5th Change Order 03/06/2025 MONROE COUNTY/DEPARTMENT or AiRpom
CoNmcr CHANGE ORDER
PROJECT TITLE: MTH Chiller Replacement CHANGE ORDER NO: 5
INITIATION DATE,.- Jebruary 27, 2O25
TO CONTRACTOR: Air Mechanical &Service CONTRACT DATE: October 19, 2022
Corporation
The Contract is changed as follows:
The original (Contract Sum),(Guaranteed Maximum Price)............................................ $ 423,500.00
Net change by previously authorized Change Orders.................................................. $ 5214.10
The(Contract Sum)(Guaranteed Maximum Price) prior to this Change order was.............$ 423,500.00
The(Contract Sum)(Guaranteed Maximum Price)will be (increased)(decreased)
(unchanged) by this Change Order....., $ 465,7.67
The new(Contract Sum)_(Guaranteed Maximum Price) including this Change Order is....... $ 423,500.00
The Contract Time will be(increased) (decreased) (unchanged) by............................... 0 days
The date of Substantial Completion as of the date of this Change Order is....................... June 17, 2024
Detailed description of change order and'justification:
This change order is to replace a DDC Temperature Controller
This Change Order#5, for$4657.67, is to be paid from the Unforeseen Conditions Allowance,.
This change Order is 1.1% of the original contract price.
Not valid until signed by Owner,Architect (iif app I!cable), and Contractor
ARCHITECT: 2/27/25
Date
CONTRACTOR: /"' ?55Z'-19;0K'2�/ 7/2025
e, Date
03.03.2025
DIRECTOR OF AIRPORTS
Digitally signeP@�thristine
Christine Hurley Hurley
MONROE COUNTY: Date:2025.03.06 09:15:34-05'00'
Asst./County Administrator Date
NPOE COUNTY ATTOnNEY
ArIlOVE '§'T FO,FW
7 "
TE7 J.
--MERCADG
ASStI A COUNTY ATMRNEY
C
Dot I r-
Change Order Attachment per Monroe County Code Section 2-58(b)
- Change Order was not included in the original contract specifications. Yes No X
If Yes, explanation:
- Change Order was included in the original specifications. Yes No ( X
If Yes, explanation of increase in price:
- Change Order exceeds$50,000 or 5%of contract price(whichever is greater).Yes No X
If Yes, explanation as to why it is not subject for a calling for bids:
- Project architect approves the change order. Yes( X ) No
If no,explanation of why:
- Change Order is correcting an error or omission in design document. Yes No ( X
Should a claim under the applicable professional liability policy be made? Yes No ( X
Explain:
2700 Avenue of the Americas
Englewood, Florida 34224
Phone 941-475-3715
Fax 941-475-37'25
February 18, 2025
Florida Keys Marathon
International Airport
9400 Overseas Highway
Maratho IFllorida, 33050
Attn: Ryan, Forney
Subjiect: Change Order Request#3 MTH Chiller Replacement Project (Project #
403-6351 10 and 4,03-163,5111)
Dear Ryan,
In reference to the above subject project, Air Mechanical & Service Corp is
requestingi an add change order in the following amount:
Additional Temperature Control Work: $4050.,15
AMSCO marku-up 15%: $607.52
Total change order request: +$4657.67
If further information is required, please contact me.
Sincerel
Blaine Byers
Service Sales
Invoice
ADVANCED Invoice Number
/� CONTROL CORPORATION SD78895
6001 NIE 14th Avenue,Fort Lauderdale,FL 33334 Invoice Date
9/3/2024
Bill To: Air Mechanical Re: Marathon Airport
2700 Avenue of the Americas 9400 Oversea Highway
Englewood, FL 34224
Marathon, FL 33050
Description: Marathon Airport
Job No Customer Job,No Customer PO Quote,No Clue Date
SO40284 E33597 10/3/2024
Chiller issue
Quahtity. Description U/M Rate/Unit Price
1.00 Repaired 12850 INFINIT II CONTROLLER, 4 universal inputs, 1 EACH 1,485.00 1,485.00
airflow sensor, 3 form A relays, 1 tri-state output, 1 Smart
Sensor/Room Sensor input, xP Expansion port
10.47 Tech Rate HR 245.00 2,565.15
Subtotal $ 4,050.15
Sales Tax(if applicable) $ 0.00
Total Due $ 4,050.15
Thank you for your business/