Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CRA-R-26-0003 Backup_Quadplex additional funding
Current Photos of Project 21.1 Project Expenditures (by Vendor) FS119-Exempt: This document/email contains sensitive information. Unauthorized sharing is strictly prohibited. Southeast Overtown / Park West Community Redevelopment Agency "SEOPW CRA QUADPLEX." Fund Disbursement CRA Resolution No. CRA-R-19-0018 DISBURSEMENT OF GRANT: Retainage 4-J-M Construction Corp. - Invoice No. 0001-1 4-J-M Construction Corp. - Invoice No. 0001-2 4-J-M Construction Corp. - Invoice No. 0003-1 AMDI USA, INC - Invoice No. 212805 AMDI USA, INC - Invoice No. 214452 AMDI USA, INC - Invoice No. 214701 BrandSafway Solutions LLC - Invoice No. 6762-R031001 BrandSafway Solutions LLC - Invoice No. 6762-R031274 BrandSafway Solutions LLC - Invoice No. 6762-R031744 BrandSafway Solutions LLC - Invoice No. 6762-R032341 BrandSafway Solutions LLC - Invoice No. 6762-R032809 BrandSafway Solutions LLC - Invoice No. 6762-R033204 BrandSafway Solutions LLC - Invoice No. 6762-R033683 BrandSafway Solutions LLC - Invoice No. 6762-R033897 BrandSafway Solutions LLC - Invoice No. 6762-R033897 Design2Form, LLC - Invoice No. 20-004 Design2Form, LLC - Invoice No. 21-017 Design2Form, LLC - Invoice No. 21-038 Design2Form, LLC - Invoice No. 21-071 Design2Form, LLC - Invoice No. 21-115 Design2Form, LLC - Invoice No. 22-120 Design2Form, LLC - Invoice No. 22-157 Design2Form, LLC - Invoice No. 23-021 Design2Form, LLC - Invoice No. 23-030 Design2Form, LLC - Invoice No. 23-068 Design2Form, LLC - Invoice No. 23-092 Design2Form, LLC - Invoice No. 23-121 Design2Form, LLC - Invoice No. 23-146 Design2Form, LLC - Invoice No. 24-057 Design2Form, LLC - Invoice No. 24-088 Design2Form, LLC - Invoice No. 24-107 Design2Form, LLC - Invoice No. 24-133 Design2Form, LLC - Invoice No. 25-015 Design2Form, LLC - Invoice No. 25-030 Design2Form, LLC - Invoice No. 25-035 Design2Form, LLC - Invoice No. 25-082 Design2Form, LLC - Invoice No. 25-117 Harpers Fire Sprinklers Inc. - Invoice No. 23503 Jalo Concrete Services Corp - Invoice No. 2765 Jalo Concrete Services Corp - Invoice No. 3058 Miami -Dade Water & Sewer (Paid with CC) - Invoice# N00076602 Miami -Dade Water & Sewer paid with Capital One credit card - Invoice No. 4802-1392-2914-7580 - Miami -Dade Water & Sewer paid with Capital One credit card - Invoice No. 4802-1392-2914-7580 - 2/12/2024 #5 Miami -Dade Water & Sewer paid with Capital One credit card - Invoice No. 4802-1392-2914-7580 - 4/15/2024 #6 NV5 Inc. d/b/a KACO - Invoice No. 000000256471 NV5 Inc. d/b/a KACO - Invoice No. 000000260272 NV5 Inc. d/b/a KACO - Invoice No. 000000265740 25,000.00 25,000.00 20,000.00 10,272.00 8,136.28 2,437.46 3,326.79 3,359.33 2,437.12 1,329.41 925.59 934.58 1,185.39 1,185.39 4,821.31 770.85 317.55 4,025.00 2,564.40 2,800.00 2,816.06 1,250.00 1,190.00 3,000.00 3,000.00 3,000.00 3,706.60 1,518.29 13,405.00 9,980.00 3,745.00 4,000.00 3,400.00 2,170.00 2,600.00 5,800.00 5,400.00 11,550.00 1,125.00 600.00 370.26 112.53 409.20 643.82 950.34 437.52 362.06 1/13/2026 This document is classified as Payment Card Industry (PCI). FS119-Exempt: This document/email contains sensitive information. Unauthorized sharing is strictly prohibited. NV5 Inc. d/b/a KACO - Invoice No. 000000280869 NV5 Inc. d/b/a KACO - Invoice No. 000000285918 NV5 Inc. d/b/a KACO - Invoice No. 000000290546 NV5 Inc. d/b/a KACO - Invoice No. 000000296187 NV5 Inc. d/b/a KACO - Invoice No. 000000301361 NV5 Inc. d/b/a KACO - Invoice No. 000000310941 NV5 Inc. d/b/a KACO - Invoice No. 000000321376 NV5 Inc. d/b/a KACO - Invoice No. 000000350796 NV5 Inc. d/b/a KACO - Invoice No. 000000356833 NV5 Inc. d/b/a KACO - Invoice No. 467269 Repor Brothers Inc - Invoice No. 2023-0509-14 Runu Contracting Inc - Invoice No. 2021-12-0505 Runu Contracting Inc - Invoice No. 2022-04-0020 Runu Contracting Inc - Invoice No. 2022-06-02012 Runu Contracting Inc - Invoice No. 2022-07-0225 Runu Contracting Inc - Invoice No. 0052 Runu Contracting Inc - Invoice No. 01-0001 Runu Contracting Inc - Invoice No. 01-01137 Runu Contracting Inc - Invoice No. 02-0005 Runu Contracting Inc - Invoice No. 02-01145 Runu Contracting Inc - Invoice No. 02-01150 Runu Contracting Inc - Invoice No. 03-01157 (03-01158 & 03-01159) Runu Contracting Inc - Invoice No. 04-0031 Runu Contracting Inc - Invoice No. 05-0040 Runu Contracting Inc - Invoice No. 05-0053 Runu Contracting Inc - Invoice No. 06-0058 Runu Contracting Inc - Invoice No. 07-0061 Runu Contracting Inc - Invoice No. 07-0062 Runu Contracting Inc - Invoice No. 07-01184 Runu Contracting Inc - Invoice No. 08-0072 Runu Contracting Inc - Invoice No. 08-00889 Runu Contracting Inc - Invoice No. 09-00930 Runu Contracting Inc - Invoice No. 09-01189 Runu Contracting Inc - Invoice No. 1 - CRA Quadplex Runu Contracting Inc - Invoice No. 10 - CRA Quadplex Runu Contracting Inc - Invoice No. 10-01189 Runu Contracting Inc - Invoice No. 10-300 Runu Contracting Inc - Invoice No. 11- CRA Quadplex Runu Contracting Inc - Invoice No. 11-01131 Runu Contracting Inc - Invoice No. 11-01135 Runu Contracting Inc - Invoice No. 11-01140 Runu Contracting Inc - Invoice No. 11-305 Runu Contracting Inc - Invoice No. 12 - CRA Quadplex Runu Contracting Inc - Invoice No. 12-01200 Runu Contracting Inc - Invoice No. 12-455 Runu Contracting Inc - Invoice No. 13 - CRA Quadplex Runu Contracting Inc - Invoice No. 14 - CRA Quadplex Runu Contracting Inc - Invoice No. 15 - CRA Quadplex Runu Contracting Inc - Invoice No. 2 - CRA Quadplex Runu Contracting Inc - Invoice No. 2021- 000233 Runu Contracting Inc - Invoice No. 2022-01-009 Runu Contracting Inc - Invoice No. 23-026 Runu Contracting Inc - Invoice No. 23-312 Runu Contracting Inc - Invoice No. 3 - CRA Quadplex Runu Contracting Inc - Invoice No. 4 - CRA Quadplex Runu Contracting Inc - Invoice No. 5 - CRA Quadplex Runu Contracting Inc - Invoice No. 6 - CRA Quadplex Runu Contracting Inc - Invoice No. 7 - CRA Quadplex Runu Contracting Inc - Invoice No. 8 - CRA Quadplex Runu Contracting Inc - Invoice No. 9 - CRA Quadplex TOTAL: Budgeted Amount: 218.49 717.93 535.50 297.36 237.96 599.50 617.06 241.38 1,020.33 585.77 9,985.82 1,192.63 7,290.78 1,800.00 8,414.00 3,416.89 83,520.95 76,325.09 42,264.13 2,870.00 42,565.10 127,258.93 27,416.46 56,952.51 101,407.74 36,065.32 1,896.80 50,149.08 108,089.61 935.57 25,063.06 76,525.92 19,437.24 $ 69,000.00 74,700.00 13,629.00 87,627.14 72,000.00 132,057.82 750.00 618.75 90,135.24 108,450.00 25,797.42 41,761.77 45,000.00 47,015.58 43,783.51 94,508.00 25,636.17 2,706.68 918.65 963.00 33,300.00 46,080.00 48,600.00 158,400.00 29,700.00 72,000.00 65,700.00 $ 2,554,123.76 1,600,000.00 Remaining Balance: $ (954,123.76 (42,565.10 8,300.00 8,000.00 12,050.00 5,000.00 5,223.95 4,864.84 10,000.00 3,700.00 5,120.00 5,400.00 17,600.00 3,300.00 8,000.00 7,300.00 $ 19,693.69 1/13/2026 This document is classified as Payment Card Industry (PCI). Construction Budget Comparison (Project Onset vs. Completion) Runu Contract - Schedule of Values History/Comparison ITEM DESCRIPTION 1 General Conditions 2 Surveying 3 Site Work 4 Mobilization 5 Performance/ Payment Bond 6 Builders risk Insurance 7 Plumbing/Fixtures 8 Sewer Connection 9 Metal/Railing/Column 10 Thermal/ Moisture Protection 11 Rough Carpentry 12 Concrete Structural 13 Roofing / Trusses 14 Masonry 15 Windows /Doors 16 Mechanical 17 Electrical/Fixtures 18 Stucco 19 Drywall/ Hang/ Finish 20 Painting lnterior/Exterior 21 Specialties/ Mailbox, etc 22 Floor Tile Material 23 Floor Tile Labor 24 Overhead and Profit 25 Appliances 26 Wall Tile 27 Landscaping/ Irrigation 28 Finish Carpentry 29 Fire Sprinkler/ Backflow 30 Engineer Fees 31 Change Order#1-delay/price increase 32 Change Order#2-electtrical modifications 33 Changer Order#3-plumbing modifications 34 Changer Order#4-windows/doors 35 Change Order#5-painting 36 Change Order#6-drywall 37 Change Order#7-knockdown finish 38 Change Order#8-vinyl flooring 39 Change Order#9-exterior wall texture 40 Change Order#10-finish carpentry 41 Change Order#11-linterior Doors 42 Change Order#12-Interior Framing 43 Change Order#13-foundation redesign 44 Change Order#14-ADA unit entry 45 Change Order#15-deduct for direct pays 46 Change Order#16-deduct for direct pays 47 Contingency in Original Bid SUBTOTAL TOTAL Contingency may have been put back into project w/ retainage Contractor fee (10%) ORIGINAL PAYMENTS RECEIVED WHEN SCHEDULE FORMAT CHANGED $36,500.00 $36,500.00 $2,500.00 $2,500.00 $100,000.00 $90,000.00 $100,000.00 $100,000.00 $50,000.00 $50,000.00 $23,508.00 $23,508.00 $26,000.00 $20,000.00 $20,000.00 $55,000.00 $12,000.00 $25,000.00 $2,000.00 $42,000.00 $42,000.00 $140,000.00 $140,000.00 $60,000.00 $49,379.30 $110,000.00 $110,000.00 $63,000.00 $51,200.00 $52,000.00 $33,000.00 $100,000.00 $15,000.00 $40,000.00 $0.00 $40,000.00 $0.00 $22,492.00 $0.00 $2,000.00 $0.00 $21,000.00 $0.00 $20,000.00 $0.00 $102,000.00 $100,000.00 $12,000.00 $0.00 $7,000.00 $0.00 $10,000.00 $0.00 $20,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $261,000.00 $0.00 ($15,000.00) $0.00 ($12,000.00) $0.00 ($3,000.00) $0.00 ($3,000.00) $0.00 ($5,000.00) $0.00 ($2,500.00) $0.00 ($7,000.00) $0.00 ($9,000.00) $0.00 ($6,000.00) $0.00 ($3,000.00) $0.00 ($5,000.00) $0.00 $29,500.00 $0.00 $8,000.00 $0.00 ($42,260.47) $0.00 ($54,230.90) $98,000.00 $1,400,000.00 $1,008,595.93 PAYMENTS RECEIVED UNDER NEW FORMAT $95,117.42 $750.00 $70,333.83 $0.00 $0.00 $42,547.90 $63,449.62 $60,155.80 $54,550.00 $7,500.00 $80,000.00 $0.00 $43,593.16 $1,800.00 $24,193.90 $35,743.12 $119,316.25 $68,540.61 $51,050.78 $36,898.33 $0.00 $23,628.00 $20,000.00 $12,979.38 $16,127.04 $19,156.37 $9,500.00 $43,261.44 $43,370.09 $7,500.00 $1,051,063.04 PAYMENTS TO COME UPON COMPLETION $34,900.00 $0.00 $1,630.00 $0.00 $0.00 $0.00 $1,200.00 $0.00 $11,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,500.00 $0.00 $0.00 $0.00 $2,650.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,500.00 $0.00 $0.00 $0.00 $57,380.00 $5,738.00 $63,118.00 Runu Contracting, Inc 2861 NW 154t1' Terrace....Miami Gardens, FL33054 Tel. (305) 316-6457....License # CGC 1515267.... runucontractinggc@gmail.com January 12, 2026 Certificate of Completion Agreement For Quadplex Project Name: Quadplex Address: 244 NW 16 St. Miami, FL 33136 Brian Good day. Hope all is well with you. As per our conversation, regarding a set financial amount to bring this project to a completion. Runu Contracting Inc guarantees that the amount to complete and obtain a Certificate of completion is $63,118.00. In addition, if any construction financial hard cost increases occur, it will be the responsibility of Runu Contracting Inc., to cover such cost. Moreover, Runu contracting Inc. is only responsible for construction hard cost increases, and the Owner (Southeast Overtown Parkwest CRA) is responsible for all soft cost. Je aine •. Clarke Run. Co tracting Inc s° �p,RY PUe . MY COMMISSION EXPIRES 5-1-2029 '-, . OF F1-6� off' if 2I2o@U lt/�r„ Lo Pe Z Executed Change Orders CHRISTINE KING Board Chair Architect's Comments: 1. Provide back-up documentation such as original and second bids for each item listed. 2. No Info provided re increase in contract time. CHANGE ORDER # 1 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16TI' Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2nd Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Increase in contract amount and contract time to account for significant delay in obtaining permit, material and labor price escalation due to Covid pandemic delays, supply chain issues, and inflation. Justification for the aforementioned changes: The Bid response to ITB 18-02 was submitted by Runu on December 18 ,2018. It was anticipated that permit would be obtained shorty thereafter. The permit wasn't pulled until 3/10/2021. The delay and issues relating to pandemic justified a re -negotiation of costs. The attached analysis was done comparing original bids and curren co s for each subcontractor/supplier indicating that 20% increase in the bid amount was justified, in addition to additional time to au.17. ° the project. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 0 This Change Order will INCREASE the Contract Amount by: $ 261,000 The new Contract Amount including this Change Order will be: $ 1,563,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: Date: i Architect: Zamarr Brown, RA, Design 2 Form, Inc. 7.j c l Owner: Brian Zeltsman, RA SEOPW CRA — 5/24/2023 Contractor: Jermaine Clarke Runu Contracting, Inc. 1, r ql 4 Quadplex price escalation review item Shell construction Electrical HVAC Plastering Roofing Drainage products Ext. Windows/Doors Metals Insurance Original bidder/vendor HR 4J M Cassia Carribean cooling Original bid/cost 2019 $525,000.00 $250,000.00 $100,000.00 Comments Labor only Current bidder/vendor HR 4JM Golden Cassia $52,000.00 Carribean cooling Current bid/cost 2021 $586,850.00 $295,000.00 $750,000.00 $115, 000.00 $ 60, 000.00 Comments full shell construction labor only full shell construction Difference $45,000.00 $15, 000.00 $8,000.00 JP Painting and Plaster $40,000.00 JP Painting and Plaster $55,000.00 $15,000.00 Gorro $ 60, 000.00 Gorro $ 67,000.00 $7,000.00 United Conc. Products Windows professional (CGI) Paris ornamental $4,519.00 $47,000.00 $32,250.00 No longer in business All American Precast Windows professional (CGI) PG5 Paris ornamental $8,185.00 $63,349.00 $86,400.00 $37,350.00 $25,586.00 due to time delay Total original bid negotiated increase new bid $3,666.00 $16, 349.00 $5,100.00 $25,586.00 $140, 701.00 $1,302,000.00 2.0 .: $1,568,000.00 increase 18.0% 15.0% 15.4% 37.5% 11.7% 81.1% 34.8% 15.8% Different vendor 28.7% Average increase percentage (does not include shell materials increases) CO O CONSTaUCTION9 IIIr�CO 1000 NW 106`" Ave... Plantation, FL 33322 Tel. (305) 807-3834..... CCC1329400 May 26, 2021 Proposal Project Name: Quadplax Owner Name: Southeast Overtown Parkwest CRA Project Address: 244 NW 16 St. Miami, FL 33136 This document has been written to show that a mutual agreement has been entered into between Goro Construction and Runu Contracting Inc. The agreement is for new flat roof. The project is located at 244 NW 16 St, Miami, FL 33136. Description of scope • Install 75 pound with tin cap nail 1 ''A" • Smooth 20 pound with hot mop asphalt • Cap sheet with hot mop asphalt • Energy star (white finish) Goro Construction Inc. hereby proposed to provide all assistance necessary to complete this project. All plans necessary to complete this project will be done according to the State of Florida Building Codes, product approval, and local city ordinance. Moreover, architectural plans will be done according to the specifications set forth by the Owner and Contractor. For the terms of this contract please see Engineer plans. The general contractor will be responsible for all permit fees. Goro Construction Inc. will be responsible for all aspect of plan development, addendum agreement, and permit processing of said new roofing. Goro Contsruction Inc. has agreed with Runu Contracting for a fee of $67,000.00 for said new roof If there are any deviation from the set of approve plans or agreements, it will be at the cost to the Runu Contracting Inc. Goro Construction Inc will require final payments of this contract in a ly mor. Date 05-26-2021 Date Telmo Gorostiaga Runu Contracting Inc. Goro Constructing Inc. Jermaine Clarke O O CONSTRUCT ON, Inc. 1000 NW 106'1' Ave...Plantation, FL 33322 Tel. (305) 807-3834..... CCC 1329400 November 06, 2018 Proposal Project Name: Quadplax Owner Name: Southeast Overtown Parkwest CRA Project Address: 244 NW 16 St. Miami, FL 33136 This document has been written to show that a mutual agreement has been entered into between Goro Construction and Runu Contracting Inc. The agreement is for new flat roof. The project is located at 244 NW 16 St, Miami, FL 33136. Description of scope • Install 75 pound with tin cap nail 1 '/4" • Smooth 20 pound with hot mop asphalt • Cap sheet with hot mop asphalt • Energy star (white finish) Goro Construction Inc. hereby proposed to provide all assistance necessary to complete this project. All plans necessary to complete this project will be done according to the State of Florida Building Codes, product approval, and local city ordinance. Moreover, architectural plans will be done according to the specifications set forth by the Owner and Contractor. For the terms of this contract please see Engineer plans. The general contractor will be responsible for all permit fees. Goro Construction Inc. will be responsible for all aspect of plan development, addendum agreement, and permit processing of said new roofing. Goro Contsruction Inc. has agreed with Runu Contracting for a fee of $60,000.00 for said new roof If there are any deviation from the set of approve plans or agreements, it will be at the cost to the Runu Contracting Inc. Goro Construction Inc will require final payments of this contract in a timely manor. Date 11-06-2018 Date Telmo Gorostiaga Runu Contracting Inc. Goro Constructing Inc. Jermaine Clarke JP PAINTING & PLASTERING *STUCCO *WIRE LATH *PAINTING *ONE COAT 28 NW 34T" TERRACE, MIAMI, FL 33150 PH 305-300-7583 EMAIL: MJPIERRE3@GMAIL.COM June 28, 2021 Company: Runu Contracting Inc. 2861 NW 154 Terrace Miami Gardens, FL 33136 Project: Overtown CRA Quadplex 244 NW 16 Street Miami, FL 33136 DESCRIPTION • Scaffold rental • Scaffold installation • Stucco three floors • Material purchase • Provide labor TOTAL AMOUNT: $55,000 PRICING: This contract amount is valid for 30 days. The contractor is responsible for all changes. Sign: Name: Jean Pierre Company: JP Painting & Plastering JP PAINTING & PLASTERING *STUCCO *WIRE LATH *PAINTING *ONE COAT 28 NW 34TH TERRACE, MIAMI, FL 33150 PH 305-300-7583 EMAIL: MJPIERRE3@GMAIL.COM November 06, 2018 Company: Runu Contracting Inc. 2861 NW 154 Terrace Miami Gardens, FL 33136 Project: Overtown CRA Quadplex 244 NW 16 Street Miami, FL 33136 DESCRIPTION • Scaffold rental • Scaffold installation • Stucco three floors • Material purchase • Provide labor TOTAL AMOUNT: $40,000.00 PRICING: This contract amount is valid for 30 days. The contractor is responsible for all changes. Sign: Name: Jean Pierre Company: JP Painting & Plastering Customer: Address: 1 au!! I/I1U..t_t- (L1j� "um mum iijjiijjjjiiiijjjjjjjjij 1nn1 !!!!!!111111! 1111 $11#10111111 FENCES o WINDOW GUARDS a GATES RAILINGS ��A. PCS -, `jam 'ri ,U!ON 6899 N.W. 7 TH AVENUE, MIAMI, FLORIDA 33150 TEL: (305) 758-6275 Runu Contracting Inc 244 NW 16 St, Miami, FL 33136 Date:05/25/2021 Phone:305-316-6457 1) Rectangular metal frame. The rectangular shape framing is 28' X 19' 7" in circumference, and the cost $9,500 is for labor, material, crane hoisting, and installation. 2) Window Guard_ There is a total of ten window guard trim of different size. $6,000 is for labor, material, and installation 3) The main entrance traffic gate and the individual entrance gate. The entrance traffic swing gate is 15' X 13'6", and the individual gate is 3' X 7', and the cost for material, labor, and installation is $9,250. 4) The handicap ramp is 3' X 20', and the cost for materials, labor, and installation is $2,600. 5) Install all balcony railings. All the balconies railings will be made with vertical bars, and the cost for materials, labor and installation is $10,000 Total $37,350.00 Tax $ Subtotal $ Deposit $ Balance $ Customer: Address: FENCES • WINDOW GUARDS • GATES ° RAILINGS NAME.: 6899 7 TH AVENUE, MIAMI, FLORIDA 33150 TEL: (305) 758-6275 Runu Contracting Inc 244 NW 16 St, Miami, FL 33136 Date:11 /05/2018 Phone:305-316-6457 1) Rectangular metal frame. The rectangular shape is 28' X 19' 7" in circumference. $8,000 is for labor, material, crane hoisting, and installation. 2) Window Guard. There is a total of ten window guard trim of different size. $5,000 is for labor, material, and installation 3) Entrance traffic gate and individual entrance gate. The entrance traffic swing gate is 15' X 13'6", and the individual gate is 3' X 7'. $8,250 is for labor, material, and installation. 4) Handicap ramp railing is 3' X 20'. $2,000 for material, labor and installation 5) All balcony railings. This for quote is for vertical bars for each railing. $9,000 for material, labor, and installation Total $32,250.00 Tax $ Subtotal $ Deposit $ Balance $32,250.00 CASSIA ELECTRICAL CONTRACI'OWS 8261 NW 48111 ST TEL: (954) 650-5840 LAUDERHILL FAX: (954) 572-7708 FLORIDA, 33351 Lie # EC13005907 PROPOSAL Customer: Runu Contracting Inc. Project: Overtown CRA Quadplex 244 NW 16 St Miami. FL 33136 Scope Of Work Excavate trench for electrical conduit New meter bank Electrical panels Electrical conduits All electrical rough in Exterior lighting Interior lighting Switch Receptacles Mechanical wiring Hot water wiring June 18, 2021 TOTAL: S 115,000.00 Note: All prices are guarantee for 30 days. All work will be done according to plans. If there are any changes, it will be a reduction or an increase to the contractor. We propose to furnish all labors, materials, and tools required to complete this project. Sign: Cassia Electrical Contractors CASSIA ELECTRICAL CONj!VACIOWS 8261 NW 4811r ST TEL: (954) 650-5840 LAUDERHILL FAX: (954) 572-7708 FLORIDA, 33351 Lic # EC13005907 PROPOSAL Customer: Runu Contracting Inc. Project: Overtown CRA Quadplex 244 NW 16 St Miami, FL 33136 Scope Of Work Excavate trench for electrical conduit New meter bank Electrical panels Electrical conduits All electrical rough in Exterior lighting Interior lighting Switch Receptacles Mechanical wiring Hot water wiring November 06, 2018 TOTAL: S100,000.00 Note: All prices are guarantee for 30 days. All work will be done according to plans. If there are any changes, it will be a reduction or an increase to the contractor. We propose to furnish all labors, materials, and tools required to complete this project. Sign: Cassia Electrical Contractors F[1 T)(eie) [ � 0 it [I i7 Neg FLORIDA STATE CLASS "A" AIR-CONDITIONING CONTRACTOR LIC. # CAC057715 AIR CONDITIONING • REFRIGERATION • SALES SERVICE • INSTALLATION INDUSTRIAL COMMERCIAL RESIDENTIAL 8260 East Dixie Hwy. • Miami, Florida 33138 Tel: (786) 326-2857 • Fax: (305) 895-8251 Quote for: RUNU CONTRACTING 2871 NW 154 TERRACE MIAMI GARDENS FLORIDA 33054 PROJECT INFORMATION CRA QUADPLEX 244 NW 16 STREET MIAMI FLORIDA 33136 PROPOSAL DATE 06/16/2021 ACCEPTANCE AND SIGNING OF THIS PROPOSAL MUST BE DONE WITHIN 30 DAYS OF THE PROPOSAL DATE. FAILURE TO DO SO MAY INCURE A CHANGE IN PRICE. ALSO, A SIGNED PROPOSAL WILL BE AMMENDED WITH AN INCREASE IN PRICE IF THERE IS A DELAY FOR THE START OF WORK UP TO ONE YEAR FROM THE ACTUAL SIGNED DATE. PROPOSED WORK TO BE DONE We propose to install 4 new central HVAC split system connecting to new ductwork as per approve plans. We will install all new refrigerant piping and condensate drain piping. We will install all exhaust fans, kitchen hood exhaust and dryer exhausts. Unit will be equipped with drain line overflow switch. Also install new thermostats. We guaranty all work to be done in a safe, professional, and timely manner to maintain the integrity of the jobsite. We will work closely with all other trades to effectively schedule all work done by us to avoid conflict. All work will be done as required by present mechanical codes. We will call and sit all mechanical inspections required by the building department. A/C WARRANTY 1 YEAR CONTRACTOR WARRANTY ON LABOR (FOR INSTALLATION OF EQUIPMENT) Equipment Warranty is subjected to Manufacturer. o;t JC 1&] E CS:k0E)1 [ i. r.tDdiA@OWO FLORIDA STATE CLASS "A" AIR-CONDITIONING CONTRACTOR LIC. # CAC057715 AIR CONDITIONING • REFRIGERATION • SALES SERVICE • INSTALLATION INDUSTRIAL COMMERCIAL RESIDENTIAL 8260 East Dixie Hwy. • Miami, Florida 33138 Tel: (786) 326-2857 • Fax: (305) 895-8251 WASTE STREAM Caribbean Cooling Engineers is a firm advocate for conserving energy and the environment and maintaining a safe work environment. We will discard of all waste in a manner which meets Government's regulations. All solid waste material will be placed in onsite dumpster. CONCLUSION We hereby propose to furnish labor and material, complete in accordance with the above specifications for the sum of S60000.00 with payment to be made as follows: 40% initial deposit to secure necessary equipment and materials 40% due after rough duct inspection 20% due after final inspection Price is subject to change only on discussion and approval with General Contractor for any significant change orders. GC responsible for paying all permit fees assessed by building department. ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You arc authorized to do all work as specified. Payment will be made as outlined above. CCE Representative Name/Title Owner/Buyer Authorized Name/Title CCE Representative Signature Date Owner/ Buyer Authorized Signature Date FLORIDA STATE CLASS ..A., AIR-CONDITIONING CONTRACTOR LIC. # CAC057715 AIR CONDITIONING o REFRIGERATION 0 SALES SERVICE o INSTALLATION INDUSTRIAL COMMERCIAL RESIDENTIAL 8260 East Dixie Hwy.. Miami, Florida 33138 Tel: (786) 326-2857 o Fax: (305) 895-8251 Quote for: RUNU CONTRACTING 2871 NW 154 TERRACE MIAMI GARDENS FLORIDA 33054 PROJECT INFORMATION CRA QUADPLEX 244 NW 16 STREET MIAMI FLORIDA 33136 PROPOSAL DATE 11/16/2018 ACCEPTANCE AND SIGNING OF THIS PROPOSAL MUST BE DONE WITHIN 30 DAYS OF THE PROPOSAL DATE. FAILURE TO DO SO MAY INCURE A CHANGE IN PRICE. ALSO, A SIGNED PROPOSAL WILL BE AMMENDED WITH AN INCREASE IN PRICE IF THERE IS A DELAY FOR THE START OF WORK UP TO ONE YEAR FROM THE ACTUAL SIGNED DATE. PROPOSED WORK TO BE DONE We propose to install 4 new central HVAC split system connecting to new ductwork as per approve plans. We will install all new refrigerant piping and condensate drain piping. We will install all exhaust fans, kitchen hood exhaust and dryer exhausts. Unit will be equipped with drain line overflow switch. Also install new thermostats. We guaranty all work to be done in a safe, professional, and timely manner to maintain the integrity of the jobsite. We will work closely with all other trades to effectively schedule all work done by us to avoid conflict. All work will be done as required by present mechanical codes. We will call and sit all mechanical inspections required by the building department. A/C WARRANTY 1 YEAR CONTRACTOR WARRANTY ON LABOR (FOR INSTALLATION OF EQUIPMENT) Equipment Warranty is subjected to Manufacturer. FLORIDA STATE CLASS "A" AIR-CONDITIONING CONTRACTOR LIE. # CAC057715 AIR CONDITIONING c REFRIGERATION o SALES SERVICE 0 INSTALLATION INDUSTRIAL COMMERCIAL RESIDENTIAL 8260 East Dixie Hwy. • Miami, Florida 33138 Tel: (786) 326-2857 • Fax: (305) 895-8251 WASTE STREAM Caribbean Cooling Engineers is a firm advocate for conserving energy and the environment and maintaining a safe work environment. We will discard of all waste in a manner which meets Government's regulations. All solid waste material will be placed in onsite dumpster. CONCLUSION We hereby propose to furnish labor and material, complete in accordance with the above specifications for the sum of $52000.00 with payment to be made as follows: 40% initial deposit to secure necessary equipment and materials 40% due after rough duct inspection 20% due after final inspection Price is subject to change only on discussion and approval with General Contractor for any significant change orders. GC responsible for paying all permit fees assessed by building department. ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do all work as specified. Payment will be made as outlined above. CCE Representative Name/Title Owner/Buyer Authorized Name/Title CCE Representative Signature Date Owner/ Buyer Authorized Signature Date All American Precast Manufacturing, Corp. 1300 NW 4 Street Homestead, FL 33030 US (305) 418-2795 Estimating@Allamericanprecast.com www,Allamericanprecast.com Estimate ADDRESS SHIP TO RUNU CONSTRUCTING QUADPLEX FOR SE 2861 NW 154th Terr OVERTOWN Miami FL 33054 PARK WEST CRA 244 NW 16th STREET MIAMI FL 33136 ALL AMER1CAN', PRECAST ESTIMATE # 8538 DATE 06/08/2021 SALES REP AL ACTIVITY JOB NAME SE OVERTOWN PARK WEST QTY RATE AMOUNT 02 2 3,675.00 7,350.00T 42" RD CATCH BASIN W/ TOP SLAB & USF # 4105-6223 F/G. CB- 1,2. 02 2 150.00 300.00T ABS BAFFLE FOR RD STRUCT UP TO 24" PIPE. 02 1 0.00 0.00T Delivery included customer to offload. *Note 1 0.00 0.00 Note: All American Precast Manufacturing, Corp is a material supplier. We are to be paid per invoice or statement, not per customer's contract draws. 1.Proposals are valid for up to 90 calendar days, pricing may be subject to change after 90 days. All American Precast manufacturing, Corp reserves the right to withdraw proposal. Engineering fees if required must be requested. 2.Shop drawings to be produced only upon receipt of executed/signed proposal or purchase order is received. 3.Customer must submit in writing, production sequence before any structures can be put into production. 4. Deliveries are to be scheduled Monday — Friday from 7:OOAM to 3:30PM. Any special request for night or weekend deliveries are subject to additional charges and must be requested 72 Hours in advance. Deliveries must be off loaded within 1 hour of arrival at job site. Delays will be billed at an hourly rate of $225.00 5. We will only store structures for up to 90 days of date of production. Structures not delivered within 15 days of production ACTNITY QTY RATE AMOUNT will be billed as stored materials. SUBTOTAL TAX (7%) TOTAL Accepted By Accepted Date 7,650.00 535.50 $8,185.50 [ :; CONSTRUCTIOI. r GROUP INC PROPOSAL Customer: RUNU Contracting, Inc. Project: Overtown CRA Quadplex Date: July 7, 2021 Proposal No: 18-210R Scope of Work: • Layout from G.C. control points. • Excavation, backfill, and compaction of foundations. • Formwork. • Termite soil treatment. • Foundations. • Steel reinforcing. • Pump, place, finish all structural concrete. • Slabs on Grade (SOG). • Colored concrete at SOG ramp area. • HVAC Housekeeping pads. • 5" Elevated cast -in -place slabs. • 5" Elevated slabs over precast joist. (precast joist and decking by others) • Cast -in -place concrete beams and tie -beams. • Cast -in -place concrete columns and tie -columns. • Reinforced 8" CMU walls plus grout. • Grouting of steel column base plates. • Wood trusses at 3`d floor and roof deck (furnish and install) along with sheathing, hangers, ledgers, bridging, bolts, and connectors. • Installation of five (5) bollards. (material by others) • Installation of anchor bolts and embeds. (material by others) • Temporary shoring including signed & sealed shop drawings. • Lifting and hosting for our scope of work only. • Proposal is Based on Permit Submittal (100% CD) Drawings prepared by Design2Form dated 12/16/16 plus addenda #1 - #3, Qualifications: • Proposal valid for 30 days. • Bond: Add 2% if required. • Work to be Performed Monday — Friday during regular business hours excluding holidays. • Earthwork: Building pad by others to within 1" of bottom of slab. • Change order labor rate is $45/hr for carpenters & $49/hr for foreman. • Any work delay or stoppage for any reason not caused by H&R will result in additional charges. • Not responsible for liquidated damages or penalties resulting from delays. • Changes arising from permit issuance is subject to review for pricing modification. • Proposal submitted as a packaged bid for Concrete, Masonry and Wood Trusses/Sheathing. Proposal cannot be awarded separately. H&R Construction Group, Inc. 12945 S.W. 132 Street, tt4 Miami, FL. 33186 Ph: 305-255-5040 Fax: 305-675-3877 CGC 1520604 `= CONSTRUCTION r GROUP INC' Exclusions: • Any work not explicitly stated above or agreed upon in writing. • Site mitigation. • Demolition (i,e.: concrete cutting/removal, etc.). • Import / export of fill, Excess fill will be stockpiled on site. • Site concrete not shown on Structural drawings or noted above. (i.e.: sidewalk/flat works, wheel stops, curbs, backflow preventer pad, etc.). Interior wood stairs. • Structural steel, aluminum sunshades, railings, bike racks, bollards, anchor bolts and embed material for any other trade. • Light gauge framing, Stucco, EFIS, Tile, stone veneer, precast, moldings or any architectural items. • Wood bucks, nailers, or parapet caps. • CMU insulation, if applicable. Leveling insulating lightweight concrete. • Waterproofing, joint sealers, caulking, and concrete sealer. • Maintenance of traffic (MOT) and pedestrian protection. Trash or debris removal. All construction debris will be placed in GC supplied dumpsters. • Parking fees. GC to provide adequate parking. • Offsite storage. • Dewatering by others. • Surveying: GC to provide building corners and elevation benchmark. • Permit, testing, engineering, and inspection fees except as noted above. We propose to furnish all labor, material, and equipment necessary to compete the aforementioned scope of work in accordance with the above conditions for the sum of: TOTAL BID: $586,850.00 • CONCRETE: $365,000.00 • MASONRY: $165,000.00 • WOOD TRUSSES / SHEATHING (Furnish & Install): $56,850.00 H&R Construction Group, Inc. 12945 S.W. 132 Street, #4 Miami, FL. 33186 Ph: 305-255-5040 Fax: 305-675-3877 CGC 1520604 Ilk. V'fr CONSTRUCTION GROUP Date: Apr. 15, 2019 Proposal No: 18-210 PROPOSAL Customer: RUNU Contracting, Inc. Project: Overtown CRA Quadplex Scope of Work: • Layout from G.C. control points. • Excavation, backfill, and compaction of foundations. • Formwork. • Termite soil treatment. • Foundations. • Steel reinforcing. Pump, place, finish all structural concrete. • Slabs on Grade (SOG). • Colored concrete at SOG ramp area. • HVAC Housekeeping pads. • 5" Elevated cast -in -place slabs. • 5" Elevated slabs over precast joist. (precast joist and decking by others) • Cast -in -place concrete beams and tie -beams. • Cast -in -place concrete columns and tie -columns. • Reinforced 8" CMU walls plus grout. • Grouting of steel column base plates. • Wood trusses at 3rd floor and roof deck (furnish and install) along with sheathing, hangers, ledgers, bridging, bolts, and connectors. • Installation of five (5) bollards. (material by others) • Installation of anchor bolts and embeds. (material by others) • Temporary shoring including signed & sealed shop drawings. • Lifting and hosting for our scope of work only. • Proposal is Based on Permit Submittal (100% CD) Drawings prepared by Design2Form dated 12/16/16 plus addenda 41 - 43. Qualifications: Proposal valid for 30 days. • Bond: Add 2% if required. • Work to be Performed Monday — Friday during regular business hours excluding holidays. • Earthwork: Building pad by others to within 1" of bottom of slab. • Change order labor rate is $45/hr for carpenters & $49/hr for foreman. • Any work delay or stoppage for any reason not caused by H&R will result in additional charges. • Not responsible for liquidated damages or penalties resulting from delays. • Changes arising from permit issuance is subject to review for pricing modification. • Proposal submitted as a packaged bid for Concrete, Masonry and Wood Trusses/Sheathing. Proposal cannot be awarded separately. H&R Construction Group, Inc. 12945 S.W. 132 Street, #4 Miami, FL. 33186 Ph: 305-255-5040 Fax: 305-675-3877 CGC 1520604 CONSTRUCTION -N GROUP Exclusions: • Any work not explicitly stated above or agreed upon in writing. • Site mitigation. • Demolition (i.e.: concrete cutting/removal, etc.). • Import / export of fill. Excess fill will be stockpiled on site. Site concrete not shown on Structural drawings or noted above. (Le.: sidewalk/flat works, wheel stops, curbs, backflow preventer pad, etc.). • Interior wood stairs. • Structural steel, aluminum sunshades, railings, bike racks, bollards, anchor bolts and embed material for any other trade. Light gauge framing, Stucco, EFIS, Tile, stone veneer, precast, moldings or any architectural items. • Wood bucks, nailers, or parapet caps. • CMU insulation, if applicable. • Leveling insulating lightweight concrete. • Waterproofing, joint sealers, caulking, and concrete sealer. • Maintenance of traffic (MOT) and pedestrian protection. • Trash or debris removal. All construction debris will be placed in GC supplied dumpsters. • Parking fees. GC to provide adequate parking. • Offsite storage. • Dewatering by others. • Surveying: GC to provide building corners and elevation benchmark. • Permit, testing, engineering, and inspection fees except as noted above. We propose to furnish all labor, material, and equipment necessary to compete the aforementioned scope of work in accordance with the above conditions for the sum of: TOTAL BID: $525,000.00 © CONCRETE: $322,000.00 o MASONRY: $158,000.00 o WOOD TRUSSES / SHEATHING (Furnish & Install): $45,000.00 H&R Construction Group, Inc. 12945 S.W. 132 Street, tt4 Miami, FL, 33186 Ph: 305-255-5040 Fax: 305-675-3877 CGC 1520604 GOLDEN ENTERPRISES, LLC 8841 N.W. 8'h Avenue Miami. Florida 33150 Telephone: 786.487.0538 Email: rc'.uldcn.c,j e'Llinail.com Construction Management, Development cf Consulting Services License #CBC051164 Insured and Bonded PROPOSAL/ AGREEMENT FOR SERVICES DATE: June 14, 2021 Submitted To: RUNU Contracting, Inc. 2861 N.W. 154th Terrace Miami Gardens, Florida 33054 Attention: Jermaine Clarke (305) 316.6457 Email: Runucontractinggc@Rmail.com BID DOCUMENT DATE: January 25, 2021 Job Address: Overtown CRA Quad Plex / Park West CRA 244 N.W. 16th Street Miami, Florida 33136 We hereby propose to complete all work as described per plans and specifications prepared by Design2 Form Architect, Holland Engineering, Inc., BCC Engineering, Inc. and Arpe Engineering, Inc. dated January 25, 2021. Sheet # A0.01-A0.03, AS1.00, A1.01-A1.04, A2.00, A2.03,A3.01-A3.04, A4.01-A4.04,A5.01-A5.04B, A6.01- A6.03C, A7.01-A7.10, A8.01-A8.05B, A9.00-A9.04, 51.0, S1.1, 52.0-52.3, 53.0, 54.0, S4.1 and S4.2 (Total 68 Sheets). Quoted cost for all work as described below to include materials, labor, equipment, management/ supervision. All work to be done in a good workmanlike manner and in accordance with all local codes and regulations. SCOPE OF WORK FOUNDATION Scope of Work to include excavation, form work, rebar replacement, pump, place and finish concrete for all footings as per schedules (Sheets 53.0-S4.0). To include stem walls, base plate anchorage for steel columns, monolithic footings, spread footings, thickened edges and continuous footings. SLAB ON GRADE Scope of Work— Place and finish 4" concrete slabs on vapor barrier over well compacted fill reinforced w/ 4X4—W 2.9 X W 2.9 welded wire fabric placed 1" from top. MASONRY WALLS Scope of Work— Install 8" X 8" X 16" concrete masonry units with type S Mortar except use type M Mortar below grade. Provide 9 gauge horizontal joint reinforcement every other course. Grout reinforced cells with #5 Rebars Vertical as indicated. Grout all masonry containing reinforcing provide lintels and headers as per design, to include parapet walls. ALL materials are guaranteed to be as specified and the work as described above to be performed throughout completion for the sum of $750,000,00 - Seven Hundred and Fifty Thousand Dollars. PAYMENTS TO BE MADE AS FOLLOWS: Draw Schedule Will Be Provided On/After Acceptance of This Agreement Any alteration or deviation from above specifications involving extra cost will be executed only upon written order, and will become an extra charge over and above the estimate. ALL agreements contingent upon delays beyond our control. i7 t. ,1 I !.. - " -•� Lrj /� I_-� APPROVED June ]`4, 2021 DATE ACCEPTED DATE 4 JM CONSTRUCTION CORP 2791. NW 87 Street Miami, FL331.47 Phone: 786 314 1827 4jrnartinezconstruition_s maji.com PROPOSAL/ AGREEMENT Project Name: Quad Plex Address: 244 NW 16 Street Miami, FL 33136 SCOPE OF WORK TO DONE *Provide all required labor *Excavation of foundation *Installation of all rebar reinforcement *Installation of concrete in footing *Installation of 8" CMU blocks *Install slab to finish elevation *Install all reinforce column *Install pre cast joist *Install all tie beam *Install all roof and flooring trusses *Install all trusses sheeting *Install all require shoring *Install stairs ARTICLE 1: June 17, 2021 4 JM construction is only required to provide all required labor to complete the shell for this project. We willovide all necessary man power such as carpenter, block installer, rebar installer, and all masonry installer. We will provide all small tools such as hammers, drills, saws etc. ARTICLE 2: Runu Contracting Inc. (The Contractor) will be responsible for all material purchases. All large equipment required to complete this project will be obtained by The Contractor. Any changes or deviation from the agreed contract will be additional cost to Runu Contracting Inc. ARTICLE 3: This 4 JM Construction proposal is valid for 60 days. If this project is not mobilized within 60 days, the contract amount is subject to change. We are not responsible for any liquidated damages, resulting from any delays in availability of supplies. Sign: Date: 4 JM Construction Corp Authorized signer Sign: Date: Runu Contracting Inc Authorized signer TOTAL SUM: $295,000.00 4 JM CONSTRUCTION CORP 2 791 NW 8 i Street Miami, FL 33147 Phone: 786 314 1827 41martmezconstruction@gmaiLcom PROPOSAL/ AGREEMENT Project Name: Quad Plex Address: 244 NW 16 Street Miami, FL 33136 SCOPE OF WORK TO DONE *Provide all required labor *Excavation of foundation *Installation of all rebar reinforcement *Installation of concrete in footing *Installation of 8" CMU blocks *Install slab to finish elevation *Install all reinforce column *Install pre cast joist *Install all tie beam *Install all roof and flooring trusses *Install all trusses sheeting *Install all require shoring *Install stairs ARTICLE 1: December 05, 2018 4 JM construction is only required to provide all required labor to complete the shell for this project. We will provide all necessary man power such as carpenter, block installer, rebar installer, and all masonry installer. We will provide all small tools such as hammers, drills, saws etc. ARTICLE 2: Runu Contracting Inc. (The Contractor) will be responsible for all material purchases. All large equipment required to complete this project will be obtained by The Contractor. Any changes or deviation from the agreed contract will be additional cost to Runu Contracting Inc. ARTICLE 3: This 4 JM Construction proposal is valid for 60 days. If this project is not mobilized within 60 days, the contract amount is subject to change. We are not responsible for any liquidated damages, resulting from any delays in availability of supplies. TOTAL SUM: $25 0,000.00 Sign: Date: 4 JM Construction Corp Authorized signer Sign: Date: Runu Contracting Inc Authorized signer CHRISTINE KING Board Chair CHANGE ORDER # 2 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T" Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2"d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Electrical deductions- removal of string lights and related conduit/wiring, removal of kitchen cabinet lighting, and allowing for standard trim components throughout interiors of units. (lighting on columns to remain). Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at a team meeting with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,563,000 This Change Order will DECREASE the Contract Amount by: $ 10,000 The new Contract Amount including this Change Order will be: $ 1,553,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: Date: Architect: Zamarr Brown, RA,-� Design 2 Form, Inc. Owner: Brian Zeltsman, RA SEOPW CRA ti Z3 Contractor: Jermaine Clarke Runu Contracting, Inc. es 0 t ((jJ) r q4 (/9 CHRISTINE KING Board Chair CHANGE ORDER # 3 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T" Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2°d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Plumbing deductions- switch from copper to CPVC for all interior pipes, and stub -out modifications at kitchen sinks. Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: Current Contract Amount adjusted by previous Change Orders: This Change Order will DECREASE the Contract Amount by: $ 1,302,000.00 111 $ 12,000 The new Contract Amount including this Change Order will be: $ 1,541,000 The Contract Time will be INCREASED by: The completion date of all work is: Approvals Required: Architect: Owner: Contractor: Zamarr Brown, RA, Design 2 Form, Inc. Brian Zeltsman, RA SEOPW CRA Jermaine Clarke Runu Contracting, Inc. 0 Days October 25, 2022 ate: Ci/9eF/2o2�i CHRISTINE KING Board Chair CHANGE ORDER # 4 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16TH Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2°d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Windows and Doors: change from CGI brand to Assura. Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,541,000 This Change Order will DECREASE the Contract Amount by: $ 3,000 The new Contract Amount including this Change Order will be: $ 1,538,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: r Date: Architect: Zamarr Brown, RA, Design 2 Form, Inc. cif Owner: Brian Zeltsman, RA SEOPW CRA • 4164; 1 /Q /ly► Contractor: Jermaine Clark Runu Contracting, Inc. CHRISTINE KING Board Chair CHANGE ORDER # 5 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T" Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2"d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes Change in drywall to * are hereby made to the Contract Documents: 1/2" thick from 5/8". Also simplifies doo frame installation resulting in adde aving ,e, 'Ace, let- rd kAil-q, If Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,538,000 This Change Order will DECREASE the Contract Amount by: $ 5,000 The new Contract Amount including this Change Order will be: $ 1,533,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: Date Architect: Zamarr Brown, RA, Design 2 Form, Inc. Ct tal r— Owner: Brian Zeltsman, RA SEOPW CRA % 7 2i(10,2 Contractor: Jermaine Clarke Runu Contracting, Inc. I n, , 4 tg, 2,1 CHRISTINE KING Board Chair CHANGE ORDER # 6 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T11 Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2nd Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Interior floor tile change to Vinyl plank. (bathrooms remain tile). Note: GC to verify that FHA minimum sound barrier is achieved between apartments. Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,533,000 This Change Order will DECREASE the Contract Amount by: $ 7,000 The new Contract Amount including this Change Order will be: $ 1,526,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: I te: Architect: Zamarr Brown, RA,+ Design 2 Form, Inc. ' ctiZ°1 7 2t1 17,02 -- i� F, Owner: Brian Zeltsman, RA SEOPW CRA Contractor: .lermaine Clarke Runu Contracting, Inc. G 0 IN A CHRISTINE KING Board Chair CHANGE ORDER # 7 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16111 Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2nd Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Exterior walls - change from smooth stucco finish to textured (as done on Twinhomes project). Includes savings from scaffolding. (Front facade to have smooth stucco) Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,526,000 This Change Order will DECREASE the Contract Amount by: $ 9,000 The new Contract Amount including this Change Order will be: $ 1,517,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: hi ate: Architect: Zamarr Brown, RA, Design 2 Form, Inc. Pr' 1 Zo L � Owner: Brian Zeltsman, RA SEOPW CRA Po 6(rLq , 1,,yt Contractor: Jermaine Clarke Runu Contracting, Inc. toy 4(o CHRISTINE KING Board Chair CHANGE ORDER # 8 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16TH Street. Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2"d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Finish carpentry - Change kitchen upper cabinets height from 40" to 36", removal of crown molding, baseboard change. Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,517,000 This Change Order will DECREASE the Contract Amount by: $ 3,000 The new Contract Amount including this Change Order will be: $ 1,514,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: Date: Architect: Zamarr Brown, RA, Design 2 Form, Inc. (� .— Owner: Brian Zeltsman, RA SEOPW CRA 0 /y 2t5a3 Contractor: Jermaine Clarke Runu Contracting, Inc. Ile . O1b '3�' CHRISTINE KING Board Chair CHANGE ORDER # 9 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T" Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2" d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Interior framing - GC to purchase all materials. (Amend subcontractor's contract to be labor only). Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #1, an effort was made in to value engineer the project to reduce costs and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,514,000 This Change Order will DECREASE the Contract Amount by: $ 5,000 The new Contract Amount including this Change Order will be: $ 1,509,000 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: October 25, 2022 Approvals Required: 0 1 ate: Architect: Zamarr Brown, RA, Design 2 Form, Inc. c (2(9 h Owner: Brian Zeltsman, RA SEOPW CRA .1' '- 0 6(f/100 - a a(6i Contractor: Jermaine Clarke Runu Contracting, Inc. CHRISTINE KING Board Chair CHANGE ORDER # 10 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16TH Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2"d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Foundation changes due to redesign. Includes additional steel reinforcing and additional time for revised plans and building department approval delay. See attached document for additional breakdown. Justification for the aforementioned changes: The structural engineering drawings had perimeter wall and column footings that extended beyond the property lines at several locations. This required a redesign of the footings to be eccentric, resulting in the need for additional steel reinforcing bars. The change was considered significant by the Building inspector, requiring a hold on the work while plans were reviewed and approved. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,509,000 This Change Order will INCREASE the Contract Amount by: $ 29,500 The new Contract Amount including this Change Order will be: $ 1,538,500 The Contract Time will be INCREASED by: 299 Days The completion date of all work is: August 18, 2023 Approvals Required: t hate: Architect: Zamarr Brown, RA, Design 2 Form, Inc. i '` �i" L Z9 1 Owner: Brian Zeltsman, RA SEOPW CRA •U .'0 6' 202'� Contractor: Jermaine Clarke Runu Contracting, Inc. '\ ,�� • aa 4 1, Rmin CwiitracLh g, Incorporation License t CGC 1515267.... runucontractinggc@gmail.com Foundation Change Order Project Name: Quadplex Address: 244 NW 16 St. Miami, FL 33136 Team May 9, 2023 Per our previous conversations, 1 am including in this letter a break down of all the changes. I will briefly recap the changes that we all previously agreed upon. Frist case as we all know that the traditional foundation that was approved was incorrect. The approved foundation plans are infringing on the neighbor's property to the east and to the west. As a result, the plans had to be resubmitted to the building with a redesigned acentric foundation. The redesigned foundation took one year to go through the building department for approval. In addition, the main entrance for the handicapped unit on the first floor was redesigned to accommodate code requirements. The break down for the change order is listed below. Please let me know if you have any questions or required more clarifications. Foundation . Top rebar tie down labor . Top rebar materials . Top and bottom rebar tie labor . U-shape rebar material Subtotal: $24,500.00 Toilet .Friendly John Subtotal: $1,500.00 Insurance . P & P Bond Increase General Liability . Hired and Own auto insurance (additional Time) Subtotal: $3,500.00 Grand Total: $29,500.00 Notes on increase to contract time: Time delay due to issue — Original RFI#1 outlining issue was sent on 5/31/2021. The Building Department approval (after redesign and resubmittal): 5/24/2022 Total time delay: 359 days ? jX /It) 11 ttli ( � Negotiated increase to contract time agreed to be: 299 days w substantia comon date: August 18, 2023 ntracting Inc o-ro ir,d dALF, rat CHRISTINE KING Board Chair CHANGE ORDER # 11 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16TH Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2°d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: ADA unit entry door change - location of in -swing door change, revised foundation location, added wall portion to create recess, added tie -beam, overhead eyebrow extended to create required overhang. Justification for the aforementioned changes: The originally designed in -swing door to the ADA unit did not meet code requirements/water penetration test requirements. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,538,500 This Change Order will INCREASE the Contract Amount by: $ 8,000 The new Contract Amount including this Change Order will be: $ 1,546,500 The Contract Time will be INCREASED by: 7 Days The completion date of all work is: August 25, 2023 Approvals Required: Date: Architect: Zamarr Brown, RA, Design 2 Form, Inc. s pr • OFZo I Owner: Brian Zeltsman, RAPi SEOPW CRA ��,/ r 4V ( !� Contractor: Jermaine Clarke Contracting, Inc. �1 9/.Runu ( RUI1111 Contracting, Incorporation License # CGC 1515267.... runucontractinggc@gmail.com ADA Unit Change Order Project Name: Quadplex Address: 244 NW 16 St. Miami, FL 33136 Team May 8, 2023 Good day to all. Per our previous conversations, I am including a list of changes that was done to the ADA unit entrance area. Moreover, the redesigned changes that was done to this unit is to accommodate code requirements. The original designed approved in -swing ADA door area did not meet the code requirements, which includes water penetration test requirements. Overall, the main ADA entrance area had to be recessed in -ward in order to adhere to the code requirements. The break down for the change order is listed below. Please let me know if you have any questions or required more clarifications. ADA unit Entrance .ADA unit entry door .Overhead eyebrow extended .Add tie -beam .Revise foundation .Add new wall portion .Reduce window opening .Add foundation area .Labor and Materials .Concrete .Scaffolding Total: $8,000.00 Notes on increase to contract time: Time delay due to issue — Original RFI#1 outlining issue was sent on 5/31/2021. The Building Department approval (after redesign and resubmittal): 5/24/2022 Total time delay 359 d ' ' /*) Th'0-- (4' Ak4tVAW ^^ 11) I„ Negotiated increase to contract time agreed to be: 299 days 441t6 lut 6 4.41 a ew substantial ion date: August 18, 2023 AMa 1 O,re, rc' . • (( I ontracting Inc CHRISTINE KING Board Chair CHANGE ORDER # 12 JAMES McQUEEN Executive Director PROJECT: SEOPW CRA QUADPLEX 244 NW 16T11Street, Miami, Florida 33136. OWNER: Southeast Overtown/Park West Community Redevelopment Agency 819 NW 2"d Avenue, Miami, Florida 33136 CONTRACTOR: Runu Contracting, Inc. The following changes are hereby made to the Contract Documents: Interior doors - Change from single panel (no longer available) to 2-panel doors. Note: doors not to have an arch - (must be 2 rectangular panels) Justification for the aforementioned changes: As a result of the significant delays and pandemic related issues causing the increase included in Change Order #I, an effort was made in to value engineer the project to reduce costs_ and remain (as close as possible) to the original CRA Board Resolution funding amount. This item was discussed and agreed upon at team meetings with the Owner, Architect, and GC. Original Contract Amount: $ 1,302,000.00 Current Contract Amount adjusted by previous Change Orders: $ 1,546,500 This Change Order will DECREASE the Contract Amount by: $ 2,098 The new Contract Amount including this Change Order will be: $ 1,544,402 The Contract Time will be INCREASED by: 0 Days The completion date of all work is: August 25, 2023 Approvals Required: Date: Architect: Zamarr Brown, RA, Design 2 Form, Inc. , Owner: Brian Zeltsman, RA SEOPW CRA (//o7 Contractor: Jermaine Clarke Runu Contracting, Inc. (1(1 ; ' GA, Vol nelP t av ggs. 'ogram Quote #: Volume Savings Expiration Date: Customer Name: Selling System Quote Project Description: Customer Phone #: Pricing is per Lowe's Store at: Store Phone #: Store Contact: 13045813 9/7/2023 Jermaine Clarke DOORS ESTIMATE 3053166457 Store #1841 HIALEAH,FL (305) 817-6570 1 Paula Narvaez SRC kc 1kSt ltiI 3S AI�K Item # Quantity Item Description VSP Unit Price Extended VSP Price 785871 6 JW 24 2P SQ FL HC RH FL NK MONROE 150.88 905.28 785872 4 JW 24 2P SQ FL HC LH FL NK MONROE 150.88 603.52 785877 11 JW 32 2P SQ FL HC RH FL NK tvIONROE 161.92 1,781.12 785878 4 JW 32 2P SO FL HC LH FL NK MONROE 161.92 647.68 785879 6 JW 36 2P SO FL HC RH FL NK MONROE 165.60 993.60 785880 3 JW 36 2P SO FL HC LH FL NK MONROE 165.60 496.80 785887 1 JW 30 2P SO FL HC BF 2 DR MONROE 100.32 100.32 'All items requested for volume savings may not be listed if they did not qualify for VSP savings. VSP Total: Total Savings for this Quote is: You Save: MANAGER SIGNATURE $5,528.32 $485.68 8.07% WCO 5(310 .°2' DATE 'THIS ESTIMATE IS NOT VALID WITHOUT A MANAGER'S SIGNATURE. "LOWE'S RESERVES THE RIGHT TO LIMIT THE QUANTITIES OF MERCHANDISE SOLD TO CUSTOMERS. "ALL OF THE PRODUCT MUST BE ORDERED BY THE EXPIRATION DATE IN ORDER TO RECEIVE VOLUME SAVINGS 'THIS IS AN ESTIMATE ONLY. DELIVERY OF ALL MATERIALS CONTAINED IN THIS ESTIMATE ARE SUBJECT TO AVAILABILITY FROM THE MANUFACTURER OR SUPPLIER. QUANTITY, EXTENSION, OR ADDITION ERRORS ARE SUBJECT TO CORRECTION. CREDIT TERMS SUBJECT TO APPROVAL BY LOWE'S CREDIT DEPARTMENT. 'SPECIAL ORDER CONFIGURED PRODUCTS RETURNED OR CANCELED AFTER 72 HOURS FROM PURCHASE ARE SUBJECT TO A 20% RESTOCKING FEE. *LOWE'S IS A SUPPLIER OF MATERIALS ONLY. LOWE'S DOES NOT ENGAGE IN THE PRACTICE OF ENGINEERING, ARCHITECTURE, OR GENERAL CONTRACTING. LOWE'S DOES NOT ASSUME SELECTION OR CHOICE OF MATERIALS FOR A GENERAL OR SPECIFIC USE: FOR QUANTITIES OR SIZING OF MATERIALS; FOR THE USE OR INSTALLATION OF MATERIALS; OR FOR COMPLIANCE WITH ANY BUILDING CODE OR STANDARD OF WORKMANSHIP, 'LOWE'S IS MAKING THE FOLLOWING QUOTE BASED ON ITS STANDARD COMMERCIAL TERMS, AND DOES NOT AGREE TO TERMS AND CONDITIONS. INCLUDING ANY GOVERNMENTAL REGULATIONS, NOT SPECIFICALLY INDICATED OR REFERENCED IN THE REQUEST FOR THIS QUOTATION. IF TERMS AND CONDITIONS ARE PRESENTED, PRODUCT SELECTION AND PRICING MAY CHANGE PENDING LEGAL REVIEW. 'TAXES AND DELIVERY WILL BE ADDED AT TIME OF PURCHASE AS APPLICABLE. The Home Depot Special Order Quote Customer Agreement 8: H6322-424869 Printed Date: 8/11/2023 Customer: JERMANE CLARKE Address: 2871 NW 154TH TER OPA LOCKA, FL 33054 Phone 1: 305-316-6457 Phone 2: Phone 3: Store: 6322 Associate: REGINALD Address: 12055 Biscayne Blvd Miami, FL 33181 Phone: (305)981-2959 1 PA►veL Pre -Savings Total: Total Savings: Pre -Tax Price: $8,379.20 $8,379.20 All prices are subject to change. Customer is responsible for verifying product selections. The Home Depot will not accept returns for the below products. Call Width = 24" Call Height = 80" Width = 25.5 Height = 81.6875 100-1 Single Prehung 25.5 x 81.6875 Molded Panel $228.22 Molded Interior Doors Single Prehung 25.5 x 81.6875 Call Width = 24' Call Height = 80" Width = 25.5 Height = 81.6875 Handing = Right Hand Door Style = Lincoln Park Door Thickness = 1 3/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 100 Description ---- Line 100-1 Glass = None Panel Finish Type = Unfinished Panel Color = Unfinished Prefinished Jamb to Match Door? = No Jamb Type = Flat Jamb - Primed Jamb Width = 4 9/16" Jamb Finish Type = Unfinished Jamb/Casing Color= Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard End Line 100 Description $228.22 6 $0.00 $1,369.32 Hinge Finish = Satin Nickel (US15) Quick Door Hanger set = No Re -Order = No Room Location = SKU = 1001397195 SKU Description = S/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number= 60028777 Vendor Name =5/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 24" Call Height = 80" Width = 25.5 Height = 81.6875 Page 1 of 6 Date Printed: 8/11/2023 200-1 Single Prehung 25.5 x 81.6875 Molded Panel $228.22 $228.22 4 $0.00 $912.88 Molded Interior Doors Single Prehung 25.5 x 81.6875 Call Width = 24" Call Height = 80" Width = 25.5 Height = 81.6875 Handing = Left Hand Door Style = Lincoln Park Door Thickness = 1 3/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 200 Description ---- Line 200-1 ---- Glass = None Panel Finish Type = Unfinished Panel Color = Unflnished Prefinished Jamb to Match Door?. No Jamb Type = Flat lamb - Primed Jamb Width = 4 9/16" Jamb Finish Type = Unfinished Jamb/Casing Color = Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard 111 MASONITC. INTERIOR DOORS 300-1 End Line 200 Description Single Prehung 33.5 x 81.6875 Molded Panel $228.22 Molded Interior Doors Single Prehung 33.5 x 81.6875 Call Width = 32" Call Height = 80" Width = 33.5 Height = 81.6875 Handing = Left Hand Door Style = Lincoln Park Door Thickness = 1 3/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 300 Description --- Line 300-1 — Glass = None Panel Finish Type = Unfinished Panel Color = Unfinished Prefinished Jamb to Match Door? = No Jamb Type = Flat Jamb - Primed Jamb Width = 4 9/16" Jamb Finish Type = Unflnished Jamb/Casing Color = Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard ni MASONITC. .-INTERIOR DOORS 400-1 Single Prehung 33.5 x 81.6875 Molded Panel Page 2 of 6 End Line 300 Description Hinge Finish = Satin Nickel (US15) Quick Door Hanger set = No Re -Order = No Room Location = SKU = 1001397195 SKU Description = S/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number = 60028777 Vendor Name = 5/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 32" Call Height = 80" Width = 33.5 Height = 81.6875 $228.22 6 $0.00 $1,369.32 Hinge Finish = Satin Nickel (US15) Quick Door Hanger set = No Re -Order = No Room Location = SKU = 1001397195 SKU Description = S/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number= 60028777 Vendor Name = S/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 32" Call Height = 80" Width = 33.5 Height = 81.6875 $228.22 $228.22 4 $0.00 $912.88 Date Printed: 8/11/2023 Molded Interior Doors Single Prehung 33.5 x 81.6875 Call Width = 32" Call Height = 80" Width = 33.5 Height = 81.6875 Handing = Right Hand Door Style = Lincoln Park Door Thickness = 13/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 400 Description -- Line 400-1---- Glass = None Panel Finish Type = Unfinished Panel Color = Unfinished Prefinished Jamb to Match Door? = No Jamb Type = FlatJamb - Primed Jamb Width = 4 9/16" Jamb Finish Type = Unfinished Jamb/Casing Color = Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard r,1 MASONITC. INTERIOR DOORS End Line 400 Description Hinge Finish = Satin Nickel (U515) Quick Door Hanger set = No Re -Order = No Room Location = SKU = 1001397195 SKU Description = 5/0 MAS HERITAGE 0,UICK SHIP Catalog Version Date = 07/17/2023 Vendor Number = 60028777 Vendor Name = 5/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 36" Call Height = 80" Width = 37.5 Height = 81.6875 500-1 Single Prehung 37.5 x 81.6875 Molded Panel $228.22 Molded Interior Doors Single Prehung 37.5 x 81.6875 Call Width = 36" Call Height = 80" Width = 37.5 Height = 81.6875 Handing = Left Hand Door Style = Lincoln Park Door Thickness = 1 3/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 500 Description --- Line 500-1-- Glass = None Panel Finish Type = Unfinished Panel Color = Unfinished Prefinished Jamb to Match Door? = No Jamb Type = Flat Jamb - Primed lamb Width = 4 9/16" Jamb Finish Type = Unfinished Jamb/Casing Color = Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard n1 MASONITC. INTERIOR DOORS s+`.rvc,+a'tM�:.x'�Xf6R+SnSI!I9+'� 41,ra re:•� ;FFrt�°1{�rq'"xTm;� 600-1 2 Door Bifold 30 x 79, Finished Opening Width = 30, Finished Opening Height = 80.75 Molded Panel End Line 500 Description 5154.93 $228.22 3 $0.00 5684.66 Hinge Finish = Satin Nickel (US15) Quick Door Hanger set = No Re -Order = No Room Location = SKU = 1001397195 SKU Description = 5/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number = 60028777 Vendor Name = S/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 30" Call Height = 80" $154.93 4 50.00 5619.72 Page 3 of 6 Date Printed: 8/11/2023 2 Panel Molded Panel BiFold 30 x 79, Finished Opening Width = 30, Finished Opening Height = 80.75 Call Width = 30" Call Height = 80" Door Style = Lincoln Park Door Thickness = 13/8" Wood Species = Molded Panel Core Type = Hollow Core Begin Line 600 Description --- Line 600-1 --- Emerald = No Glass = Norte Room Divider= No Panel Finish Type = Unfinished Panel Color = Unfinished Re -Order = No Room Location = h1 MASONITC. INTERIOR DOORS End Line 600 Description 700-1 Single Prehung 33.5 x 81.6875 Molded Panel $228.22 Molded Interior Doors Single Prehung 33-5 x 81.6875 Call Width = 32" Call Height = 80" Width = 33.5 Height = 81.6875 Handing = Right Hand Door Style = Lincoln Park Door Thickness = 1 3/8" Wood Species = Molded Panel Core Type = Hollow Core Emerald = No Begin Line 700 Description --- Line 700-1--- Glass = None Panel Finish Type = Unfinished Panel Color= Unfinished Prefinished Jamb to Match Door? = No Jamb Type = Flat Jamb - Primed Jamb Width = 4 9/16" Jamb Finish Type = Unfinished Jamb/Casing Color = Unfinished Casing Option = None Door Prep for Standard Lockset = Yes Hinge Type = Standard End Line 700 Description SKU = 1001397195 SKU Description =S/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number = 60028777 Vendor Name = 5/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Call Width = 32" CaII Height = 80" Width = 33.5 Height = 81.6875 $228.22 11 $0.00 $2,510.42 • Hinge Finish = Satin Nickel (U515) Quick Door Hanger set = No Re -Order= No Room Location = SKU 1001397195 SKU Description = S/0 MAS HERITAGE QUICK SHIP Catalog Version Date = 07/17/2023 Vendor Number= 60028777 Vendor Name = 5/0 MASONITE DORFAB E Customer Service = 1-877-431-3667 THD Client Group = Masonite Sold Page 4 of 6 Date Printed:8/11/2023 0 0 —J 0 QUOTE Store 6322 N MIAMI/BISCAYNE 12055 BISCAYNE BLVD MIAMI, FL 33181 Name R RUNU CONTRACTING INC INC Address 2871 NW 154TH TER Phone: (305) 981-2959 Salesperson: RLD323 Reviewer: RLD323 Phone 1 R RUNU CONTRACTING (305) 316-6457 Phone 2 Company Name c'y MIAMI Slate FL Zip 33056 Job Descnpton 244 nw 16th st County MIAMIDADE Page 1 of 2 NO. r1b411-41b11 QUOTE 2023-08-11 11:10 Prices Valid Thru: 08/18/2023 CARRY OUT MERCHANDISE STOCK MERCHANDISE CARRIED OUT: REF # R01 R02 R03 R04 R05 R06 R07 SKU 0000-629-798 0000-629-716 0000-629-832 0000-629-830 0000-629-866 0000-629-836 0000-827-147 QTY 6.00 4.00 11.00 6.00 6.00 3.00 MERCHANDISE AND SERVICE SUMMARY Wereo cuservstometheersrighttolimitthequantitiesofinerchandise sold t REF # W08 SKU # 0000-515-664 The items listed in this section will be carried out of the store by the customer at time of sale. UM EA EA EA EA EA EA DESCRIPTION 24X80 RH 4-9/16 FJ MLD 2P RND HC / 24X80 LH 4-9/16 FJ MLD 2P RND HC / 32X80 RH 4-9/16 FJ MLD 2P RND HC / 32X80 LH 4-9/16 FJ MLD 2P RND HC / 36X80 RH 4-9/16 FJ MLD 2P RND HC / 36X80 LH 4-9/16 FJ MLD 2P RND HC / 4.00 EA 36"X80"1-3/8"MLD SMTH 2PNLRND BIFOLD / 'age 1 of 2 No. H6322-425126 A A A A A A PI TAX Y PRICE EACH $107.73 $107.73 $114.56 $114.56 $116.97 $116.97 EXTENSION $646.3E $430.92 $1,260.1 E $687.3E $701.82 $350.91 A Y $67.07 $268.2E $4,345.8 * Indicates item markdown Customer Copy END OF CARRY OUT MERCHANDISE - REF #W08 DUOTE - Continued Name: R RUNU CONTRACTING INC Page 2 of 2 NO. Ilb:111-4 bl 21 TOTAL CHARGES OF ALL MERCHANDISE & SERVICES Policy Id (PI): A: 90 DAYS DEFAULT POLICY; 'The Home Depot reserves the right to limit / deny returns. Please see the return policy sign in stores for details.' SALES TAX $4,345.8 $304.2 TOTAL $4,650.0 BALANCE DUE $4,650.0 'age 2 of 2 No. H6322-425126 END OF ORDER No. H6322-425126 Customer Copy