File #: 21-4548    Version: 1 Name: Automotive Repair Zones 5, 6, 7, 8, 9/10
Type: Contract Amendment Status: Approved
File created: 8/5/2021 In control: Board of Commissioners
On agenda: 9/23/2021 Final action: 9/23/2021
Title: PROPOSED CONTRACT AMENDMENT Department(s): Cook County Sheriff's Office Vendor: Vendor Per Zone: Zone 5 - Auto Experts of Oak Park, Oak Park, Illinois Zone 6 - Viking II d/b/a Gordon's on Western, Chicago, Illinois Zone 8 - Larry's Auto Repair d/b/a Beverly Hills Garage, Chicago, Illinois Zone 9/10 - URT E&R Towing, Inc., Markham, Illinois Request: Authorization for the Chief Procurement Officer to renew contract Good(s) or Service(s): Automobile Maintenance and Repair Services Original Contract Period: 12/1/2017 - 11/30/2020, with two (2), one (1) year renewal options Proposed Amendment Type: Renewal Proposed Contract Period: 12/1/2021 - 11/30/2022 Total Current Contract Amount Authority: Per Zone as Follows: Zone 5 - $1,288,273.00 (Auto Experts of Oak Park) Zone 6 - $1,568,530.00 (Viking II d/b/a Gordon's on Western) Zone 8 - $2,110,055.00 (Larry's Auto Repair d/b/a Beverly Hills Garage) Zone 9/10 - $3,692,575.94 (URT E&R Towing, Inc.) Original Approval (Boa...
Indexes: THOMAS J. DART, Sheriff of Cook County

title

PROPOSED CONTRACT AMENDMENT

 

Department(s):  Cook County Sheriff’s Office 

 

Vendor: 

Vendor Per Zone:

Zone 5 - Auto Experts of Oak Park, Oak Park, Illinois

Zone 6 - Viking II d/b/a Gordon’s on Western, Chicago, Illinois

Zone 8 - Larry’s Auto Repair d/b/a Beverly Hills Garage, Chicago, Illinois

Zone 9/10 - URT E&R Towing, Inc., Markham, Illinois 

 

Request: Authorization for the Chief Procurement Officer to renew contract 

 

Good(s) or Service(s):  Automobile Maintenance and Repair Services

 

Original Contract Period: 12/1/2017 - 11/30/2020, with two (2), one (1) year renewal options

 

Proposed Amendment Type: Renewal

 

Proposed Contract Period:  12/1/2021 - 11/30/2022 

 

Total Current Contract Amount Authority:  

Per Zone as Follows:

Zone 5 - $1,288,273.00 (Auto Experts of Oak Park)

Zone 6 - $1,568,530.00 (Viking II d/b/a Gordon’s on Western)

Zone 8 - $2,110,055.00 (Larry’s Auto Repair d/b/a Beverly Hills Garage)

Zone 9/10 - $3,692,575.94 (URT E&R Towing, Inc.)

 

Original Approval (Board or Procurement):  Board, 11/15/2017, Total Combined Contract Value - $8,660,430.94

 

Increase Requested:  N/A

 

Previous Board Increase(s):  N/A

 

Previous Chief Procurement Officer Increase(s): N/A

 

Previous Board Renewals:  N/A

 

Previous Chief Procurement Officer Renewals:  Renewal Term: 12/1/2020 - 11/30/2021

Zone 5: 1712-16448B - 12/23/2020

Zone 6: 1712-16448C - 3/2/2021

Zone 8: 1712-16776 - 12/29/2020

Zone 9/10: 1712-16448E - 2/3/2021

 

Previous Board Extension(s): N/A

 

Previous Chief Procurement Officer Extension(s): N/A

 

Potential Fiscal Impact:  FY 2022 $0

 

Accounts: 11100.1499.13355.540250 (Automotive Operation and Maintenance)

 

Contract Number(s): 

Zone 5 - 1712-16448B

Zone 6 - 1712-16448C

Zone 8 - 1712-16776

Zone 9/10 - 1712-16448E

 

Concurrences:

Zone 5 - The vendor has met the Minority- and Women-owned Business Enterprise Ordinance via full MWBE waiver.

Zone 6 - The vendor has met the Minority- and Women-owned Business Enterprise Ordinance via direct participation and a partial MWBE waiver.

Zone 8 - The vendor has met the Minority- and Women-owned Business Enterprise Ordinance via direct participation.

Zone 9/10 - The vendor has met the Minority- and Women-owned Business Enterprise Ordinance via direct participation, partial MBE and a full WBE waiver.

 

The Chief Procurement Officer concurs.

 

Summary:  The Sheriff’s Office is requesting that the Office of the Chief Procurement Officer renew the aforementioned contracts. This second and final renewal of two (2), one (1) year renewal options will allow the Sheriff’s Fleet Management and Logistics Department to continue to provide automotive maintenance and repair services to vehicles that cannot be repaired in-house for the vehicle fleets of 24 County agencies.

 

This contract was awarded through a publicly advertised competitive bidding process in accordance with the Cook County Procurement Code. Each awarded vendor was the lowest, responsive, and responsible bidder in its Zone. 

end