TRANSMITTAL LETTER FOR BOARD MEETING OF FEBRUARY 20, 2025
COMMITTEE ON PROCUREMENT
Mr. Brian A. Perkovich, Executive Director
Title
Authority to award Contract 24-616-11, Furnish and Deliver Chiller Parts and Services to Various Locations, to Air Comfort, LLC (Groups A and C), in an amount not to exceed $605,000.00, Accounts 101-67000, 68000-612680, and 623270, Requisitions 1622711 and 1622716
Body
Dear Sir:
On September 19, 2024, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids, Contract 24-616-11 Furnish and Deliver Chiller Parts and Services to Various Locations.
In response to a public advertisement of November 27, 2024, a bid opening was held on December 17, 2024. The bid tabulation for this contract is:
GROUP A: NORTH SERVICE AREA
AIR COMFORT, LLC $285,450.00
GROUP B: STICKNEY SERVICE AREA
CARRIER CORPORATION *$421,196.92
AIR COMFORT, LLC $455,691.00
GROUP C: CALUMET SERVICE AREA
AIR COMFORT, LLC $334,344.00
*Corrected Total
The quantities specified in the contract documents were used for the purpose of comparing bids and establishing unit prices. The total amount to be expended on this contract, should usage differ from the quantities, is not to exceed $277,000.00 for Group A, and $328,000.00 for Group C.
Group B of this contract is under review.
Air Comfort, LLC, the lowest responsible bidder for Groups A and C is proposing to perform the contract in accordance with the specifications. The estimated cost for this contract is $605,000.00 for Group A and C combined, placing their bid of $619,794.00 for Groups A and B, approximately 2.4 percent above the engineers cost estimate.
Air Comfort, LLC, has executed the Multi-Project Labor Agreement (MPLA) certificate as required. It is anticipated that the following construction trades will be utilized on this contract: pipefitters and laborers. The list of construction trades is not intended to confer any rights or jurisdiction upon any union or unions.
The Affirmative Action Ordinance, Revised Appendix D, and the Appendix V, is not included in this contract due to the highly specialized nature of the work and the insufficient number of VBE/WBE/MBE firms available that can perform this scope of work.
The contract will employ approximately nine (9) people for these services.
The contractors shall commence work upon approval of the contractor’s bond and the contract will terminate 3 years thereafter, or upon expenditure of available funds, whichever occurs sooner.
In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 24-616-11, to Air Comfort, LLC (Groups A and C), in an amount not to exceed $605,000.00, subject to the contractors furnishing performance bonds in form satisfactory to the Law Department and approved by the Director of Procurement and Materials Management.
Funds for the 2025 expenditures for Group A, in the amount of $59,500.00 are available in Accounts 101-67000-612680, and 623270. The estimated expenditures for 2026, 2027, and 2028 are $93,800.00, $101,800.00, and $21,900.00, respectively. The expenditures for 2026, 2027, and 2028 are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
Funds for the 2025 expenditures for Group C, in the amount of $64,500.00 are available in Accounts 101-68000-612680, and 623270. The estimated expenditures for 2026, 2027, and 2028 are $106,100.00, $131,000.00, and $26,400.00, respectively. The expenditures for 2026, 2027, and 2028 are contingent on the Board of Commissioners’ approval of the District’s budget for those years.
Requested, John P. Murray, Director of Maintenance and Operations
Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:pk
Respectfully Submitted, Precious Brady-Davis, Chairperson Committee on Procurement
Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for February 20, 2025