Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
25822
AGREEMENT INFORMATION AGREEMENT NUMBER 25822 NAME/TYPE OF AGREEMENT RAM -TECH CONSTRUCTION, INC. DESCRIPTION AMENDMENT NO. 2 TO SUBSTITUTION AGREEMENT/MARY BRICKELL VILLAGE DRAINAGE & ROADWAY IMPROVEMENTS & SW 1ST AVENUE MILLING & RESURFACING PROJECTS/FILE I D : 4336/R-18-0336/MATTE R ID: 25-3134 EFFECTIVE DATE November 12, 2025 ATTESTED BY TODD B. HANNON ATTESTED DATE 11/12/2025 DATE RECEIVED FROM ISSUING DEPT. 11/12/2025 NOTE DOCUSIGN AGREEMENT BY EMAIL Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 4.4 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Luis Caseres/Cris Lima EXT. 1923 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Ram -Tech Construction IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $1,523,161.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ■ YES YES ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Amendment No. 2 - Capacity Increase NO NO PURPOSE OF ITEM (BRIEF SUMMARY): ITB No. 17-18-018 — Mary Brickell Village Drainage and Roadway Improvements Project No. B-30637 and SW 1st Avenue Milling and Resurfacing, Project No. B-30833 COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: 18-0336 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date PLEASE PRINT AND SIGN DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT OFFICER Reviewed and OK to proceed. Fernando PonaGsi October 28, 2025 Annie Perez, CPPO 116:40:50 EDT SIGNATURE: DocuSigned by: L4- RISK MANAGEMENT October 29, 2025 David Ruiz 1 06:42:34 EDT SIGNATURE: 89540EB73CAC4.. 68. ,—DocuSigned by: Fr'a1Ak GDw1t/7 BUDGET OFFICE Funding is available in capital project B30637/B30833. LEM 10/30/25 October 30, 2025 Marie Gouin 113:26:31 EDT SIGNATURE: `-27395C6318214E7... Signed by: _"-' /s/ TMF 25-3134 CITY ATTORNEY Matter ID No. 25-3134 November 7, 2025 George K. WysongIII g 114:07:28 EST SIGNATURE: 5F6E831796C5495... DocuSigned by: /'1 i t,6V'Ot, 00t1Sbl�,0 ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER November 7, 2025 Erica T. Paschal Darli 114:10:04 EST SIGNATURE: `— 1776E9FE88248B... �O Signed by: u. Paoria.al ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS N/A Barbara Hernandez, N/A SIGNATURE: 5E85D50AB3B54BC... MPA ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE November 10, 2025 Asael Marrero 108:15:41 EST SIGNATURE: DocuSigned by: ' !!'-?"'` COF4AD9AB03B45A ... DEPUTY CITY MANAGER November 10, 204a 40kgQk-W„lacuSigned SIGNATURE: by: Ne4441.4 Cd4_ CITY MANAGER November 10, 2025 Arthur Noriega V 115:50:45 EST SIGNATURE: 84 B7170 97�CiE7fi4"1'B ... ,—DocuSigned by: 1'/I � � grILLA" NDVitiya CITY CLERK November 12, 2025 Todd Hannon 112:10:56 EST `— 850CF6C372DD42A... —DocuSigned by: SIGNATURE: E46D7560DCF1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 24399 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 AMENDMENT OVERVIEW PSA TITLE: Amendment No. 2 to the Substitution Agreement between the City of Miami, Florida and Ram -Tech Construction, Inc. for Mary Brickell Village Drainage and Roadway Improvements Project No. B-30637 and SW 1st Avenue Milling and Resurfacing, Project No. B-30833. 1. AWARD DELEGATED AUTHORITY: ❑ Chief Procurement Officer - Authority level of ❑ City Manager - Authority level City Commission - RESOLUTION No. R-18-0336 2. PROCUREMENT METHOD: 0 RFP/Q ITB 0 SOLE SOURCE 0 PIGGY -BACK 0 PROFESSIONAL SERVICES UNDER $25,000 ❑ OTHER (Please explain): 3. IF THIS IS AN AMENDMENT, WHAT IS THE NUMBER OF THE AMENDMENT AND WHAT DOES THIS AMENDMENT DO (INCREASE CAPACITY, CHANGE IN TERMS, ETC) BE SPECIFIC. Amendment No. 2 to Increase Capacity of the Substitution Agreement by $ $9,938.92, thereby increasing the total not -to -exceed value from $1,513,222.08 to $1,523,161.00. 4. WAS THE AMENDMENT APPROVED BY THE CITY COMMISSION? ❑ YES ❑X NO ❑ N/A IF YES, WHAT IS THE RESOLUTION NUMBER? N/A 5. WHAT IS THE SCOPE OF SERVICES? The capacity increase is necessary to process change proposal requests (CPRs) allowing for the continuation of construction work which has been challenged from multiple underground utility conflicts with the proposed drainage system which has impacted the schedule. 6. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS? N/A 7. IS THE AWARDEE THE INCUMBENT? N/A Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 8. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT? N/A 9. WHEN DOES THE CURRENT CONTRACT EXPIRE? Upon completion of Project. 10. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT? N/A 11.WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)? Lowest Responsive and Responsible Bidder. 12.SUNBIZ: Is the Firm(s) a Florida Registered Corporation or a Foreign Corporation (not from Florida)? Ram -Tech Construction, Inc. — Florida Profit Corporation (Homestead, FL). Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 2 TO SUBSTITUTION AGREEMENT WITH RAM -TECH CONSTRUCTION, INC. MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS AND SW 1st AVENUE MILLING AND RESURFACING PROJECTS This Amendment No. 2 to the Substitution Agreement dated June 24, 2021 (the "Agreement") between the City of Miami, a Florida municipal corporation ("City"), and Ram -Tech Construction, Inc., a Florida Profit Corporation ("Contractor"), for Mary Brickell Village Drainage and Roadway Improvements - Project No. B-30637, and SW 1st Avenue Milling and Resurfacing, Project No. B-30833, ("Projects") is entered into this 19TH day of NovPmhPr , 2025. RECITALS WHEREAS, the City executed the Agreement with the Contractor for completion of the Projects for the total compensation amount of $1,375,656.44; and WHEREAS, on July 12, 2022, Amendment No.1 increased the capacity of the Agreement by $137,565.64, thereby increasing the total not -to -exceed value from $1,375,656.44 to $1,513,222.08; and WHEREAS, the current Compensation Limit is insufficient to address the costs associated with the unanticipated drainage system changes; and WHEREAS, it is in the best interest of the City to increase the existing capacity of the Agreement to accommodate these changes; and WHEREAS, this Amendment No. 2 to the Agreement increases the capacity of the Agreement by $9,938.92, thereby increasing the Agreement value from $1,513,222.08 to an amount of $1,523,161.00 to cover said additional services; and WHEREAS, the City Commission has adopted Resolution No. 18-0336, which authorized the City Manager to execute any amendments to the Contract. WHEREAS, funds are to be allocated from the appropriate OCI project and department budgets. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Contract as follows: INCREASE OF TOTAL COMPENSATION AMOUNT The Total Compensation Amount to be paid to Ram -Tech for completion of the Services required by the Agreement, as amended, is hereby increased by Nine Thousand Nine Hundred Thirty -Eight Dollars and Ninety -Two Cents ($9,938.92), to the amended Total Compensation Amount of One Million Five Hundred Twenty -Three Thousand One Hundred Sixty -One Dollars and Zero Cents ($1,523,161.00). Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 2 to the Substitution Agreement with Ram -Tech Construction, Inc. ADDITIONAL TERMS 28. Counterparts, Electronic Signatures This Amendment may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Amendment upon request. ALL OTHER TERMS AND CONDITIONS OF THE CONTRACT ARE IN OPERATIVE FORCE AND EFFECT AND REMAIN UNCHANGED. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 2 to the Substitution Agreement with Ram -Tech Construction, Inc. IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: be-410, e tAokina Print Name, Title ATTEST: RP Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: '—�4fE1d566D6F Todd B. Hannon, City Cler APPROVED AS TO 1NSUR REQUIREMENTS: DocuSigned by: ned b : [—Fv�atn l� acolt"j -73469641;82-14E7... David Ruiz, Interim Director Risk Management Department Ram -Tech Construction, Inc., a Florida Profit Corporation CMU4Z Signature GI ic- .a.ro .dee271 Print Name, Title of Authorized Officer, or Manager (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida ,—DocuSigned by: 11r(L j aVitia. L— @DF6C372D 142A... Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: a,avrot, 00(isat4 111 George K. Wysong III City Attorney 25-3134 DS Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 2 to the Substitution Agreement with Ram -Tech Construction, Inc. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Gifu oh..% , a corporation organized and existing under the laws of the State of P4Vidc. , held on the _ day of , 20_ a resolution was duly passed and pdopted authorizing (Name) :fir %i— as (Title) f CGS► dsv» of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. 1 further certify that said resolution remains in full force and effect. IN WIT 2025. Secretary: Print: C,ow WHEREOF, I have hereunto set my hand this 1 day of OC--obey~ , CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the _day of , 20, a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 2 to the Substitution Agreement with Ram -Tech Construction, Inc. .044 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). */4- CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this „ day of 20 Signed: Print: NOTARIZATION STATE OF floI:A ) SS: COUNTY OF MIA Nly' � ) The foregoing instrument as acknowledged dL''bi , 205 by a� r✓i III before me this 9 day of , who is personally known to me or who has produced did not) take a ath. SIGNATURE OF NOTARY PUBLIC STATE OF -f-te•)P$ ti&f11i':q, 6 N10 fl PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC oc;nA;eq, BEATRIZ O. MOLINA * _ ' * Commisslon #HH 371976 Expires June 2.2027 oFc�° as identification and who (did / Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager "—Signed by: FROM: `--781"18AEF5u4464BE... Jr., P.E., C.F.M Director Department of Resilience and Public Works DATE: September 6, 2025 SUBJECT: Request to Amend Substitution Agreement for Brickell Village Drainage and Roadway Improvements Project No. 40- B30637 and SW 1st Avenue Milling and Resurfacing Project No. 40- B30833 REFERENCES: ITB No. 17-18-018 ENCLOSURES: 40-B30637 and 40-B30833 Change Proposal Request #58 By this memorandum, RPW is requesting to amend the Substitution Agreement ("Agreement") for the Mary Brickell Village Drainage and Roadway Improvements Project No. 40-B30637, and the SW 1st Avenue Milling and Resurfacing Project No. 40-B30833 (collectively, the "Projects"), with Ram -Tech Construction, Inc. ("Ram -Tech"). It is necessary to increase the capacity of the Agreement by Nine Thousand Nine Hundred Thirty -Eight Dollars and Ninety -Two Cents ($9,938.92) to cover the additional scope of work for 40-B30637 and 40-B30833 Change Proposal Request #58. Please indicate your decision below. 11 Approved / ❑ Disapproved: —DocuSigned by: Qvt .ur Norma, 850CF6C372DD42A... Artnur Noriega v Date City Manager September 12, 2025 107:05:11 EDT c: Asael Marrero, RA, RID, AIA, ICC, Assistant City Manager Erica T. Paschal Darling, CPA, Assistant City Manager/Chief Financial Officer Patricia Arias, Senior Assistant City Attorney, Office of the City Attorney Annie Perez, CPPO, Director/Chief Procurement Officer Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP, Assistant Director, Procurement Humberto Gomez, P.E., C.P.M., Assistant Director, RPW Giraldo Marquez, P.E., Chief Project Manager, RPW Fabiola Dubuisson, Senior Project Manager, RPW Valentine Onuigboh, P.E., Senior Construction Manager, RPW Docusign Envelope ID: 74961 9DB-D599-4030-89B2-88C0FD8F9264 Mary Brickell Village Drainage Improvements Process No.: PO-5 B Number: 40-830637 CIP Work Order #: CIP Project Description: PO # - Ram -Tech Construction Inc. - $9,938.92 eB Project Number: 40-P-00-0028 Blanket PO No.: Expenditure Type: Managing Department: Company Contact: Frady Bayona Company Name: Ram -Tech Construction Inc. Date Submitted: Submitted By: 4/1/2025 10:23:00 AM anuigboh, Valentine Builder Item # Task Description Quantity UoM Funding Source Commitment Item Amount 001 02.01 Construction Contract (includes i3 COP Lingency) $9,938.92 Total $9,938.92 03 - PO Request Mary Brickell Village Drainage Improvements 8:33:11 PM, 4/7/2025 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY OF MIAM1 WORKORDER FOR CONSTRUCTION SERVICES To: Juvenal Santana, P.E., C.F.M. Resilience and Public Works From: Valentine Onuigboh Resilience and Public Works Routing: Purchasing ® Yes ❑ No Date: Subject: 04-01-25 Project #: B30637/B30833 Construction Services for Contractor References: CPR Proposal Enclosures: CPR Proposal CONTRACTS SECTION Contract Name: Contract _Numbe_r _ Contract Authorization: Effective Dates: Work Order #: Resolution Start: end: Prior W.O. #'s.: Blanket PO No.: T RFQ No.: ❑ City Code Section 18-87 Max Capacit W.O. Value to date: PM/CM SECTION 1 Company Name: Ram -Tech Construction Inc. Consultant PM: Garry Rodriguez Phone Number: 305-259-7853 Description / Scope: Seal existing drainage structures using concrete sealant mix. Drainage structures were installed by others. Seal area is between top of structure and rim/grate. Work area: SW 9th St, SW 10th ST, SW 11th St and SW 12th St, and SW 1st Avenue. Justification: This CPR represents the additional scope requested by the City of Miami. Work Order Type: (If existing allowance is used, a summary of the W.O. allowance status must accompany the proposal) New Work Order 0 Supplement to Existing Work Order ❑ Add'I Svcs Allowance from Existing W.O. No. ❑ Total Maximum Amount This Work Order $9,938.92 Negotiated/Approved By: Project/ Construction Manager Sr. Project Manager Sr. Construction Manager Chief Project Manager Assistant Director (delegated Vtlett� inepne0Onuigboh 1/cz 0 obi/t ira;Lk Auy,,wpril 3, 2025 I 15:08: -D397C8D110984CA... approval for > $100K) Date: Date: ate: 4/01/2025 6 ED6ate: Date: April 7, 2025 1 12:30:29 EDT Approved By: Director -DocuSignod by: �F77F-sEaAo�sazt Apri1 7. 2025 1 16:32:45 EDT Date: Signature Contracts DivisionFile Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 City of Miami Department of Resilience and Public Works Change Proposal Request 'art A .'age, 1 of 2 CONTRACTOR: Ram -Tech Construction, Inc. CPR NUMBER.: 58 ADDRESS: 9726 E Indigo St, Ste 303 PROJECT NO.: B-306371E-30833 Miami, FI 33157 PROJECT TITLE:Mary_Birckell_Drainage_fmprovement Project Manager: Garry Rodriguez Fax No: 305-259-7856 Phone: 305-259-7853 E-mall: grodriguez@ramtechconstruction.com This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. This change proposal request is submitted soliciting a change order to the contract to increase the value of the contract. The value of this CPR represents the additional scope requested by the city of Miami project management. Seal existing drainage structures using concrete sealant mix. Drainage structures were installed by others. Seal area is between top of structure and rim/grate. Work area: SW 9th St, SW 10th ST , SW llth St and SW 12th St. FINANCIAL DATA Original Contract Value: $1,250,933.53 CPR Value: $9,938.92 Value of Previous Change Orders: $394,699.38 Proposed Revised Contract Value: $1,655,571.83 Increase/Decrease in time for Completion: 3 (calendar days) Current Completion Date: 11/12/24 Proposed Completion Date: 11/15/24 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate, and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable. The signetor rtifies that they are authorized by the Contractor to execute this CPR. Name: _Frady Bayona Signature: Title: _VP of Operations Date of Submittal: 11.20.24 RPW Form CPR -A Revised 01/03/24 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Change Proposal Request PartA Page2of2 CONTRACTOR: Ram Tech Construction,lnc CPR NUMBER.: 58 PROJECT NO.: B-306371B-30833 PROJECT TITLE: Mary_Birckell_Drainage_Improvement CPR VALUE: $9,938.92 City of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory ❑ City ❑ E/O ❑ Unforeseen C By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: FOR or CEI: H Concur ❑ Rejected Name of Firm: Name CITY OF MIAMI Project Manager: Name Construction Manager: Valentine Onuigboh, P.E. Name Chief Project Manager: Giraldo Marquez, P.E. Name Assistant Director: Humberto Gomez, P.E. Name Director: Juvenal Santana, P.E., CFM Name Signature [] Concur L] Rejected Signature P1 Concur ❑ Rejected Onuigbo, Valentine a9'°""9"`°hy0n"pba ""` ""` Date2...27 ,,906,230}-05'0a' Signature Concur ❑ Rejected Digitally s[gned by Marquez, Marquez, Giraldo Giraldo Pate: 2024-12 23 OB:12:33 -0500' Signature I 1 Concur ['Rejected Gomez, Humberto Signature ® Concur [,_; Rejected Date Date 12/19/2024 Date 12/23/24 Date Digitally signed by Gomez, Humberto Date: 2025.01.06 13:05:32 -05'00' Date Santana J uve n a I Digitally signed by Santana, Juvenal Date: 2025.01.06 13:57:27-05'00' Signature Date DocuSigned by: L RPW Form CPR -A 70F67F928E634CA April 7, 2025 1 09:10:32 EDT Revised 01/03/24 CONTRACTOR: Ram Tech Construction City of Miami Department of Resilience and Public Works CONTRACTOR CHANGE PROPOSAL REQUEST Part B Sheet 1 of 1 A ITEM NO. * B. ITEM DESCRIPTION C. QTY D. UNIT E. LABOR F. MATERIAL (Includinj Equipment) G. UNIT PRICE # (E.1 + F.1) TOTAL LINE ITEM PRICE (E.2 (E.2 + F.2) 1. 2. Total Unit Cost (E.1 X C) 1. 2. Total Unit Cost (F.1 X C) x Concrete seal for drainage manholes 1 LS $ 5,470.56 $ 5,470.56 $ 4,468.36 $ 4,468.36 $ 9,938.92 $ 9,938.92 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ _ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - S - $ - $ - $ - $ - $ - _ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ _ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - 3 - $ - $ - Overhead % (self -perform) NOTES: Overhead % (subcontract perform) _f 1.* Identify all items to be subcontracted with an * Profit % (self -perform) 2. # Designate all unit prices that are listed in contract Profit % (subcontract perform) 3. Detailed back-up documentation may be requested to support stated costs Prepared By: Frady Bayona Title: VP of Operations RPW Form CPR-B Signature TOTAL (This Sheet) GRAND TOTAL (Last Sheet) I$ 9,938.92 j Date: 11/20/2024 Revised 01/18/2024 179Z6dead0088-Z868-0£017-6690-846 696bL :a1 adolanu3 u6lsnoo0 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Contractor Project Title City of Miami Department of Resilience and Public Works Change Proposal Request Part C Ram Tech Construction Change Order Number: 58 Mary Brickell Drainage Improvement Project No. B-30637JB-30833 Item No. Description of Work Labor Costs premium hours are to be listed seperately) Trade Number of Hourly Rate Total Hours Total Labor Cost Personnel (including benefits & taxes) Superintendent 1 $90.44 12 $1,085.28 Foreman 1 $81.40 24 $1,953.60 Skilled Labor 1 $43.42 24 $1,042.08 Labor 2 $28.95 24 $1,389.60 Totals I $5,470.56 Equipment Costs identify in description if equipment is with or without operator) Description Time Period Rate Total Total Cost Time Period Totals 1 Material Costs Description Unit Unit Price Quantity Total Cost MOT devices,Sealing material,Tools LS $4,468.36 1 $4,468.36 Totals I I I $4,468.36 Combined Total $9,938.92 Prepared By: Frady Bayona Print Name (use additional sheets as necessary) Vp of operations 11.20.24 Title Date RPW Form CPR-C Revised 01/08/24 X Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 City of Miami Department of Resilience and Public Works Change Proposal Request .Fart A Page of 2 CONTRACTOR: Ram -Tech Construction, Inc. CPR NUMBER.: 58 ADDRESS: 9726 E Indigo St, Ste 303 PROJECT NO.: B-30637/B-30833 Miami, FI 33157 PROJECT TITLE:Mary_Birckell_Drainage_Improvemen1 Project Manager: Garry Rodriguez Phone: 305-259-7853 Fax No: 305-259-7856 E-mail: grodriguez@ramtechconstruction.corn This Change Proposal Request (CPR) is submitted requesting a Change Order to the Contract to increase/decrease the time for performance or the value of the Contract DETAILED BASIS/SCOPE FOR CPR Please add a detailed description of proposed changes, including background, justification and exact location of installation. Failure to submit sufficient detail may result in the rejection of or delay in review of the CPR. This change proposal request is submitted soliciting a change order to the contract to increase the value of the contract. The value of this CPR represents the additional scope requested by the city of Miami project management. Seal existing drainage structures using concrete sealant mix. Drainage structures were installed by others. Seal area is between top of structure and rim/grate. Work area: SW 9th St, SW 10th ST , SW 11th St and SW 12th St. FINANCIAL DATA Original Contract Value: $1,250,933.53 CPR Value: $9,938.92 Value of Previous Change Orders: $394,699.38 Proposed Revised Contract Value: $1,655,571.83 Increase/Decrease in time for Completion: 3 (calendar days) Current Completion Date: 11/12/24 Proposed Completion Date: 11/15/24 By signing and submitting this CPR the Contractor certifies that the supporting cost data is accurate, and, in the opinion of the undersigned, the stated prices and/or time request are both fair and reasonable. The signato y mortifies that they are authorized by the Contractor to execute this CPR. Name: _Frady Bayona Signature: Title: _VP of Operations Date of Submittal: 11.20.24 RPW Form CPR -A Revised 01/03/24 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Change Proposal Request re2<m,f CONTRACTOR: Ram Tech Construction,Inc_ CPR NUMBER.: 58 PROJECT NO.: _B-306371E-30833 PROJECT TITLE: Mary_Birckell_orainage_Improvement CPR VALUE: $9,938.92 City Of Miami Review (CONTRACTOR DO NOT COMPLETE) Reason for Change: Regulatory City L] EIO ❑ Unforeseen U By signing below the signatory has either concurred with or rejected the proposed CPR as submitted: FOR or CEI: [] Concur ❑ Rejected Name of Firm: Name CITY OF MIAMI Project Manager: Name Construction Manager: Valentine Onuigboh, P.E. Name Chief Project Manager: Giraldo Marquez, P.E. Name Assistant Director: Humberto Gomez, P.E. Name Director: Juvenal Santana, P.E., CFM Name Signature Date ❑ Concur [J Rejected Signature Date 7 Concur ❑ Rejected 0nuigbo, Valentine oo;,"2,u�, ",9ubs ,7,tvar 'ne 12/19/2024 Signature Date �] Concur ❑ Rejected Dig Italy signed by Marquez, Marquez, GiraIdo o rdldo 12/23/24 Date: 2024.12.23 08:12 33-05'00' Signature Date Concur ❑ Rejected Gomez, Humberto Digitally signed by Gomez, Humberto Date: 2025.01.06 13:05:32 -05'00' Signature Date ® Concur ❑ Rejected Santana Ju�ena� Digitally signed by Santana, Juvenal l Date: 2025.01.06 13:57:27 -05 00 Signature Date RPW Form CPR -A Revised 01/03/24 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CONTRACTOR: Ram Tech Construction City of Miami Department of Resilience and Public Works CONTRACTOR CHANGE PROPOSAL REQUEST Part B Sheet 1 of t A ITEM NO. • B. ITEM DESCRIPTION s C. GTY = D. UNIT E. LABOR F. MATERIAL (Including Equipment) G. UNIT PRICE # TOTAL LINE ITEM PRICE (E.2 (E.2 + F.2) 1. Unit Cast 2. Total (E.1 X C) 1. Unit Cost 2. Total (F.1 X C) (E,1 + F.1) x Concrete seal for drainage manholes 1 L5 $ 5.470 56 5 5,470.56 $ 4.468,3E 5 4468.36 5 9,938.92 $ 9.938.92 5 - S - $ - _ $ - 5 - 5 _ - $ - 'S - $ - $ - 5 - 5 - $ 5 - 5 S - $ 5 - $ - 5 - $ - $ - 5 - 5 - $ - 5 - 5 - $ 8 - 5 - S - $ - 5 - $ - $ - $ - 5 - $ - 5 - $ - 5 - 5 - 5 - $ - 5 _ 5 - j 5 - $ - $ - S - 5 - $ - $ - 5 - S - S - _ - $ 5 - 5 $ - S - 5 _ $ $ $ - 5 - 5 - S - 5 - 5 _ 5 5 - 5 - S - 5 - S - $ - $ 5 - 5 - 5 - $ - $ - $ - 5 $ - 5 - _ $ • 5 - NOTES: 1. * Identify all items to be subcontracted with an' 2. # Designate all unit prices that are listed in contract Overhead Overhead Profit Profit % (self perform) perform) -perform) perform) _ % (subcontract % (self % (subcontract - . Detailed back-up documentation maybe requested to support stated costs Prepared By: Frady Bayona Title: VP of Operations RPW term CPR-B Signature TOTAL (This Sheet) GRAND TOTAL (Last Sheet) Date: 11/20/2024 Revised 0111&2024 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Contractor Project Title City of Miami Department of Resilience and Public Works Change Proposal Request Part C Ram Tech Construction Change Order Number: 58 Mary Brickell Drainage Improvement Project No. B-306371B-30833 Item No. I Description of Work Labor Costs (premium hours are to be listed seperately Trade Number of Hourly Rate Total Hours Total Labor Cost Personnel (including benefits & taxes) Superintendent 1 $90.44 12 $1,085.28 Foreman 1 $81.40 24 $1,953.60 Skilled Labor 1 $43.42 24 $1,042.08 Labor 2 $28.95 24 $1,389.60 Totals -I $5,470.56 Equipment Costs (identify in description if equipment is with or without operator) Description Time Period _ Rate Total Total Cost Time Period Totals Material Costs Description Unit Unit Price Quantity Total Cost MOT devices,Sealing material ,Tools LS $4,468,36 1 $4,468.36 Totals $4,468.36 Combined Total I $9,938.92 Prepared By: Frady Bayona Print Name (use additional sheets as necessary) Vp of operations 11.20.24 Title Date RPW Form CPR-C Revised 01/08/24 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 1 TO SUBSTITUTION AGREEMENT WITH RAM -TECH CONSTRUCTION, INC. MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS AND SW VT AVENUE MILLING AND RESURFACING PROJECTS This Amendment No. 1 ("Amendment") to the Substitution Agreement dated July 8, 2021 (the "Agreement") between the City of Miami, a Florida municipal corporation ("City"), and Ram -Tech Construction, Inc., a Florida profit corporation ("Contractor" or "Ram -Tech"), (jointly the "Parties"), for the provision of Drainage and Roadway Improvements and Milling and Resurfacing Construction Services ("Services") for the City's Office of Capital Improvements ("OCI") is entered into thisl2th day of July , 2022. RECITALS WHEREAS, the City executed the Agreement with Ram -Tech for completion of the Services for the Total Compensation Amount of One Million Three Hundred Seventy -Five Thousand Six Hundred Fifty -Six Dollars and Forty -Four Cents ($1,375,656.44); and WHEREAS, while completing the Agreement Services, Ram -Tech has encountered unanticipated drainage system changes and underground utility conflicts, which must be addressed; and WHEREAS, the City, after successful negotiations with the Contractor, has determined the cost of said unanticipated changes are in the amount of One Hundred Thirty -Seven Thousand Five Hundred Sixty Five=DbIlars and Sixty -Four Cents ($137,565 64); and WHEREAS, it is in the best interest of the City to execute an Amendment to the Agreement, increasing the original not -to -exceed contract value by an amount of One Hundred Thirty -Seven Thousand Five Hundred Sixty -Five Dollars and Sixty -Four Cents ($137,565.64), thereby increasing the original not -to -exceed project compensation amount from One Million Three Hundred Seventy -Five Thousand Six Hundred Fifty -Six Dollars and Forty -Four Cents ($1,375,656.44) to the amended not -to -exceed project compensation amount of One Million Five Hundred Thirteen Thousand Two Hundred Twenty -Two Dollars and Eight Cents ($1,513,222.08), for said additional services associated with the unanticipated drainage system changes and underground utility conflicts; and WHEREAS, it is within the City Manager's authority, pursuant to Section 18-117 of the Code of the City of Miami, Florida, as amended ("City Code"), "Economic Stimulus Awards and Agreements," to execute a "contract amendment, change order, or claim [that] does not increase the contract amount, including any dedicated and contingency allowances, by more than ten percent"; and WHEREAS, funds are to be allocated from the appropriate OCI project and departmental budgets; Page 1 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 1 to the Substitution Agreement with Ram -Tech Construction, Inc. Page 2 NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: INCREASE OF TOTAL COMPENSATION AMOUNT The Total Compensation Amount to be paid to Ram -Tech for completion of the Services required by the Agreement, as amended, is, hereby, increased by One Hundred Thirty - Seven Thousand Five Hundred Sixty -Five Dollars and Sixty -Four Cents ($137,565.64), to the amended Total Compensation Amount of One Million Five Hundred Thirteen Thousand Two Hundred Twenty -Two Dollars and Eight Cents ($1,513,222.08). SECTION 1 - SUPPLEMENTAL TERMS AND CONDITIONS Counterparts; Electronic Signatures This Amendment may be executed in counterparts, each of which shall be an original as against either party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Amendment (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Amendment upon request. All other terms and conditions of the Agreement are in full operative force and effect and remain unchanged. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page2of5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 1 to the Substitution Agreement with Ram -Tech Construction, Inc. Page 3 IN WITNESS WHEREOF, the parties have executed this Amendment as of the day and year first above written. WITNESS/ATTEST: Signature Print Name, Title Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: DocuSigned by: E46D7560DCF1459... Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: rDocuSigned by: FralAk at6WICA) 27395C6318214E7... Ann Marie -Sharpe, Director Risk Management Department "Contractor" RAM -TECH CONSTRUCTION, INC., a Florida profit corporation .1C'a r.� e5ic/r.? Print Name, Title of Authorized Officer or Manager (Corporate Seal) "City" CITY OF MIAMI, a Florida municipal corporation DocuSigned by: Qvt' .uv No i4a. 372DD42A... Arthur Noriega V, City Manager PPROVED AS TO LEGAL FORM AND CORRECTNESS: DocuSigned by: 74-6,---,Jr-r, F1EF90AF6FED457... Victoria Mendez, City Attorney Page 3of5 DS (Matter 22-1201 P. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 1 to the Substitution Agreement with Ram -Tech Construction, Inc. Page 4 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Mrs s7-C, a corporation organized and existing under the laws of the State of 2,- , held on the, day of f , 0 ' a resolution was duly_rpissed and adopted authorizing c/:- as P/es, ass, of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this i_5 day of JOIN° 20'12 Secretary: Print: Ca(OliV ;! �Crynrc { CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) /O/j I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under , held on the day of , 20_, a resolution the laws of the State of was duly passed . and . adopted authorizing (Name) _ _.___ _ as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. - 20 IN WITNESS WHEREOF, I have hereunto set my hand this , day of Partner: Print: Names and addresses of partners: Name Street Address City State Zip Page 4 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Amendment No. 1 to the Substitution Agreement with Ram -Tech Construction, Inc. Page 5 CERTIFICATE OF AUTHORITY ,,, ✓,z2 (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY "--✓. (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Signed: Print: NOTARIZATION STATE OF Mi►s SS: COUNTY OF MS-I's(\9 Posx) p. iN The foregoing instrument was acknowledged before me this I day of lO, 202_2- by LJ Li_A Sc_4:p) , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATUR Qrf NOTARY PUBLIC STATE OF X u.57 fl (S“rrM-i- c rAa PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC fi{ges, Notary Public State of Florida Beatriz C Molina 4R My Commission GG 340580 11•0 0,oO Expires 06/02/2023 Page 5of5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 SUBSTITUTION AGREEMENT BY AND BETWEEN CITY OF MIAMI AND RAM -TECH CONSTRUCTION, INC, MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS (B- 30637) AND SW 1ST AVENUE MILLING AND RESURFACING (I;-30833) PROJECTS This Substitution Agreement ("Agreement") is made and entered into this 9' day of J'(-i , 2021 by and between the City of Miami, a municipal corporation of the State of Jrida ("City"), and Ran -Tech Construction, Inc., a Florida Corporation ("Ram - Tech"). The City and Ram -Tech may hereinafter be referred to individually as a "Party" or collectively as the "Parties." WITNESSETII WHEREAS, V Engineering & Consulting Corp ("V Engineering"), as general contractor, entered into a contract, ITB No. 17-18-018, on or about September 7, 2018, ("Original Contract"), with the City of Miami, wherein V Engineering agreed to furnish and install certain labor and materials for the Mary Brickell Village Drainage and Roadway Improvements (B-3063 7) and SW 1st Avenue Milling and Resurfacing (B-30833) project, ("Project"), for the sum of $1,279,675.08; and 'WHEREAS, V Engineering was terminated from the Original Contract for default; and WHEREAS, Ram -Tech has agreed to perform all the work remaining to be done under the Original Contract for the Project, and to otherwise fulfill all responsibilities and obligations of V Engineering; and WHEREAS, the City agrees to accept Rain -Tech as the completing contractor in place of V Engineering; and RANI -TECH COVENANTS ANI) AGREES AS FOLLOWS 1. Ram -Tech has examined the Original Contract (ITB No, 17-18-018), together with any amendments or addendum, and has satisfied itself as to the cost of completing the Project, together with all required overhead expenses, and the payment of subcontractor, labor, and material expenses to be incurred, and has fully informed itself with respect to those items to complete the Project independent of any representation of Philadelphia Indemnity Insurance Company ("Philadelphia") or the City, or any of their employees, agents, consultants, or representatives. 2. Ram -Tech agrees to perform each and every, all and singular, the obligations of V Engineering to the City pursuant to the Original Contract, as the replacement contractor. Ram - Tech agrees to abide by all the terms, conditions, and provisions of the Original Contract as if it were an original party to the Original Contract, 3, Ram -Tech agrees to assume complete responsibility for the completion of the Original Contract and its acceptance by the City and agrees to correct any and all work which is found not to be in conformance with the specifications, terms, conditions, and provisions of the Original Contract, Page 1 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 4. Ram -Tech agrees to iiirnish and pay for all of the .labor, material, supplies, equipment, services, insurance, warranties, and all other things necessary to perform and fully complete all work on the Original Contract, as if it were the original contractor, including the assumption of all responsibility for work previously performed by V Engineering for the price of $1,190,606,31, delineated in Rant-Tech's Bid Form attached and incorporated herein as Exhibit "A," Additionally, the City has requested that Rain -Tech complete some additional work and Ram -Tech has agreed to furnish and pay for all of the labor, material, supplies, equipment, services, insurance, warranties, and all other things necessary to perform and fully complete all the additional work for the price of $59,990,45, delineated in Rare-Tech's additional work bid attached and incorporated heroin as Exhibit "B," The total price Ram -Tech has agreed to complete the work under the Original Contract and the additional work is $1,250,596,76 plus a 10% Owner's Contingency Allowance of$125,059,68, Ram -Tech further agrees that as part of this Agreement it will provide to the City Payment and Performance Bonds for a total amount of $1,250,596,76 plus a 10% Owner's Contingency Allowance of $125,059,68, reflecting its contract price, naming the City as Obligee in a fora similar to the Payment and Performance Bonds issued by Philadelphia on behalf of V Engineering, 5, Unless otherwise expressly agreed to by the City and Rain -Tech, the total payment to be received by Ram -Tech for completion of the work under this Agreement is the sum of $1,250,596,76 plus a 10% Owner's Contingency Allowance of $125,059.68, This sure may only be revised in accordance with the terms of the Original Contract (i,e,, change orders, delay damages, quantity adjustments, etc.), Ram -Tech agrees the above Contract sum will be paid by the City to Ram -Tech in accordance with the terms of the Original Contract, 6. Ram -Tech agrees to reach substantial completion of the work within 210 clays from the date of issuance of the City's Notice to Proceed with Construction, which is anticipated to be issued within 30 days from the effective date of this Agreement, thereby allotting appropriate time for Ram -Tech to secure any and all applicable and necessary permits and approvals, CITY COVENANTS AND AGREES AS FOLLOWS 11, The City accepts the retention of Rain -Tech as completing contractor to complete the Original Contract and the additional work for the total price of $1,250,596,76 plus a 10% Owner's Contingency Allowance of $125,059,68, which sum includes Ram-Tech's Payment and Performance Bonds, This sum may only be revised in accordance with the terms of the Original Contract (i.e,, change orders, delay damages, quantity adjustments, etc). 12, The City agrees that it shall act with Ram-Tech.in the Performance of the work on Project in the same manner as though Ram -Tech were the original contractor for Project, The City further agrees that it shall be responsible for contract administration in connection with Project, 15. The City shall make payments to Ram -Tech in accordance with the terms of the Original Contract, Ram -Tech shall submit monthly requisitions to the City, and the City or its agent shall certify payment pursuant to the terms of Original Contract and shall pay Ram -Tech for such work. 16, The City agrees that the substantial completion date for the Project is extended to 210 days from the date of issuance of the City's Notice to Proceed with Construction to Ram -Tech, Page 2 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 ADDITIONAL TERMS 21, The recitals are true and cornet and are hereby incorporated into and made a part of this Agreement. 22, This Agreement is strictly for the benefit of the parties hereto and they expressly declare that they do not intend to confer any rights or benefit of whatsoever kind or nature upon any third party, 23, This Agreement including the Original Contract represents the entire agreement between the parties and may not be modified except by written agreement executed by all parties to the Agreement, The terms of the Original Contract are incorporated into this Agreement by this reference as if fully set forth herein and the Parties agree to all the terms, conditions, and provisions of the Original Contract. 24. All notices and communications required by or pertaining to this Agreement shall be sent to the parties at the following addresses: If to the City: City of Miami 444 SW 2" `1 Avenue, 10'a-Floor- Miami, FL 33130 Attn.: Arthur Noriega, V, City Manager With a copy to: Office of the City Attorney 444 SW 2°CI Avenue, 9a' Floor Miami, FL 33130 Attn.: Victoria M6ndez, City Attorney If to Ram -Tech: Ram -Tech Construction, Inc, 15600 SW 288th Street, Suite 301 Homestead, FL 33033 Attn.: Lucia Soria, President 25. This Agreement shall be interpreted according to the laws of the State of Florida, Venue in all proceedings shall be in Miami -Dade County, Florida and the parties explicitly agree to the use of this venue, The term "proceedings" shall include, but not be limited to, all meetings to resolve the dispute, including voluntary arbitration, mediation, or other alternative dispute resolution mechanism, The parties both waive any defense that venue in Miami -Dade County is not convenient. In any civil action or other proceedings between the parties arising out of the Agreement, each party shall bear its own attorney's fees and costs. 26, The signatories of this Agreement represent and warrant that each is authorized to execute this Agreement on behalf of their respective principal, Page 3 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 27, The signatories of this Agreement represent, covenant, and warrant to each other that: (a) they have carefully react the Agreement, (b) the Agreement is a negotiated document and (c) that they understand its provisions and intend to be bound thereby, 28. This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute, but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF, or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. [Remainder of page intentionally left blank; signature page on next page] Page 4 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written, WITNESS/ATTEST: Signature 7Ric, Ora Print Name, Title ATTEST; Contractor Secretary (Affirm Contractor Seal, if available) Todd APPR REQU Hannon, City Cleric S TO INSURANCE REMENTS Digitally signed by Gomez, Frank Date: 2021.06.30 124843-0400' Ann -Marie Sharpe, Director Gomez, Frank Risk Management RAM -TECH CONSTRUCTION, INC., a Florida Corporation Lucia Soria, president Print Name, Title CITY OF MIAMI, a municipal corporation of the State of Florida f Arthur Notice V,'y Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS Digitally signed by Min, Min, BarnabyDamaby Date:2021.07,02 13:12:32.04'00' Victoria Mendez PRV 7/1/21 (Matter 20-393K) City Attorney Page 5 of 5 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY COMMISSION, WITH ATTACH... Page 1 of 3 Miami FL Resolution R-18-0336 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE BID RECEIVED, MAY 31, 2018, PURSUANT TO INVITATION TO BID ("ITB") NO. 17-18-018, FROM V ENGINEERING & CONSULTING CORP., A FLORIDA PROFIT CORPORATION ("V ENGINEERING"), THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH V ENGINEERING, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF THE ITB DOCUMENTS AND ATTACHMENTS, TO PROVIDE CONSTRUCTION SERVICES FOR THE MARY BRICKELL VILLAGE DRAINAGE AND ROADWAY IMPROVEMENTS AND SOUTHWEST 1ST AVENUE MILLING AND RESURFACING, OFFICE OF CAPITAL IMPROVEMENTS ("OCI") PROJECT NOS. B- 30637 AND B-30833, IN THE AMOUNT OF $1,163,340.99 FOR THE SCOPE OF WORK, PLUS A TEN PERCENT (10%) OWNER'S CONTINGENCY ALLOWANCE IN THE AMOUNT OF $116,334.09, FOR A TOTAL NOT -TO -EXCEED AWARD VALUE OF $1,279,675.08; ALLOCATING FUNDS FROM THE OCI PROJECT NOS. B-30637 AND B-30833; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVAL HAVING BEEN PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"), INCLUDING, THE CITY OF MIAMI'S ("CITY") PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE. Information Department: Category: Attachments Office of Capital Sponsors: Improvements Other Agenda Summary and Legislation 4336 Exhibit 4336 Memo - Manager's Approval 4336 Bid Tabulation 4336 Bid Response 4336 Corporate Detail Financial Impact $1,279,675.08 Project No.: B-30637 and B-30833 http://miamifl.igm2.com/Citizens/Detail_LegiFile.aspx?ID=43 3 6&highlightTerms=1 7- 1 8-0... 8/6/2018 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY COMMISSION, WITH ATTACH... Page 2 of 3 Body/Legislation WHEREAS, on April 27, 2018, the Department of Procurement ("Procurement") issued Invitation to Bid ("ITB") No. 17-18-018 for construction services in the Mary Brickell Village Drainage and Roadway Improvements and Southwest 1st Avenue Milling and Resurfacing, Office of Capital Improvements ("OCI") Project Nos. B-30637 and B-30833 ("Project"); and WHEREAS, three (3) bids were received by the Office of the City Clerk on May 31, 2018; and WHEREAS, Procurement has determined V Engineering & Consulting Corp., a Florida Profit Corporation ("V Engineering"), to be the lowest responsive and responsible bidder with a base bid in the amount of $1,163,340.99; and WHEREAS, the City Manager requests authorization to execute an agreement with V Engineering in the amount of $1,163,340.99, plus a ten percent (10%) Owner's Contingency Allowance in the amount of $116,334.09, for a total not -to -exceed award value of $1,279,675.08; and WHEREAS, funds in the amount of $1,279,675.08 are to be allocated from OCI Project Nos. B-30637 and B-30833. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference, and incorporated herein as if fully set forth in this Section. Section 2. The bid received May 31, 2018, pursuant to ITB No. 17-18-018, from V Engineering, the lowest responsive and responsible bidder, to provide construction services for the Mary Brickell Village Drainage and Roadway Improvements and Southwest 1st Avenue Milling and Resurfacing, OCI Project Nos. B-30637 and B-30833, in the amount of $1,163,340.99 for the scope of work, plus a ten percent (10%) Owner's contingency in the amount of $116,334.09, for a total not - to -exceed award value of $1,279,675.08, is accepted. Section 3. Funds to be allocated from OCI Project Nos. B-30637 and B-30833. Section 4. The City Manager is authorized[1] to execute an Agreement with V Engineering in substantially the attached form, consisting of the ITB documents and attachments. Section 5. The City Manager is further authorized) to negotiate and execute all other documents, including any amendments, renewals, and extensions, subject to allocations, appropriations and budgetary approval having been previously made, and in compliance with applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code") including, the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with applicable regulations, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.[2] http://miamifl.igm2.com/Citizens/Detail_ LegiFile.aspx?ID=43 3 6&highlightTerms=17- 1 8-0... 8/6/2018 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CITY COMMISSION, WITH ATTACH... Page 3 of 3 [1] The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. [2] If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Select Language v Powered by Go=gkk Translate http://miamifl.igm2.com/Citizens/Detail_ LegiFile.aspx?ID=43 3 6&highlightTerms=17- 1 8-0... 8/6/2018 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 ACORD® CERTIFICATE OF LIABILITY INSURANCE �� DATE (MM/DD/YYYY) 10/29/2024 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 Arthur J. Gallagher Risk Management Services, LLC 9155 South Dadeland Boulevard Suite 1112 Miami FL 33156 CONTACT NAME: Lillie Alvarez PHONE FAX (A/C No Ext): 305-592-6080 (A/C, No): 305-592-4049 ADDARESS: lillie_alvarez@ajg.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Transportation Insurance Company 20494 INSURED RAM-CON-01 Ram -Tech Construction, Inc. 15600 SW 288th Street, Suite 301 Homestead, FL 33033 INSURER B : American Casualty Company of Reading, PA 20427 INSURER c: Continental Insurance Company 35289 INSURERD: Bridgefield Casualty Insurance Company 10335 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2086067821 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL AINSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 7034519272 11/1/2024 y� L. q., 11/1/2025 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 Deductible $ 2,000 B AUTOMOBILE X LIABILITY ANY AUTO OWNED X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y BUA7034519529 11/1/2024 11/1/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7034519546 11/1/2024 11/1/2025 EACH OCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 DED X RETENT ON $ in fmn Aggregate Products -Co $ 5,000,000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A 196-56344 11/1/2024 11/1/2025 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is an Additional Insured as respects the General Liability and Auto Liability policies, pursuant to and subject to the policy's terms, definitions, conditions and exclusions. The insurance provided in the Genral Liability and Auto Policy is primary and any other insurance shall be excess only, and not contributing. Waiver of Subrogation applies to certificate holder, as respects the General Liability and Workers Compensation policy, pursuant to and subject to the policy's terms, definitions, conditions and exclusions. Umbrella policy is follow form of the general liability, auto liability and workers compensation/employers' liability policies. City of Miami is included as an Additional Insured as respects to General and Auto Liability, Umbrella Liability and Pollution as per written contract or permit, subject to terms, conditions and exclusions of policy, per written contract or permit. Coverage is on a Primary and Non -Contributory basis as required per See Attached... CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue 8th Floor Miami FL 33130 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �/ X Picr, . ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 AGENCY CUSTOMER ID: RAM-CON-01 LOC #: ACOREP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Arthur J. Gallagher Risk Management Services, LLC POLICY NUMBER CARRIER NAIC CODE NAMED INSURED Ram -Tech Construction, Inc. 15600 SW 288th Street, Suite 301 Homestead, FL 33033 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE written contract or permit. Waiver of Subrogation is granted in favor of the Additional Insured as required by written contract or permit as respects to General Liability, subject to terms, conditions and exclusions where applicable by state law. Coverage afforded for contingent & contractual exposures & XCU hazards. ,,,\t• ‘.0 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729913 Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your trNii K 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Eorce 11. General Aggregate Limits of Insurance — Per Projc4+ 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Lia• ity Co - Hies 15. Legal Liability — Damage To Premises / ilia d Premises / Property In The Named Insured's Care, Custody or Control +� 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft CCoyerage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 of 17 TRANSPORTATION INSURANCE COMPANY Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No: 7034519272 Endorsement No: 1 Effective Date: 11/01/2024 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owners liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 7034519272 Page 2 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729914 Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 7034519272 Page 3 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance ic primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named jnced. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to°such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted nd replaced by the following: Bodily injury means physical injury, sickness or disease �ta� `bedliN person, including death, humiliation, shock, mental anguish or mental injury sustained by that pegs any t nee which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTVE Ok cURRENCE Under CONDITIONS, the condition entitled Dutf?s in e'Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCiURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 7034519272 Page 4 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729915 Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, cc,'ttc! the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds;.virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an o Tense that/rst occurred prior to the date of management control or that first occurs after managemec�ontrol ceases: 5. The insurance provided by this Coverage ' appli Famed Insureds when trading under their own names or under such other trading names or do. • -• )018 names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMri§k TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to n Clete exclusions k. and I. and replace them with the following: This insurance does nc4apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 7034519272 Page 5 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, ddemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 7034519272 Page 6 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729916 Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 7034519272 Page 7 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 7034519272 Page 8 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729917 Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 7034519272 Page 9 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 7034519272 Page 10 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729918 Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 7034519272 Page 11 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement i. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 7034519272 Page 12 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729919 Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 7034519272 Page 13 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 7034519272 Page 14 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729920 Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverag , art. This PERSONAL AND ADVERTISING INJURY—DISCRIMINATIONI'OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additions`insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Adv Qing Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion Cont al Liability. B. Solely for the purpose of the coverage provided by s PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, ti'Re fo changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES P4 B: 1. Paragraph 2.d. is replaced by tfr lowiinng: d. The allegations in the and the information the Insurer knows about the offense alleged in such suit are such that no cdt1 appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 7034519272 Page 15 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazarcliot the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Cove age Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Qflecovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have Innst any person or organization because of payments the Insurer makes for injury or damage ari n out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-complet ope `hazard. However, this waiver applies only when tit yame,nsured has agreed in writing to waive such rights of recovery in a written contract or written agreement, ea -only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the‘boclily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION:CIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 7034519272 Page 16 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729921 Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the scare foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures'. However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Policy No: 7034519272 Page 17 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 11/01/2024 Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729922 Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage; and C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: 1. Coverage broader than what you are required to provide by the written contract; or 2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph I. shall apply solely to the extent permissible by law. II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage. III. But if the written contract requires: A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. Additional insured coverage with "arising out of' language; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. CNA75079XX (3-22) Page 1 of 3 TRANSPORTATION INSURANCE COMPANY Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Policy No: 7034519272 Endorsement No: 2 Effective Date: 11/01/2024 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities; or B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part: Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. Primary and non-contributing with other insurance available to the additional insured; or 2. Primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. Make available any other insurance, and endeavor to tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to other insurance under which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. CNA75079XX (3-22) Page 2 of 3 TRANSPORTATION INSURANCE COMPANY Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Policy No: 7034519272 Endorsement No: 2 Effective Date: 11/01/2024 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA CNA PARAMOUNT 10020007270345192729923 Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement VIII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: A. Was executed prior to: 1. The bodily injury or property damage; or 2. The offense that caused the personal and advertising injury; for which the additional insured seeks coverage; and B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising injury offense. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (3-22) Page 3 of 3 TRANSPORTATION INSURANCE COMPANY Insured Name: RAM -TECH CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Policy No: 7034519272 Endorsement No: 2 Effective Date: 11/01/2024 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 CNA 1 Business Auto Policy Policy Endorsement ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA71527XX (10-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 1 1 ; Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7034519529 Policy Effective Date: 11 /01 /2024 Policy Page: 72 of 84 © Copyright CNA All Rights Reserved. Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule *Blanket Waiver of Subrogation Applies* This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: November 1, 2024 Policy Number: 196-56344 Insured: Ram -Tech Construction, Inc. WC 00 03 13 (Ed. 4-84) Countersigned by. C "Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 1984 NCCI" Docusign Envelope ID: 749619DB-D599-4030-89B2-88COFD8F9264 From: Quevedo, Terry To: Caseres, Luis; Gomez Jr., Francisco (Frank); Aviles. Yesenia Subject: RE: COI -Ram -Tech Construction Exp 11-01-2023.pdf Date: Tuesday, October 14, 2025 10:25:03 AM Attachments: image001.pnq image003.pnq image006.pnq image008.pnq Hi Luis The COI is adequate Regards, Terry M. Quevedo City of Miami Risk Management Department 14 NE 1st Avenue, 2nd Floor Miami, Florida 33132 (305) 416-1641 Office (305) 416-1710 Fax Tquevedo(dmiamigov.com $'evi 9, &k ora", aid 7za�� 6"ecidef "I 6'4', 4:k From: Caseres, Luis <Lcaseres@miamigov.com> Sent: Tuesday, October 14, 2025 10:17 AM To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>; Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com> Subject: FW: COI -Ram -Tech Construction Exp 11-01-2023.pdf Good morning, Please review and approve. Best regards, LI.w4- Ccu e- -e/s- Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 tit (305) 416-1923 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Detail by Entity Name DIVISION OF CORE f 1.1 / Sorg J ?�pD p ArI'1r. 'i\f an official lige of Ilikrala w• sid9 Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation RAM -TECH CONSTRUCTION, INC. Filing Information Document Number P98000015183 FEI/EIN Number 65-0930302 Date Filed 02/16/1998 State FL Status ACTIVE Principal Address 9726 E Indigo Street Suite 303 Palmetto Bay, FL 33157 Changed: 03/26/2024 Mailing Address 9726 E Indigo Street Suite 303 Palmetto Bay, FL 33157 Changed: 03/26/2024 Registered Agent Name & Address Bayona, Carolina S 9726 E Indigo Street Suite 303 Palmetto Bay, FL 33157 Name Changed: 03/03/2021 Address Changed: 03/26/2024 Officer/Director Detail Name & Address Title PD SORIA, LUCIA 9726 E Indigo Street Suite 303 https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=l nitial&searchNameOrder=RAMTEC... 1 /3 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Detail by Entity Name Palmetto Bay, FL 33157 Title VP Bayona, Frady 9726 E Indigo Street Suite 303 Palmetto Bay, FL 33157 Title S Bayona, Carolina S 9726 E Indigo Street Suite 303 Palmetto Bay, FL 33157 Annual Reports Report Year Filed Date 2023 04/05/2023 2024 03/26/2024 2025 02/25/2025 Document Images 02/25/2025 -- ANNUAL REPORT 03/26/2024 -- ANNUAL REPORT 04/05/2023 -- ANNUAL REPORT 03/08/2022 -- ANNUAL REPORT 03/03/2021 -- ANNUAL REPORT 05/11 /2020 -- ANNUAL REPORT 04/24/2019 -- ANNUAL REPORT 04/16/2018 -- ANNUAL REPORT 04/27/2017 -- ANNUAL REPORT 04/28/2016 -- ANNUAL REPORT 02/20/2015 -- ANNUAL REPORT 03/21 /2014 -- ANNUAL REPORT 10/15/2013 -- Reg. Agent Change 01 /28/2013 -- ANNUAL REPORT 09/21/2012 -- Reg. Agent Change 07/06/2012 -- ANNUAL REPORT 07/08/2011 --ANNUAL REPORT 04/20/2011 --ANNUAL REPORT 04/01 /2010 -- ANNUAL REPORT 02/06/2009 -- ANNUAL REPORT 03/13/2008 -- ANNUAL REPORT 12/10/2007 -- Off/Dir Resignation 03/26/2007 -- ANNUAL REPORT 02/15/2006 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=RAMTEC... 2/3 Docusign Envelope ID: 749619DB-D599-4030-89B2-88C0FD8F9264 Detail by Entity Name 04/15/2005 -- ANNUAL REPORT 04/21 /2004 -- ANNUAL REPORT 06/16/2003 -- ANNUAL REPORT 01/31/2002 --ANNUAL REPORT 01/13/2001 -- ANNUAL REPORT 04/10/2000 -- ANNUAL REPORT 05/05/1999 -- ANNUAL REPORT 02/16/1998 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=RAMTEC... 3/3 Olivera, Rosemary From: Caseres, Luis Sent: Wednesday, November 12, 2025 1:40 PM To: Hansen, Anthony; Ponassi Boutureira, Fernando; Perez, Annie; Darrington, Mario; McGinnis, Lai -Wan; Soliman, Jihan; Onuigboh, Valentine Cc: Cambridge, Susan; Fossler, Thomas; Hannon, Todd; Olivera, Rosemary; Santana Jr., Juvenal; Gomez, Marta; Johnson, Antiwonesha Subject: Document Distribution - ITB No. 17-18-018 — Mary Brickell Village Drainage and Roadway Improvements Project No. B-30637 and SW 1st Avenue Milling and Resurfacing, Project No. B-30833 Attachments: Amendment_No_2_-_ITB_17-18-018_Mary_Brickell_Executed 11-12-2025.pdf Good afternoon, All: Lai -Wan: Attached for your records is a scanned copy of the document described below, which was duly executed by all appropriate parties. Thank you. Antiwonesha/Marta: You may now close this Matter ID 25-3134 Todd: Please find attached the fully executed copy of agreement that is to be considered an original agreement for your records. Document Type: Amendment No 2 First Party: City of Miami Second Party: Ram -Tech Construction Program/Purpose: Mary Brickell Village Drainage and Roadway Improvements Project No. B-30637 and SW 1st Avenue Milling and Resurfacing, Project No. B-30833 Effective Date: 11/12/2025 Best regards, i LuA.- Cc e re k Construction Procurement Assistant City of Miami Department of Procurement 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130 (305) 416-1923 g (305) 400-5335 ®Lcaseres©miamigov.com 0 "Serving, Enhancing, and Transforming our Community" CONFIDENTIAL COMMUNICATION The information contained in this transmission may contain privileged and confidential information. It is intended only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original message. Thank you. *Please Note: Due to Florida's very broad public records law, most written communications to or from City of Miami employees regarding City business are public records, available to the public and media upon request. Therefore, this e-mail communication may be subject to public disclosure. If you're not already a Vendor, click on or scan the QR Code to register as a new vendor for the City of Miami. 2