1               NATURAL RESOURCES, DEPARTMENT OF


File Date: 2/26/2016


Latest Filing - 03/23/2016:

An affidavit was filed in the same filing quarter reporting the Actual Total Cost of this Emergency Purchase is

$497,093.52.

 

Original Filing - 02/26/2016:

An Emergency Purchase is required for Adeline Jay Geo-Karis Illinois Beach State Park, located in Zion, Illinois. Stretching for 6.5 miles along the sand shore of Lake Michigan in northeast Illinois, Illinois Beach State Park encompasses the only remaining beach ridge shoreline left in the State. The Park shoreline is in a dynamic state due to erosive effects of Lake Michigan wave action. The erosion of the main swim beach has worsened over the past few years. Erosion has become quite severe as no ice barrier has occurred on Lake Michigan allowing for relief or erosion as a typical winter provides. Presently two separate sewage manholes are in danger of being undermined. If the sand is eroded away from these concrete structures, the main campground at Illinois Beach State Park will require closure as the shower building and sanitary dump station cannot be operated. An estimated 30,000 tons of sand will be provided and placed on the beach. The sand will nourish the beach and provide for stabilization. This Emergency Purchase has an expected start date of 02/17/2016 through 04/30/2016 with an Original Estimated Cost of $539,600.00.

Signed By: Karen Rueter, Procurement Officer


Vendor: Thelen Sand and Gravel, Inc.


Notary Date: 2/17/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$539,600.00

Estimate

Date

$497,093.52

Final Cost

$497,093.52

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


2               NATURAL RESOURCES, DEPARTMENT OF


File Date: 3/16/2016


This contract will provide necessary damage assessment and construction services in order to restore the sewage treatment plant at Starved Rock State Park. The sewage treatment plant processes waste from the entire        park system including the lodge, visitors' center, campground, office and maintenance buildings and restroom facilities. The plant requires the use of three large sewage pumps for normal day to day operations; however,  the plant is currently utilizing one large pump and one smaller temporary pump in order to keep the plant operational. These repairs require immediate action to remove the serious risks to the health and safety of the public, lodge, concessionaire, volunteers and staff and to eliminate a potential disruption of state services that generate revenue. This Emergency Purchase has an expected start date of 03/07/2016 through 06/30/2016     with an Original Estimated Cost of $335,000.00.

Signed By: Melissa Orrill, Assistant Agency Purchasing Officer


Vendor: Vissering Construction Co. and McClure Engineering


Notary Date: 3/8/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$335,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


3               CORRECTIONS - GENERAL OFFICE


File Date: 1/5/2016


Latest Filing - 02/25/2016:

On February 25, 2016, an affidavit was received in the same filing quarter, reporting an extension for dates starting 03/01/2016 to 04/03/2016 at an additional estimated cost of $44,000.00, increasing the estimated cost to $127,000.00.

 

Original Filing - 01/05/2016:

Logan Correctional Center currently has a contract with Arch Coal to supply coal to Logan Correctional  Center. Arch Coal will no longer supply coal to Logan Correctional Center due to the large amount of money that is already owed to Arch Coal for the time frame of July 1, 2015 thru 12/1/2015. Coal is the sole source used for heat at Logan Correctional Center, along with the heating of water. The Power Plant is the sole source of  our power which runs by steam. This is a one-time emergency procurement for a period of 60 days. This Emergency Purchase has an expected start date of 01/04/2016 through 02/29/2016 with an Original Estimated Cost of $83,000.00.

Signed By: Kylie Carter, State Purchasing Officer


Vendor: Knight Hawk Coal, LLC


Notary Date: 1/4/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$83,000.00

Estimate

$127,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


4               CORRECTIONS - GENERAL OFFICE


File Date: 2/2/2016


Illinois Correctional Industries (ICI) uses spices and seasonings in the manufacture of food for inmates and for sale to various state agencies. ICI had a long-term contract for spices that are provided to facilities and also to use in food production for customers. The contract was up for renewal in December, but due to the contract language and vendors requesting a huge increase in prices, CMS and the CPO's Office would not allow the renewal to get approved. Therefore, the previous contract expired and a new solicitation was posted. Bids were received for Solicitation 228147 by CMS on 01/19/2016 and are currently being reviewed. Vendors include: MJ Kellner; Chicago Meat Group, Inc; 86 Food Service; Neiman Brothers Company, Inc.; and, Bianchi Milling Enterprises, Inc. This Emergency Purchase has an expected start date of 01/29/2016 through 04/27/2016       with an Original Estimated Cost of $200,000.00.

Signed By: Justin Weigler, Procurement Liaison


Vendor: Various Vendors


Notary Date: 1/29/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$200,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 

 


 

5               CORRECTIONS - GENERAL OFFICE


File Date: 2/17/2016


To establish bread/bun base and sweet dough base in order to meet Illinois Correctional Industries needs for production of food staples for Department of Corrections, Illinois Department of Human Services, Illinois Department of Juvenile Justice, Illinois Department of Veterans Affairs, and various local school districts.   This Emergency Purchase is the result of no fiscal budget and vendor refusal of deliveries of these raw materials. So as not to interrupt customer demands and to prevent or minimize serious disruption to the Illinois Department of Corrections and other State Agencies, it is imperative that this Emergency Purchase be made.

The amount ordered will provide a sufficient amount of base needed for the production and sales of various bread and bun products along with sweet goods needed to provide to IDOC, DJJ, IDHS, Veterans' Affairs and various local school districts. This Emergency Purchase has an expected start date of 02/12/2016 through 05/11/2016 with an Original Estimated Cost of $190,000.00.

Signed By: Justin Weigler, Procurement Liaison


Vendor: 86 Food Service LLC


Notary Date: 2/16/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$190,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


6               HUMAN SERVICES, DEPARTMENT OF


File Date: 2/29/2016


The Mabley Developmental Center in Dixon, Illinois, is declaring an emergency to complete bathroom repairs in order to meet Public Health Safety Codes. Deficiencies in the bathrooms were cited as not meeting Public Health codes. Repairs began under a small purchase, but undiscovered conditions require more extensive repairs. Therefore an emergency is needed to cover the extra costs over the small purchase limit. This Emergency Purchase has an expected start date of 02/22/2016 through 03/21/2016 with an Original Estimated Cost of $30,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Swanson Construction Company


Notary Date: 2/25/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$30,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 

 


 

7               MILITARY AFFAIRS, DEPARTMENT OF


File Date: 1/22/2016


Latest Filing - 02/29/2016:

On February 29, 2016, an Affidavit was received in the same filing quarter, restating the Actual Total Cost expended for dates 01/12/2016 through 05/17/2014 at $39,451.29.

 

Original Filing - 01/22/2016:

This emergency purchase is for a boiler replacement at the Peoria Army Aviation Support Facility #3 which houses aircraft and other equipment. A controlled environment is required at this facility to prevent damage to the property, and provide a safe work environment for the soldiers who work there. The first available qualified HVAC vendor provided an acceptable proposal. This Emergency Purchase has an expected start date of 01/12/2016 through 05/17/2016 with an Actual Cost of $37,500.00.

Signed By: Harold Wilson, Assistant Fiscal Officer


Vendor: Illinois Mechanical Service & Design, Inc.


Notary Date: 1/19/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$37,500.00

Estimate

Date

$39,451.29

Final Cost

$39,451.29

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


8               VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 1/7/2016


Third Filing - 01/29/2016:

A letter was received in the same filing quarter, on January 29, 2016 reporting an actual cost expended of

$82,916.25 for dates 10/08/2015 to 01/05/2016, leaving an estimated balance of $250,000.00.

 

Second Filing - 01/13/2016:

A letter was received in the same filing quarter on January 13, 2016, requesting an extension for dates starting 01/06/2016 to 01/05/2017 at an additional estimated cost of $250,000.00, increasing the revised estimated cost to $350,000.00.

 

Original Filing - 01/07/2016:

Due to the outbreak of the Legionnaires' disease, Center for Disease Control advised the home to contract with this vendor to conduct water testing. It was determined that an emergency contract should be completed and posted for management and implementation of a Water Safety Remediation Plan, and the testing of water samples for Legionnaires' bacteria. The vendor will document and validate the findings of the water sample testing. This service is needed until the water sample testing comes back with negative results each time. This Emergency Purchase has an expected start date of 10/08/2015 through 01/05/2016 with an Original Estimated Cost of $100,000.00.

Signed By: Deborah Miller, Chief Fiscal Officer


Vendor: Phigenics LLC


Notary Date: 12/22/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$100,000.00

Estimate

$350,000.00

Date

$82,916.25

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


9               CAPITAL DEVELOPMENT BOARD


File Date: 3/14/2016


Second Filing - 03/29/16:

On March 29, 2016, an affidavit was received in the same filing quarter, adding Ideal Heating Company as a second vendor to this Emergency Purchase. The Estimated Cost for Henneman Engineering is now $38,500.00 and the Estimated Cost for Ideal Heating Company is $380,000.00, increasing the estimated cost to

$418,500.00.

 

Original Filing - 03/14/16:

The cooling system at the James R. Thompson Center has failed on numerous occasions and can no longer be sufficiently maintained. If additional cooling pumps fail, the building will not be cooled during the impending summer months and potentially cause a building-wide shut down as well as damage to IT systems. An emergency purchase is necessary in order to expedite a review of all repair options in order to have a reliable system as soon as possible. Vendor will provide an evaluation of the system, recommend solutions, including cost estimates, and an expedited design and observation of repairs. This Emergency Purchase has an expected start date of 03/072016 through 06/04/2016 with an Original Estimated Cost of $67,500.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Henneman Engineering Inc. & Ideal Heating Company


Notary Date: 3/8/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$67,500.00

Estimate

$418,500.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


10           ILLINOIS FINANCE AUTHORITY


File Date: 1/28/2016


Due to a lack of a State budget, many vendors of essential governmental services may no longer be able to provide services without payment. Legal counsel is providing services to develop a bond issue secured by a moral obligation pledge to purchase receivables so that essential state services can continue. Of the law firms selected by the Authority to provide legal services to the Authority under IPB# 22032334, pursuant to a competitive RFP, only four firms had experience with moral obligation bond issues. One did not have experience in providing bond counsel services, one already had significant assignments with the Authority, and one had a conflict in serving in this role. Katten has worked on several moral obligation bond issues, has extensive bond counsel experience, and as counsel to the Authority when it was created, has significant experience in analyzing the Authority's statute. The proceeds of the bond issue will be used to address funding for one or more of the following in the absence of an enacted appropriation for Fiscal Year 2016, a court order or consent decree: (i) threat(s) to public health or public safety; (ii) if immediate expenditure is necessary for repairs to state property in order to protect against further loss or damage to State property; (iii) to prevent or minimize serious disruption of critical State services that affect health safety or collection of substantial State revenues; or, (iv) to ensure the integrity of State records. Examples of funding are to purchase receivables for food to prisoners or veterans homes, or to ensure the cleanliness of state buildings including the public areas and restrooms. Bond counsel is necessary to advise as to legal matters relating to the issuance of bonds for such purposes. This Emergency Purchase has an expected start date of 09/18/2015 through 12/17/2015 with an Actual Cost of $72,150.00.

Signed By: Maye Kelsey, State Purchasing Officer


Vendor: Katten Muchin Rosenman LLP


Notary Date: 1/21/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$72,150.00

Final Cost

$72,150.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


11           ILLINOIS FINANCE AUTHORITY


File Date: 3/4/2016


Due to a lack of a State budget, many vendors of essential governmental services may no longer be able to provide services without payment. Legal counsel is providing services to develop a bond issue secured by a moral obligation pledge to purchase receivables so that essential state services can continue and also to provide legal advice as to the purchase from Authority funds or bond proceeds of receivables of certain                vendors to the State of Illinois or its agencies or departments. The vendor was selected based in part on the vendor’s expertise with prior moral obligation bond issues of the Authority, expertise in the vendor receivables program, as well as extensive knowledge of the Authority’s Act and the Authority’s powers there under. The purchase of receivables, from either Authority funds or bond proceeds, will be used to address funding for one or more of the following in the absence of an enacted appropriation for Fiscal Year 2016, a court order or consent decree: (i) threat(s) to public health or public safety; (ii) if immediate expenditure is necessary for repairs to state property in order to protect against further loss or damage to State property; (iii) to prevent or minimize serious disruption of critical State services that affect health safety or collection of substantial State revenues; or, (iv) to ensure the integrity of State records. Examples of funding are to purchase receivables for food to prisoners or veterans homes, or to ensure the cleanliness of state buildings including the public areas and restrooms. Services of this vendor are necessary to review and advise as the agreement assigning the receivables to develop a checklist regarding purchase of receivables, legal research and advice regarding the Authority’s powers under the Authority’s Act, advice as to Uniform Commercial Code matters and implementation            of lien, bankruptcy and litigation searches on potential vendors. This Emergency Purchase has an           expected start date of 12/01/2015 through 02/26/2016 with an Actual Cost of $75,000.00.

Signed By: Christophe Meister, Executive Director


Vendor: Mayer Brown LLP


Notary Date: 2/19/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$0.00

Estimate

Date

$75,000.00

Final Cost

$75,000.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


12           EASTERN ILLINOIS UNIVERSITY


File Date: 1/6/2016


Second Filing - 01/18/2016:

A letter was received in the same filing quarter on January 8, 2016, requesting an extension for dates starting 01/31/2016 to 12/31/2016 at an additional estimated cost of $5,500,000.00, increasing the original estimated cost to $5,850,000.00.

 

Original Filing - 01/06/2016:

The federal Patient Protection Affordable Care Act (ACA) imposed new mandates on employers to offer affordable health insurance to their full-time employees, or be subject to significant penalties. The existing SEGIP eligibility requirements are established by statute, and the current eligibility criteria does not extend coverage to certain University employee groups required under the ACA. Under the ACA, coverage is required to be offered by January 1, 2016. To date, no legislative solution has been offered to extend SEGIP coverage to the employee groups, and to our knowledge, no current plans to amend legislation exist. As such,         IPHEC has engaged in a two-year process to try and identify an insurance solution to offer affordable health insurance coverage to the groups that meet the employer obligations under the ACA Employer Shared Responsibility. After three failed solicitations, the University consulted with the Chief Procurement Officer regarding the best approach to address this compliance mandate and determined that procuring coverage for the key population on an emergency basis was necessary in order to meet the January 1 deadline. Once required coverage is in place, the University will continue to explore available methods to address requirements of the employer mandate and coverage options for our employees. This Emergency Purchase has an expected start date of 11/02/2015 through 01/01/2016 with an Estimated Cost of $350,000.00.

Signed By: Aaron Carter, Executive Director IPHEC


Vendor: Mercer Health & Benefits LLC


Notary Date: 11/2/2016


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$350,000.00

Estimate

$5,850,000.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


 

 

 

 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


13           CENTRAL MANAGEMENT SERVICES


File Date: 3/16/2016


Latest Filing - 03/16/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 5 is $140,205.49.

 

Original Filing - 09/30/2015: FY16, Qtr 1, Item# 5:

CMS conducted a competitive procurement for temporary services in Regions 2, 3, and 4 (entire State except Chicago/Cook County). Awards were made to the lost cost vendors in each Region. Subsequent to the posting of the Awards, the winning vendor in Regions 2 and 4 elected to withdraw from their award due to financial issues. The next lowest cost vendor in Regions 2 and 4 who received an award as a second vendor, and would become the primary vendor under these circumstances, elected not to accept to become the primary vendor.   We found that other vendors who bid had excessively high pricing. The importance of services in Regions 2 and 4 required CMS to do an emergency contract for these Regions to minimize disruptions of critical State services to Agencies who depend on the support of temporary workers. The contract will be with a vendor who currently services Region 1 (Cook County). CMS has reviewed the Vendor’s pricing and has determined such pricing     is reasonable. This Emergency Purchase has an expected start date of 09/29/2015 through 12/28/2015 with    an Original Estimated Cost of $212,000.00.

Signed By: Norma Sutton, Procurement Officer


Vendor: Anchor Staffing


Notary Date: 9/25/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$212,000.00

Estimate

Date

$140,205.49

Final Cost

$140,205.49

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


14           DEPARTMENT OF JUVENILE JUSTICE


File Date: 1/22/2016


Latest Filing - 01/22/2016:

The Actual Total Cost of FY15, Qtr 2, Item# 8; FY15, Qtr 3, Item# 25; and FY15, Qtr 4, Item# 33 is

$143,250.00.

 

Third Filing - 06/05/2015: FY15, Qtr 4, Item# 33:

An Affidavit was received on June 5, 2015 reporting an extension for dates beginning 06/23/2014 to 10/22/2015 at an additional estimated cost of $65,000.00, making a revised estimated cost of $195,000.00.

 

Second Filing - 01/27/2015: FY15, Qtr 3, Item# 25:

An Affidavit was received on January 27, 2015 reporting an extension for dates beginning 12/24/2014 to 06/22/2015 at an additional estimated cost of $55,000.00, making a revised estimated cost of $130,000.00.

 

Original Filing - 10/06/2014: FY15, Qtr 2, Item# 8:

The Illinois Department of Juvenile Justice is currently legally bound by a Federal Consent Decree that requires IDJJ to develop individualized case plans for each youth in the Department's custody. This emergency purchase will allow IDJJ to start utilizing the assessment tools and be in compliance with the consent       decree while pursuing a Request for Procurement for a multi-year contract. This Emergency Purchase has      an expected start date of 09/25/2014 through 12/23/2014 with an original estimated cost of $75,000.00.

Signed By: Bryan Questelle, Business Administrator of IYC Harrisburg


Vendor: Orbis Partners Inc


Notary Date: 9/30/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

$195,000.00

Date

$143,250.00

Final Cost

$143,250.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


15           CORRECTIONS - GENERAL OFFICE


File Date: 2/19/2016


Latest Filing - 02/19/2016:

A letter was received on February 19, 2016 requesting an extension for dates starting 12/31/2015 to 08/19/2016 at an additional estimated cost of $77,280.00, bringing the total estimated cost to 110,400.00.

 

Second Filing - 10/15/2015: FY16, Qtr 2, Item# 33:

An affidavit was received reducing the original estimated cost of $110,400.00, for the time period of10/01/2015 through 12/30/2015, to the new estimated cost of $33,120.00.

 

Original Filing - 09/28/2015: FY 16, Qtr 1, Item# 8:

The Illinois Department of Corrections seeks to secure the services of one or more Department of Justice (DOJ)-Certified Prison Rape Elimination Act (PREA) Auditors to perform PREA audits at all IDOC Correction Facilities in order to bring the department into compliance under the Prison Rape Elimination Act of        2003. The initial audits must be completed by August 19, 2016 to be in compliance with the PREA requirements, and to avoid the possible loss of Federal funding. This Emergency Purchase has an expected start date of 10/01/2015 through 12/30/2015 with an Original Estimated Cost of $110,400.00.

Signed By: Michael Knauer, Procurement Officer


Vendor: The Nakamoto Group Inc.


Notary Date: 9/25/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$110,400.00

Estimate

$110,400.00

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


16           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY15, Qtr 4, Item# 10 is $15,947.25.

 

Original Filing - 05/11/2015: FY15, Qtr 4, Item# 10:

This vendor has provided the on-line Learning Management Services (LMS) to DHS for the past several years. LMS allows employees in our Developmental and Mental Health Centers to maintain their State and Federally required certification that is necessary to perform their jobs. LMS contains training records used by the Centers to obtain accreditation by The Joint Commission and other accreditation and certification bodies.

Without the accreditation, Federal Medicaid funds would be lost and hospitals potentially close. DHS is currently procuring these services through a Request for Proposal. This Emergency Purchase has an expected start date of 05/05/2015 through 08/03/2015 with an Original Estimated Cost of $17,500.00.

Signed By: William Strahle, Procurement Officer


Vendor: HealthcareSource


Notary Date: 5/7/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$17,500.00

Estimate

Date

$15,947.25

Final Cost

$15,947.25

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


17           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY15, Qtr 4, Item# 13 is $54,684.00.

 

Original Filing - 05/21/2015: FY15, Qtr 4, Item# 13:

The main AC unit in the Mabley Center's Administration Building which also serves the individuals for vocational services has failed. Our most fragile individuals with many medical concerns would most likely be unable to attend their onsite vocational setting without proper air conditioning during hot and/or humid days. If the individuals are not able to attend their vocational setting we would not meet the needs of our individuals served and would be at risk for citations from IDPH. The Center would also be at risk for OSHA citations for the employees who work in this building. This Emergency Purchase has an expected start date of 05/19/2015 through 08/17/2015 with an Original Estimated Cost of $100,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Triton Test, Balance and Design


Notary Date: 5/20/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$100,000.00

Estimate

Date

$54,684.00

Final Cost

$54,684.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


18           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY15, Qtr 4, Item# 14 is $135,554.00.

 

Original Filing - 06/08/2015: FY 15, Qtr 4, Item# 14:

The Choate Developmental and Mental Health Center is experiencing a continued failure of the chillers for the living quarters at the facility. One chiller is only maintaining 75% capacity while another is under 50% capacity. Cooling must be maintained for the residences or DHS will be required to move the residents. DHS is declaring an emergency to repair or possibly replace the chillers. The estimated cost for F. W. Plumbing & Heating is $150,000.00 and the estimated cost for Trane U.S. Inc. is $25,000.00. This Emergency Purchase has an expected start date of 06/02/2015 through 08/30/2015 with an Original Estimated Cost of $175,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: F. W. Plumbing & Heating/ Trane U.S. Inc.


Notary Date: 6/3/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$175,000.00

Estimate

Date

$135,554.00

Final Cost

$135,554.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


19           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY15, Qtr 4, Item# 15 is $110,592.00.

 

Second Filing - 08/26/2015: FY 16, Qtr 1, Item# 45

A letter was received on August 26, 2015 requesting an extension for dates starting 09/15/2015 to 12/12/2015 at an additional estimated cost of $0.00, keeping the original estimated cost of $150,000.00.

 

Original Filing - 06/16/2015: FY15, Qtr 4, Item# 15:

The Elgin Mental Health Center in Elgin has had a chiller failure in the Goldman building. A temporary chiller is being leased to provide air conditioning for the residents for that building. The lease will last through the cooling season, which ends in October. A new chiller is being procured through the Capital Development Board with installation being before the new cooling season starts in 2016.

This Emergency Purchase has an expected start date of 06/11/2015 through 09/14/2015 with an Original Estimated Cost of $150,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Exclusive Construction Services Inc


Notary Date: 6/16/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$150,000.00

Estimate

Date

$110,592.00

Final Cost

$110,592.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


20           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 13 is $529,821.00.

 

Second Filing - 10/05/2015: FY 16, Qtr 2, Item# 28:

A letter was received on October 5, 2014 requesting an extension for dates starting 10/01/2015 to 02/12/2016 at an additional estimated cost of $0.00, keeping the original estimated cost of $600,000.00.

 

Original Filing - 07/09/2015: FY16, Qtr 1, Item# 13:

The Choate Developmental Mental health Center is needing repair of the #1 and #3 turbines which provides power to the Center. Choate has three turbines; two are down and Choate is now using back-up generators as one turbine cannot provide enough electricity for the entire facility. Repairs are underway on turbine #1 while the cause of the failure of #3 turbine has not been determined. This Emergency Purchase has an expected start date of 07/03/2015 through 09/30/2015 with an Original Estimated Cost of $600,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Alin Machining Co., Inc. dba Power Plant Services


Notary Date: 7/6/2015

 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$600,000.00

Estimate

Date

$529,821.00

 

Final Cost

  $529,821.00

 

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


 


21           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 16 is $146,000.00.

 

Original Filing - 09/25/2015: FY 16, Qtr 1, Item# 16:

The boiler feed water system at the Madden Mental Health Center in Hines, IL has experienced a failure in the system that has forced a boiler shut-down. This system provides hot water to the Center for bathing, cooking, and providing heat to the buildings. The make-up tank, which supplies the feed water to the boiler system and has been repeatedly repaired is rusted through and cannot be repaired. The tank and associated piping need to be replaced. This Emergency Purchase has an expected start date of 09/22/2015 through 12/21/2015 with an Original Estimated Cost of $200,000.00.

Signed By: Pamela Enno, Procurement Officer


Vendor: Anchor-SGL Corporation


Notary Date: 9/24/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$200,000.00

Estimate

Date

$146,000.00

Final Cost

$146,000.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 

 


 

22           HUMAN SERVICES, DEPARTMENT OF


File Date: 1/28/2016


Latest Filing - 01/28/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 3 is $68,800.00.

 

Original Filing - 11/10/2015: FY 16, Qtr 2, Item# 3

The roof on the Engineering Building at the Shapiro Mental Health Center in Kankakee Illinois is failing. The leaks are endangering the central telecommunications boxes that feeds the entire telecommunications network for the Center. Repairs are needed to prevent failure of the telecommunications as well as further damage to the building. This Emergency Purchase has an expected start date of 11/05/2015 through 02/02/2016 with an Original Estimated Cost of $72,000.00.

Signed By: William Strahle, Procurement Officer


Vendor: Elens & Maichin Roofing and Sheet Metal Inc.


Notary Date: 11/9/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$72,000.00

Estimate

Date

$68,800.00

Final Cost

$68,800.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


23           STATE POLICE, DEPARTMENT OF


File Date: 3/10/2016


Latest Filing - 03/10/2016:

The Actual Total Cost of FY15, Qtr 4, Item# 18 is $69,243.13.

 

Original Filing - 05/08/15: FY15, Qtr 4, Item# 18:

This emergency purchase covers the emergency repair of an aircraft engine for one of the four Illinois State Police (ISP) Aircraft. This particular aircraft represents 25% of the Agency's current Aircraft and is based at the Abraham Lincoln Capital Airport in Springfield, IL and is the only enforcement/public safety aircraft located in Central Illinois that provides support to ISP and other requesting Law Enforcement or Public Safety Agency. Coverage area of this aircraft includes major metropolitan areas of Springfield, Peoria,           Decatur, Champaign/Urbana, Bloomington/Normal and Quincy. ISP's initial intent was to utilize the Agency's current repair and maintenance contract; however, a determination was made that the work required is not within the scope of the repair/maintenance contract. ISP has an immediate need to have this aircraft engine overhauled/replaced so that it can return to operation. Any future aircraft engine overhaul needs of ISP will be competitively bid in advance of any anticipated need. This Emergency Purchase has an expected start date of 05/01/2015 through 07/29/2015 with an Original Estimated Cost of $61,062.00.

Signed By: Leo Schmitz, Director, ISP


Vendor: Klem's Aero Repair


Notary Date: 4/30/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$61,062.00

Estimate

Date

$69,243.13

Final Cost

$69,243.13

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


24           TRANSPORTATION, DEPARTMENT OF


File Date: 3/16/2016


Latest Filing - 03/16/2016:

The Actual Total Cost of FY15, Qtr 2, Item# 17 is $1,529,037.45.

 

Third Filing - 07/02/2015: FY16, Qtr 1, Item# 49

A letter was received on July 2, 2015 requesting an extension for dates starting 07/02/2015 to 10/31/2015 at an additional estimated cost of $500,000.00, bringing the estimated cost to $1,500,000.00.

 

Second Filing - 06/24/2015: FY15, Qtr 4, Item# 43

A letter was received on June 24, 2015 requesting an extension for dates starting 03/31/2015 to 07/01/2015 at an additional estimated cost of $0.00, keeping the original estimated cost of $1,000,000.00.

 

Original Filing - 12/10/2014: FY15, Qtr 2, Item# 17:

The District was notified by Bureau of Bridges & Structures (BBS) on November 13, 2014, that the major bridge carrying US 67/IL 100 over the Illinois River at Beardstown appears to have unstable conditions at the rocker bearings. The bearings appear to be frozen and as a result of expansion and contraction, the angles supporting the verticals have cracked directly above the bearings. Due to this condition, the BBS required the District to post the bridge at a 15 ton limit until permanent repairs can be made. The District immediately contacted the Central Bureau of Operations and requested to proceed with an emergency contract and obtain emergency funding for necessary repairs to stabilize the bridge and make it safe for the traveling public and allowing legal loads. A press release was sent out the same day notifying the public of the proposed load restriction. Load Postings and truck detours were signed the following Monday. Since then IDOT has received numerous complaints on the social and economic impacts of the load posting. Our Day Labor forces are currently taking initial actions to stabilize the structure until this emergency contract can be initiated and get eight new bearings fabricated and installed as soon as possible. Utilizing the emergency procurement process will ensure the protection of life, health, and safety of the traveling public and prevent the future loss of state property. The original estimated cost is $1,000,000.00.

Signed By: Roger Driskell, Deputy Director, IDOT


Vendor: Sangamo Construction Co.


Notary Date: 12/5/2014


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$1,000,000.00

Estimate

$1,500,000.00

Date

$1,529,037.45

Final Cost

$1,529,037.45

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


25           TRANSPORTATION, DEPARTMENT OF


File Date: 1/5/2016


Latest Filing - 01/05/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 8 is $260,050.25.

 

Original Filing - 10/26/2015: FY16, Qtr 2, Item# 8:

The Department was notified of pavement issues on Eldred/Hillview Road north of IL Rte. 108 in Greene County. Upon investigation, it was found the Hot Mix Asphalt (HMA) surface lift had debonded from the Hot Mix Asphalt binder lift in both lanes beginning 5.7 miles north of IL Rte. 108 and continued for approximately

1.4 miles to the north. Cracks in the pavement as wide as 5 inches were documented. The proposed work will consist of providing traffic control, milling the existing surface lift approximately 1.5 inches thick, texture the binder lift, HMA resurfacing and pavement marking necessary to restore the pavement to a safe operating condition. The Department's District 8 Bureau of Operations does not have sufficient forces or equipment to accomplish the required work. As such, we solicited quotations based on plans and estimated quantities from five contractors for this work and have selected C.E. Mahoney Company. This Emergency Purchase has an expected start date of 10/21/2015 through 01/19/2016 with an Original Estimated Cost of $325,000.00.

Signed By: Bill Grunloh, Purchasing Officer


Vendor: C.E. Mahoney Company


Notary Date: 10/22/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$325,000.00

Estimate

Date

$260,050.25

Final Cost

$260,050.25

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


26           TRANSPORTATION, DEPARTMENT OF


File Date: 1/25/2016


Latest Filing - 01/25/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 9 is $36,912.13.

 

Original Filing - 11/16/2015: FY 16, Qtr 2, Item# 9:

Henning Road in Vermillion County was damaged on September 28, 2015 by a farmer with his equipment. The condition of Henning Road at the damaged locations will not hold up over the winter. The roadway will deteriorate to a point that it is a hazard to the traveling public. The areas that need repaired will continue to grow at each location. Proceeding with an emergency contract will help limit the deterioration of adjacent pavement. This Emergency Purchase has an expected start date of 11/09/2015 through 02/06/2016 with an Original Estimated Cost of $60,000.00.

Signed By: Kensil Garnett, Deputy Director of Highways-Region Three


Vendor: Cross Construction


Notary Date: 11/6/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$60,000.00

Estimate

Date

$36,912.13

Final Cost

$36,912.13

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


27           TRANSPORTATION, DEPARTMENT OF


File Date: 3/10/2016


Latest Filing - 03/10/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 10 is $51,558.87.

 

Original Filing 112/02/2015:FY16, Qtr 2, Item# 10:

The Department was notified of a pavement issue on Palmyra Road, 0.1 miles west of Peek Home in Lee County. Upon investigation a large hole/void in the pavement was caused by the failure of an old stone culvert over a drainage ditch. The District immediately placed a 5' x 8' steel plate over the hole to protect the   motoring public. At this time the State is requesting an emergency purchase of the material to replace the culvert for the following reasons: 1) public safety, as a large steel plate in the middle of the roadway may cause motorists to lose control of their vehicle during snow, rain, or icing conditions; and, 2) damage to State snowplow trucks if they should hit the steel plate during snow removal. This Emergency Purchase has an expected start date of 11/10/2015 through 02/07/2016 with an Original Estimated Cost of $33,000.00.

Signed By: Aaron Weatherholt, Deputy Director of Highways


Vendor: Concrete Specialties


Notary Date: 11/10/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$33,000.00

Estimate

Date

$51,558.87

Final Cost

$51,558.87

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


28           TRANSPORTATION, DEPARTMENT OF


File Date: 1/19/2016


Latest Filing - 01/19/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 11 is $36,504.00.

 

On Wednesday, December 2, 2015, the salt dome at District One's Landscape maintenance Yard collapsed spreading debris around and on the dome site as well as standing the end loader at the top of the salt pile. The Maintenance Yard is located at 1260 W. Augusta near downtown Chicago. The dome is located in close proximity to the I-94 off ramp to Augusta Boulevard. State forces do not have the expertise to demolish this size of a collapsed building and State forces do not have the capacity to lower the end loader from the top of the salt pile without jeopardizing the motorists utilizing the I-94 ramp to Augusta Blvd. The Estimated Cost of this Emergency Purchase is $50,000.00.

Signed By: Ben Grunloh, Chief Procurement Officer


Vendor: Alpine Demolition Services


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$50,000.00

Estimate

Date

$36,504.00

Final Cost

$36,504.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


29           TRANSPORTATION, DEPARTMENT OF


File Date: 3/4/2016


Latest Filing - 03/04/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 12 is $131,188.00.

 

Original Filing - 12/02/15: FY16, Qtr 2, Item #12:

On Wednesday, December 2, 2015 the salt dome at Districts One's Landscape Maintenance Yard collapsed. The Landscape Maintenance Yard is located at 1260 W. Augusta Boulevard near downtown Chicago. The debris has been cleared and for the very short term the salt has been tarped. The District still faces environmental liabilities with the Illinois EPA. Due to the fact that the Eisenhower Maintenance Yard is being constructed, the Landscape Yard is serving more snow removal routes and cannot be scaled back. This facility traditionally handles the existing eastern half of the Kennedy Expressway and now must also handle the eastern half of the Eisenhower Expressway. This forces the District to utilize a tarping system that has to be placed, rolled back and replaced, all by hand, throughout storms, deliveries and stockpiling. The handling of the tarps may create a safety hazard to the employees moving the tarps during storm events. The handling of the tarps also exposes the salt to rain and snow during the storms which create chloride releases into the environment which will be monitored by IEPA.

 

The district contacted the original 1993 company that constructed this salt dome, Bulk Storage Inc. Since the footings and the concrete walls were not damaged during the collapse and are 100 percent salvageable, Bulk Storage has indicated that they could rapidly replace the roof panels in kind with an estimated completion date of January 31, 2016. This Emergency Purchase has an expected completion date of 01/31/2016 with an Original Estimated Cost of $175,000.00.

Signed By: Bill Grunloh, Chief Procurement Officer


Vendor: Bulk Storage Inc


Notary Date:


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$175,000.00

Estimate

Date

$131,188.00

Final Cost

$131,188.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


30           VETERANS' AFFAIRS - GENERAL OFFICE


File Date: 3/10/2016


Latest Filing - 03/10/2016:

A letter was received on March 10, 2015 requesting an extension for dates starting 02/17/2016 to 06/30/2016 at an additional; estimated cost of $100,000.00, bringing the total estimated cost to $200,000.00.

 

Original Filing - 12/07/15: FY16, Qtr 2, Item# 14:

Due to the outbreak of the Legionella disease at the Quincy Veterans Home campus, it is now required all of the bath tubs in all units be disinfected several times a day to eliminate the automatic disinfectant injector and tub water of the bacteria. This contract will only be for the mandated purchase of the Ecolab Pro Oasis 20 surface disinfectant, to use during this time. At this time the Department of Veteran's Affairs is unsure how long this disinfecting of the tubs will need to be done or how much product will be purchased. An average of 56 cases will be used a week. This will fluctuate each week depending on how soon the Legionnaire’s disease can be eliminated for a unit’s tubs. This Emergency Purchase has an expected start date of 11/19/2015 through 02/16/2016 with an Original Estimated Cost of $100,000.00.

Signed By: Deborah Miller, Chief Fiscal Officer


Vendor: Ecolab, Inc.


Notary Date: 11/24/2015


 


Original Estimate

State Cost:       $100,000.00


Revised Estimate

$200,000.00


Paid To

Date

$0.00


Actual Final Cost

$0.00


FY  QTR

16     3


Federal Cost


$0.00


$0.00


31           CAPITAL DEVELOPMENT BOARD


File Date: 1/25/2016


Latest Filing - 01/25/2016:

An Affidavit was received on January 25, 2016 reporting the addition of a second vendor, Lake Contracting, Inc., to this emergency purchase. Lake Contracting, Inc. will provide labor for this project, at an additional actual cost of $234,192.00, making a revised cost of $279,192.00.

 

Original Filing - 12/01/2015: FY16, Qtr 2, Item# 16:

This emergency purchase is for the design of emergency structural replacements of the Coal Bunker rail delivery system located at the Warren G Murray Developmental Center in Centralia, IL. CDB has retained the architectural services of Hurst-Rosche, Inc. to design the structural replacements, as the existing architect selection process will not ensure a timely response. Murray Developmental Center uses a conveyor system to provide coal to the boilers. Failure of the conveyor system to provide coal to the boilers will result in steam loss for its residents. This Emergency Purchase has an expected start date of 11/24/2015 through 02/21/2016 with an Original Estimated Cost of $45,000.00.

Signed By: Gus Behnke, Chief Fiscal Officer


Vendor: Hurst-Rosche, Inc.; Lake Contracting, Inc.


Notary Date: 11/24/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$45,000.00

Estimate

$279,792.00

Date

$234,192.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


32           GOVERNORS STATE UNIVERSITY


File Date: 1/25/2016


Latest Filing - 01/25/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 18 is $165,252.00.

 

Original Filing - 12/15/2015: FY16, Qtr 2, Item# 18:

Flooding and temporary repair from a broken water main caused the University to close for the day on November 30, 2015. Repair to the plumbing, and replacement of aged pipes after investigation requires extensive removal of concrete and asphalt to access pipes, gaskets, etc. for removal and repair. This Emergency Purchase has an expected start date of 12/11/2015 through 12/31/2015 with an Original Estimated Cost           of $184,000.00.

Signed By: Tracy Sullivan, Asst. Vice President of Procurement


Vendor: M & J Underground Inc


Notary Date: 12/11/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$184,000.00

Estimate

Date

$165,252.00

Final Cost

$165,252.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 

 


 

33           NORTHERN ILLINOIS UNIVERSITY


File Date: 3/4/2016


Latest Filing - 03/04/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 22 is $137,650.31.

 

Original Filing - 12/28/2016: FY16, Qtr 2, Item# 22:

The services of Sheraton San Diego Hotel & Marina have been engaged for lodging, meeting rooms and catering for participation of the University football team in the Poinsettia Bowl in San Diego, CA, and December 23, 2015. This emergency/quick purchase was required due to a situation in which the need for services to protect or further University interests was immediate and use of other competitive source selection procedures under the Illinois Procurement Code could not have been accomplished without significant risk of causing disadvantages to the University. This Emergency Purchase has an expected start date of 12/19/2015 through 12/23/2015 with an Original Estimated Cost of $140,000.00.

Signed By: Kent Clapsaddle, Manager of Procurement Services


Vendor: Sheraton San Diego Hotel & Marina


Notary Date: 12/21/2015


 


Original Estimate

State Cost:       $140,000.00


Revised Estimate


Paid To

Date

$137,650.31


Actual Final Cost

$137,650.31


FY  QTR

16     3


Federal Cost


$0.00


$0.00


34           UNIVERSITY OF ILLINOIS


File Date: 2/19/2016


Latest Filing - 02/19/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 27 is $231,898.00.

 

Third Filing - 01/26/2016: FY16, Qtr 1, Item# 27:

A letter was received on January 26, 2015 reporting an actual cost expended of $85,872.00 for dates 07/15/2015 to 10/12/2015 leaving an estimated balance of $90,000.00

 

Second Filing - 10/23/2015: FY16, Qtr 2, Item# 48

An Affidavit was received on October 23, 2015 reporting an extension for dates beginning 10/16/2015 to 01/13/2016 revising the estimated cost to $180,000.00. This Emergency purchase was originally rendered under Emergency Procurement JCM558 but was not extended under that contract due to an administrative error. Consequently this contract has since been rendered under Emergency Procurement JCM604.

 

Original Filing - 07/20/2015: FY16, Qtr 1, Item# 27:

The University of Illinois Hospital & Health Sciences System (UIHHSS) operates a Transplant Kidney Program that is regulated by HHS Centers for Medicare & Medicaid Services (CMS). UIHHSS has received provisional authority to operate the Transplant Program until February 9, 2016. This authority is based upon certain program improvements formalized in a UIHHSS/CMS Systems Improvement Agreement including a proviso that the university contract with an independent transplant consultant team (Transplant Analytics, Inc.) to work onsite with the UIHHSS Transplant Program Administrator. Consequently, an emergency was declared so that Transplant Analytics can continue to work onsite with UIHHSS to provide technical guidance, professional insight, training, and feedback on an ongoing basis is necessary for the continual operations       of the Transplant Program. This Emergency Purchase has an expected start date of 07/14/2015 through 10/12/2015 with an Original Estimated Cost of $90,000.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: Transplant Analytics


Notary Date: 7/14/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$90,000.00

Estimate

$180,000.00

Date

$231,898.00

Final Cost

$231,898.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


35           UNIVERSITY OF ILLINOIS


File Date: 1/27/2016


Latest Filing - 01/27/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 30 is $57,504.00.

 

Original Filing - 09/08/2015: FY 16, Qtr 1, Item# 30:

This emergency purchase is for housekeeping services for the Molecular Biology Research Building located at 900 S. Ashland Avenue, Chicago, IL to be provided by Garco Enterprises. In addition to routine housekeeping services, Garco Enterprises staff clean the research labs and replenish the biohazard waste containers on a daily basis (Monday thru Friday). Due to these unique services the building can not be serviced by University staff. The selection of Garco Enterprises is based on the fact that they have performed these services in accordance with the specifications for the past several years. While the University is waiting for the competitive solicitation RFP is being developed, it is crucial that we retain their services as they are familiar with            the facility and it's biohazard waste needs. This emergency contract will bridge the gap until the new solicitation is issued, evaluated and awarded. This Emergency Purchase has an expected start date of 08/31/2015 through 11/27/2015 with an Original Estimated Cost of $75,000.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: Garco Enterprises Inc/dba Alpha Building Maintenance


Notary Date: 8/31/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$75,000.00

Estimate

Date

$57,504.00

Final Cost

$57,504.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


36           UNIVERSITY OF ILLINOIS


File Date: 1/29/2016


Latest Filing - 01/29/2016:

The Actual Total Cost of FY16, Qtr 1, Item# 31 is $218,180.26.

 

Original Filing - 09/10/2015: FY16, Qtr 1, Item# 31:

On September 1, 2015, an emergency purchase for mitigation and remediation construction services from BMS Catastrophe Inc. was awarded. The campus apartment building at 908 S. Damen Ave., Chicago, Illinois had     a sprinkler break in room 1305 and the sprinkler activation resulted causing extensive damage to approximately 15,800 square feet of space. BMS Catastrophe Inc. provided drying equipment for floors  flooded due to sprinkler activation. Also performed remediation of effected rooms, hallways and stairwells which includes drywall demolition, wallpaper removal, restoration equipment for rooms from the 10th floor to the 13th floor. Once the necessary inspections were completed, the remediation services will be performed.

These services include replacing insulation, replacing drywall, prime and paint drywall in hallways, stairwells and affected rooms from floor 10 through 13. This Emergency Purchase has an expected start date of 09/04/2015 through 12/02/2015 with an Original Estimated Cost of $295,000.00.

Signed By: Debra Matlock, Purchasing Director-U of I Chicago


Vendor: BMS Catastrophe Inc.


Notary Date: 9/4/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$295,000.00

Estimate

Date

$218,180.26

Final Cost

$218,180.26

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


37           UNIVERSITY OF ILLINOIS


File Date: 2/5/2016


Latest Filing - 02/05/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 29 is $0.00. Patient Insurance complications prevented the purchase and alternative therapy was provided to the patient.

 

Original Filing - 11/09/2015: FY16, Qtr 2, Item# 29:

The University awarded a contract for purchase of an IV drug, Lemtrada from Genyzme.

 

This emergency/quick purchase was required due to a situation in which immediate action was needed to prevent any disruption in University services.

 

The University awarded a contract with Genyzme Corporation for the IV drug Lemtrada which was prescribed for an MS outpatient in the Pharmacy Clinic. Genyzme is the manufacturer of this medication and direct purchase from Genyzme is the only method to obtain the product. They have no resellers or distributors. The cost is $19,750 per dose with most patients receiving 5 doses per course of therapy. A second course of therapy could be required one year later, depending on patient response, consisting of 3 additional doses. This emergency purchase was made as the patient will be administered the IV drug immediately. A sole source (607JCM) request is pending which will provide authority for future purchases. This Emergency Purchase has an expected start date of 10/29/2015 through 11/07/2015 with an Original Estimated Cost of $120,000.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Genyzme Corporation


Notary Date: 10/29/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$120,000.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


38           UNIVERSITY OF ILLINOIS


File Date: 3/16/2016


Latest Filing - 03/16/2016:

A letter was received on March 16, 2016 requesting an extension for dates starting 03/03/2016 to 08/11/2016. No additional monies were noted, leaving the original estimated cost at $2,321,640.00.

 

Original Filing - 12/14/2015: FY16, Qtr 2, Item# 30:

This emergency/quick purchase was required due to a situation in which immediate repairs were needed to prevent further loss or damage to University property. CUPPA Hall is the home to the College of Urban Planning and Public Administration and the building is used for teaching, research, and administrative offices for faculty, staff, and students. It is essential for the College that the building be reoccupied prior to first day of classes in August 2016. This affidavit supports the emergency purchase from Hayward Baker for construction services necessary to protect University property, University of Illinois at Chicago building CUPPA             Hall located at 412 South Peoria Street, Chicago, from further loss or damage. Emergency repairs to CUPPA Hall are necessary to remediate damage to the building that resulted from nearby expressway work performed by the Illinois Department of Transportation (IDOT). This Emergency Purchase has an expected start          date of 12/10/2015 through 06/07/2016 with an Original Estimated Cost of $2,321,640.00.

Signed By: Michael Bass, Sen. Assoc. Vice-President of Business


Vendor: Hayward Baker Inc.


Notary Date: 12/10/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$2,321,640.00

Estimate

Date

$0.00

Final Cost

$0.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00

 


39           UNIVERSITY OF ILLINOIS


File Date: 1/29/2016


Latest Filing - 01/29/2016:

The Actual Total Cost of FY16, Qtr 2, Item# 31 is $3,871,000.00.

 

Original Filing - 12/18/2016: FY 16, Qtr 2, Item# 31:

This emergency/quick purchase was required due to a situation in which items available on the spot market or at discounted prices were available for a limited time such that sound business judgment mandated a purchase immediately to take advantage of the availability and price.

 

This emergency/quick purchase was required due to a situation in which a daVinci Xi Single Console Firefly Florescence Imaging Enabled Robotic System was available at a deep discounted price for a limited time, and must be ordered by 12/30/2015. Sound business judgment mandated an immediate/quick purchase to take advantage of the availability and price. The deep discount of $ 290,000 and the limited time offer that expires on December 30, 2015 qualifies this emergency as a quick purchase.

 

The Hospital's Surgical Services will utilize this robot to perform a variety of complex surgical procedures including robotic kidney transplants, nephrectomies & robotic gastrectomy sleeves. This Emergency Purchase has an expected purchase date of 12/08/2015 with an Original Estimated Cost of $3,821,000.00.

Signed By: Debra Matlock, Purchasing Director


Vendor: Intuitive Surgical, Inc.


Notary Date: 12/8/2015


 

 

Original

Revised

Paid To

Actual

 

 

State Cost:

Estimate

$3,821,000.00

Estimate

Date

$3,871,000.00

Final Cost

$3,871,000.00

FY  QTR

16     3

Federal Cost

$0.00

 

 

$0.00