Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2013-066
I CHANGE ORDER We I DATE OF ISSUANCE : EFFECTIVE DATE : OWNER : INDIAN RIVER COUNTY CONTRACTOR : CLOSE CONSTRUCTION, LLC PROJECT : Modifications to the Egret Marsh Stormwater Park Floway OWNER 'S PROJECT NUMBER : 0435A ENGINEER : INDIAN RIVER COUNTY You are directed to make the following changes in the Contract Documents : Increase or Item Description Decrease in Increase/Decrease in Contract Price Contract Time (Calendar Days) C01- 1 Delete vapor barrier, tape, and labor per Attachment No . 1 ($3,089 .00) 0.0 Excavate 2 " of existing floway base material instead of 6" per Attachment No . 1 . (The finish' C01=2 elevation of the concrete floway surface was raised four inches to decrease the amount of excavation required to accommodate the concrete thickness . This resulted in less wear and tear on facility access roadways, reducing by two-thirds the volume of excavated material transported to the stockpile area . ) ($ 3, 268.00) 0.0 Delete mixing existing material in-place per Attachment No . 1 . (This item was not necessary C01-3 due to the good compaction characteristics of the institu soil . ) ( $ 31250.00) 0 .0 Items C01-4a through C014e : Concrete Floway, Design Enhancements, Repairs, and C014 Improvements to Egret Marsh Stormwater Park per Attachment No. 2 $ 7, 754 . 59 0 .0 Ilk ni Q Q W I CHANGE ORDER We I DATE OF ISSUANCE : EFFECTIVE DATE : OWNER : INDIAN RIVER COUNTY CONTRACTOR : CLOSE CONSTRUCTION, LLC PROJECT : Modifications to the Egret Marsh Stormwater Park Floway OWNER 'S PROJECT NUMBER : 0435A ENGINEER : INDIAN RIVER COUNTY You are directed to make the following changes in the Contract Documents : Increase or Item Description Decrease in Increase/Decrease in Contract Price Contract Time (Calendar Days) C01- 1 Delete vapor barrier, tape, and labor per Attachment No . 1 ($3,089 .00) 0.0 Excavate 2 " of existing floway base material instead of 6" per Attachment No . 1 . (The finish' C01=2 elevation of the concrete floway surface was raised four inches to decrease the amount of excavation required to accommodate the concrete thickness . This resulted in less wear and tear on facility access roadways, reducing by two-thirds the volume of excavated material transported to the stockpile area . ) ($ 3, 268.00) 0.0 Delete mixing existing material in-place per Attachment No . 1 . (This item was not necessary C01-3 due to the good compaction characteristics of the institu soil . ) ( $ 31250.00) 0 .0 Items C01-4a through C014e : Concrete Floway, Design Enhancements, Repairs, and C014 Improvements to Egret Marsh Stormwater Park per Attachment No. 2 $ 7, 754 . 59 0 .0 Ilk ni Q Q W r a ' � I Ital N al FI a IF a f F su I It x � a tie3 Construct a 6" thick 4,000 psi, reinforced concrete curb along both sides of the ATS harvestItts "'I t IF , F . t at IF access driveway extension, tying the curb into the existing driveway with epoxyed reinforcing k , . ¢y, IV steel . (A curbing extension along both sides of a portion of the newly constructed ATS harvest I `5 £ "FFI1a1 ;;Y aIb rr CO1-4a RIaI . access driveway is required to transition from the new concrete perimeter curb to the access' F. rya 3 , driveway sides. The curbing will prevent soil from eroding from the perimeter berm onto the Fal. I ,, _ k IF n� Ft Far,- ajtIft" IF floway surface, and it will increase harvesting efficiency by preventing harvested algae from Flat FIFFFF � � w I. , ft ' being washed off of the floway and onto the perimeter berm. ) 1 .FIFIFIA, 3 6. q 7 - _ � � jaij � _ _ ' It a , Y Far I' Pyr"_It A " s X Matt 11 ` It s A 5 �:. 11 1 11 II II 1 at, f .fir fjr' " r I.y .'3, s `: r t Construct an 11 tall x 3 wide x 6 thick concrete L curb/retaining wall, 11 m length t > '� $ a containing one #5 bar at the outermost east and west ends of the ATS harvest flumes . (This � - 001-4b enhancement is required to tie the termination of the new floway concrete perimeter curb with `- at F . IV at 1 existing high density polyethylene ( HDPE ) liner material on the east and west harvest flume I % g k � '.. s �' ; Pi �.y,. . ends . Without this curb/retaining wall, soil will erode into the harvest flume from thetr k s perimeter berm and have a detrimental impact on facility operations . ) = FIFO, ' r -� , . gFIT IF Far 0 ty � . : rat IF, IF at IF Repair two leaking ATS feed water manifold pipes by excavating the pipes, encasing the leaking � , a. c ''! - it: ' .., - at I „y e joints with concrete, backfilling, and compacting . ( HDPE welds on two of the ATS feed water ���� f r CO1-4c w� IF L%t j manifold pipes have failed, causing significant underground leakage and loss of soil around the I k { ` IF a. � ; � y pipes. Because these pipes supply water to the ATS floway, it is critical that they are repaired Ec IS t f RL I . IF z III �V I before the facility is returned to service . ) t IF . � . sWFt, 1. , atto; FIFat � It a I, EI It ? 1 � Ep ttr t jr OF g # sLF Construct a 40' x 6' x 8 thick, 4,000 psi reinforced concrete apron along a portion of the west r # 4 n b > O P g g 1t # re at It at A It s ,' com.$ ,i „�x'I #�Ixf6 .p �, . side of the algae composting area . Reinforcing shall be #6 bars at 12 centers each direction . hpkr CO1-4d 3 : a .. (This reinforced concrete apron will connect the asphalt compost pad with the mulch and arQI m .. s finished compost storage areas . The asphalt compost ad edges are cracking and breaking off �� a : � � P g p P P g g g P due to heavy equipment regularly traveling between the compost pad and the storage areas . E The concrete apron will prevent further cracking and significantly extend the life of the asphalt. ) °, � � r �' ., ` CLOS DEDUCTIVE p�TTAC HMsT (� o • CHANGE Construction, LLC ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER: (Name, address) 7295 4th Street DATE : 11 . 28 . 2012 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE : 1 1 . 07 . 2012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address) 301 N . W. 4th Ave. Okeechobee , FL 34972 The Contract is changed as follows: The deletion of the vapor barrier, tape and labor and excavating 2 " in lieu of 6 " for elevation change in floway and deletion of the mixing of existing material in place . Delete Vapor Barrier, Tape and Labor (See attached breakdown ) ( $3 , 089 . 00 ) Excavate 2" in lieu of 6" off Floway (See attached breakdown ) ($31268 . 00 ) Mix existing material in place ($ 31250 . 00 ) Dozer $81 . 25/hr @ 8 hours = $650 . 00/day $650/day x 5 days = $3 , 250 . 00 Change Order Total ($99607 . 00 ) Monello The original (Contract Sum ) (Guaranteed Maximum Price) was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 288 , 482 . 00 Net change by previously authorized Change Orders . . . . . . . . . move obese Done 006964 as memo By mmom * 64 00 offissame 894$ 0 . 00 The (Contract Sum ) (Guaranteed Maximum Price) prior to this Change Order was . . we 0 46004 0 a Noyes 0 0 by & 063 19288 , 482 . 00 The (Contract Sum ) (Guaranteed Maximum Price) will be (increased)Sdmemo ecreased) (unchanged) by this Change Order in the amount of. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ =99607 . 00 The new (Contract Sum ) (Guaranteed Maximum Price) including this Change Order will bay . . . . . . . . . . .$ 1 , 278 , 875 . 00 The Contract Time will be (increased) (decreased) (unchanged) by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is 3.09.2013 NOTE This summary does not reflect changes in the Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive. OWNER CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N .W. 4th Ave. Vero Beach , FL Okeechobee, FL 34972 BY BY DATE DATE P4�e. 2oF � CATNOOl INCm 5550 418' STREET * VERO BEACH, FL 32967 * (772) 5624814 * FAX (772) 562-0173 CHANGE ORDER # 1 Date: November 26, 2012 Revised 114942 To: Close Construction, LLC 301 Northwest 4`h Ave Okeechobee, FL 34972 Re : Modifications to the Egret Marsh Stormwater Park Floway We hereby agree to make the following changes including labor, materials, equipment and all taxes to the above referenced project: L Delete Vapor Barrier, Tape and Labor a. 14 Rolls of Stego 10 Mill Vapor Barrier & Tape ($29833 . 00) b. 2 Labors for 8 Hours 256. 00 Deduct ($3 ,089 .00) 2 . Excavate 2" In Lieu of 6" For Elevation Change in Floway a. Deduct Loader 2 Days ($ 947.00) b. Deduct Grader 2 Days ($ 956.00) C* Deduct Backdump 2 Days ($ 12109.00) d. Deduct One Labor for 2 Days 256.00 Deduct ($3 ,268 .00) TOTAL DEDUCT ($ 69357.00) Subject to Existing Contract Conditions and Exclusions Close Construction, LLC By Printed Name: Date Cathco Inc. .ti By Matthew S . Eisert, as agent for Cathco, Inc . Date 1 75 £ t $ $ f r 0 Construct 100 linear feet of FDOT Type " D" concrete curbing along a portion of the north side of the ATS access driveway. (The existing ATS access driveway is on a steep slope leading to they headworks structure, which causes it to experience significant erosion along part of its northern � } edge . As a result, the asphalt has begun to fail along part of the driveway edge . The curbing k , will prevent a future expensive roadway repair by eliminating further deterioration of the11 qr roadway surface and it will redirect runoff to the bottom of the slope where it will be safely dispersed . ) Delete 80 Florida Bearing Value ( FBV) tests of the floway subgrade material . (All FBV tests were C01-5 deleted at the recommendation of GFA International, Inc ., the geotechnical engineering and testing firm . GFA stated that in its professional opinion, FBV tests were not required for the concrete floway subgrade compaction, and that other originally specified density tests would supply all necessary subgrade compaction information . ) See Attachment No. 3 . ($ 10760.00) 0.0 Construct a 24"x15 'x6" thick, 4,000 psi slab with fibermesh adjacent to the west edge of the CO1-6 southern pole barn at $40/SY $ 11600.00 0 .0 i TOTALS ($ 21012 .41 ) 0 .0 I CHANGE IN CONTRACT PRICE Description Amount Original Contract Price $ 112881482 .00 Net increase/decrease from previous Change Orders $0.00 Contract Price prior to this Change Order $ 11288,482 .00 Net increase/decrease of this Change Order ($21012 .41 ) Contract Price with all approved Change Orders $ 1,286,469.59 CHANGE IN CONTRACT TIME (Calendar Days) Description Amount Original Contract Time for Final Completion 116 .0 Net increase/decrease from previous Change Orders 0.0 Contract Time for Final Completion prior to this Change Order 116.0 Net increase/decrease of this Change Order to Final Completion 0. 0 Contract Time for Final Completion with all approved Change Orders 116.0 CCEPTED & RECOMMENDED : By : O—f— By : CONTRACTO Signature ) ENGINEER (Signature ) - Keith Close Construction, LLC McCully, P . E ., Indian River Couffty Stormwater Engineering Division 1 �0 ( Printed Name and Title ) MW\005f— Date : 2 _ 19 oZO13 Date . APPROVED . Bye •�•naunnngaaa. 0 NER : Joseph E . Flescher, •.•°��SSIONERso• +,.���,. • •.,• °•,• Chairman, Indian River County e,`;• ' Board of County Commissioners CD: : os v 's = o Date . — — • T • a `t� J APPROVED AS TO FORM ATTEST: °O IV R „ � AND LSU F Cl Y A O lk ' "LLIAM K. DEBRML J . R . SMITH , C RK WILL I"YCOUNTYATTORNEY 3 SITE WORK RIYISIOM ORN00 0 INCE 5550 41s' STREET * VERO BEACH, FL 32967 * (772) 562=8814 * FAX (772) 5624173 cathcoinc@bellsouth.net Date. Septeniber 28 , 2012 REVISED 10=22=12 To : Close Construction 301 Northwest 4th Avenue Okeechobee, FL 34972-2552 Proposal For: Egret Marsh Improvements Vero Beach, Florida We hereby propose to furnish labor, equipment and materials for the following: 1 . Installation of 8 EA Biogas Vent Piping (Excluding Turbine Vent) $ 2429189 .00 2. Site Cut, Fill, Rough Grade and Form Board Grading (22,375 SY) $ 369471 . 00 3 . Mobilization $ 1 , 150.00 Project Total $ 2799810.00 ALTERNATE : 1 . Import, Place, Mix and Compact 500 CY of Stabilization Material $ 2 . Mix Existing Material In Place If Needed- NOTES . eededNOTES . 1 . Price is Valid for Work to be Completed by February 2012, Cathco to be Compensated for Cost Increases Beyond that Date. 2 . All Excess Material To Stay Onsite, SPECIFICALLY EXCLUDED FROM THIS PROPOSAL ARE THE FOLLOWING ITEMS : Permits; Engineering; Bonds & Fees; Sod, Seed & Mulch, and Landscaping; Irrigation System; Repair/Relocation of Existing Utilities/Services in Conflict with this Work; Removal, Disposal and Replacement of Unsuitable Materials; Demucking; Layout; As-Built Drawings; Testing; Driveway Sidewalks, Concrete Flatwork; Erosion Control; Power Pole Removal/Relocation; Turbine Vents, This bid is based solely on the plans as drawn and dated C1 -7/ 13/ 12, C2-7/ 13/ 12 w/ 1 Revision, C3 -2/28/ 12 w/ 1 Revision by Indian River County Stormwater Division, Page 1 of 2 Cathco, Inc Proposal for Egret Marsh Improvements September 28, 2012 It is Cathco ' s intention to place all pipe and structures by properly sloping the excavation in observance of the Florida Trench Safety Act. It is not our intent, unless specified in this proposal, to sheet, shore or employ a trench box. Therefore, we must look to you to provide us with adequate room to use the slope method. Should it be more convenient for you to require us to sheet or shore, the cost of such measures will be for your account. Further, the use of a trench box will add $20 .00 per lineal foot to the unit pipe prices. The excavation, treatment or disposal of contaminated soil, (as defined by the guidelines of the Environmental Protection Agency), that may be encountered during the course of this project shall not be considered incidental to the work. The cost of such excavation, treatment or disposal by those properly licensed will be the responsibility of the owner. This proposal subject to acceptance within 15 days and is void thereafter at the option of the undersigned. Res ly submitted, i Ma .4Eisert As Agent for Cathco, Inc. Page 2 of 2 ` CLOS DEDUCTIVE p�TTAC HMsT (� o • CHANGE Construction, LLC ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER: (Name, address) 7295 4th Street DATE : 11 . 28 . 2012 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE : 1 1 . 07 . 2012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address) 301 N . W. 4th Ave. Okeechobee , FL 34972 The Contract is changed as follows: The deletion of the vapor barrier, tape and labor and excavating 2 " in lieu of 6 " for elevation change in floway and deletion of the mixing of existing material in place . Delete Vapor Barrier, Tape and Labor (See attached breakdown ) ( $3 , 089 . 00 ) Excavate 2" in lieu of 6" off Floway (See attached breakdown ) ($31268 . 00 ) Mix existing material in place ($ 31250 . 00 ) Dozer $81 . 25/hr @ 8 hours = $650 . 00/day $650/day x 5 days = $3 , 250 . 00 Change Order Total ($99607 . 00 ) Monello The original (Contract Sum ) (Guaranteed Maximum Price) was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 288 , 482 . 00 Net change by previously authorized Change Orders . . . . . . . . . move obese Done 006964 as memo By mmom * 64 00 offissame 894$ 0 . 00 The (Contract Sum ) (Guaranteed Maximum Price) prior to this Change Order was . . we 0 46004 0 a Noyes 0 0 by & 063 19288 , 482 . 00 The (Contract Sum ) (Guaranteed Maximum Price) will be (increased)Sdmemo ecreased) (unchanged) by this Change Order in the amount of. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ =99607 . 00 The new (Contract Sum ) (Guaranteed Maximum Price) including this Change Order will bay . . . . . . . . . . .$ 1 , 278 , 875 . 00 The Contract Time will be (increased) (decreased) (unchanged) by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is 3.09.2013 NOTE This summary does not reflect changes in the Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive. OWNER CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N .W. 4th Ave. Vero Beach , FL Okeechobee, FL 34972 BY BY DATE DATE P4�e. 2oF � CATNOOl INCm 5550 418' STREET * VERO BEACH, FL 32967 * (772) 5624814 * FAX (772) 562-0173 CHANGE ORDER # 1 Date: November 26, 2012 Revised 114942 To: Close Construction, LLC 301 Northwest 4`h Ave Okeechobee, FL 34972 Re : Modifications to the Egret Marsh Stormwater Park Floway We hereby agree to make the following changes including labor, materials, equipment and all taxes to the above referenced project: L Delete Vapor Barrier, Tape and Labor a. 14 Rolls of Stego 10 Mill Vapor Barrier & Tape ($29833 . 00) b. 2 Labors for 8 Hours 256. 00 Deduct ($3 ,089 .00) 2 . Excavate 2" In Lieu of 6" For Elevation Change in Floway a. Deduct Loader 2 Days ($ 947.00) b. Deduct Grader 2 Days ($ 956.00) C* Deduct Backdump 2 Days ($ 12109.00) d. Deduct One Labor for 2 Days 256.00 Deduct ($3 ,268 .00) TOTAL DEDUCT ($ 69357.00) Subject to Existing Contract Conditions and Exclusions Close Construction, LLC By Printed Name: Date Cathco Inc. .ti By Matthew S . Eisert, as agent for Cathco, Inc . Date 1 �i�iE t of 4 t; EXT EAG 1�►�EwT Nd . 2 LO, cows [.: u ¢'tion. LL C. _ . . . . , . . . _ _ CHANGE . ORDER PROJECT : Modifications tathe Egret Marsh. CHANGE ORDER NUMBER: 13 ( Name, address) 7295 4th Street . DATE : 1 x30201 Vero Beach , FL : ARCHITECTS PROJECT No ,0435A. CONTRACT DATE : 11 * 072012 CONTRACTOR : Close Construction, LLC CONTRACT FOR: (Name: address) 301 N: W. 4th :Ave . Okeechobee, FL 34972 The Contract is changed, as follows :. The addition of labor, equipment and materials to complete the . following. 1' . Construction of an FDOT Type 4D Curb 2 . Construct. a Concrete curb on both sides` of the harvest access ramp 3 . Construct a reinforced concrete ramp 4 . Place' concrete around leaking ,;underground pipe connectionsIL 5 . Construct concrete curbs at each side of the effluent end of the floway Drawdy Concrete Construction ( See attached breakdown ) $61016 . 12 Close Construction , LLC (See attached breakdown ) $727 . 00 Overhead and .Profit ( 15% ) $11 , 011 . 47 Total . $7 .754o59 Change Order Total: $79754 .59 The original {Contract Sum) (Guaranteed Maximum price) was . . . , . ., , . $ 1 ;2 $ $ , 482 . 00 Net change by previously authorized Change Orders . . : ._ . . . 4$ 0. 00 The (Contract Sum ) (Guaranteed Maximum Pnce) : prior to this Change Order was . . 4 1 1 P 1 4 P . :: . _. . . . . : :$ 1 ; 288 ,.482 . 00 The, (Contract Sum ) (Guaranteed Maximum. Price) will be !increased) (decreased ) (unchanged) by this Change Order in the amount of. . . . ,. .. . . . . . . . . . .. . . : . . .. . . . . . . . . : . . $. 79754: 59 The new (Contract Sum ){Guaranteed Maximum Price) including this Change Order will be. : . . . . . . . . :, $ 1 , 206 ,36 :59 The Contract Time will be (increased) (decreased):(unchanoed) , by : ( ) days: The date of Substantial Completion as of the date of this Change Order therefore is :NOTE This summary does not reflect changes in the Contract Sum', Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive_ OWNER CONTRACTOR IndianRiver County Close Construction, LLC Address Address 1801 27th Street 301 N :W. 4th Ave . L 34972 By BY � J Vero Beach , FL _ se o ee�. DATE DATE sow Q01 . 2 Change Orders Egret Marsh' Curbing @ E/W floways $ 6;016. 12 Drawdy 11 ' length 2x T width 61 thk 11 "' tail w/1 #5 Curbs @existing D/W access inc 100' type "C" curbing inc Slab 6' x40' x6"- inc A. bars 1.2" OC prep slab Repair leaks@ 2 pipes, hand dig @ headworks 2 laborers @ 22$/hr: 4 his $ 176.00 place concrete 125$ EA $1 250.00 fill/dompaction 4 hYs $' 17$:00 jumping jack rental $ 125.00 Total $ 60743. 12 O/P 15%0 $ 11011 .47 Change, Order Total. $ 7, 754.54 3 SITE WORK RIYISIOM ORN00 0 INCE 5550 41s' STREET * VERO BEACH, FL 32967 * (772) 562=8814 * FAX (772) 5624173 cathcoinc@bellsouth.net Date. Septeniber 28 , 2012 REVISED 10=22=12 To : Close Construction 301 Northwest 4th Avenue Okeechobee, FL 34972-2552 Proposal For: Egret Marsh Improvements Vero Beach, Florida We hereby propose to furnish labor, equipment and materials for the following: 1 . Installation of 8 EA Biogas Vent Piping (Excluding Turbine Vent) $ 2429189 .00 2. Site Cut, Fill, Rough Grade and Form Board Grading (22,375 SY) $ 369471 . 00 3 . Mobilization $ 1 , 150.00 Project Total $ 2799810.00 ALTERNATE : 1 . Import, Place, Mix and Compact 500 CY of Stabilization Material $ 2 . Mix Existing Material In Place If Needed- NOTES . eededNOTES . 1 . Price is Valid for Work to be Completed by February 2012, Cathco to be Compensated for Cost Increases Beyond that Date. 2 . All Excess Material To Stay Onsite, SPECIFICALLY EXCLUDED FROM THIS PROPOSAL ARE THE FOLLOWING ITEMS : Permits; Engineering; Bonds & Fees; Sod, Seed & Mulch, and Landscaping; Irrigation System; Repair/Relocation of Existing Utilities/Services in Conflict with this Work; Removal, Disposal and Replacement of Unsuitable Materials; Demucking; Layout; As-Built Drawings; Testing; Driveway Sidewalks, Concrete Flatwork; Erosion Control; Power Pole Removal/Relocation; Turbine Vents, This bid is based solely on the plans as drawn and dated C1 -7/ 13/ 12, C2-7/ 13/ 12 w/ 1 Revision, C3 -2/28/ 12 w/ 1 Revision by Indian River County Stormwater Division, Page 1 of 2 Cathco, Inc Proposal for Egret Marsh Improvements September 28, 2012 It is Cathco ' s intention to place all pipe and structures by properly sloping the excavation in observance of the Florida Trench Safety Act. It is not our intent, unless specified in this proposal, to sheet, shore or employ a trench box. Therefore, we must look to you to provide us with adequate room to use the slope method. Should it be more convenient for you to require us to sheet or shore, the cost of such measures will be for your account. Further, the use of a trench box will add $20 .00 per lineal foot to the unit pipe prices. The excavation, treatment or disposal of contaminated soil, (as defined by the guidelines of the Environmental Protection Agency), that may be encountered during the course of this project shall not be considered incidental to the work. The cost of such excavation, treatment or disposal by those properly licensed will be the responsibility of the owner. This proposal subject to acceptance within 15 days and is void thereafter at the option of the undersigned. Res ly submitted, i Ma .4Eisert As Agent for Cathco, Inc. Page 2 of 2 O 0 CL Mo 44 A pp Q pg p p p j tot% o � avo .. . . , . aArtoow, aho � v, � mac= �v O. � troy � , v► c9a9s�► itie �h .y9 W " � � � � r V w ~ ' © Ntwo ON qtq r bcoco co 00 d QekO a EE lot 4 o ' a _ . sem. W a. 3- 6 ccam�` w ` a � a $ G7 w o I 0 �ctr�2 4 aF 4' 4 104=U2 $'5,208.76 10% Overread $520. 88 &jb4otal $5,729,iO4 596 Profit 5286.48 Total $5,01812 Sub-Contmetor Representative Contractors Representative Descrintion .of-chartme exist,-associated with added work :per email, r+eques# 1 ., 22' long x 3' wide x 6g .thnick slab wfth 11 " talc curt 1 #5 c onfiriuous 2, (2) V 'long x- 17" m 6" Curbs with dowels 3. 1'€D0 lineal foot of type D Curb 4. 4W x6' x 6 Slab ;added Sub=contractor reserves the right to time under the terms and conditione of the contract: If Contra+ptor executed change order Is not received at the time work is performed. Sub4o (tractor will be psrforming the work under pratemt peucontract .provlsio»s. Sueb.Contmbtor`WlH invoice change order work the following month the work is performed by slgniag dally tictcete Contractor agrees to fund change order work within 30 days Page 2 �i�iE t of 4 t; EXT EAG 1�►�EwT Nd . 2 LO, cows [.: u ¢'tion. LL C. _ . . . . , . . . _ _ CHANGE . ORDER PROJECT : Modifications tathe Egret Marsh. CHANGE ORDER NUMBER: 13 ( Name, address) 7295 4th Street . DATE : 1 x30201 Vero Beach , FL : ARCHITECTS PROJECT No ,0435A. CONTRACT DATE : 11 * 072012 CONTRACTOR : Close Construction, LLC CONTRACT FOR: (Name: address) 301 N: W. 4th :Ave . Okeechobee, FL 34972 The Contract is changed, as follows :. The addition of labor, equipment and materials to complete the . following. 1' . Construction of an FDOT Type 4D Curb 2 . Construct. a Concrete curb on both sides` of the harvest access ramp 3 . Construct a reinforced concrete ramp 4 . Place' concrete around leaking ,;underground pipe connectionsIL 5 . Construct concrete curbs at each side of the effluent end of the floway Drawdy Concrete Construction ( See attached breakdown ) $61016 . 12 Close Construction , LLC (See attached breakdown ) $727 . 00 Overhead and .Profit ( 15% ) $11 , 011 . 47 Total . $7 .754o59 Change Order Total: $79754 .59 The original {Contract Sum) (Guaranteed Maximum price) was . . . , . ., , . $ 1 ;2 $ $ , 482 . 00 Net change by previously authorized Change Orders . . : ._ . . . 4$ 0. 00 The (Contract Sum ) (Guaranteed Maximum Pnce) : prior to this Change Order was . . 4 1 1 P 1 4 P . :: . _. . . . . : :$ 1 ; 288 ,.482 . 00 The, (Contract Sum ) (Guaranteed Maximum. Price) will be !increased) (decreased ) (unchanged) by this Change Order in the amount of. . . . ,. .. . . . . . . . . . .. . . : . . .. . . . . . . . . : . . $. 79754: 59 The new (Contract Sum ){Guaranteed Maximum Price) including this Change Order will be. : . . . . . . . . :, $ 1 , 206 ,36 :59 The Contract Time will be (increased) (decreased):(unchanoed) , by : ( ) days: The date of Substantial Completion as of the date of this Change Order therefore is :NOTE This summary does not reflect changes in the Contract Sum', Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive_ OWNER CONTRACTOR IndianRiver County Close Construction, LLC Address Address 1801 27th Street 301 N :W. 4th Ave . L 34972 By BY � J Vero Beach , FL _ se o ee�. DATE DATE sow Q01 . 2 Change Orders Egret Marsh' Curbing @ E/W floways $ 6;016. 12 Drawdy 11 ' length 2x T width 61 thk 11 "' tail w/1 #5 Curbs @existing D/W access inc 100' type "C" curbing inc Slab 6' x40' x6"- inc A. bars 1.2" OC prep slab Repair leaks@ 2 pipes, hand dig @ headworks 2 laborers @ 22$/hr: 4 his $ 176.00 place concrete 125$ EA $1 250.00 fill/dompaction 4 hYs $' 17$:00 jumping jack rental $ 125.00 Total $ 60743. 12 O/P 15%0 $ 11011 .47 Change, Order Total. $ 7, 754.54 ATTACH M iEw T' N o ; 3 DEDUCTIVE . L CHANGE OS Const% iuctior4 , LLC ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER : 2 (Name. address) . 7295 4th Street DATE : 01 . 21 . 2013 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE : 11 . 07 . 2012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address) 301 N . W . 4th Ave . Okeechobee , FL 34972 The Contract is changed as follows: The deletion of the FBV testing FBV Testing ( 80 Tests @ $22 . 00/test) ($1 , 760`:00) Change Order Total ($.1 ;78.0000) The original (Contract Sum) (Guaranteed Maximum Price) was , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .$ 1 , 288 , 482 . 00 Net change by previously authorized Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .$ 0 . 00 The (Contract Sum ) (Guaranteed Maximum Price) prior to this Change Order was . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 288 , 482 . 00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged ) by this Change Order in the amount of. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ._ . .$ -1` , 76Q;00 The new (Contract Sum ) ( Guaranteed Maximum Price) including this Change Order will be. . . . . . . . . . . .$ 1 , 286 , 722 . 00 The Contract Time will be (increased] (decreased) ( unchanged) by ( } days . The date of Substantial Completion as of the date of this Change Order therefore is 3 .09. 2013 NOTE This summary does not reflect changes in the. Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change -Directive. OWNER CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N . W. 4th Ave. Vero Beach , FL 9 e chobee, FL 34972 BY B DATE DATE -1 2 cbF Z Egret Marsh Stormwater Park Ftoway 4aelA &/lel + 0 3 lhcrim River County, Flodde September 15, 2012 Pmposat Nos 12- 1864. 00 Page 2 of 5 1 .3 Cast-in-Place Concrete GFA will provide an ACI-certified technician to test the concrete delivered to the site. In accordance With the project specifications, the technician will mold a set of five compression cylinders per ASTM C-31 for every 50 cubic yards or fraction thereof placed per day. GFA will also determine the slump and temperature of the concrete each time a set of cylinders are cast The cylinders will be cured in the laboratory, with one cylinder tested at seven days and three at 28 days. GFA can also assist in evaluating mix submittals and provide laboratory verifications, 9 necessary, although fees for this service are not included herein. 1 ,5 Schedule of Fees The actual cost of our services will be highly dependent on the construction schedule. As we have not been provided with a precise construction schedule, it is not possible to make a precise estimate of the manpower and testing requirements, Therefore, GFA proposes to provide its services on a unit cost basis, based on the actual work performed and the unit fees shown on the attached Schedule of Fees. For your budget purposes, GFA has estimated quantities for these services based upon the anticipated scope of work. Description Hate Est. Estimates otys Total pavement Areal Soils Sub rade Vensitym Pavement $20.00 Each 60 $1 200.00 Stabilized Sub rade $20000 Each 80 $1 600.00 '0 tach r Totals $4` 560:00 Proctors Soil Proctor I $75.00 Eaccd 4 $300200 Soil Classification $80.00 Each 4 . .00 Totalt $620.00 Concrete TeWng Test Cylinders In Building $75:00 Set 50 $3,750.00 . Air Content $15.00 Set 50 $750.00 Unit We" ' t $254001, Set 50 $1 i2MOO Total: $3 75x00 Techinclan Time $45.00 Hour 60 , $2,700.00 Engineering Review of Test Results Review , of Test Results by Professional Engineer .. $125:00 Hour1 6 $750:00 Total• $7, 50.00 Estimated Construction Materials Testing Budget: $149380.00 A rate of $45 per hour will apply when fullAlme monitoring of backfill is required. The hourly rate also applies to stand-by time in excess of 15 minutes. The unit rates and/or hourly rates O 0 CL Mo 44 A pp Q pg p p p j tot% o � avo .. . . , . aArtoow, aho � v, � mac= �v O. � troy � , v► c9a9s�► itie �h .y9 W " � � � � r V w ~ ' © Ntwo ON qtq r bcoco co 00 d QekO a EE lot 4 o ' a _ . sem. W a. 3- 6 ccam�` w ` a � a $ G7 w o I 0 �ctr�2 4 aF 4' 4 104=U2 $'5,208.76 10% Overread $520. 88 &jb4otal $5,729,iO4 596 Profit 5286.48 Total $5,01812 Sub-Contmetor Representative Contractors Representative Descrintion .of-chartme exist,-associated with added work :per email, r+eques# 1 ., 22' long x 3' wide x 6g .thnick slab wfth 11 " talc curt 1 #5 c onfiriuous 2, (2) V 'long x- 17" m 6" Curbs with dowels 3. 1'€D0 lineal foot of type D Curb 4. 4W x6' x 6 Slab ;added Sub=contractor reserves the right to time under the terms and conditione of the contract: If Contra+ptor executed change order Is not received at the time work is performed. Sub4o (tractor will be psrforming the work under pratemt peucontract .provlsio»s. Sueb.Contmbtor`WlH invoice change order work the following month the work is performed by slgniag dally tictcete Contractor agrees to fund change order work within 30 days Page 2 LO amQCH AEW7 No . 4 Gonetructian, 1Lic CHANGE ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER : 4 (Name, address) 7295 4th Street BATE : A 2 . 11 . 2013 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE: 1100702012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address ) 301 N . W. 4th Ave . Okeechobee , FL 34972 The Contract is changed as follows: The addition of labor, equipment and materials to complete the following : 1 . Additional concrete slab non -reinforced 24' x 15' x 6" thick 4 , 000 psi with fibermesh i Drawdy Concrete Construction ($40/SY x 40 SY) $ 12600 . 00 Change Order Total : $ 1 , 600 . 00 The original (Contract Sum ) (Guaranteed Maximum Price) was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 2 $ $ ,482 . 00 Net change by previously authorized Change Orders , I & 0 1 1 1 1 1 1 1 1 * 1 * 0 0 # I I I V I , , b . 0 * . , , r . . . . . . *$ 0 . 00 The (Contract Sum ) ( Guaranteed Maximum Price) prior to this Change Order was " $ 1 . 9288 , 482 . 00 The (Contract Sum ) (Guaranteed Maximum Price) will be (increased) (decreased ) (unchanged) by this Change Order in the amount of, . . . . . . . . 19600s00 The new (Contract Sum ) (Guaranteed Maximum Price) including this Change Order will be . . . . . . . . . . . . $ 1 , 290 , 082 . 00 . The Contract Time will be (increased) (decreased) (unchanged) by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE This summary does not reflect changes in the Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive. OWNER . CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N .W. 4th Ave. Vero Beach , FL Okee hobee, 34972 BY DATE DATE ` . d r a ' � I Ital N al FI a IF a f F su I It x � a tie3 Construct a 6" thick 4,000 psi, reinforced concrete curb along both sides of the ATS harvestItts "'I t IF , F . t at IF access driveway extension, tying the curb into the existing driveway with epoxyed reinforcing k , . ¢y, IV steel . (A curbing extension along both sides of a portion of the newly constructed ATS harvest I `5 £ "FFI1a1 ;;Y aIb rr CO1-4a RIaI . access driveway is required to transition from the new concrete perimeter curb to the access' F. rya 3 , driveway sides. The curbing will prevent soil from eroding from the perimeter berm onto the Fal. I ,, _ k IF n� Ft Far,- ajtIft" IF floway surface, and it will increase harvesting efficiency by preventing harvested algae from Flat FIFFFF � � w I. , ft ' being washed off of the floway and onto the perimeter berm. ) 1 .FIFIFIA, 3 6. q 7 - _ � � jaij � _ _ ' It a , Y Far I' Pyr"_It A " s X Matt 11 ` It s A 5 �:. 11 1 11 II II 1 at, f .fir fjr' " r I.y .'3, s `: r t Construct an 11 tall x 3 wide x 6 thick concrete L curb/retaining wall, 11 m length t > '� $ a containing one #5 bar at the outermost east and west ends of the ATS harvest flumes . (This � - 001-4b enhancement is required to tie the termination of the new floway concrete perimeter curb with `- at F . IV at 1 existing high density polyethylene ( HDPE ) liner material on the east and west harvest flume I % g k � '.. s �' ; Pi �.y,. . ends . Without this curb/retaining wall, soil will erode into the harvest flume from thetr k s perimeter berm and have a detrimental impact on facility operations . ) = FIFO, ' r -� , . gFIT IF Far 0 ty � . : rat IF, IF at IF Repair two leaking ATS feed water manifold pipes by excavating the pipes, encasing the leaking � , a. c ''! - it: ' .., - at I „y e joints with concrete, backfilling, and compacting . ( HDPE welds on two of the ATS feed water ���� f r CO1-4c w� IF L%t j manifold pipes have failed, causing significant underground leakage and loss of soil around the I k { ` IF a. � ; � y pipes. Because these pipes supply water to the ATS floway, it is critical that they are repaired Ec IS t f RL I . IF z III �V I before the facility is returned to service . ) t IF . � . sWFt, 1. , atto; FIFat � It a I, EI It ? 1 � Ep ttr t jr OF g # sLF Construct a 40' x 6' x 8 thick, 4,000 psi reinforced concrete apron along a portion of the west r # 4 n b > O P g g 1t # re at It at A It s ,' com.$ ,i „�x'I #�Ixf6 .p �, . side of the algae composting area . Reinforcing shall be #6 bars at 12 centers each direction . hpkr CO1-4d 3 : a .. (This reinforced concrete apron will connect the asphalt compost pad with the mulch and arQI m .. s finished compost storage areas . The asphalt compost ad edges are cracking and breaking off �� a : � � P g p P P g g g P due to heavy equipment regularly traveling between the compost pad and the storage areas . E The concrete apron will prevent further cracking and significantly extend the life of the asphalt. ) °, � � r �' ., ATTACH M iEw T' N o ; 3 DEDUCTIVE . L CHANGE OS Const% iuctior4 , LLC ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER : 2 (Name. address) . 7295 4th Street DATE : 01 . 21 . 2013 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE : 11 . 07 . 2012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address) 301 N . W . 4th Ave . Okeechobee , FL 34972 The Contract is changed as follows: The deletion of the FBV testing FBV Testing ( 80 Tests @ $22 . 00/test) ($1 , 760`:00) Change Order Total ($.1 ;78.0000) The original (Contract Sum) (Guaranteed Maximum Price) was , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . .$ 1 , 288 , 482 . 00 Net change by previously authorized Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .$ 0 . 00 The (Contract Sum ) (Guaranteed Maximum Price) prior to this Change Order was . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 288 , 482 . 00 The (Contract Sum) (Guaranteed Maximum Price) will be (increased) (decreased) (unchanged ) by this Change Order in the amount of. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ._ . .$ -1` , 76Q;00 The new (Contract Sum ) ( Guaranteed Maximum Price) including this Change Order will be. . . . . . . . . . . .$ 1 , 286 , 722 . 00 The Contract Time will be (increased] (decreased) ( unchanged) by ( } days . The date of Substantial Completion as of the date of this Change Order therefore is 3 .09. 2013 NOTE This summary does not reflect changes in the. Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change -Directive. OWNER CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N . W. 4th Ave. Vero Beach , FL 9 e chobee, FL 34972 BY B DATE DATE -1 2 cbF Z Egret Marsh Stormwater Park Ftoway 4aelA &/lel + 0 3 lhcrim River County, Flodde September 15, 2012 Pmposat Nos 12- 1864. 00 Page 2 of 5 1 .3 Cast-in-Place Concrete GFA will provide an ACI-certified technician to test the concrete delivered to the site. In accordance With the project specifications, the technician will mold a set of five compression cylinders per ASTM C-31 for every 50 cubic yards or fraction thereof placed per day. GFA will also determine the slump and temperature of the concrete each time a set of cylinders are cast The cylinders will be cured in the laboratory, with one cylinder tested at seven days and three at 28 days. GFA can also assist in evaluating mix submittals and provide laboratory verifications, 9 necessary, although fees for this service are not included herein. 1 ,5 Schedule of Fees The actual cost of our services will be highly dependent on the construction schedule. As we have not been provided with a precise construction schedule, it is not possible to make a precise estimate of the manpower and testing requirements, Therefore, GFA proposes to provide its services on a unit cost basis, based on the actual work performed and the unit fees shown on the attached Schedule of Fees. For your budget purposes, GFA has estimated quantities for these services based upon the anticipated scope of work. Description Hate Est. Estimates otys Total pavement Areal Soils Sub rade Vensitym Pavement $20.00 Each 60 $1 200.00 Stabilized Sub rade $20000 Each 80 $1 600.00 '0 tach r Totals $4` 560:00 Proctors Soil Proctor I $75.00 Eaccd 4 $300200 Soil Classification $80.00 Each 4 . .00 Totalt $620.00 Concrete TeWng Test Cylinders In Building $75:00 Set 50 $3,750.00 . Air Content $15.00 Set 50 $750.00 Unit We" ' t $254001, Set 50 $1 i2MOO Total: $3 75x00 Techinclan Time $45.00 Hour 60 , $2,700.00 Engineering Review of Test Results Review , of Test Results by Professional Engineer .. $125:00 Hour1 6 $750:00 Total• $7, 50.00 Estimated Construction Materials Testing Budget: $149380.00 A rate of $45 per hour will apply when fullAlme monitoring of backfill is required. The hourly rate also applies to stand-by time in excess of 15 minutes. The unit rates and/or hourly rates 75 £ t $ $ f r 0 Construct 100 linear feet of FDOT Type " D" concrete curbing along a portion of the north side of the ATS access driveway. (The existing ATS access driveway is on a steep slope leading to they headworks structure, which causes it to experience significant erosion along part of its northern � } edge . As a result, the asphalt has begun to fail along part of the driveway edge . The curbing k , will prevent a future expensive roadway repair by eliminating further deterioration of the11 qr roadway surface and it will redirect runoff to the bottom of the slope where it will be safely dispersed . ) Delete 80 Florida Bearing Value ( FBV) tests of the floway subgrade material . (All FBV tests were C01-5 deleted at the recommendation of GFA International, Inc ., the geotechnical engineering and testing firm . GFA stated that in its professional opinion, FBV tests were not required for the concrete floway subgrade compaction, and that other originally specified density tests would supply all necessary subgrade compaction information . ) See Attachment No. 3 . ($ 10760.00) 0.0 Construct a 24"x15 'x6" thick, 4,000 psi slab with fibermesh adjacent to the west edge of the CO1-6 southern pole barn at $40/SY $ 11600.00 0 .0 i TOTALS ($ 21012 .41 ) 0 .0 I CHANGE IN CONTRACT PRICE Description Amount Original Contract Price $ 112881482 .00 Net increase/decrease from previous Change Orders $0.00 Contract Price prior to this Change Order $ 11288,482 .00 Net increase/decrease of this Change Order ($21012 .41 ) Contract Price with all approved Change Orders $ 1,286,469.59 CHANGE IN CONTRACT TIME (Calendar Days) Description Amount Original Contract Time for Final Completion 116 .0 Net increase/decrease from previous Change Orders 0.0 Contract Time for Final Completion prior to this Change Order 116.0 Net increase/decrease of this Change Order to Final Completion 0. 0 Contract Time for Final Completion with all approved Change Orders 116.0 CCEPTED & RECOMMENDED : By : O—f— By : CONTRACTO Signature ) ENGINEER (Signature ) - Keith Close Construction, LLC McCully, P . E ., Indian River Couffty Stormwater Engineering Division 1 �0 ( Printed Name and Title ) MW\005f— Date : 2 _ 19 oZO13 Date . APPROVED . Bye •�•naunnngaaa. 0 NER : Joseph E . Flescher, •.•°��SSIONERso• +,.���,. • •.,• °•,• Chairman, Indian River County e,`;• ' Board of County Commissioners CD: : os v 's = o Date . — — • T • a `t� J APPROVED AS TO FORM ATTEST: °O IV R „ � AND LSU F Cl Y A O lk ' "LLIAM K. DEBRML J . R . SMITH , C RK WILL I"YCOUNTYATTORNEY LO amQCH AEW7 No . 4 Gonetructian, 1Lic CHANGE ORDER PROJECT: Modifications to the Egret Marsh CHANGE ORDER NUMBER : 4 (Name, address) 7295 4th Street BATE : A 2 . 11 . 2013 Vero Beach , FL : ARCHITECTS PROJECT NO 0435A CONTRACT DATE: 1100702012 CONTRACTOR: Close Construction , LLC CONTRACT FOR: (Name, address ) 301 N . W. 4th Ave . Okeechobee , FL 34972 The Contract is changed as follows: The addition of labor, equipment and materials to complete the following : 1 . Additional concrete slab non -reinforced 24' x 15' x 6" thick 4 , 000 psi with fibermesh i Drawdy Concrete Construction ($40/SY x 40 SY) $ 12600 . 00 Change Order Total : $ 1 , 600 . 00 The original (Contract Sum ) (Guaranteed Maximum Price) was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 1 , 2 $ $ ,482 . 00 Net change by previously authorized Change Orders , I & 0 1 1 1 1 1 1 1 1 * 1 * 0 0 # I I I V I , , b . 0 * . , , r . . . . . . *$ 0 . 00 The (Contract Sum ) ( Guaranteed Maximum Price) prior to this Change Order was " $ 1 . 9288 , 482 . 00 The (Contract Sum ) (Guaranteed Maximum Price) will be (increased) (decreased ) (unchanged) by this Change Order in the amount of, . . . . . . . . 19600s00 The new (Contract Sum ) (Guaranteed Maximum Price) including this Change Order will be . . . . . . . . . . . . $ 1 , 290 , 082 . 00 . The Contract Time will be (increased) (decreased) (unchanged) by ( ) days. The date of Substantial Completion as of the date of this Change Order therefore is NOTE This summary does not reflect changes in the Contract Sum , Contract Time or Guaranteed Maximum Price which have been authorized by Construction Change Directive. OWNER . CONTRACTOR Indian River County Close Construction, LLC Address Address 1801 27th Street 301 N .W. 4th Ave. Vero Beach , FL Okee hobee, 34972 BY DATE DATE ` . d