Loading...
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/