To watch the live meeting proceedings, please refresh this page at the scheduled meeting time, a link labeled "In Progress" will appear under the Video column
File #: 21-0043    Version: 1
Type: Agenda Item Status: Adopted
File created: 1/6/2021 In control: Procurement Committee
On agenda: 1/21/2021 Final action: 1/21/2021
Title: Authority to award Contract 21-012-11, Furnish and Deliver Paint, Brushes, Solvents and Stains to Various Locations for a One (1) Year Period, Groups A and B, to The Sherwin-Williams Company, in an amount not to exceed $28,783.52, Account 101-20000-623190
Attachments: 1. Contract 21-012-11 Item Descriptions - Group A.pdf, 2. Contract 21-012-11 Item Descriptions - Group B.pdf

TRANSMITTAL LETTER FOR BOARD MEETING OF JANUARY 21, 2021

 

COMMITTEE ON PROCUREMENT

 

Mr. Brian A. Perkovich, Executive Director

 

Title

Authority to award Contract 21-012-11, Furnish and Deliver Paint, Brushes, Solvents and Stains to Various Locations for a One (1) Year Period, Groups A and B, to The Sherwin-Williams Company, in an amount not to exceed $28,783.52, Account 101-20000-623190

Body

 

Dear Sir:

 

On November 19, 2020, the Board of Commissioners authorized the Director of Procurement and Materials Management to advertise for bids Contract 21-012-11, Furnish and Deliver Paint, Brushes, Solvents and Stains to Various Locations for a One (1) Year Period, beginning approximately March 1, 2021 and ending February 28, 2022.

 

In response to a public advertisement of December 2, 2020, a bid opening was held on December 15, 2020. The bid tabulation for this contract is:

 

GROUP A:  PAINT SUPPLIES

THE SHERWIN-WILLIAMS COMPANY                     *$6,243.11

TAZA SUPPLIES D/B/A TILES IN STYLE, LLC                     *$8,582.69

PPG ARCHITECTURAL FINISHES INC                     *$9,520.48

*corrected total

 

GROUP B:  PAINTS AND SOLVENTS

THE SHERWIN-WILLIAMS COMPANY                     $22,540.41

PPG ARCHITECTURAL FINISHES INC                     $23,733.19

                    

The Sherwin-Williams Company, the lowest responsible bidder for Group A, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group A of this contract was $7,000.00, placing their bid of $6,243.11 approximately 10.8 percent below the total estimate.

 

The Sherwin-Williams Company, the lowest responsible bidder for Group B, is proposing to perform the contract in accordance with the specifications.  The estimated cost for Group B of this contract was $24,000.00, placing their bid of $22,540.41 approximately 6.1 percent below the total estimate.

 

The Multi-Project Labor Agreement (MPLA) is not applicable to this contract because it is primarily a furnish and deliver contract.

 

The Affirmative Action Ordinance, Revised Appendix D applies only to construction contracts over a $100,000.00 threshold. These sections on page D-5 of the Ordinance address the types of covered contracts:

 

                     Section 4, Coverage: The following provisions, to be known as "Appendix D" together with relevant forms shall apply and be appended to every construction contract awarded by the District where the estimated total expenditure is in excess of $100,000.00, except contracts let in the event of an emergency contract pursuant to 70 ILCS 2605/11.5."

 

                     Section 5. Definitions: (g) "Construction contract" means any District contract or amendment thereto, providing for a total expenditure in excess on One Hundred Thousand Dollars ($100,000.00) for the construction, demolition, replacement, major repair or renovation and maintenance of real property and improvement thereon or sludge hauling and any other related contract which the District deems appropriate to be subject to Appendix D consistent with the Ordinance.

 

In view of the foregoing, it is recommended that the Director of Procurement and Materials Management be authorized to award Contract 21-012-11, Groups A and B, to The Sherwin-Williams Company, in an amount not to exceed $28,783.52.

 

Purchase orders will be issued for the material as required.  Payment will be based on the unit cost as indicated in the contract documents.

 

There was no bid deposit required for this contract.

 

Funds are available in Account 101-20000-623190.

 

Recommended, Darlene A. LoCascio, Director of Procurement and Materials Management, DAL:SEB:MS:cc

Respectfully Submitted, Barbara J. McGowan, Chairman Committee on Procurement

Disposition of this agenda item will be documented in the official Regular Board Meeting Minutes of the Board of Commissioners for January 21, 2021

 

Attachments