the account that is a U.S.person must If you are required to complete line 3b but fail to do so,you may not provide a Form W-9. receive the information necessary to file a correct information return with the IRS or furnish a correct payee statement to your partners or •Individual.Generally,enter the name shown on your tax return.If you beneficiaries.See,for example,sections 6698,6722,and 6724 for have changed your last name without informing the Social Security penalties that may apply. Administration(SSA)of the name change,enter your first name,the last name as shown on your social security card,and your new last name. Line 4 Exemptions Note for ITIN applicant:Enter your individual name as it was entered If you are exempt from backup withholding and/or FATCA reporting, on your Form W-7 application,line 1 a.This should also be the same as enter in the appropriate space on line 4 any code(s)that may apply to the name you entered on the Form 1040 you filed with your application. you. •Sole proprietor.Enter your individual name as shown on your Form Exempt payee code. 1040 on line 1.Enter your business,trade,or"doing business as"(DBA) • Generally,individuals(including sole proprietors)are not exempt from name on line 2. backup withholding. •Partnership,C corporation,S corporation,or LLC,other than a disregarded entity.Enter the entity's name as shown on the entity's tax ' Except as provided below,corporations are exempt from backup return on line 1 and any business,trade,or DBA name on line 2. withholding for certain payments,including interest and dividends. •Other entities.Enter your name as shown on required U.S.federal tax • Corporations are not exempt from backup withholding for payments documents on line 1.This name should match the name shown on the made in settlement of payment card or third party network transactions. charter or other legal document creating the entity.Enter any business, • Corporations are not exempt from backup withholding with respect to trade,or DBA name on line 2. attorneys'fees or gross proceeds paid to attorneys,and corporations •Disregarded entity.In general,a business entity that has a single that provide medical or health care services are not exempt with respect owner,including an LLC,and is not a corporation,is disregarded as an to payments reportable on Form 1099-MISC. entity separate from its owner(a disregarded entity).See Regulations The following codes identify payees that are exempt from backup section 301.7701-2(c)(2).A disregarded entity should check the withholding.Enter the appropriate code in the space on line 4. appropriate box for the tax classification of its owner.Enter the owner's 1—An organization exempt from tax under section 501(a),any IRA,or name on line 1.The name of the owner entered on line 1 should never a custodial account under section 403(b)(7)if the account satisfies the be a disregarded entity.The name on line 1 should be the name shown requirements of section 401(0(2). on the income tax return on which the income should be reported.For Form W-9(Rev.3-2024) Page 4 2—The United States or any of its agencies or instrumentalities. F—A dealer in securities,commodities,or derivative financial 3—A state,the District of Columbia,a U.S.commonwealth or territory, instruments(including notional principal contracts,futures,forwards, or any of their political subdivisions or instrumentalities. and options)that is registered as such under the laws of the United States or any state. 4—A foreign government or any of its political subdivisions,agencies, or instrumentalities. G—A real estate investment trust. 5—A corporation. H—A regulated investment company as defined in section 851 or an 6—A dealer in securities or commodities required to register in the entity registered at all times during the tax year under the Investment Company Act of 1940. United States,the District of Columbia,or a U.S.commonwealth or territory. I—A common trust fund as defined in section 584(a). 7—A futures commission merchant registered with the Commodity J—A bank as defined in section 581. Futures Trading Commission. K—A broker. 8—A real estate investment trust. L—A trust exempt from tax under section 664 or described in section 9—An entity registered at all times during the tax year under the 4947(a)(1). Investment Company Act of 1940. M—A tax-exempt trust under a section 403(b)plan or section 457(g) 10—A common trust fund operated by a bank under section 584(a). plan. 11—A financial institution as defined under section 581. Note:You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee 12—A middleman known in the investment community as a nominee or code should be completed. custodian. 13—A trust exempt from tax under section 664 or described in section Line 5 4947. Enter your address(number,street,and apartment or suite number). The following chart shows types of payments that may be exempt This is where the requester of this Form W-9 will mail your information from backup withholding.The chart applies to the exempt payees listed returns.If this address differs from the one the requester already has on above, 1 through 13. file,enter"NEW"at the top.If a new address is provided,there is still a chance the old address will be used until the payor changes your IF the payment is for... THEN the payment is exempt address in their records. for... • Interest and dividend payments All exempt payees except Line 6 for 7. Enter your city,state,and ZIP code. • Broker transactions Exempt payees 1 through 4 and 6 Part I. Taxpayer Identification Number (TIN) through 11 and all C corporations. S corporations must not enter an Enter your TIN in the appropriate box.If you are a resident alien and exempt payee code because they you do not have,and are not eligible to get,an SSN,your TIN is your are exempt only for sales of IRS ITIN.Enter it in the entry space for the Social security number.If you noncovered securities acquired do not have an ITIN,see How to get a TIN below. prior to 2012. If you are a sole proprietor and you have an EIN,you may enter either • Barter exchange transactions Exempt payees 1 through 4. your SSN or EIN. and patronage dividends If you are a single-member LLC that is disregarded as an entity • Payments over$600 required to Generally,exempt payees separate from its owner,enter the owner's SSN(or EIN,if the owner has be reported and direct sales over 1 through 5.2 one).If the LLC is classified as a corporation or partnership,enter the $5,0001 entity's EIN. • Payments made in settlement of Exempt payees 1 through 4. Note:See What Name and Number To Give the Requester,later,for payment card or third party further clarification of name and TIN combinations. network transactions How to get a TIN.If you do not have a TIN,apply for one immediately. 1 See Form 1099-MISC,Miscellaneous Information,and its instructions. To apply for an SSN,get Form SS 5,Application for a Social Security Card,from your local SSA office or get this form online at 2 However,the following payments made to a corporation and www.SSA.gov.You may also get this form by calling 800-772-1213.Use reportable on Form 1099-MISC are not exempt from backup Form W-7,Application for IRS Individual Taxpayer Identification withholding:medical and health care payments,attorneys'fees,gross Number,to apply for an ITIN,or Form SS-4,Application for Employer proceeds paid to an attorney reportable under section 6045(f),and Identification Number,to apply for an EIN.You can apply for an EIN payments for services paid by a federal executive agency. online by accessing the IRS website at www.irs.gov/EIN.Go to Exemption from FATCA reporting code.The following codes identify www.irs.gov/Forms to view,download,or print Form W-7 and/or Form payees that are exempt from reporting under FATCA.These codes SS-4.Or,you can go to www.irs.gov/OrderForms to place an order and apply to persons submitting this form for accounts maintained outside have Form W-7 and/or Form SS-4 mailed to you within 15 business of the United States by certain foreign financial institutions.Therefore,if days. you are only submitting this form for an account you hold in the United If you are asked to complete Form W-9 but do not have a TIN,apply States,you may leave this field blank.Consult with the person for a TIN and enter"Applied For"in the space for the TIN,sign and date requesting this form if you are uncertain if the financial institution is the form,and give it to the requester.For interest and dividend subject to these requirements.A requester may indicate that a code is payments,and certain payments made with respect to readily tradable not required by providing you with a Form W-9 with"Not Applicable"(or instruments,you will generally have 60 days to get a TIN and give it to any similar indication)entered on the line for a FATCA exemption code. the requester before you are subject to backup withholding on A—An organization exempt from tax under section 501(a)or any payments.The 60-day rule does not apply to other types of payments. individual retirement plan as defined in section 7701(a)(37). You will be subject to backup withholding on all such payments until B—The United States or any of its agencies or instrumentalities. you provide your TIN to the requester. C—A state,the District of Columbia,a U.S.commonwealth or Note:Entering"Applied For"means that you have already applied for a territory,or any of their political subdivisions or instrumentalities. TIN or that you intend to apply for one soon.See also Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding,earlier,for D—A corporation the stock of which is regularly traded on one or when you may instead be subject to withholding under chapter 3 or 4 of more established securities markets,as described in Regulations the Code. section 1.1472-1(c)(1)O). Caution:A disregarded U.S.entity that has a foreign owner must use E—A corporation that is a member of the same expanded affiliated the appropriate Form W-8. group as a corporation described in Regulations section 1.1472-1(c)(1)(i). Form W-9(Rev.3-2024) Page 5 Part II. Certification For this type of account: Give name and EIN of: To establish to the withholding agent that you are a U.S. person,or 8.Disregarded entity not owned by an The owner resident alien,sign Form W-9.You may be requested to sign by the individual withholding agent even if item 1,4,or 5 below indicates otherwise. 9.A valid trust,estate,or pension trust Legal entity' For a joint account,only the person whose TIN is shown in Part I 10.Corporation or LLC electing corporate The corporation should sign(when required).In the case of a disregarded entity,the status on Form 8832 or Form 2553 person identified on line 1 must sign.Exempt payees,see Exempt payee 11.Association,club,religious,charitable, The organization code,earlier. educational,or other tax-exempt Signature requirements.Complete the certification as indicated in organization items 1 through 5 below. 12.Partnership or multi-member LLC The partnership 1.Interest,dividend,and barter exchange accounts opened 13.A broker or registered nominee The broker or nominee before 1984 and broker accounts considered active during 1983. 14.Account with the Department of The public entity You must give your correct TIN,but you do not have to sign the Agriculture in the name of a public certification. entity(such as a state or local government,school district,or prison) 2.Interest,dividend,broker,and barter exchange accounts that receives agricultural program opened after 1983 and broker accounts considered inactive during payments 1983.You must sign the certification or backup withholding will apply.If 15.Grantor trust filing Form 1041 or The trust you are subject to backup withholding and you are merely providing under the Optional Filing Method 2, your correct TIN to the requester,you must cross out item 2 in the requiring Form 1099(see Regulations certification before signing the form. section 1.671-4(b)(2)(i)(B))•• 3.Real estate transactions.You must sign the certification.You may 1 List first and circle the name of theperson whose number you furnish. cross out item 2 of the certification. If only one person on a joint account has an SSN,that person's number 4.Other payments.You must give your correct TIN,but you do not must be furnished. have to sign the certification unless you have been notified that you have previously given an incorrect TIN."Other payments"include 2 Circle the minor's name and furnish the minor's SSN. payments made in the course of the requester's trade or business for 3You must show your individual name on line 1,and enter your business rents,royalties,goods(other than bills for merchandise),medical and or DBA name,if any,on line 2.You may use either your SSN or EIN(if health care services(including payments to corporations),payments to you have one),but the IRS encourages you to use your SSN. a nonemployee for services,payments made in settlement of payment 'List first and circle the name of the trust,estate,or pension trust.(Do card and third-party network transactions,payments to certain fishing not furnish the TIN of the personal representative or trustee unless the boat crew members and fishermen,and gross proceeds paid to legal entity itself is not designated in the account title.) attorneys(including payments to corporations). 5.Mortgage interest paid by you,acquisition or abandonment of *Note:The grantor must also provide a Form W-9 to the trustee of the trust. secured property,cancellation of debt,qualified tuition program payments(under section 529),ABLE accounts(under section 529A), "For more information on optional filing methods for grantor trusts,see IRA,Coverdell ESA,Archer MSA or HSA contributions or the Instructions for Form 1041. distributions,and pension distributions.You must give your correct Note:If no name is circled when more than one name is listed,the TIN,but you do not have to sign the certification. number will be considered to be that of the first name listed. What Name and Number To Give the Requester Secure Your Tax Records From Identity Theft For this type of account Give name and SSN of: Identity theft occurs when someone uses your personal information, 1.Individual The individual such as your name,SSN,or other identifying information,without your 2.Two or more individuals(joint account) The actual owner of the account or, permission to commit fraud or other crimes.An identity thief may use other than an account maintained by if combined funds,the first individual your SSN to get a job or may file a tax retum using your SSN to receive an FFI on the account' a refund. 3.Two or more U.S.persons Each holder of the account To reduce your risk: (joint account maintained by an FFI) •Protect your SSN, 4.Custodial account of a minor The minor2 •Ensure your employer is protecting your SSN,and (Uniform Gift to Minors Act) •Be careful when choosing a tax return preparer. 5.a.The usual revocable savings trust The grantor-trustee' (grantor is also trustee) If your tax records are affected by identity theft and you receive a b.So-called trust account that is not The actual owner' notice from the IRS,respond right away to the name and phone number a legal or valid trust under state law printed on the IRS notice or letter. 6.Sole proprietorship or disregarded The owner3 If your tax records are not currently affected by identity theft but you entity owned by an individual think you are at risk due to a lost or stolen purse or wallet,questionable 7.Grantor trust filing under Optional The grantor credit card activity,or a questionable credit report,contact the IRS Filing Method 1(see Regulations Identity Theft Hotline at 800-908-4490 or submit Form 14039. section 1.671-4(b)(2)(i)(A))" For more information,see Pub.5027,Identity Theft Information for Taxpayers. Form W-9(Rev.3-2024) Page 6 Victims of identity theft who are experiencing economic harm or a Privacy Act Notice systemic problem,or are seeking help in resolving tax problems that have not been resolved through normal channels,may be eligible for Section 6109 of the Internal Revenue Code requires you to provide your Taxpayer Advocate Service(TAS)assistance.You can reach TAS by correct TIN to persons(including federal agencies)who are required to calling the TAS toll-free case intake line at 877-777-4778 or TTY/TDD file information returns with the IRS to report interest,dividends,or 800-829-4059. certain other income paid to you;mortgage interest you paid;the Protect yourself from suspicious emails or phishing schemes. acquisition or abandonment of secured property;the cancellation of Phishing is the creation and use of email and websites designed to debt;or contributions you made to an IRA,Archer MSA,or HSA.The mimic legitimate business emails and websites.The most common act person collecting this form uses the information on the form to file is sending an email to a user falsely claiming to be an established information returns with the IRS,reporting the above information. legitimate enterprise in an attempt to scam the user into surrendering Routine for civiluses othis information includeion giving it s,to states,the Department of private information that will be used for identity theft. Justice and criminal litigation and to cities, the District of Columbia,and U.S.commonwealths and territories for use in The IRS does not initiate contacts with taxpayers via emails.Also,the administering their laws.The information may also be disclosed to other IRS does not request personal detailed information through email or ask countries under a treaty,to federal and state agencies to enforce civil taxpayers for the PIN numbers,passwords,or similar secret access and criminal laws,or to federal law enforcement and intelligence information for their credit card,bank,or other financial accounts. agencies to combat terrorism.You must provide your TIN whether or not If you receive an unsolicited email claiming to be from the IRS, you are required to file a tax return.Under section 3406,payors must forward this message to phishing@irs.gov.You may also report misuse generally withhold a percentage of taxable interest,dividends,and of the IRS name,logo,or other IRS property to the Treasury Inspector certain other payments to a payee who does not give a TIN to the payor. General for Tax Administration(TIGTA)at 800-366-4484.You can Certain penalties may also apply for providing false or fraudulent forward suspicious emails to the Federal Trade Commission at information. spam@uce.gov or report them at www.ftc.gov/complaint.You can contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT(877-438-4338). If you have been the victim of identity theft,see www.ldentityTheft.gov and Pub.5027. Go to www.irs.gov/ldentityTheft to learn more about identity theft and how to reduce your risk. %. Y OP o • O� _ 4 O N 0� ANTI-KICKBACK AFFIDAVIT TO 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 commission, kickback, reward of gift, directly or indirectly by me or any member of my integrator or by an officer of the corporation. By: PaA4 ` fi.c.f NAME - SIGNATURE David Cacique STATE OF Florida COUNTY OF Palm Beach The foregoing document was acknowledged before me, by means of ® physical presence or ❑ online notarization, this 14th day of January 2026 by David Cacique as Managing Director Of Cacique UtilitiesN who is personally known to me or who has produced N/A as identification. Sworn and subscribed before me this 14th day of January , 2026 PrinteddOInnf'ormation: NAME David Cacique Managing Director TITLE NOTARY PUBLIC, State of Florida at Large Notary po99cStet'ofFlorida Caciaue Utilities My C1.11 L1.992y9r COMPANY ils V.Ion lon NN Expires 9114/2029 "OFFICIAL NOTARY SEAL" STAMP )I at /i. P O 4. Y O N 0 t. 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. Cacique Utilities Name of Proposer Authorized 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 Boxes LS 1 $3,000.00 $3,000.00 Steel Plates LS 1 $2,000.00 $2,000.00 Work Experience PROJECT NAME OWNER CONTRACT SCOPE OF WORK p AMOUNT Contact Information Completion Date City of Sarasota Georges Nicholas S.Osprey Force Main Extension and 1565 First Street Construction of 7.800 LF of 14"HDPE Force Main and 4.600 LF 941-263-6136 52053986 00 Oct-25 Replacement Sarasota.FL 34236 . . of 10"PVC Pipe via both Open Cut Installation and HDD georges ncaas n �sarasaa go. Indian River County John M Boyer,P.E. North County 24-inch Force Main 1800 27th Street. 51.759 300 00 Replacement of a portion of the sanitary force ream leading to Replacement the North Regional Wastewater Treatment Facility 321)608-0966 Sep-25 Vero Beach.Florida 32960 jboyer@bowman corn City of Haines City Robert Rosario US HIGHWAY 27 SOUTH WATER MAIN 813 540 2399 LOOPING PROJECT 620 E.Main Street $1 445.075 00 Construction of a water main along US Highway 27. roberto rosano@wrigM- Sep-25 Haines Ciry,FL 33844 pierce corn Pinellas County Utilities Shannon Ranson 14 S.Fort Harrison Ave. Replace approximately 2.915 lineal feet of 20-and 24-diameter of existing Prestressed Concrete Cylinder Pipe(PCCP)with sransom 27)46-6861 53rd Ave N Force Main Replacement Clearwater.FL 33756 $2,438 626 25 new PVC and Fusible PVC pipe installed Office(727)464-6861 May-25 by Open Cut installation and Honzontal Directional DnII(HOD) Removal of approximately 1,300 linear feet(LF)of COof Apopka Arvind Chandrasain Asbestos Cement(AC)PWM 748 E Cleveland Street $1.240.700 00 14-inch AC potable water main and replacement with 16-inch 407-703-1731 Mar-25 Replacements PVC water main Apopka.FL 32703 achandrasain@apopkanet via open cut construction method. RP Utilities Installation of 1.200 LF of 16"Reclaim Water Main.6.800 LF of Hector Blanco Orlando-Consery 11"Plant(Reclaimed 17680 NW 78th Avenue.Suite 101 Si 300 000 00 12"Reclaim Water Main.2,600 LF of 8"Reclaim Water Main 954.214 3052 May-25 WM) Hialeah.FL 33015 and 2.900 LF of 6"Reclaim Water Main hblanco�rpucorp.com City of Sarasota Georges Nicholas Small SC Replacement Phase 1 1565 First Street Construction of Lift Stations 19.46 and 55 Force Main 941-263-6136 5750 000 00 Ma 25 Sarasota.FL 34236 Replacements georges nimwsasamsoten goy May -25 Koerner Ryan Incorporated Southern Construction of 3.800 LF of 8"Water Main.4.300 LF of 8" 772-266-3200 Westwood Academy 1700 S Powerline Road Suite H 51 000.000 00 Fireline.and 2,300 LF of 8"Gravity Sewer SKoemer@ryanfi.com Jan-25 Deerfield Beach.FL 33442 Ciry of Miramar Bruce Tross Sodium Hypochlonte Tank Removal 8 Removal of existing(2)three tanks and installation of(3)three 954 883 5841 Installation(Phase 2) 13900 Pembroke Road 5480.000.00 New FRP 3.700-gallon tanks. Batross@mramarfl gov Dec-24 Miramar.FL 33027 City of Sarasota Georges Nicholas Siesta Dnve LS3 Force Main 1565 First Street 5400.000.00 Construction of LS3 Force Main Replacement across a busy 941-263-6136 Nov-24 Replacement Sarasota.FL 34236 roadwaygeorges nrcaasCsarasaan go. • Herb Johnson City of Lauderhill Construction of 1.850 linear feet of the West Ken Lark Park 954-730-4207 West Ken Lark Water Main 5581 West Oakland Park BNd $825.000 00 Water Main.including a 75-LF aerial crossing of a canal west of hjohnson©lauderhill-fl gov On Hold Lauderhill.FL 33313 the park. Bruce Tross Solum Hypocnlonte Tank Removal 8 City of Miramar 13900 Pembroke Road 5420 000 00 Removal of eaisung 131 three tanks and installation 01(31 three New FRP 954 883 5841 Instadason Phase 1 Miramar FL 33027 3700-gallon tanks Batross©nnramarfi goy Dec-23 • Pipeline Leak Replacement Services City of Miramar 13900 Pembroke Road $930.1)D0 00 Numerous Pi .lames Rowley Miramar,FL 33027 Pipeline Leak Repairs and Emergency Leak Repairs 954-4088999 Dec-23 lwrowleyi@miramar8 you Water Main Mark Petrone CM of West Melbourne 2240 Morton Road, System Inslallatron.Roadway Restoration.Landscape Restoration, Wickham Road Water Main Crossing West Melbourne Flonda 32904 $350,000 Restoring Existing Irrigation Systems,Pavement Marking Restoration 321-837-7771 Apr-24 and Site Furnishings mpetroniowestmetbourne gov Medic Engneering Corporation 3020 NW Anna Morra Society X Las Gas Phase II 79th Ave 1695 000 00 By-Pass Pump and Site Monitoring 305-597-0800 Dec-23 Miami,FL 33122 amoraQmorirc corn Ryan incorporated Southern 1700 S Pete Davis Astor Creek Plat G 4 Pwwdine Road Suite H Deerfield Beach.FL $1,300.000 00 Construction of a new 6 500 LF Water Men in Pal Saint Lucie Flonda T72-266-3200 Apr-24 33442 Pdawisgiryanti com • CK Contractors 8 Development.2825 Steve Sale, Rockledge NW Force Main Reroute Business Center Blvd Suite 4-A 9700 005 Installation of 1200 LF of 12'Water Man in Rockledge FL 321-622-6674 Melbournes FL 32940 satergckcdlc corn Herb Johnson City of Lauderhill 954-730-4207 Lime HPI Road Water Main Upgrades 5581 West Oakland Park Blvd $480,496 Ck Installation of 1300 LF of 10-inch PVC water main hphnson@lauderhill-fl.goo I o07-21 Lauderhill,FL 33313 • SiteWorks Inc Gary Bel Raising Cane 21346 St Andrews Blvd a 305 Boca Raton 9950,000.00 Installation of 1100 LF of 12'Water Main in Palm Beach County FL 561-235-9575 Jul-22 FL 33433 gary siteworksnc gmail tom Golden Gem Road Polable/Dnnkng Water City of Apopka 748 E Cleveland Street Construction of a new 10,600 LF 16-inch and 880 LF 18-inch Main Reclaim Water Main,and Sewer Force Apopka.FL 32703 $866.456 04 potable/drinking water mains,7.920 LF new 30-inch reclaim water main. 2022 Main Extension and 6 550 LF new 12-inch sewer force main • Subaqueous Sewer Force Main Replacement City of Napes 3801averside Code $1 829 331 00 Installation of 24"sanitary sewer Iorcemain 2022 Naples FL 34102 City of Napes 380 Riverside CirdeReplacement of 3 352 linear feet of 12'Asbestos Cement sanitary sewer Harbour Drive Force Main Replacement Napes FL 34102 5620.558.54 torte main 2021 Loft Station 51 Force Man Replacement Cry of Sarasota 1750 12th Street $161 546 55 Force Main Replacemenr 2021 Sarasota FL 34236 101h Sorel South plata Main Replacement $170 000 CO City of Naples 380 Riverside Code Redacement of 400LE of 12'water main as a result of a water man 2021 Napes FL 34102 beak at the rntersecbon of SW 10th Street and US 41 City of Arw10 Replacemernt of 6 B00 LF of 8-in gravity sewer 31 manholes and 9,500 Lincoln Park Water and Sewer Improvments 23 North Polk Avenue Arcadia FL 91,686 156 00 LF of 6-in and 4-in water lines vntn associated hydrants fittings and 2021 valves within an established neighborhood Pinellas County Board Of Commissioners Work consists of design and conslrucbon of a new 36-inch force main Pump Station 016/Park Blvd Force Main to from pump station 016 to South Goss Bayou water reclamation facility South Cross Bayou Replacement 400 S FT Harrison Ave 915,278,275 00 allowing the existing 36-inch 2021 Clearwater,FL 33756 force man to remain as a redundant back up Tohopekaliga plata Authority 951 Martin Construct apponmately 4 540 linear feel of 24-Inch D I P potable water Boggy Creek-Narcoossee Road Water Main Luther King Rod 3rd Floor Kissimmee FL 93,539,097 0o man and apponmally 5 400 linear feet of 30-inch PE IDR-111 potable 2021 Extension 34741 wale main via drecbonal bore methods Neighborhood Road Program Year 1-District 2I CM Of Lake Worth Water Utilities Constructor of Roadway Potable Water and Sanitary Sewer 15th.16th 17th 818th Administration 301 College Street 54.33962620 2018 Improvements Avenue North Lake Wort.FL 33461 Constructon of appronmately 17,270 linear feet of 16-inch wastewater Transmission Main Protect City of Longwood 175 Warren Avenue 93,722,162 40 force main connecting the City of Longwoods Wild/lea LM Station force 2018 Longwood Florida 32750 main to the Crty of Altamonte Spnngs sanitary sewn system via open cut method The Ryan Companies 1700$Powerbne Westview Logstics Road State H $1 246,916 34 Installation of Submersible Sewage Pumping Sta5on 2019 Deerfield Beach.FL 33442 Procure and instal approximately 3.000 linear feet of 16-inch parallel Pinellas County Board O/Commissioners water main from North of County's Valve 30.15-M3003 to McMullen McMullen Booth Road and SR 580 Water Man 400 S FT Hanson Ave Clearwater FL 91,255,203 W Booth Road and SR 580 intersecton to the south and approximately 30- 2019 Improvements 33756 6 of 12-inch parallel water main at the intersection of McMullen Booth Road and SR 580 The ppe will be installed using open cut and hon2ontal direction dolling Waters Edge Residential and River Ridge Gdf e/Pasco County Purchasing Department 8919 Protect included five directional drills of 18'HDPE 6311 1F,278 LF,1003 Course Reclaimed Weiler iue155ion Main Government Dove New Port RichFL $2,826 605 00 LF 1277 LFin and 302 LFi and open cinstallation of 14.700 LF of 16" 2018 34654 DIP lora cnbcal reuse polect along a busy corndor Tohopekaliga plata AutonN 951 Martin Installation of approx 3200 LF of 30"DIP Water Man and 1300 LF of Simpson Road 30'Water Main Project LNha Wig Blvd 3rd Flop Kissimmee FL 92.084,625 00201 30'Fusible PVC via HDD along an Osceola County Roadway 34741 • Sesta Key Force Main Phase 1 and Water Sarasota County Board of Commisoner8 Installation of app.10.000 LF of 20'HDPE force and water main Main 1660 Ringling Blvd Sarasota FL 33423 S4 370 000 01 across to Intracoastal Waterway from Sesta Key to Constitutional Blvd 2017 and approx 1000 LF of 20"PVC ppng for connections Broward County Board of County Installation of approomately 7 175 linear feel or 12-inch and 16-inch Westside Walla Main Expansion Loop Commissioners 52221 124 W m potable water transmission systeincluding interconnects required for 115 S Andrews Ave Fort Lauderdale.FL maintaining water use accessablty for the Broward County's FLL 33301 International Airport and related facilites Minn the airports service Performed wastewater pump station improvements for Town of Palm Beach lift stations E-3 E-4 and G-9 Scope consisted of compete E-3.E-4 AND G-9 WASTEWATER PUMP TOWN OF PALM BEACH rehabilitation of the pumpng saver system inducing wetwells structures STATION IMPROVEMENTS 951 Okeechobee Road Suite D.West Palm $1.190,050 00 valve vaults installation of new mechanical ppng use of bypass 2019 Beach FL 33401 pumps installation of new electrical control panels and instrumentation odor control Telemetry/RTU system interior coating of the welwell structures and general restoration This Design-Build project included the installation of seven Orectional East Water Treatment Plant Renovations Raw City of Miramar Utitibe5 Department 13900 drill of 14'and 18'HDPE totaling 5,000 LF and open M ir5tallation of Water 6 Concentrate Main City of Miramar Pembroke Rd Miramar Florida 33027 82 137.169 00 5.520 LF 0110'to 24'PVC ppe for the raw water main and refect main 2020 needed to connect this WTP to the new wells drills by Wharton-Smith (Prime Contractor) Upgrade of Sewage Pump No 0843 6 Miami-Dade County Water 8 Saver Dept Installation of 8"Force main from PS 0843 3071 SW 38th Aye 51 337 361 25 Upgrade of Sewage Pump&Force Main Installation 2019 Miami FL 33146 Miami-Dade County Water&Sewer Dept Rehabilliabon of an enseng Sewer pump station The lift station rehab Upgrade of Sewage Pump Station No 0836 3071 SW 3881 Ave. 5545,000 00 required a 24 hour manned bypass 2018 Miami.FL 33146 Miami-Dade County Water 6 Sewer Dept Rehabilitation of an costing sewer pump station The lift station rehab Upgrade of Pump Station No.0435 3071 SW 38th Ave.Miami FL 33146 5522975 00 required a 24 hour manned bypass and vale require the removal and 2017 replacement of the exrsting 8 ft Pander wet well Rehabilitation of an eosting sewer pump station including the installation Upgrade of Sewage Pump Station 0076 6 10- Miami-Dade County Water S Sever Dept $711 83300 of approx 200 LF a new 10'DIP force main The lift station rehab 2017 inch Force Main on NW 24th Avenue 3071 SW 38th Ave Mami FL 33146 required a 24 hour manned bypass and was a dry ptWet well configuration Water Main Extension Connecting SR15 to Palm Beach Water Ilnlities Department Installation of approx 6500 LF of a new 16'water main connecting to 5880 8100 Forest Hill Bud West Palm Beach.FL 5687,900 00 the existing 17'water main on State Road 15 to the 16-inch water main 2017 33413 along State Road 80 City of Miami Beach Public Works Installation of approomalely 200 inline backflow prevention valves and City-Wide Mph Tide Mitigation Project Department 53,346.512 fib 11 large drainage structures over on the City stormwater outfalls 2017 1700 Convention Center Drive Miami throughout the City also Included the Installation of small water mains Beach FL 33139 and valves and 400 LF of 42"RCP Drainage Rang City of Miramar Water Utilihes Dep Design-Build Project Included Installation of approx 9 500 LF of 8-Inch Flamingo Road Reclaimed Water Main Protect 13900 Pembroke Road $1,260.000 00 HDPE and PVC reclaimed water main along the Flamingo Road via 2017 Miramar FL 33027 Horizontal Directional Drill and via open cut Installation of 2 690 LF of 8'DIP Water Main on NW 18th Street Project MM 18th Street Force Main Construction City of Margate Engineering Department $437 498 00 also included a crossing of Rock Island Road a Orectional dnll across a 2016 901 NW 66th Avenue Margate FL 33063 canal and roadway restoration In an urban environment Design-Build Project Inducted Installabon of 216 LF of 30'DIP Water Margate Design Build-24"Force Main 6 30' City of Margate Engneering Department Main and 24'DP Force Man inducing 2-30'Lrnestops and 2—24' 8896 562 W 2016 Force Main Canal Crossing 901 NW 66th Avenue Margate FL 33063 Unstops with bypass to remove existing aerial and replace with buned ppdines Palm Beach Water Ubtities Department Water Main and Force Main Aerial Crossing 8100 Forest HIII Blvd 5534.236 20 Project Included Installation of 8-inch to 12-inch DIP water main and 2016 Replacement West Palm Beach.FL 33413 force main aerial crossing replacements on three bridges Jackson Memorial Hosptal 1500 NVV 12th Installation of egle 8 Backflow Preventor Assemblies and one 4 Backflow&Bypass Domestic Water Protect Ave Suite 814 9300.000 00 Backflow Preventor Assembly utilizing 8'linestops with 8'bypass lines 2015 Miami FL 33136 to avad shutting down service to this critical hoopla)faatity City of Lauderhill Installation of 19 isolation gate valves 16'to 24')on the City's water Valve Replacement Project 2013 5581 West Oakland Park&vel 9300,000 W 2015 main and sewer torte main utitiang insertion valves and cut-Iris Lauderhill.FL 33313 Installation of 24 500 LF of 36'WM,14,500 LF of 20"RWM,6 thru 16" South Semce MeayEast Service Area 36" Orange County Government 400 E South St water connection to existing rstribution systems construction of a 12 ft Water Main and 20"Reclaimed Water Main Ste 2. $11,030,756 00 wide stabilized access roadway 410 LF of 54"lack and bore.2 130 FT 2014 Orlando FL 32801 of 36" HDD and one bridge crossing installation of 4,700 Dime Wellfidtl Raw Water PipelineCity of Fort Lauderdale 115 5 Andrews Ave LF of 30"134 Raw Water Main inducing isolation Ste 212. 51,906.016 00 valves ARV fittings concrete encasement all flushing and testing.and 2012 Replacement Fort Lauderdale,FL 33301 pavement restoration Pinellas County Board Of Commissioners Replacement of existing 46'PCCP Water man with new 47'DIP water Belcher Road 48-Inch Water Main Replacement 400 S FT Harrison Ave 57,759,299 W 2012 Clearwater FL 33756 main(Approx 15.000 LF) Installation of 30.000 LF of 6'and 8"Water Main 3.000 LF of 24"HDPE Rolling Green Stromwater and Water Main City of Boynton Beach 1901 N Seacrest52,732,40000 Exfiltration Trench.35 300 LF Swale Construction inducing Tyoe C and 2010 Project Blvd.Boynton Beach.FL 33435 E Inlet Strutcures Pavement Milling and Resurfacing City of Cocoa 65 Stone St Instalaltion of 36.000 LF of 42 DIP Water Main incl 4 Mircotunnels 166" South Mainland Transmission Main Cocoa,FL 32922 517,399,700 W Steel-1 000 LF)and a 42'Aerial 2009 Crowing(Sled.700 LFI Service Meas 4 6 6 Wastewater and City of Marathon 9805 Oversew Hwy I I Installation of 106,000 LF of Vacuum Sewer 18.000 LF Force Main Stamwater Project Marathon FL 33050 530.945661 00 43.000 LF Storm Saver 1000.sewer lateral 2011 connections and 43 Drainane Wells From: Boynton Beach.Florida To: Lisa Valencia Subject: Payment Receipt from Boynton Beach Date: Tuesday,September 30,2025 11:20:21 AM Payment Receipt from Boynton Beach This is the receipt for the Account local business tax receipt. Number: 25-57637 I never received it in the mail, I have requested it via E-mail but have not had any luck. Perhaps this Receipt 170650375214433, will allow you to look it up with the receipt Number: 150844902813656 number. Payment $277.14 Amount: Payment 09/30/2025 11:20 AM Date: Payment ******8847 Account: Charge Details Description Amount 25-00057637 $269.72 Total $269.72 Additional Fees Description Amount Service Fee - WEB SVC Fee $7.42 Merchant MCC9399 Total $7.42 E-Veril ;� IN�III E VERIFY ISA SERVICE 0f ONSAND SSA Company ID Number: 2030042 Approved by: Employer Cacique Utilities, LLC Name(Please Type or Print) Title Lisa Valencia Signature Date Electronically Signed 11/28/2022 Department of Homeland Security-Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 11/28/2022 Page 13 of 17 E-Verify MOU for Employers 1 Revision Date 06/01/13 E-Verily f VtPlf Y IS SERVICt Of DPS AMD 55 Company ID Number: 2030042 Information Required for the E-Verify Program Information relating to your Company: Cacique Utilities, LLC Company Name 3922 New Valencia Greenacres, FL 33467 Company Facility Address Company Alternate Address County or Parish PALM BEACH Employer Identification Number 880711185 North American Industry 238 Classification Systems Code Parent Company Number of Employees 10 to 19 Number of Sites Verified for 1 site(s) Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify ,....� s dui E VERIFY ISA SERVICE OS DMS ANO SSA Company ID Number: 2030042 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 l Revision Date 06/01/13 � MRTy - erg y� 4 • 'IND 54� LYERIFY ISA SERVICE OF ONSAND SSA Company ID Number: 2030042 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Lisa Valencia Phone Number 3052160370 Fax Email lisa rl�. caciaueutilities.com Page 16 of 17 E-Verify MOU for Employers Revision Date 06/01/13 1/21/26,1:28 PM DBPR-CACIQUE,DAVID;Doing Business As:CACIQUE UTILITIES LLC,Certified General Contractor THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION '' Londa Qf IUtrn�25i01'ldl R ( 11 HOME CONTACT US MY ACCOUNT dpr8�+ ONLINE SERVICES LICENSEE DETAILS 1:28:39 PM 1/21/2026 Apply for a License Licensee Information Verify a Licensee Name: CACIQUE, DAVID(Primary Name) CACIQUE UTILITIES LLC(DBA Name) View Food&Lodging Inspections Main Address: 4804 WAVERLY WOODS TERRACE File a Complaint LAKE WORTH Florida 33463 County: PALM BEACH Continuing Education Course Search License Information View Application Status License Type: Certified General Contractor Find Exam Information Rank: Cert General Unlicensed Activity Search License Number: CGC1538918 Status: Current,Active AB&T Delinquent Invoice&Activity Licensure Date: 08/07/2025 List Search Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 08/07/2025 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 Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455,F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change. https://www.myfloridalicense.com/LicenseDetail.asp?SID=&id=1279245576118EC88F7918581ADB8AB9 1/2 1/21/26,1:29 PM DBPR-CACIQUE,DAVID;Doing Business As:CACIQUE UTILITIES LLC,Certified Underground Utility and Excavation Contractor THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION Iorida _ � d r t1 HOME CONTACT US MY ACCOUNT p ONLINE SERVICES LICENSEE DETAILS 1:29:14 PM 1t21/2026 Apply for a License Licensee Information Verify a Licensee Name: CACIQUE, DAVID(Primary Name) CACIQUE UTILITIES LLC (DBA Name) View Food&Lodging Inspections Main Address: 4804 WAVERLY WOODS TERRACE File a Complaint LAKE WORTH Florida 33463 County: PALM BEACH Continuing Education Course Search License Information View Application Status License Type: Certified Underground Utility and Excavation Find Exam Information Contractor Rank: Cert Under Unlicensed Activity Search License Number: CUC1226306 AB&T Delinquent Invoice&Activity Status: Current,Active List Search Licensure Date: 10/07/2024 Expires: 08/31/2026 Special Qualification Effective Qualifications Construction 10/07/2024 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 Under Florida law,email addresses are public records.If you do not want your email address released in response to a public-records request,do not send electronic mail to this entity.Instead,contact the office by phone or by traditional mail.If you have any questions,please contact 850.487.1395.'Pursuant to Section 455.275(1),Florida Statutes,effective October 1,2012,licensees licensed under Chapter 455, F.S.must provide the Department with an email address if they have one.The emails provided may be used for official communication with the licensee. However email addresses are public record.If you do not wish to supply a personal address,please provide the Department with an email address which can be made available to the public.Please see our Chapter 455 page to determine if you are affected by this change. https:// www.myfforidalicense.com/LicenseDetail.asp?SID=&id=0CO27C216EC7AD4738FA89EDC70437DB 1/2 1/2W26,9:57AM Click2Gov Business Tax Receipts.Tax Receipts Report Click2GovOL Tax Receipts Report Phone Owner Business Issued Expires Business Name/Address Classification Code Number Name Status RNW/TRN CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD 10/02/2025 BB BOYNTON BEACH FL (561)536-0400 CONTRACTOR,GENERAL ACTIVE 09/30/2026 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD (561)536-0400 OFFICES EXECUTIVE& ACTIVE 10/02/2025 BB BOYNTON BEACH FL ADMINISTRATIVE 09/30/2026 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD CERT OF USE&OCC 10/02/2025 BB BOYNTON BEACH FL (561)536-0400 ACTIVE COMM 09/30/2026 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD 09/25/2024 BB BOYNTON BEACH FL (561)536-0400 CONTRACTOR,GENERAL RENEWED 09/30/2025 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD OFFICES EXECUTIVE& 09/25/2024 BB BOYNTON BEACH FL (561)536-0400 RENEWED ADMINISTRATIVE 09/30/2025 I 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD CERT OF USE&OCC 09/25/2024 BB BOYNTON BEACH FL (561)536-0400 RENEWED COMM 09/30/2025 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD 09/29/2023 BB BOYNTON BEACH FL (561)536-0400 CONTRACTOR,GENERAL RENEWED 09/30/2024 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD OFFICES EXECUTIVE& 09/29/2023 BB BOYNTON BEACH FL (561)536-0400 RENEWED ADMINISTRATIVE 09/30/2024 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD CERT OF USE&OCC 09/29/2023 BB BOYNTON BEACH FL (561)536-0400 RENEWED COMM 09/30/2024 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD 11/30/2022 BB BOYNTON BEACH FL (561)536-0400 CONTRACTOR,GENERAL RENEWED 09/30/2023 33426 https://byb2-egov.asppov.cora/Click2GovOUlicensereport.MmPOWASP_CSRFTOKEN=UBOB-C1.20-JBB&WDU1-MDX9-9EFY-DRP3-SNNRBcontrolNumber--382703from=8to=Stype=dyear--dnumber--dsearchTyp... 1/2 112W28,9:67 AM Click2Gov Business Tax Receipts-Tax Receipts Report Click2GovOL CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD (561)536-0400 OFFICES EXECUTIVE& RENEWED 11/30/2022 BB BOYNTON BEACH FL ADMINISTRATIVE 09/30/2023 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD CERT OF USE&OCC 11/30/2022 (561)536-0400 RENEWED BB BOYNTON BEACH FL COMM 09/30/2023 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD (561)536-0400 CONTRACTOR,GENERAL RENEWED 06/03/2022 BB BOYNTON BEACH FL 09/30/2022 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD (561)536-0400 OFFICES EXECUTIVE& RENEWED 06/03/2022 BB BOYNTON BEACH FL ADMINISTRATIVE 09/30/2022 ! 33426 CACIQUE UTILITIES LLC 1375 W GATEWAY BLVD CERT OF USE&OCC 06/03/2022 (561)536-0400 RENEWED BB BOYNTON BEACH FL COMM 09/30/2022 33426 Showing 1 to 15 of 15 entries haps://byb2-egov.aspgov.eomlCliek2GovOL/licensmeport.Mm190WASP_CSRFfOKEN=UBOB-C120-JB6B-WOU1-MOX9-9EFY-DRp3SNNR8wmrolNumber=382708hom=8to=dtype=8year--8number=dsearchTyp... 2/2 ATTACHMENT "A" The City of Boynton Beach \TY 0F' DIVISION OF RISK MANAGEMENT 100 E.Ocean Avenue Boynton Beach,Florida 33435 (P):561-742-6271 1(F): 561-742-6274 www.bovnton-beach.oro 4; VENDOR INSURANCE REQUIREMENTS — PROCUREMENT 1. INSURANCE REOUIREMENTS: 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 Liability/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. AMERICA'S GATEWAY TO THE GULFSTREAM 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 AMERICA'S GATEWAY TO THE GULFSTREAM 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 AMERICA'S GATEWAY TO THE GULFSTREAM 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)all 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 Evaluation Period E Interim ❑ 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 ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 2. Staff Capability ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 3. Staff Effectiveness ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 4. Flexibility in Meeting City's Goals ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 5. Promptness of Deliverables/Milestones/Reports ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 6. Report and Drawings Quality ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 7. Quality of Work Completed ❑ 1 ❑ 2 ❑ 3 ❑ 4 ❑ 5 8. Contract Under or at Budgeted Cost and Invoicing Procedures ❑ 1 ❑ 2 ❑ 3 ❑ 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 0 No 2. Current work completed ahead/on schedule?If no,number of days late: and reason: 0 Yes ❑No 3. Contract currently under/at budgeted cost?If not at budget,specify amount over$ and reason: ❑Yes 0 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. J ❑Yes Project Manager(sign) Date Section Administrator(sign) Date 0 No ❑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 I # CONTRACT MANAGEMENT/PROCUREMENT USE ONLY Please indicate any additional comments corresponding to the numbered question on Page 1 and/or Page 2: Number Remarks I # Evaluation Number/Score: I Comments: Running Average Score: Procurement Representative(sign) Date Other Required Approval(sign) Date