LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  1      Agriculture, Department of                                                                    File Date:  3/20/2023

  Original Filing – 3/20/2023: FY23, Qtr 4, Item#1

 

  Paulette's catering is the previous contract holder who has provided the service for the last 4 years.  This

  vendor currently has all of their kitchen equipment in the building.  If we were to ask another vendor to provide

  service, the current vendor would have to remove all equipment during peak season this causing a delay in

  services and collection of State funds.

 

  REVENUE GENERATING: Du Quoin State Fair is seeking a professional concessionaire vendor to provide high

  quality concessions (Food and Non-Alcoholic Beverages) for public Non-Fair Events held at the Southern

  Illinois Center (SIC) Building located at the Du Quoin State Fairgrounds in Du Quoin, Illinois. The SIC building

  is a 115,000 square foot building consisting of $4,700 seats, three

(3) concession areas, a ticket office,

  restrooms, heat and air conditioning and circulation areas.  There is a kitchen area, but all equipment( except

  range hoods) must be provided by vendor.  These services exclude any private events held at the SIC and all

  other areas of the fairgrounds.  Historically, there are over 25 Non-Fair events held each year.

 

  The services is requested in Southern Illinois at the DuQuoin State Fairgrounds.  All registered BEP vendors are

  located in Northern Illinois and would not be able to provide the services on a daily, weekly basis due to

  location.

 

  Revenue Generating contract and no expense to the State.

 

  This Emergency Purchase has an expected start date of 03/20/2023 through 06/18/2023 with an Original

  Estimated Cost of $288,000.00, using Revenue Generating Funds.

   Signed By:  Michelle Grimsley, SPSA

      Vendor:  Paulette's Food Service                                                               Notary Date:           3/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $288,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  2      State Police, Illinois                                                                              File Date:  3/21/2023

  Original Filing – 3/21/2023: FY23, Qtr 4, Item# 2

 

  This vendor has a UPP contract that expires 4/10/23. This vendor has agreed to do a one time sale of the M500

  camera system at the contract price of the old 4RE . The 4RE camera system cannot be delivered in a timely

  manner for install into the new incoming cars, and the 4RE system will be discontinued in the near future. This

  purchase will result in an approximate savings of $674,103.75

 

  (335) M500 complete in car camera systems for the new FY23 cars and to install in the Troop 8 cars to remove

   the old CD based camera systems. 90days of cloud video storage is included in this price.

 

  The purchase is using the vendor that is under the current UPP contract with the State of Illinois.

 

  This Emergency Purchase has an expected start date of 03/29/2023 through 06/26/2023 with an Original

  Estimated Cost of $1,963,100.00.

   Signed By:  Col. Kelly Walter, Deputy Dir. Statewide 911

      Vendor:  Watchguard/Motorola Solutions                                                    Notary Date:           3/21/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,963,100.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  3      Natural Resources, Department of                                                           File Date:  3/27/2023

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 3

 

  On Saturday, March 18, 2023 IDNR solicited an emergency purchase for immediate repairs to the levee

  embankment at Carlyle Lake State Fish & Wildlife Area.  IDNR performed a search of registered vendor's

  within 50 miles of the site and solicited vendor's potentially capable of performing this work via email.  IDNR

  gave them until 2:00 PM on Tuesday, March 21st to respond.  Lake Contracting, Inc was the only vendor to

  provide a bid.  Lake Contracting, Inc is a well known vendor who has performed multiple projects for IDNR

  and their bid was fair and reasonable.  They were given the Notice to Proceed on Friday, March 24th. 

 

  Provide and install 900 tons of R-6 rip rap with non-woven filter fabric.  Their contract includes the purchase,

  delivery, and placement of rip rap along the embankment of the Kaskaskia River.

 

  As previously stated IDNR solicited registered vendors via email which included both Business Enterprise

  Program (BEP) and Non-BEP vendors.  During the solicitation period one (1) BEP vendor , 3 Sisters Logistics,

  reached out stating they could perform the delivery of the Rip Rap but not the installation.  IDNR put 3 Sisters

  Logistics in contact with Lake Contracting, Inc who was able to subcontract that portion of the project to them.

 

 

  This Emergency Purchase has an expected start date of 03/24/2023 through 04/30/2023 with an Original

  Estimated Cost of $84,150.00.

   Signed By:  Dale W. Brockamp, Manager

      Vendor:  Lake Contracting, Inc.                                                                Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $84,150.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  4      Central Management Services, Department of                                            File Date:  3/27/2023

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 4

 

  The vendor was chosen due to familiarity and proximity to the location.  The vendor was the contract holder

  under P-11011 which expired 06/30/2022.  We are in the process of establishing JPMC contracts but as yet

  none have been executed in the region.  Due to the possible damage we needed to get in someone familiar with

  the system who could get there as fast as possible.

 

  Estimated cost equipment and labor to repair a leaking isolation valve on the circulating pump that also provides

  heat to the James R Thompson Center (JRTC).

 

  Statewide, there are 10 BEP vendors under NIGP Code 910-36, with the closest being over 26 miles away and

  none located in the city of Chicago proper. The chosen vendor is not a BEP vendor but due to their experience

  and familiarity of the HVAC system from P-11011and the immediate need, they were chosen as they could get

  there within minutes.  

 

  This Emergency Purchase has an expected start date of 03/24/2023 through06/22/2023 with an Original

  Estimated Cost of $42,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Anchor Mechanical                                                                   Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $42,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  5      Central Management Services, Department of                                            File Date:  3/29/2023

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 5

 

  The vendor was chosen due to familiarity of the complex system and proximity to the location. The vendor was

   the contract holder

under P-33681, Fire Sprinkler Repair J0205 JRTC until the contract expired on 06/03/22.

  The vendor has a location in Chicago and due

to their familiarity of the complex system, they would be able to

  provide immediate service without delay.

 

  Fire suppression system has a leak. The leak is coming from a rust spot in the sprinkler line on the Concourse.

  It is located in the AA fan room. This is a high pressure line with an 8 inch rust spot. The engineers are afraid to

   touch it because with the leak being in the middle of a rust spot, if they touch it the potential for a more

  extreme leak is possible. The repairs will be to a leaking pipe which maintains the integrity to the existing Fire

  Suppression System that provides 24/7 Fire Protection for the entire JRTC.  If not corrected quickly this could

  cause the entire sprinkler system to go down flooding various parts  of the building and compromising the entire

   systems functionality.  The sprinkler line that is leaking is a high pressure line that could rupture at any time. If

  the leak isn’t repaired, it could potentially rupture and activate the entire fire suppression system, flooding all

  spaces. In addition, water damage from a rupture could potentially harm other mechanical equipment and office

  spaces causing closure to the facility and displacement of employees who provide critical services to the State

  of Illinois. The end result would be a loss in the fire suppression system for the JRTC building.

 

  Statewide, there are 50 BEP Registered Vendors in Illinois, with 12 having a Chicago address. However, due to

  the immediate need of

repair, we selected the Vendor who was already familiar with the system and did not

  need time to familiarize itself to the system which

could have potentially left the building without a Fire

  Suppression System during the downtime or extensive damage if the sprinklers

went off.

 

  This Emergency Purchase has an expected start date of 03/29/2023 through 06/26/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  6      Public Health, Department of                                                                  File Date:  3/29/2023

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 6

 

  Incumbent vendor that can continue services until the pending RFP evaluation and award are finalized.

 

  The Illinois HIV,STD and Viral Hepatitis Hotline is required by Illinois statute (20 ILCS 2310/2310-315) and

  serves to answer inquiries from professionals and the public about HIV disease, sexually transmitted diseases

  (STD) and viral hepatitis (VH) symptoms, transmission,prevention,diagnosis,treatment,support and linkage to

  needed services.

 

  The current contract does not have a BEP goal and ends 3/31/2023. The pending RFP does have a 17% BEP

  goal.

 

  This Emergency Purchase has an expected start date of 04/01/2023 through 06/29/2023 with an Original

  Estimated Cost of $88,686.99.

   Signed By:  Pamela Sherrick, Procurement Rep

      Vendor:  Center on Halsted                                                                     Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $88,686.99                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  7      Human Services, Department of                                                              File Date:  3/29/2023

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 7

 

  Vendor currently has a contract providing the service.  IDHS is attempting to secure a contract via a sole

  economically feasible source procurement, which requires review by Federal CMS.  NTT Data State Health

  Consulting, LLC (NTT) was selected and engaged by DoIT during the pandemic to manage the Refresh.

 

  IDHS/DoIT requires a Program Management Office (PMO) vendor to continue coordinating the State’s

  executive leadership in managing and overseeing efforts related to the IES Tech Refresh project.  IES

  determines eligibility for programs such as Medicaid, the Supplemental Nutrition Assistance Program (SNAP),

  and the Temporary Assistance for Needy Families program (TANF) in Illinois.   The Tech Refresh Project will

  upgrade the hardware and system software of the State's data center. The refresh project will reduce security

  threats, system downtime and compatibility issues. The IES system is critical to the uninterrupted service of

  these programs to those in need.

 

 

NTT will continue its role, allowing work to continue without interruption. NTT was selected by DoIT to

  manage the performance refresh of the Integrated Eligibility System (IES), due to multiple pandemic-related

  programmatic changes and increasing system demands.   Continued oversight on the IES Tech Refresh project

  is essential to ensure the needed system upgrades are performed in an accurate, coordinated and timely manner.

   These system upgrades are needed to reduce security vulnerabilities, reduce system downtime and comply with

   federal CMS' Authority to Connect (ATC) compliance findings.  The PMO will support DHS by responding to

  request for reports for information about IES by various federal or state related entities.

 

 

NTT PMO will provide the most economical way of continuing the management of multiple, concurrent

  activities relating to the IES System, including the technical refresh of IES, without compromising the level of

  quality necessary for the successful management of that system and completing pandemic priorities. 

 

  The Vendor has been advised that there is potential for 13% of the contract to be conducted by BEP Vendors.

 

  This Emergency Purchase has an expected start date of 05/01/2023 through 07/29/2023 with an Original

  Estimated Cost of $628,492.74.

   Signed By:  Jean Sandstrom, APO

      Vendor:  NTT Data State Health Consulting                                                 Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $628,492.74                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  8      Chicago State University                                                                       File Date:  3/30/2023

  Original Filing – 3/30/2023: FY23, Qtr 4, Item# 8

 

  Chicago State University (CSU) has utilized a Central Management Services (CMS) award to Constellation New

  Energy for many years for electricity service.  That award has expired.  Do to unforeseen delays in the

  finalization of the CMS award, CSU must utilize an emergency purchase to secure continued electricity service

  to campus to avoid shutting down.

 

  Electricity service (commodity)

 

  This Emergency Purchase has an expected start date of 03/28/2023 through 06/28/2023 with an Original

  Estimated Cost of $550,000.00. Using Local Income Funds

   Signed By:  Kent Clapsaddle, Dir Procurement Services

      Vendor:  Constellation New Energy                                                           Notary Date:           3/30/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $550,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  9      Transportation, Department of                                                               File Date:  3/30/2023

  Original Filing – 3/30/2023: FY23, Qtr 4, Item# 9

 

  After contacting multiple firms, we received estimates and lead times from 2 firms for pump replacement.

  Henson Robinson Company quoted $114,966 with an 8-10 week lead time

  Pump Repair Specialists, Inc. quoted $123,965 with a 10-12 week lead time.

  Henson Robinson has been selected based on estimated cost and lead time.

 

  The pump and motors at the Mt Pulaski pump house are failing. These pumps keep the viaduct on IL 121 from

  flooding. If this location floods, there is no good detour to get around it. Services are needed to repair/replace

  the pumps and motors. The initial repair work completed in February has enabled the pump house to continue

  functioning until pump replacement can be completed.

 

  This Emergency Purchase has an expected start date of 03/30/2023 through 06/27/2023 with an Original

  Estimated Cost of $175,000.00.

   Signed By:  Steven Beran, Operations Engineer -D6

      Vendor:  Henson Robison Co.                                                                  Notary Date:           3/30/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $175,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  10     Corrections, Department of                                                                    File Date:  3/31/2023

  Original Filing – 3/317/2023: FY23, Qtr 4, Item# 10

 

  The Illinois Department of Corrections (IDOC) mission is to provide safe detention and active parolee

  monitoring throughout the State.  This effort provides safety to all communities.  IDOC operates 24 hours per

  day, 365 days per year and quick action is required at all times to manage a situation and transporting individuals

   back into protective custody upon probationary violations when necessary.

Parole Officers must cover full

  range of the State and transport individuals from municipal/and federal incarceration centers. 

Employee

  vehicles are not safe for this manner of transport as they do not have the safety features, such as, containment

  bars, emergency lighting, and radio devices.  When a vehicle is not available to transport individuals they must

  remain in custody of another agency who is forced to cover the cost of incarceration.

 

 

Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles.  Prices have escalated dramatically, and manufacturers have canceled

  many of the State's large orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order

  vehicles at the increased pricing for the new model year (2023).  In addition, the time that ordering windows for

   fleet vehicles are open have been decreased dramatically (some as little as two weeks for the entire 2023 model

  year) so State agencies cannot place orders.

 

 

IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans, mid-sized SUVs

  and passenger vans.  Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules

  [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used

  to make a "quick purchase" in situations when "items are available on the spot market or at discounted prices for

   a limited time so that good business judgment mandates a "quick purchase" immediately to take advantage of

  the availability and price".  The emergency spot market method of procurement was chosen over a competitive

  solicitation because of the amount of time a competitive selection could take and given the current market

  environment, vehicle dealerships are unlikely to hold up to 40 vehicles on their lots without a guarantee of

  award.

 

 

Sutton Ford, Inc., did not have new vehicles in stock and was unable to provide any of the needed vehicles.

 

IDOC conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that

  vehicles available at Morrow Brothers Ford, Inc. would be acceptable for the IDOC fleet, which was affirmed

  by CMS.  IDOC then contacted Morrow Brothers Ford, Inc. in Greenfield, Illinois who was able to provide the

  vehicles to IDOC.

 

  IDOC will acquire twenty (20) passenger vehicles.  These vehicles will include the needed safety locking

  features to prevent individuals from exiting the vehicles without permission.

 

  he Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIGP

  Codes:

 

071-04 - Automobiles

 

  This Emergency Purchase has an expected start date of 03/31/2023 through 06/28/2023 with an Original

  Estimated Cost of $937,800.00.

   Signed By:  Jacenta Wilson, APO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           3/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $937,800.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  11     Environmental Protection Agency                                                            File Date:  4/4/2023

  Original Filing – 4/4/2023: FY23, Qtr 4, Item# 11

 

  Illinois Environmental Protection Agency (IEPA) Office of Site Evaluation (OSE) is the major investigative

  program within the Bureau of Land (BOL). Annually, the OSE receives federal funds to complete environmental

  investigations at potential Superfund Sites, Brownfield Sites, and Federal-lead Immediate Removal Sites. In

  addition, the OSE conducts environmental investigations for the State's voluntary cleanup program (Site

  Remediation Program - SRP) and the Leaking Underground Storage Tank (LUST) Section, with an emphasis on

   redevelopment for cities and municipalities. Thorough investigation of these sites requires characterization of

  surface and subsurface conditions and materials. This includes the collection and analysis of soil, soil gas,

  groundwater, and waste samples. The OSE is in need of this truck to haul a track mounted drill rig which is a

  vital tool in satisfying program requirements. This piece of equipment is transported on an open trailer. At this

  moment the OSE does not have an efficient and safe means of transporting this unit. The OSE is in need of a

  truck to transport the trailer. Without the use of this truck the OSE will not have the ability to transport and

  investigate sites in a timely matter.

   

 

OSE currently has federal grant money to be used for this purchase. IEPA has tried to purchase this vehicle

   through multiple avenues. First, we did a release off of the master contract with Morrow Brothers Ford, Inc.

  (See P-29479:73) to order a 2023 model. However, in February, Morrow Brothers informed us that we would

  likely not be receiving the vehicle and should seek alternate options.

   

 

We then worked with Landmark Ford who assured us that they could order the 2023 model and have it to

  us within a few months. However, Landmark has not been responsive for our requests to sign a contract and

  commit to providing a vehicle.

   

 

Given that this purchase will be paid with federal grant money and is a critical piece to several other

  purchases that IEPA OSE is working on, we have no choice but to move forward looking for a used vehicle

  option that meets our needs. We most recently tried to purchase a vehicle from Willowbrook Ford, but the

  vendor would not agree to the State of Illinois' contract terms.

   

 

IEPA is now pursuing a purchase with Morrow Brothers Ford who currently has a 2022 F-450 on their lot

  that meets all of our needs.  Morrow Brothers Ford already has contracts with the State of Illinois, so this

  ensures us that they are aware of the state's terms and we will not run into the same issues with them.

   

 

Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles. The only contracted vendor who can meet our needs (Morrow

  Brothers Ford) has told us to seek other options. Section 20-30(d) of the Illinois Procurement Code and the

  CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency method of

  source selection may be used to make a "quick purchase" in situations when "items are available on the spot

  market or at discounted prices for a limited time so that good business judgment mandates a "quick purchase"

  immediately to take advantage of the availability and price".  The emergency spot market method of

  procurement was chosen over a competitive solicitation because of the amount of time a competitive selection

  could take and given the current market environment, vehicle dealerships are unlikely to hold a vehicle on their

  lots without a guarantee of award.

 

  2022 F-450 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W4H)

 

  IEPA OSE requires a truck with a high enough towing capacity to haul the equipment. Therefore, we looked at


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  the following NIGP codes:

 

 

NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GV WR)

   

NIGP 07205: Class 5 Trucks (16,001 - 19,500 lb. GVWR)

 

 

There are no certified BEP vendors under these NIGP codes.

 

  This Emergency Purchase has an expected start date of 04/04/2023 through 07/02/2023 with an Original

  Estimated Cost of $76,910.00.

   Signed By:  Jake Poeschel, CFO

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           4/4/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      23 4

   Federal                 $76,910.00                                                                   $0.00

  12     University of Illinois Chicago                                                                  File Date:  4/4/2023

  Original Filing – 4/4/2023: FY23, Qtr 4, Item# 12

 

  There was a fire in our Residence Hall on 3/30/23, and we were directed by Risk Management to contact BMS

  Cat for immediate mitigation. The vendor provides disaster remediation services including water extraction,

  mold prevention, and flood-related sanitation. The services required are not within the scope of work typically

  performed by university employees.

 

  The vendor will provide disaster remediation services including water extraction, mold prevention, and flood-

  related sanitation at the Marie Robinson Hall (MRH) Residence Hall located 811 W. Maxwell Street. 

 

  This Emergency Purchase has an expected start date of 03/31/2023 through 06/28/2023 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  BMS Cat                                                                                Notary Date:           4/4/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  13     Natural Resources, Department of                                                           File Date:  4/5/2023

  Original Filing – 4/5/2023: FY23, Qtr 4, Item# 13

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

    IDNR submitted multiple requisitions to Central Management Services (CMS) to purchase 40+ trucks off of

  this contract however CMS denied them and Morrow Brothers was unable to confirm if current orders would

  be fulfilled.

 

 

On March 6, 2023 IDNR procurement contacted Morrow Brothers Ford to inquire about current lead times

  on trucks.  They advised that that severe supply chain constraints still exist and that Ford has not scheduled

  build dates for a large amount of trucks ordered by multiple state agencies.

 

 

IDNR procurement in consultation with the Office of Law Enforcement identified Two (2) F-150's available

   at Heller Ford Sales, Inc in El Paso, IL that would partially meet the need and quickly started conversations to

  secure them.

 

 

 

  Two (2) Ford F-150's

 

  There are two (2) Ford F-150's currently on the Vendor's lot.  There is no opportunity to include Business

  Enterprise Program contractors on this purchase.  The current Master Contract did not contain a BEP

  subcontracting goal requirement nor is the one (1) BEP vendor registered under NIGP Code 072-02, Class 2

  Trucks, a dealership. 

 

  This Emergency Purchase has an expected start date of 04/05/2023 through 05/31/2023 with an Original

  Estimated Cost of $98,916.52.

   Signed By:  Eric Michael, Procurement Manager

      Vendor:  Heller Ford Sales                                                                      Notary Date:           4/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $98,916.52                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  14     Innovation & Technology, Department of                                                  File Date:  4/7/2023

  Original Filing – 4/7/2023: FY23, Qtr 4, Item# 14

 

  Zscaler Private Access offers the fastest, most secure access to private apps, services, and OT devices with the

   industry’s only next-gen zero trust network access (ZTNA) platform. Zscaler Private Access applies the

  principles of least privilege to give users secure, direct connectivity to private applications while eliminating

  unauthorized access and lateral movement. A cloud native service, ZPA can be deployed in hours to replace

  legacy VPNs and remote access tools with a holistic zero trust platform.

   

 

ZScaler is a Gartner Magic Quadrant leader in the Security Service Edge leader.  Zscaler natively integrates

  with State of Illinois enterprise identity and security solutions including Microsoft Active Directory, OKTA,

  Crowdtrike and Splunk and is part of the enterprise security stack for State of Illinois Devices.  ZScaler is

  operable for systems which process controlled data including FBI Criminal Justice Information and Federal

  Taxpayer Information regulated by IRS Special Publication 1075.

   

 

Carahsoft is an authorized reseller of Zscaler products and services. DoIT has previously purchased similar

   products and services from Carahsoft and the vendor can quickly deliver goods & services which are needed

  given the short period of time. DoIT has to remediate issues identified in a confidential security audit.

  12,000 Zscaler private access licenses, support & implementation services to meet the deadline imposed by the

  recent Audit.

 

  BEP goal has been set at 0% percent for the contract based on the fact that historically the State has not placed

  BEP participation goals on packaged software, licensing and software security procurements. All products  for

  cybersecurity and other IT related content procured through this JPMC emergency will be delivered

  electronically.  Digitally delivered software is not the type of product that can be broken up over multiple

  vendors and due to having only 3 weeks to complete the required updates, there is no opportunity to develop a

  SOW for subcontracting.  This emergency is related to B-35994 which has approximately 80% BEP

  participation. 

 

  This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original

  Estimated Cost of $2,297,883.40.

   Signed By:  Van P Austin, APO

      Vendor:  Carahsoft Technology Corp                                                         Notary Date:           4/7/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,297,883.40                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  15     Innovation & Technology, Department of                                                  File Date:  4/7/2023

  Original Filing – 4/7/2023: FY23, Qtr 4, Item# 15

 

  The vendor has been involved with networking engineer work for Department of Innovation and Technology

  (DoIT) on contract CIT3031006 to support VoIP Enterprise infrastructure and support services for VoIP

  networking solutions for video, voice and data services.  The States Illinois Century Network (ICN) currently

  requires IT Network Engineers to provide additional  IT Engineer resources, software and consultation support.

   The IT Network Engineers employed by Presidio have knowledge of the ICN network and support solutions in

  place currently on ICN through VoIP and Video solutions.  The vendor engineers have already been through

  security compliance and approvals with DoIT.  The vendor would be able to provide the IT Network Engineer

  resources needed to complete Network Infrastructures re-platforming of virtual servers and additions to

  complete and resolve server re-platforming needs that store FTI data for agencies DoIT supports ( Department

  of Human Services, Health and Family Services, Department of Employment Services, Department of Revenue),

   as well as DoIT.  The resources needed require high level technicians who understand the State's network

  routing and firewall that include multi factor authentication on virtual networks and  servers.  The vendor

  technicians already provide this type of support at the VoIP network level.  DoIT needs additional IT network

  engineers to re-platform 380 virtual servers from legacy ESXI to new Virtual Servers.  These virtual servers

  need completed to comply with standards and security of the DoIT infrastructure and be in line with FTI

  requirements for all agencies.  DoIT is required to compete the 380 virtual servers re-platform initiative in 30

  days, if this is not completed in 30 days DoIT will lose the FTI data on the servers that are used to support

  agencies and the State of Illinois public who rely on services from these agencies.   This is a time sensitive

  project and requires the experience of this vendor's engineers to support DoIT Security Team.   Presidio has

  previously completed documents for vendor and financial disclosures and Standards Certifications on another

  contract CIT3031006.

   

 

Attempting to bid a solicitation for IT Network Engineers would delay the critical security project which is

  on a 30 day completion clock to keep services active for agencies on the network.  The work being requested is

   time sensitive and protects the State's agencies data as well as the State of Illinois Public data on the State's

  network.  If the servers are out of compliance the FTI data will be removed and services could be lost to

  residents of Illinois as well as agencies losing state or federal funding for these services. 

 

  DoIT is requesting to purchase 5200 labor hours for (10) IT Network Technicians from the vendor to work

  with the DoIT infrastructure engineers in the re-platforming,  move and build out of new servers to protect and

  support security of the DoIT Network.  If this service is not procured services will be lost, delayed or denied to

   agencies not being able to view FTI data for state claimants within the servers.  DoIT is also requesting to

  purchase Software licenses from the vendor to assist with zero trust compliance.

 

  This Emergency Purchase has an expected start date of 04/05/2023 through 07/04/2023 with an Original

  Estimated Cost of $4,000,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Presidio                                                                                 Notary Date:           4/7/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,000,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00

  16     Innovation & Technology, Department of                                                  File Date:  4/7/2023

  Original Filing – 4/7/2023: FY23, Qtr 4, Item# 16

 

  The ease of use and reliability of the YubiKey is proven to reduce password support incidents by 92%. These

  devices are more secure and user friendly than SMS and many other methods. They are also phishing-resistant.

   CDW Government is a authorized reseller, and they are a vendor that we have used in the past to purchase a

  small amount of the YubiKeys.  We have also used CDW Government to procure project managers in the past

  using their subcontractor, Revere Consulting, a registered CMS BEP firm.  

 

  Qty of  2,000 YubiKey 5 NFC FIPS Series which is a hardware based authentication solution that provides

  superior defense against phishing, eliminates account takeovers, and enables compliance requirements for strong

   authentication. 2,500 project management hours to manage remediation efforts.

 

 

 

An IFB for Yubikeys is currently posted and once evaluated, awarded, negotiated, and executed will provide

  a long term contract vehicle to purchase more Yubikeys to expand protection of state devices and network. 

 

  All of the project management hours will be completed by a BEP vendor. The value of this emergency is

  approximately 20/80% goods/services.  100% of the services are provided by Revere, a registered CMS BEP

  firm.  Therefore, this emergency is estimated at 80% BEP

 

  This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original

  Estimated Cost of $743,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  CDW Government                                                                    Notary Date:           4/7/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $743,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  17     Central Management Services, Department of                                            File Date:  4/11/2023

  Original Filing – 4/11/2023: FY23, Qtr 4, Item# 17

 

  The vendor was chosen due to familiarity with the fire suppression system at the location.  The vendor

  performed fire pump system repair under P-48920 dated 3-23-2023 and fire sprinkler repair under P-33681

  dated 2-04-2022.

 

  Estimated cost equipment and labor to repair the fire suppression system at the James R. Thompson Center.

 

  Statewide, there are 3 BEP vendors under NIGP Code 936-09 located in Lombard, Sidney and Ottawa, Illinois.

  However, due to the emergency condition and the vendor's experience in the repair of the fire suppression

  system at the JRTC, we went with a non-BEP Vendor.  

 

  This Emergency Purchase has an expected start date of 04/11/2023 through 07/10/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Johnson Controls Fire Protection LP                                              Notary Date:           4/11/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  18     Central Management Services, Department of                                            File Date:  4/11/2023

  Original Filing – 4/11/2023: FY23, Qtr 4, Item#18

 

  Repair gas leak on main gas line that feeds boilers and tune north boiler because it is burning yellow. May be

  necessary to replace 4" gas line. Failure to repair the gas leak will cause the building to have to shut down and

  will affect State operations.

 

  Statewide there are two (2) BEP vendors registered for NIGP code 910-63 and both of these vendors are

  located in the Chicago area, which is over 4 hours away.  Therefore, due to the emergency condition, we feel it

  is better to use a local vendor who is familiar with the system.

 

  This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original

  Estimated Cost of $2,000.00.

   Signed By:  Martha Blackwell, manager

      Vendor:  Henson Robinson Co.                                                                Notary Date:           4/11/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  19     Central Management Services, Department of                                            File Date:  4/13/2023

  Original Filing – 4/13/2023: FY23, Qtr 4, Item#19

 

  The vendor was chosen due to familiarity and proximity to the location.  The vendor was the contract holder for

   similar work at this location under P-39957 SP Emergency RTU Repair J0160 DOIT. The vendor is located in

  the same city (Springfield) as the facility where emergency repair is required. Without the compressor running

  there will be no A/C and the temperature is due to be in the 80's and computers don't work in the heat.  This

  could shut down some servers.

 

  Estimated cost equipment and labor to repair the compressor in the data center room at J0160, 120 West

  Jefferson Street, Springfield, IL

 

  There are 10 SBSA Vendors and they are located in the counties of Cook, Douglas, DuPage, Kane, Stephenson,

  and Will.  All are located over 3 hours away from Springfield.  Therefore, due to the emergency condition, we

  are using Henson Robinson which is located in Springfield and can be on sight within the hour.

 

  This Emergency Purchase has an expected start date of 04/12/2023 through 06/11/2023 with an Original

  Estimated Cost of $2,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Henson Robinson Co.                                                                Notary Date:           4/13/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  20     Central Management Services, Department of                                            File Date:  4/17/2023

  Original Filing – 4/17/2023: FY23, Qtr 4, Item# 20

 

  The Bureau of Property Management (BoPM) reached out to the 2 JPMC Vendors on contract: Reicher

  Industries stated they do not have the manpower needed to do the repairs and Angstrom stated they currently do

   not have emergency services in place but will work to provide in the future.  Therefore, we reached out to the

  vendor who held the previous HVAC contract for CMC as they are most familiar with the units.

 

  We have several HVAC issues at the Chicago Med Center (CMC) in Chicago.

1) 2121 W. Taylor: IDPH Bldg

  J0210 -the supplemental cooling unit for Labs 254, 266 & 267 are not working.  This lab provides Newborn

  Screening Testing which must provide reports within 24 hours.

2) 1151 S. Wood Street ICRE-W - the walk-in

   cooler that refrigerates food for the e Deaf & Blind is not operating and the Main Chiller located in the basement

   will not start.

3) 1026 S. Damen: DCFS - the existing chiller is operating at half capacity.  The Trane Chiller

  has 2 motors but only one is working.

 

  Statewide, there are 10 BEP vendors under NIGP Code 910-36 with only 3 registered in the BidBuy system. The

   chosen vendor is not a BEP vendor, but was chosen due to the emergency condition and their experience in the

   repair of the CMC HVAC system from P-16276.  

 

  BoPM reached out to the 2 JPMC Vendors on contract: Reicher Industries stated they do not have the

  manpower needed to do the repairs and Angstrom stated they currently do not have emergency services in place

   but will work to provide in the future. 

 

  This Emergency Purchase has an expected start date of 04/14/2023 through 07/13/2023 with an Original

  Estimated Cost of $99,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  The Stone Group                                                                      Notary Date:           4/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $99,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  21     Military Affairs, Department of                                                               File Date:  4/20/2023

  Original Filing – 4/20/2023: FY23, Qtr 4, Item# 21

 

  Vendor is the only vendor in the area that works on aircraft hangar doors.  Several vendors were contacted. 

  None of them work on hangar doors only garage doors and small roll up type doors.

 

  Labor and materials to replace defect door motor and gear box. 

 

  All BEP vendors for this commodity code to make door repairs are in the Chicago area and quick response was

  required for security of aircraft.

 

  This Emergency Purchase has an expected start date of 04/20/2023 through 05/31/2023 with an Original

  Estimated Cost of $38,000.00 using Federal Funding.

   Signed By:  Scott Eldridge, Exec 1

      Vendor:  Christy Foltz Inc.                                                                      Notary Date:           4/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                                                                                 $0.00                   $0.00      23 4

   Federal                 $38,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  22     Human Services, Department of                                                              File Date:  4/18/2023

  Original Filing – 4/18/2023: FY23, Qtr 4, Item# 22

 

  Using both Federal and State funding.

 

  DHS has multiple contracts for the leasing of Xerox Multi-functional machines statewide. The Master Contract

  ended 1/15/2023 and an Emergency 90 Day contract B-34145 was established to cover 1/16/23 to 4/15/23. The

  new procurement for a Joint Purchase Master Contract (B-34764) was due on 4/14/23. Once that contract is

  awarded and available for use, IDHS intends to utilize it.

Engaging a different vendor at this point would

  involved the relocation and system set up of hundreds of machines. The time required for equipment

  replacement and programming would lead to significant up front costs to secure such a contract as opposed to

  waiting to use the contract competitively solicited.

 

  Leasing Xerox multi-functional machines statewide for DHS.

 

  DHS intends to continue to utilize the Master Contract when the new contract is executed. The current Master

  Contract has a 6% BEP

goal and it is expected the new Master Contract will also include a BEP goal. DHS is

  unable to pursue a BEP goal for this emergency as it

is a temporary bridge to continue using equipment

  currently covered by the Master Contract.

 

  This Emergency Purchase has an expected start date of 04/16/2023 through 07/14/2023 with an Original

  Estimated Cost of $260,046.66 using both Federal and State Funding.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Xerox Corporation                                                                    Notary Date:           4/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $260,046.66                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  23     University of Illinois Chicago                                                                  File Date:  4/20/2023

  Original Filing – 4/20/2023: FY23, Qtr 4, Item# 23

 

  Using Self-Supporting Funds

 

  The University is experiencing overcrowding at the Paulina Street Parking Structure, which is one of the

  primary parking facilities adjacent to the university medical complex. The overcrowding is causing serious

  disruption to critical healthcare services as employees are unable to report to their positions in a timely and

  scheduled manner. These delays are causing cascading effects across the healthcare operations, which have

  begun to impact patients. To correct this issue, the University plans to institute a shuttle bus service between the

   Harrison Street Parking Structure and the Hospital so that employees who park in the Paulina Street Parking

  Structure may be temporarily relocated. Immediately establishing shuttle bus services, as a component of our

  larger infrastructure initiatives, will help us to ensure that critical medical services are not interrupted and

  provide accessible parking options for our patients. Ensuring timely conveyance of these medical services will

  prevent serious disruption to critical operations that affect public health. In recognition of long-term need to

  correct this unforeseen impact to critical services operations, the University is drafting a solicitation to procure

  shuttle bus services. This solicitation will allow the University the ability to stabilize parking operations and

  provide additional time to address infrastructure needs that will ultimately be necessary to correct this

  imbalance.  The vendor was selected by University parking services professionals as they are able to

  immediately begin providing requested services, supply an appropriate vehicle, guarantee staff, and offer pricing

  that the department believes to be appropriate.

 

  Vendor shall provide one (1) 25-passenger minibus and two (2) drivers to operate shuttle service between

  Harrison Street Parking Structure (1100 W Harrison ST, Chicago, IL 60607) and University of Illinois Hospital

  (1740 W Taylor ST, Chicago, IL 60612), from 5:00am to 8:00pm, Monday through Friday.

 

  This Emergency Purchase has an expected start date of 05/1/2023 through 07/28/2023 with an Original

  Estimated Cost of $154,440.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Dir UIC Purchasing

      Vendor:  United Bus Incorp                                                                    Notary Date:           4/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $154,440.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  24     Transportation, Department of                                                               File Date:  5/2/2023

  Original Filing – 5/2/2023: FY23, Qtr 4, Item# 24

 

  The following vendors were contacted and their respective bids are noted below:

  Keeley & Sons, Inc $50,000.00

  Kamadulski Excavating $55,600.00

  Stutz Excavating $61,275.00

  Keeley & Sons, Inc was selected based on their low bid and their ability to perform the work. Keeley & Sons,

  Inc has the expertise, manpower, and equipment to be able to successfully complete the required removal within

   the desired time frame.

   

  The salt dome in the yard at Wood River has failed due to the recent high winds which has resulted in the upper

  portion of the dome sagging, rotating, and crushing some of the lower members. The bottom section of the

  dome has sunk inward while the top half appears to have folded forward over the entryway. We don't believe a

  repair is in the Department’s best interest, we would request the following work to be performed: removal and

  dispose of the wooden dome/entry, installation of a tarp configured in a manner to allow us to use the capacity

  of the dome walls to store salt.

 

  This Emergency Purchase has an expected start date of 05/03/2023 through 08/03/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Joseph Monroe, District 8 Operations Engineer

      Vendor:  Keeley & Sons, Inc.                                                                  Notary Date:           5/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  25     Natural Resources, Department of                                                           File Date:  5/3/2023

  Original Filing – 5/3/2023: FY23, Qtr 4, Item# 25

 

  IDNR was unable to secure 2023 model year trucks off of the Light, Medium and heavy Duty Truck Master

  Contract with Morrow Brothers Ford, Inc (21-416CMS-BOSS4-P-29479) due to a delay in processing as well

  as supply chain and manufacturing constraints at Ford, Inc.  In addition to the master contract issues finding

  one-ton trucks available with dealers willing to contract with the State of Illinois has been a challenging process

  on its own.  After weeks of searching IDNR found one (1) available from Victory Lane Motors and needs to act

   quickly to secure it. 

 

  One (1) 2023 Ford F-350

 

  There is one (1) Ford F-350 currently on the Vendor's lot.  There is no opportunity to include Business

  Enterprise Program contractors on this purchase.  The current Master Contract did not contain a BEP

  subcontracting goal requirement nor is the one (1) BEP vendor registered under NIGP Code 072-02, Class 3

  Trucks, an authorized dealership. 

 

  IDNR has been unable to secure vehicles for three plus years due to supply chain constraints caused by the

  Covid19 pandemic which continue today.  The window to place orders for model year 2023 trucks has closed

  and Ford, Inc has notified Morrow Brothers Ford that current orders are being canceled.  Victory Lane Motor

  has one (1) F-350 available but it is not at Master Contract pricing.

 

  This Emergency Purchase has an expected start date of 05/04/2023 through 06/30/2023 with an Original

  Estimated Cost of $69,902.00.

   Signed By:  Eric Michael, AAPO

      Vendor:  Victory Lane Motors                                                                 Notary Date:           5/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $69,902.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  26     Veterans Affairs, Department of                                                              File Date:  5/5/2023

  Original Filing – 5/5/2023: FY23, Qtr 4, Item# 26

 

  Vendor has provided inspection and testing services in the past for the using agencies fusible link spring

  operated fire dampers and the vendor has the correct licensing for the inspection and testing of the facilities

  motorized fire and smoke dampers under the new Illinois Legislation Act 102-0426 which took affect January 1,

   2022.

 

  Inspection and testing of facilities motorized fire and smoke dampers. Per NFPA 105

 

  Illinois Veterans Home of Chicago bid this service out 4 times  to both small and large vendors with negative

  results. No bids were received.

 

  This Emergency Purchase has an expected start date of 05/04/2023 through 05/17/2023 with an Original

  Estimated Cost of $45,430.00.

   Signed By:  Leah Thomas, Deputy Procurement Manager

      Vendor:  Aero Building Solutions                                                             Notary Date:           5/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $45,430.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  27     Human Services, Department of                                                              File Date:  5/5/2023

  Original Filing – 5/5/2023: FY23, Qtr 4, Item# 27

 

  Security Sitter Services has been bid out several times, over the years we have found  that of those vendors

  who provide guard services, most do not provide one on one psychiatric unarmed monitoring in a hospital

  setting in the Chicagoland  or suburban Chicagoland area.  The  one other company we have used in the past,

  Elgin MHC has previously reported for leaving a patient unattended. TriStone is a newer local company willing

  to provide the services required, in the locations we need, and is already SBSA State of Illinois Certified. 

 

  Unarmed Security Sitter Services to monitor Elgin Mental Health Center  Psychiatric Patient while at UIC

  Hospital (University of Illinois Chicago) located at 1740 W. Taylor St. Chicago, IL., 60612. ( Must be able to

  provide 2 officers per shift to cover breaks/lunches as the patient cannot be left alone for any amount of time)

  from May 3rd through June 30th, 2023.

 

  This vendor is State of Illinois vendor certified SBSA in the Illinois Procurement Website.  The vendor is BEP

  certified.

 

  This Emergency Purchase has an expected start date of 05/03/2023 through 06/30/2023 with an Original

  Estimated Cost of $111,360.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  TriStone Security Consultants                                                      Notary Date:           5/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $111,360.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  28     Transportation, Department of                                                               File Date:  5/8/2023

  Original Filing – 5/8/2023: FY23, Qtr 4, Item# 28

 

  O'Brien Civil Works, Inc was selected to perform this work based on their low bid and the availability to

  perform the work.

  Below are the contractors contacted and their bid price:

  O’Brien Civil Works $74,360.00

  Martin Excavating $101,897.00

  Sjostrom & Sons $129,828.00

  Helm Civil $132,396.00

 

  Culvert collapse on Pump Factory Rd (south side) at US 30 over the roadside ditch in Lee County,

  approximately 5 miles south of Dixon. The top slab of the culvert failed due to advanced age and deterioration.

  The failed top slab of the culvert will be removed and replaced. The selected contractor will remove the existing

  top slab, brace the walls of the culvert and pour a new top slab. Due to the increased thickness of the top slab

  the contractor will also place HMA pavement to transition the new roadway surface elevation to the existing

  road surface.

 

  This Emergency Purchase has an expected start date of 05/09/2023 through 08/07/2023 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Trisha Thompson, Dist #2 Operation Engineer

      Vendor:  O'Brien Civil Works, Inc                                                            Notary Date:           5/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  29     Innovation & Technology, Department of                                                  File Date:  5/9/2023

  Original Filing – 5/9/2023: FY23, Qtr 4, Item# 29

 

  This procurement is to provide reliable and efficient metro Ethernet services to provide wide area network

  (WAN) connectivity between state offices and Illinois Century Network (ICN) Point of Presence (POP) sites

  located in the State of Illinois. Vendor will provide metro-ethernet point to point transport services between state

   offices and the ICN POP locations. Frontier North is selected since they have had service at all 71 locations for

   the past 5 years. When the renewal date was missed, all locations still needs to have Internet service. Vendor

  has been providing the vital service since the previous contract expired on 11/30/2022. This emergency contract

   is needed at this point so there is no loss of service for all the locations that utilize these services.

 

  Frontier North will provide 71 locations with Ethernet. Each of the 71 locations are in need of continued Internet

   in order to perform their necessary, daily functions. Services to be provided include 24/7, 365 Internet with

  quality of service (QoS) tagging between the customer premise equipment (CPE) and the ICN interconnect

  point.

 

  The service need is not offered by a BEP vendor and there is no other part of this service that can be subbed out

   to a BEP vendor.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/05/2023 with an Original

  Estimated Cost of $314,700.00.

   Signed By:  Van P Austin, APO

      Vendor:  Frontier North                                                                         Notary Date:           5/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $314,700.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  30     Toll Highway Authority, Illinois State                                                       File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 30

 

  Procurements are funded through toll revenue.

 

  This vendor has been performing this scope of work for several years and has worked with the Tollway hand in

   hand to develop appropriate solutions for the DeKalb Data Center, which is a very unique and highly sensitive

  facility.  ThermFlo has both the material and labor capability as well as the electrical engineering skills

  appropriate for the services required.  They also hold the current small purchase with emergency conditions

  contract that is due to expire 05/10/2023.  The Tollway issued an Invitation for Bid (IFB) on 04/28/2023 for a

  competitively bid, longer term contract, but that contract could not be awarded.  The Tollway will rebid the IFB

   and will revise the specifications to more clearly define the Tollway's needs.

 

This is a critical service for the

   Tollway’s DeKalb Data Center.  If a backup generator is not available during a power outage, the Tollway's

  backup data would be in jeopardy.

 

  - Provide (rental) one 275kW generator as backup for UPS system and one 80kW UPS system, including any

  and all required cables and tails, associated power equipment, ongoing maintenance and monitoring, required

  fueling, and 24/7 availability for 1-hour emergency

service as needed to include labor, parts, and material at no

  additional cost.

 

- Fuel as required for 500 gallon fuel tank and ongoing maintenance and monitoring for Tollway-owned

  100kW generator, and 24/7 availability for 1-hour emergency service as needed to include labor, parts, and

  material at no additional cost.

 

- Service agreement for remote monitoring of CRAC units on site including, but not limited to, temperature

  monitoring not to exceed  72 degrees on site, ensuring unit power demand does not exceed building capacity,

  cleaning and servicing of equipment, and 24/7 availability for 1-hour emergency service as needed to include

  labor, parts, and material at no additional cost.

 

- Service agreement for remote monitoring of ground-mounted 30 ton AHU including, but not limited to,

  bimonthly comprehensive maintenance unit inspections and 24/7 availability for 1-hour emergency service as

  needed to include labor, parts, and material at no additional cost.

 

  Actions were not taken to include BEP certified vendors in this emergency purchase because it is in the

  State’s/Tollway’s best interest to contract with ThermFlo to prevent any disruption of these important services.

 

  The Tollway does not operate on State-appropriated funds.  Procurements are funded through toll revenue.

 

  This Emergency Purchase has an expected start date of 05/11/23 through 08/02/2023 with an Original

  Estimated Cost of $95,000.00, Procurements are funded thought toll revenue.

   Signed By:  Eric Occomy, APO

      Vendor:  ThermFlo, Inc                                                                         Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

      State Cost:                        $95,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00

  31     Comptroller - Fiscal Officer, Office of the                                                  File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 31

 

  Using Other Funds Not Stated

 

  This emergency contract is to replace the roof membrane at 325 W. Adams Street, Springfield, IL. The

  emergency replacement is necessary due to recent leak damage.  Currently, emergency sand bags have been

  placed to keep the roof membrane from flying off. Water leaks continue to be an issue due to rain and high

  winds. A total roof replacement is required.

   

 

There is no existing contract for these services. A search of roofing vendors was pulled from the IL

  Procurement Gateway. There were no registered small business vendors located in Springfield. Henson

  Robinson Company is located in Springfield, IL and answered the call to replace the roof and schedule the work

   immediately. The vendor specializes in membrane roofing and is able to provide an immediate project start date.

 

   

 

This roof replacement project requires consideration of the Liebert cooling towers located on the room.

  These cooling systems maintain the temperature in highly sensitive operational areas throughout the building.

  The vendor has proposed a safe and secure approach to maintain the required office environment throughout the

   roof replacement project. This will ensure the office is fully operational throughout the duration of the project

  and staff are not exposed to potential dust and/or debris.

 

  Costs of materials and labor to replace the membrane roof at 325 W. Adams Street, Springfield, IL.

 

  Statewide, there are 9 BEP vendors under NIGP Code 910-66. None of these vendors are located in the

  Springfield area. Due to the proximity and urgency of the repair, Henson Robinson Company was chosen for

  the work to complete this emergency project.

 

  This Emergency Purchase has an expected start date of 05/03/2023 through 07/30/2023 with an Original

  Estimated Cost of $451,253.00, using Other Funds not stated.

   Signed By:  Megan Seitzinger, CPO

      Vendor:  Henson Robinson Co                                                                 Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $451,253.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  32     Environmental Protection Agency                                                            File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 32

 

  As of March 2023, Morrow Brothers states they have our order, however Morrow Brothers nor Ford will

  guarantee that our order is built. There is no timeline commitment and no promises made to the IEPA that our

  order will come through.

 

 

These vehicles are critical pieces to the Office of Emergency Response, therefore we have no choice but to

  move forward looking for a  vehicle option that meets our needs.

   

 

IEPA is  pursuing a purchase with Jansen Chevrolet who currently has a three 2023 Dodge Ram 2500 on

  their lot that meet all of our needs.  Jansen Chevrolet is already in the State of Illinois BidBuy system, so this

  ensures us that they are aware of the state's terms and we should not run into issues with them.

 

 

  Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles. The only contracted vendor who can meet our needs (Morrow

  Brothers Ford) cannot guarantee our order which we have placed each fiscal year for the last three. Section 20-

  30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)]

  provide that the use of the Emergency method of source selection may be used to make a "quick purchase" in

  situations when "items are available on the spot market or at discounted prices for a limited time so that good

  business judgment mandates a "quick purchase" immediately to take advantage of the availability and price". 

  The emergency spot market method of procurement was chosen over a competitive solicitation because of the

  amount of time a competitive selection could take and given the current market environment, vehicle dealerships

   are unlikely to hold a vehicle on their lots without a guarantee of award.

 

  3 - 2023 2500 Tradesman Crew Cab 4x4 (169" WB, 96" Box)

 

  We looked at the following NIGP codes:

 

 

NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GR)

   

NIGP 07205: Class 5 Trucks (16,001 - 19,500 lb. GVR)

   

 

There are no certified BEP vendors under these NIGP codes.

 

  This Emergency Purchase has an expected start date of 04/26/2023 through 06/30/2023 with an Original

  Estimated Cost of $172,400.00.

   Signed By:  Jake Poeschel, Chief Financial Officer

      Vendor:  Jansen Chrysler Dodge Jeep Ram                                                  Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $172,400.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  33     Transportation, Department of                                                               File Date:  5/16/2023

  Original Filing – 5/16/2023: FY23, Qtr 4, Item# 33

 

  Illinois Valley Paving, Truman Flatt, and P. H. Broughton were contacted to supply bids for this work.

 

  There was only one bid received from Illinois Valley Paving for $285,430.49.

  Description of services and/or supplies to be provided:

  Milling damaged pavement to bare concrete and overlaying the concrete pavement up to the original surface

  elevations in order to repair the pavement damaged during the traffic accident on Interstate 55 on Monday May

  1, 2023 including pavement striping.

 

  This Emergency Purchase has an expected start date of 05/22/2023 through 08/20/2023 with an Original

  Estimated Cost of $285,430.49.

   Signed By:  Steven Beran, Operations Engineer - Dist 6

      Vendor:  Il Valley Paving a Division of UCM                                               Notary Date:           5/16/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $285,430.49                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  34     University of Illinois Chicago                                                                  File Date:  5/17/2023

  Original Filing – 5/17/2023: FY23, Qtr 4, Item# 34

 

  Student fees associated with the purchase of dining plans

 

  Chartwells is currently in place as our dining services partner and their current contract is expiring June 30,

  2023.  The RFP to solicit and select a new dining service partner was canceled and will be re-issued.  We are

  requesting an emergency to allow us to continue working with Chartwells while the RFP is re-issued. 

  Continuing to use Chartwells for the services they currently provide is necessary to prevent serious disruption to

   these critical university services.

 

  Board plan dining services for students on meal plans, retail dining operations in multiple locations around

  campus, catering services and operation of retail convenience stores.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $975,000.00, using Student fees associated with the purchase of dining plans.

 

  Student fees associated with the purchase of dining plans.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  Compass Group USA (Chartwells Division)                                     Notary Date:           5/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $975,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  35     Transportation, Department of                                                               File Date:  5/9/2023

  Original Filing – 5/9/2023: FY23, Qtr 4, Item# 35

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

 

Central Management Services is not providing master contracts and IDOT has an IFB in process of being

  published to get vendors under a term contract (B35662)

 

 

If this emergency procurement is not approved, IDOT will not have any means of procuring this material

  for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  McLean Co. Asphalt, Inc.                                                           Notary Date:           5/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  36     Transportation, Department of                                                               File Date:  5/9/2023

  Original Filing – 5/09/2023: FY23, Qtr 4, Item# 36

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Aundra Williams, Bureau chief

      Vendor:  Piatt Co. Service Co.                                                                 Notary Date:           5/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  37     Transportation, Department of                                                               File Date:  5/9/2023

  Original Filing – 5/09/2023: FY23, Qtr 4, Item# 37

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 09/24/2023 with an Original

  Estimated Cost of $45,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Illini FS, Inc                                                                            Notary Date:           5/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $45,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  38     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 38

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Heritage FS                                                                            Notary Date:           5/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  39     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 39

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $2,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Growmark, Inc                                                                        Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  40     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 40

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  G Cooper Oil Company inc                                                         Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  41     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 41

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

Central Management Services is

  currently in process of awarding some location on a master contracts and will be rebidding the non-awarded

  locations at a later date.

 

If this emergency procurement is not approved, IDOT will not have any means of

  keeping the roads and highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $950.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Conserv FS, Inc.                                                                       Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                            $950.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  42     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 42

 

  The selected vendor is able to provide the needed fuel.  IDOT lacks adequate coverage for fuel currently on

  recently executed contracts and is a vital necessity for daily operations.

 

  Fuel for daily operations of IDOT vehicles, both on and off highway.

 

 

Central Management Services is currently in process of awarding some location on a master contracts and

  will be rebidding the non-awarded locations at a later date.

 

 

If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and

  highways safe for the public.

 

  IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed

  for this emergency.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $61,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Evergreen FS, Inc.                                                                    Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $61,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  43     Capital Development Board                                                                    File Date:  5/17/2023

  Original Filing – 5/17/2023: FY23, Qtr 4, Item# 43

 

  The scope of work provides for replacing approximately 400 feet of existing clay tile storm sewer as designed

  by the Architect/Engineer of record. This line runs under the BNSF Railroad and is subject to permitting and

  design approval. This work also includes, but is not limited to, investigating, and locating all other utilities under

  the railroad for permitting by BNSF and the installation of a utility conveyance duct for future utility needs.

  Additionally, the scope of work provides for a new domestic water service from the City of Quincy to the

  Cemetery. The new service is replacing the old service that previously ran underneath the railroad.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design

  documents provide by the Architect/Engineer, and Rees Construction Company of Quincy’s quote dated May 8,

   2023. Services provided under this procurement should not exceed $1,580,000.00, prior to entering into a

  Construction Contract, without prior authorization from the Capital Development Board. Final Actual Costs will

  be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 05/17/2023 through 08/14/2023 with an Original

  Estimated Cost of $1,580,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Rees Construction Co.                                                               Notary Date:           5/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,580,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  44     Natural Resources, Department of                                                           File Date:  5/18/2023

  Original Filing – 5/18/2023: FY23, Qtr 4, Item# 44

 

  Using Federal & State Funding

 

  Morrow Brothers Ford, Inc holds the Master Contract for Light, Medium and Heavy Duty Trucks (21-

  416CMS-BOSS4-P-29479).  IDNR was unable to secure 2023 model year trucks off of this contract due to a

  delay in processing as well as supply chain and manufacturing constraints at Ford, Inc.  The Master Contract

  Vendor has advised that the fulfillment of future contract orders is unknown.

   

 

IDNR procurement in consultation with the Office of Resource Conservation and Office of Mines and

  Minerals identified Four (4) F-150's available locally at Landmark Ford in Springfield, IL that would partially

  meet the need and moved quickly to secure them.

 

  Four (4) 2023 Ford F-150's

 

  There are four (4) Ford F-150's currently on the Vendor's lot.  There is no opportunity to include Business

  Enterprise Program contractors on this purchase.  The current Master Contract did not contain a BEP

  subcontracting goal requirement nor are there any BEP vendors registered under NIGP Code 072-02 describing

  the provision of class 2 trucks.

 

  IDNR has been unable to secure vehicles for three plus years due to supply chain constraints caused by the

  Covid19 pandemic which continue today.  The window to place orders for model year 2023 trucks has closed

  and Ford, Inc has notified Morrow Brothers Ford that current orders are being canceled.  IDNR has been

  sourcing vehicles from dealerships that have supply available.

 

  This Emergency Purchase has an expected start date of 05/18/2023 through 06/30/2023 with an Original

  Estimated Cost of $213,740.00, using Federal and State Funds.

   Signed By:  Eric Michael, AAPO

      Vendor:  Landmark Ford Trucks                                                               Notary Date:           5/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $213,740.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  45     Transportation, Department of                                                               File Date:  5/19/2023

  Original Filing – 5/19/2023: FY23, Qtr 4, Item# 45

 

  This vendor is currently working on site for another project, and provided the lowest cost for the work to be

  completed,

 

  Repair the metal roof and walls that were damaged to an equipment storage shed at the Wyoming Maintenance

  Facility on May 8, 2023.

 

  This Emergency Purchase has an expected start date of 05/22/2023 through 08/20/2023 with an Original

  Estimated Cost of $75,000.00.

   Signed By:  Anna Ghidina, APO

      Vendor:  CAD Construction & Design                                                       Notary Date:           5/19/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $75,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  46     Capital Development Board                                                                    File Date:  5/25/2023

  Original Filing – 5/25/2023: FY23, Qtr 4, Item# 46

 

  The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air

  conditioning units as directed by the Architect/Engineer of record. Any ancillary items, such as electrical power

  improvements or other necessary work needed for temporary installation, is considered part of the scope. The

  contractor is also responsible for any needed trouble-shooting throughout the cooling season, should issues

  arise.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to entering into a Construction

  Contract, without prior authorization from the Capital Development Board in consultation with the Chief

  Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 05/25/2023 through 08/22/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  JB Contracting Corp.                                                                 Notary Date:           5/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  47     Central Management Services, Department of                                            File Date:  5/25/2023

  Original Filing – 5/25/2023: FY23, Qtr 4, Item# 47

 

  This  emergency contract will be with The Stone Group. They were the contracted vendor on P-16276 Chiller

  HVAC Services MABB Chi Med Ctr for the period of 3/24/2020 - 3/28/2023. Given the Stone Group's proximity

   to the Chicago medical Center and their experience performing Chiller/HVAC repair at the Chicago Medical

  Center, they were contacted, and replied they could perform the work immediately.

 

  Estimated cost to provide and install a temporary chiller within the HVAC system at the Chicago Medical Center

  located at 1151 S. Wood Street Chicago, IL 60612

 

  Statewide, there are 10 BEP vendors listed under NIGP code 910-36, none are located in the city of Chicago.

  Given the Stone Group's proximity to to the Chicago Medical Center and their experience performing

  Chiller/HVAC repair at the Chicago Medical Center,  we did not believe using a BEP vendor who is not familiar

  with the they HVAC system at the Chicago Medical Center was the correct choice.  We did not believe we had

  the time to spare to call around and find someone. 

 

  This Emergency Purchase has an expected start date of 05/25/2023 through 08/23/2023 with an Original

  Estimated Cost of $65,000.00.

   Signed By:  Rick Rogers, SSM

      Vendor:  The Stone Group                                                                      Notary Date:           5/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $65,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  48     Central Management Services, Department of                                            File Date:  5/31/2023

  Original Filing – 5/31/2023: FY23, Qtr 4, Item# 48

 

  The vendor was chosen due to familiarity with the fire suppression system at the location.  The vendor

  performed fire pump system repair under P-48920 dated 3-23-2023, the fire sprinkler repair under P-33681

  dated 2-04-2022, and another fire sprinkler repair under P-51802 dated 4-11-2023. We contacted the JPMC

  Plumbing Vendors on contract; however, none of them wanted to touch the repair on the ancient system as they

   felt they may cause further damage.

 

  Estimated cost equipment and labor to repair the leak in the sprinkler line in the Old Lottery Space on the

  concourse in the JRTC building.

 

  Statewide, there are 56 BEP vendors under NIGP Code 914-68. However, due to the severity of the need for the

   repair and the age of the system, while the chosen vendor is  not a BEP vendor, due to their experience in the

  repair of the JRTC Fire Sprinkler system, we feel they are the best vendor for this job.  

 

  This Emergency Purchase has an expected start date of 05/31/2023 through 08/28/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           5/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  49     Innovation & Technology, Department of                                                  File Date:  5/31/2023

  Original Filing – 5/31/2023: FY23, Qtr 4, Item# 49

 

  The State of Illinois Department of Innovation and Technology ("DoIT") seeks to procure a one-year

  Emergency license agreement for the Siteimprove, Inc. website accessibility and quality scanning service,

  including user education and support services. This service is necessary for the State to continue to ensure that

  its websites are in compliance with the Illinois Information Technology Accessibility Act (30 ILCS 587) and the

  Americans with Disabilities Act (ADA) and to assist the State in improving the accessibility and usability of

  Illinois websites for Illinois residents.

 

 

There was a technical issue with the SPO-signed copy of the Sole Source Justification Form that was not

  discovered until the 14th day of being posted. Since this document is for the benefit of public transparency and

  was not available to the public, the CPO’s office elected to have it reposted for an additional 14 days. This

  caused an unexpected delay in the SS process, which means the new timeline for the Sole Source and contract

  execution now extends beyond the current license expiration which caused DoIT to initiate an Emergency to

  compensate and ensure uninterrupted contract coverage and software service operation. 

 

  Siteimprove, Inc. is used to automatically scan State of Illinois websites to measure, report on, and ensure

  compliance with State and Federal accessibility requirements, including the Illinois Information Technology

  Accessibility Act (30 ILCS 587) and the Americans with Disabilities Act (ADA). Siteimprove, Inc. is integrated

  in to the State's new enterprise-standard web content management platform, Adobe Experience Manager

  (AEM), which is used for all DoIT-managed State of Illinois agency websites. Interruption of the use of the

  Siteimprove, Inc. service would make it impossible for the State to effectively monitor the compliance of State

  websites with State and Federal accessibility laws and put the State at increased risk legal and/or Federal action

  for failure to comply with accessibility laws.

 

 

If this software is shutoff by the vendor all citizens and staff that reply on this accessibility software to

  access their government services or perform their duties will have difficulty doing so, which will cause the state

   to be out of compliance with numerous accessibility requirements and expose the state to complaints and

  potential punitive actions.  The emergency is for 1-year of licenses as the vendor already reluctantly worked

  with DoIT to extend their previous contract with the understanding that this year's Sole Source for FY24

  licenses would be completed by the end of the extension.  The vendor is not interested in providing another

  prorated quote.  Quote price includes a one-time reinstatement fee of $10,000. 

 

  This Emergency Purchase has an expected start date of 05/29/2023 through 08/27/2023 with an Original

  Estimated Cost of $459,917.61.

   Signed By:  Van P Austin, APO

      Vendor:  SiteImprove, Inc.                                                                      Notary Date:           5/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $459,917.61                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  50     Natural Resources, Department of                                                           File Date:  6/1/2023

  Original Filing – 6/1/2023: FY23, Qtr 4, Item# 50

 

  Using Federal & State Funding

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

    IDNR submitted multiple requisitions to Central Management Services (CMS) to purchase 40+ trucks off of

  this contract however CMS denied them and Morrow Brothers was unable to confirm if current orders would

  be fulfilled.

 

 

IDNR procurement contacted Morrow Brothers Ford to inquire about current lead times on trucks.  They

  advised that that severe supply chain constraints still exist and that Ford has not scheduled build dates for a large

   amount of trucks ordered by multiple state agencies.   They also advised that Ford would not be supplying fleet

   trucks to Illinois for the remainder of 2023 and that 2024 was questionable.

 

 

IDNR procurement in consultation with the the Forestry Division identified six (6) F-350's available at Via

  Carlita, DBA Hawk Ford of St. Charles that would partially meet the needs of IDNR and quickly started

  conversations to secure them.

 

  Six (6) 2022 Ford F-350's

 

  IDNR completed Business Enterprise Program (BEP) and Veteran Business Program (VBP) goal setting

  procedures utilizing NIIGP Code 07203 describing the provision of Class 3 Trucks.  There are no registered

  firms under this code.

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

    IDNR submitted multiple requisitions to Central Management Services (CMS) to purchase 40+ trucks off of

  this contract however CMS denied them and Morrow Brothers was unable to confirm if current orders would

  be fulfilled.

 

  This Emergency Purchase has an expected start date of 06/01/2023 through 07/31/2023 with an Original

  Estimated Cost of $470,705.00, using Federal & State Funds.

   Signed By:  Eric Michael, AAPO

      Vendor:  Via Carlita, LLC dba Hawk Ford of St Charles                                  Notary Date:           6/1/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $470,705.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  51     Natural Resources, Department of                                                           File Date:  6/2/2023

  Original Filing – 6/2/2023: FY23, Qtr 4, Item# 51

 

  Using Federal Funding

 

  Biomarine, Inc. is the sole source provider of the BioPak240R self contained breathing apparatus.

 

   

 

According to law, the Illinois Department of Natural Resources, Office of Mines and Minerals must

  maintain four mine rescue stations to serve the coal fields of the state (225 ILCS 705).   Each station must be

  equipped with every emergency rescue device that might be needed in the event of a mine disaster or

  emergency.

 

 

 The primary piece of equipment utilized when responded to mine disasters/emergencies is a self-contained

  breathing apparatus (SCBA).  This units are worn by mine rescue team members when entering bad

  atmospheres.

 

   

 

The SCBAs at the department's Lively Grove and Sahara Woods Mine Rescue Stations are over 15 years

  old and need to be replaced to ensure the safety of the state's mine rescue team members.   Failure to do so

  could result in severe injury or death to those wearing the apparatus.

 

   

 

The department is seeking the purchase of 24 BioMarine, BioPak 240 Revolution 4-hour rebreathers to

  replace antiquated units at its Lively Grove and Sahara Woods Mine Rescue Stations.  The State of Illinois has

  chosen to seek this brand due to the fact that it maintains such units at its other rescue stations (Benton and

  Springfield) and state personnel are trained in how to operate and maintain this particular rebreather.  The

  BioPak 240 Revolution has fewer parts than other rebreathers, thus, allowing for quick servicing of the units.  

  In order to maintain consistency in the state’s mine rescue services, it is imperative that the rebreathers

  purchased for the Lively Grove and Sahara Woods Mine Rescue Stations be BioMarine.

 

   24 BioPak 240R, NI/OTS/G/p

 

 24 One for One Trade in Credi

 

 24 NIOSH PRO PP Mask

 

 24 Hard Equipment Case

 

 24 Spare Ice Canister

 

 24 NIOSH Green Oxygen Cylinder

 

  The Illinois Department of Natural Resources (IDNR) performed Business Enterprise Program (BEP) goal

  setting utilizing NIGP Code 34580 describing the provision of Respiratory Protection Equipment which resulted

  in a 0% BEP subcontracting goal. 

 

  This Emergency Purchase has an expected start date of 06/01/2023 through 08/28/2023 with an Original

  Estimated Cost of $222,505.20, using Federal Funds.

   Signed By:  Eric Michael, AAPO

      Vendor:  Biomarine, Inc.                                                                        Notary Date:           6/2/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      23 4

   Federal               $222,505.20                                                                   $0.00

  52     Capital Development Board                                                                    File Date:  6/6/2023

  Original Filing – 6/6/2023: FY23, Qtr 4, Item# 52

 

  The scope of work provides for the rental, installation, piping, maintenance, and eventual removal of a properly

  sized temporary chiller,to serve the East Moline Correctional Center Administration Building through November

  1, 2023 as directed by the Architect/Engineer of record.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $350,000.00, which is a place-holder prior to entering into a Construction

  Contract, without prior authorization from the Capital Development Board in consultation with the Chief

  Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/06/2023 through 09/04/2023 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ragan Mechanical, Inc.                                                              Notary Date:           6/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  53     Transportation, Department of                                                               File Date:  6/2/2023

  Original Filing – 6/2/2023: FY23, Qtr 4, Item# 53

 

  Kara Company Inc is currently the only authorized Distribution Partner within the state of Illinois. The

  equipment must be Leica specific, to make the District whole and operate with existing software and network

  coverage previously procured for the existing equipment.

 

  Kara Company Inc provides all warranty repairs on the Department's Leica Survey and GPS products statewide.

    This includes hardware warranties, firmware upgrades, software maintenance, associated network coverage,

  and repairs for all survey and GPS Equipment located in the Survey Units and Construction Sections statewide. 

 

   

If survey equipment is not fully functional, it can either not be used or will lead to errors in the field.  This

  results in lost productivity, increased man-hour costs for issue resolution or re-work, potential safety concerns

  for additional surveyor field exposure, inaccurate surveys and construction field quantities, and perhaps the

  missing of project lettings and loss of federal funding.  Ultimately, the traveling public can be adversely affected

  as the condition and safety of our transportation system is directly impacted.

 

  Kara Company Inc is currently the only authorized Distribution Partner within the state of Illinois.

 

  This Emergency Purchase has an expected start date of 06/05/2023 through 09/04/2023 with an Original

  Estimated Cost of $192,588.03.

   Signed By:  Omolara Erewele, Acting APO

      Vendor:  Kara Company Inc.                                                                   Notary Date:           6/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $192,588.03                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  54     Toll Highway Authority, Illinois State                                                       File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 54

 

  Using Tollway Revenue. The Tollway does not operate on State-appropriated funds.  Procurements are funded

  through toll revenue.

 

  This vendor has been performing this scope of work for several years and has worked with the Tollway hand in

   hand to develop appropriate solutions for the DeKalb Data Center, which is a very unique and highly sensitive

  facility.  ThermFlo has both the material and labor capability as well as the electrical engineering skills

  appropriate for the services required.  They also hold the current small purchase with emergency conditions

  contract that is due to expire 05/10/2023.  The Tollway issued an Invitation for Bid (IFB) on 04/28/2023 for a

  competitively bid, longer term contract, but that contract could not be awarded.  The Tollway will rebid the IFB

   and will revise the specifications to more clearly define the Tollway's needs.

 

 

 

This is a critical service for the Tollway’s DeKalb Data Center.  If a backup generator is not available during a

  power outage, the Tollway's backup data would be in jeopardy.

 

  - Provide (rental) one 275kW generator as backup for UPS system and one 80kW UPS system, including any

  and all required cables and tails, associated power equipment, ongoing maintenance and monitoring, required

  fueling, and 24/7 availability for 1-hour emergency

service as needed to include labor, parts, and material at no

  additional cost.

 

- Fuel as required for 500 gallon fuel tank and ongoing maintenance and monitoring for Tollway-owned

  100kW generator, and 24/7 availability for 1-hour emergency service as needed to include labor, parts, and

  material at no additional cost.

 

- Service agreement for remote monitoring of CRAC units on site including, but not limited to, temperature

  monitoring not to exceed  72 degrees on site, ensuring unit power demand does not exceed building capacity,

  cleaning and servicing of equipment, and 24/7 availability for 1-hour emergency service as needed to include

  labor, parts, and material at no additional cost.

 

- Service agreement for remote monitoring of ground-mounted 30 ton AHU including, but not limited to,

  bimonthly comprehensive maintenance unit inspections and 24/7 availability for 1-hour emergency service as

  needed to include labor, parts, and material at no additional cost.

 

  Actions were not taken to include BEP certified vendors in this emergency purchase because it is in the

  State’s/Tollway’s best interest to contract with ThermFlo to prevent any disruption of these important services.

 

  This Emergency Purchase has an expected start date of 05/11/2023 through 08/02/2023 with an Original

  Estimated Cost of $95,000.00, using Tollway Revenue. The Tollway does not operate on State-appropriated

  funds.  Procurements are funded through toll revenue. .

   Signed By:  Eric Occomy, APO

      Vendor:  ThermFlo, Inc.                                                                         Notary Date:           5/10/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $95,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00

  55     Capital Development Board                                                                    File Date:  6/8/2023

  Original Filing – 06/08/2023: FY23, Qtr 4, Item# 55

 

  The scope of work provides for the replacement of approximately 6,000 sf of roof, to include the removal of

  the existing shingles and underlayment, ridge vent and valleys, and replacement with new shingle roofing, ice

  and water shield, ridge vent and valley flashing. The scope also includes the installation of roof vents as directed

   by the Architect/Engineer and agreed to CDB. Existing gutters and downspouts to remain.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $150,000.00, which is a place-holder prior to entering into a Construction

  Contract, without prior authorization from the Capital Development Board in consultation with the Chief

  Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/08/2023 through 09/05/2023 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  J.L. Adler Roofing & Sheet Metal                                                 Notary Date:           6/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  56     Capital Development Board                                                                    File Date:  6/8/2023

  Original Filing – 6/8/2023: FY23, Qtr 4, Item# 56

 

  The scope of work provides for an assessment and any testing required to determine the structural integrity of

  the column(s) at the ISP Franklin Building.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/08/2023 through 09/04/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Kuhn & Trello Consulting Eng                                                     Notary Date:           6/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  57     Capital Development Board                                                                    File Date:  6/9/2023

  Original Filing – 6/9/2023: FY23, Qtr 4, Item# 57

 

  The scope of work provides for immediate shoring and repair work to structural concrete members of the

  underground parking garage at the William G. Stratton Building, as directed by the Architect/Engineer of record.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this procurement should not

  exceed $340,000.00, which is a place-holder prior to entering into a Construction Contract, without prior

  authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

  Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/09/2023 through 09/06/2023 with an Original

  Estimated Cost of $340,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Western Waterproofing Co.                                                         Notary Date:           6/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $340,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  58     Natural Resources, Department of                                                           File Date:  6/9/2023

  Original Filing – 06/09/2023: FY23, Qtr 4, Item# 58

 

  Using Federal Funding

 

  The State of Illinois is unable to obtain vehicles from the Master Contract established by Central Management

  Services (CMS).  This issue has been on going for the past three years ultimately beginning due to the

  COVID19 pandemic.

 

 

The Illinois Department of Natural Resources (IDNR) is unable to wait any longer due to it aging fleet and

  has been securing vehicles on dealer lots on a first come first serve basis.

   

 

IDNR recently found four (4) F-150's and two (2) Explores on Uftring Ford, Inc.'s lot in East Peoria, IL

  and is declaring an emergency procurement to secure them before they are sold to other parties. 

 

  Four (4) 2023 Ford F-150's and Two (2) 2023 Ford Explorers.

 

  The Illinois Department of Natural Resources (IDNR) performed Business Enterprise Program (BEP) goal

  setting utilizing NIGP Code 07202 describing the provision of class 2 trucks and 07180 describing the provision

  of SUV type vehicles.  There are no BEP firms registered under these codes thus no BEP subcontracting

  opportunities.

 

  Morrow Brothers Ford holds the State of Illinois Master Contract for light, medium and heavy duty trucks.  The

   Illinois Department of Natural Resources has been trying to secure vehicles for over three years but due to

  COVID19 and chip shortages causing severe supply chain constraints Ford has advised that they are limiting the

   production of fleet vehicles.  Previous orders are being canceled and the Master Contract vendor has advised

  that the future in unclear. 

 

  This Emergency Purchase has an expected start date of 06/05/2023 through 07/31/2023 with an Original

  Estimated Cost of $302,590.00, using Federal Funds.

   Signed By:  Eric Michael, AAPO

      Vendor:  Uftring Ford                                                                            Notary Date:           6/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      23 4

   Federal               $302,590.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  59     Commerce and Economic Opportunity, Department of                                 File Date:  6/8/2023

  Original Filing –6/8/2023: FY23, Qtr 4, Item# 59

 

  Using both State & Federal Funding

 

  The Vendor was awarded a contract 22-420DCEO-STRTC-P-32126 after a competitive solicitation.  However,

  the Vendor failed to meet the BEP goal during the initial term of the contract in order to be eligible for renewal.

  The Vendor is being retained on an emergency basis until competitive solicitation 23-420DCEO-STRTC-B-

  35050 can be awarded.

 

  A statewide call center to supplement in-person client intake and to provide an alternative mode for low-income

  clients to request services for the Low-Income Home Energy Assistance Program (LIHEAP) and Community

  Services Block Grant (CSBG) program through its Help Illinois Families call center announced by the Governor

  in June 2020 during the height of the global pandemic. There will continue to be a critical and increased need to

  safely provide utility bill assistance and other essential services in the future. Affording clients the option to start

  the pre-application process for LIHEAP and CSBG remotely and with the assistance of a live call center agent

  will increase accessibility, outreach and capacity to broadly serve many more eligible households efficiently and

  effectively in the long-term.  Implementing a statewide call center to support Help Illinois Families will extend

  much-needed support to OCA grantees and local intake sites in handling the peak demand periods for LIHEAP

  and CSBG services. This should prospectively minimize the delay of application review as best practices are

  developed and assimilated to the ongoing circumstances in the best interest of prioritizing and serving the

  vulnerable populations in Illinois.

 

  FH Cann & Associates was selected among 11 Bidders after an Invitation For Bid 22-420DCEO-STRTC-B-

  21385 was duly processed. A continuance of service  is critical to maintain operations until the new solicitation

  is awarded.

 

  This Emergency Purchase has an expected start date of 06/07/2023 through 09/04/2023 with an Original

  Estimated Cost of $400,000.00, using both State and Federal Funds.

   Signed By:  Candyce Thompson, APO

      Vendor:  FH Cann & Assoc.                                                                    Notary Date:           6/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      23 4

   Federal               $400,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  60     Environmental Protection Agency                                                            File Date:  6/12/2023

  Original Filing – 06/12/2023: FY23, Qtr 4, Item# 60

 

  Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles. The only contracted vendor who can meet our needs (Morrow

  Brothers Ford) cannot guarantee our order which we have placed each fiscal year for the last three. Section 20-

  30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)]

  provide that the use of the Emergency method of source selection may be used to make a "quick purchase" in

  situations when "items are available on the spot market or at discounted prices for a limited time so that good

  business judgment mandates a "quick purchase" immediately to take advantage of the availability and price". 

  The emergency spot market method of procurement was chosen over a competitive solicitation because of the

  amount of time a competitive selection could take and given the current market environment, vehicle dealerships

   are unlikely to hold a vehicle on their lots without a guarantee of award.

 

  2023 CHEVROLET SIL VERADO 1500 LT (3)

 

Vin#

  1 GCPDDEK7PZ240950

 

1GCPDDEK4PZ243952

 

1 GCPDDEK4PZ244020

 

  We looked at the following NIGP codes:

 

 

NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GVWR)

NIGP 07205: Class 5 Trucks (16,001 - 19,500

   lb. GVWR)

 

 

There are no certified BEP vendors under these NIGP codes.

 

  P-29479 JPMC Trucks Light Medium and Heavy Duty with Morrow Brothers Ford is the only master contract

  with items to meet our needs. We already tried to utilize that contract to order a vehicle, but due to market

  conditions and restrictions from the manufacturers, we are unable to order the vehicle through this contract.

 

  This Emergency Purchase has an expected start date of 06/11/2023 through 06/30/2023 with an Original

  Estimated Cost of $148,656.00.

   Signed By:  Jake Poeschel, Chief Financial Officer

      Vendor:  Jansen Chevolet                                                                       Notary Date:           6/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $148,656.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  61     Revenue, Department of                                                                        File Date:  6/14/2023

  Original Filing – 6/14/2023: FY23, Qtr 4, Item# 61

 

  The Lottery has been needing and searching for vehicles for our Lottery Sales Representatives who must be able

   to travel throughout the State. The fleet has been diminished so much that we were forced to look for Lottery

  vehicles on lots that are deliverable immediately.  Section 20-30(d) of the Illinois Procurement Code and the

  CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency method of

  source selection may be used to make a "quick purchase" in situations when "items are available on the spot

  market or at discounted prices for a limited time so that good business judgment mandates a "quick purchase"

  immediately to take advantage of the availability and price".  The emergency spot market method of

  procurement was chosen over a competitive solicitation because of the amount of time a competitive selection

  could take and given the current market environment, vehicle dealerships are unlikely to hold multiple vehicles

  on their lots without a guarantee of award.

 

 

The Lottery contacted Hendershot Chrysler Dodge Jeep and Ram who had 6 vehicles that could meet the

  Lottery's immediate need.

 

  Lottery will be able to purchase Five 2023 Chrysler Pacifica Minivans and One 2022 Chrysler Pacifica Minivan.

 

 

  There are currently not any Business Enterprise Program Certified Vendors registered for new and unused

  vehicles.  Sutton Ford previously had this certification but does not at this time.

 

  Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:

 

     Sedans – Compact:  No

  JPMC Contract

     Sedans – Midsize:  No JPMC Contract

 

     SUVs – Compact:  Model Year 2023 Order Cut-off

  has passed

          P-37575 - JPMC Passenger Sport Utility Vehicles (SUV) - Landmark Ford

              

  Electric (BEV) - Ford Mustang Mach-E

          P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob

  Ridings Ford

               Hybrid (HEV) - Ford Escape SE

               Plug-In Hybrid (PHEV) - Ford Escape SE

 

 

     SUVs – Midsize:  Model Year 2023 Order Cut-off has passed

          P-37576 - JPMC Passenger Sport Utility

  Vehicles (SUV) - Bob Ridings Ford

               Hybrid (HEV) - Ford Explorer Limited

               Flex Fuel -

  Ford Explorer Base

 

     Minivans – 7 Passenger:  Model Year 2023 Order Cut-off has passed

          P-40356 -

  JPMC Vans - 7 Passenger

               Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L

              

  Gasoline - Chrysler Pacifica Touring

 

    Trucks- Light and Medium Duty- Order Cut Off 8-26-2023 for MY

  2023

           21-416CMS-BOSS4-P-29479- JPMC Trucks Light Medium and Heavy Duty

              

  Gasoline Ford Ranger

               Flex Fuel F150

               Flex Fuel F250Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/12/2023 through 9/10/2023 with an Original

  Estimated Cost of $252,531.56.

   Signed By:  Ignacio Cuevas, APO

      Vendor:  Hendershot Chrysler Dodge Jeep Ram                                            Notary Date:           6/14/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $252,531.56                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00

  62     Central Management Services, Department of                                            File Date:  6/12/2023

  Original Filing – 06/12/2023: FY23, Qtr 4, Item# 62

 

  The vendor was chosen as the were performing the inspection on the system and were already on-site when

  they found the problem that needed to be immediately repaired.   

 

  Materials, equipment, and labor to repair the fire sprinkler system at the Dickson Mounds Museum in

  Lewistown, Illinois.

 

  Statewide, there are 5 BEP vendors under NIGP Code 93633. The chosen vendor is not a BEP vendor;

  however, due to their being on site and their capability in doing the repair as well as the emergency need, we

  used Getz Fire Equipment.

 

  This Emergency Purchase has an expected start date of 06/12/2023 through 09/10/2023 with an Original

  Estimated Cost of $5,283.10.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Getz Fire Equipment Co                                                             Notary Date:           6/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,283.10                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  63     Central Management Services, Department of                                            File Date:  6/14/2023

  Original Filing – 6/14/2023: FY23, Qtr 4, Item# 63

 

  The vendor was chosen due to familiarity with the quality of their work and their ability to arrive at the location,

  and begin work promptly.  The vendor is SBSA. The vendor was the contract holder under P-51083 Tree

  Removal J0141 Springfield.

 

  Estimated cost equipment and labor for emergency removal of a sweet gum tree that dropped a large branch

  onto the data line between the Tailor Shop and the Quartermaster Building at G0904,  3740 E Lakeshore Drive,

  Springfield, IL 62707.

 

  Statewide, there are 6 BEP vendors under NIGP Code 988-87. None which are located in Springfield. Given the

  previous vendor work history, and their SBSA status, the state felt it did not have the time required to reach out

  to BEP vendors.  

 

  This Emergency Purchase has an expected start date of 6/14/2023 through 09/11/2023 with an Original

  Estimated Cost of $6,000.00.

   Signed By:  Rick Rogers, SS Manager

      Vendor:  By Design Landscaping                                                              Notary Date:           6/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  64     Natural Resources, Department of                                                           File Date:  6/12/2023

  Original Filing – 6/12/2023: FY23, Qtr 4, Item# 64

 

  The World Shooting Recreational Complex has shooting events scheduled year round, running out of targets will

   cause a serious disruption with the  cancellation of events.  This would be a hardship to the participants and

  public which have made travel arrangements as well as the State of Illinois in the loss of revenue through state

  and local tourism dollars.  G Pare Inc.  has in stock, all of the standard and special targets immediately needed

  to keep from canceling any events. Through this purchase,  IDNR can fill our emergency request for both

  public shooting as well as special events until such time a formal IFB contract can be published and finalized.  G

   Pare Inc. stocks the identical targets required by the ATA for their sanctioned shoots including the Grand

  American held at our facility which by standardizing targets will eliminate  the amount of labor required to

  remove, repack and store while losing targets to breakage in all of our targets out of the  trap houses.  Revenue

  from shooting events are approximately $250,000.00 annually.

Because OLM has now taken over half of our

  West Target Barn and half of our Maintenance Building, there isn't much room for target storage therefore the

  shipments will be staggered by delivering in three semi loads in order to meet needs while maintaining storage

  capacity. Currently there is a procurement being drafted for additional storage containers.

 

  White Flyer Clay targets for shooting sport at the Sporting Clays and Trap/Skeet Ranges.

 

  There are currently no BEP registered vendors that provide clay targets.

 

  This Emergency Purchase has an expected start date of 06/14/2023 through 09/11/2023 with an Original

  Estimated Cost of $84,475.65.

   Signed By:  Cheryl Smith, Exec Director

      Vendor:  G Pare Inc.                                                                             Notary Date:           6/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $84,475.65                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  65     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 65

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  P.H. Broughton & Sons                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  66     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 66

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $90,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Tazewell County Asphalt Co.                                                       Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $90,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  67     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 67

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Gallagher Asphalt Corp                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  68     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 68

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $20,000.00.

   Signed By:  Aundra Williams, Bureau chief

      Vendor:  Howell Asphalt Co.                                                                   Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $20,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  69     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 69

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Jax Asphalt Co                                                                        Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  70     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 70

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Aundra Williams, Burear Chief

      Vendor:  Charles E. Mahoney Co.                                                             Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $30,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  71     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 71

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Aundra Williams, Bureau chief

      Vendor:  Christ Bros Asphalt, Inc.                                                             Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  72     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 72

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $22,500.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Civil Constructors, Inc.                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $22,500.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  73     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 73

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $94,500.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Curran Contracting Co.                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $94,500.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  74     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 74

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Dunn Co.                                                                               Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  75     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 75

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $42,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  DuPage Materials Co.                                                                Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $42,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  76     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 76

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  ituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central Management

  Services is not providing master contracts and IDOT has an IFB in process of being published to get vendors

  under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not have any

  means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $110,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  ET Simonds                                                                            Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $110,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  77     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 77

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  General Contractors, Inc.                                                            Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  78     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 78

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $28,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Joliet Asphalt LLC                                                                    Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $28,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  79     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 79

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $27,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  K-Five Hodgkins                                                                      Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $27,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  80     Transportation, Department of                                                               File Date:  5/10/2023

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 80

 

  The selected vendor is able to provide the needed bituminous mixtures.  Some of the mixtures are temperature-

  sensitive and cannot be transported over far distances.  The locations of the vendor's plants will reduce the risk

  of temperature sensitivity and facilitate the timeliness of required road repairs.  IDOT lacks adequate coverage

  for bituminous mixtures currently on recently executed contracts.

 

  Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.

 

Central

  Management Services is not providing master contracts and IDOT has an IFB in process of being published to

  get vendors under a term contract (B35662)

 

If this emergency procurement is not approved, IDOT will not

  have any means of procuring this material for necessary road repairs.

 

  This product requires that the vendor be within a certain distance from where the product is needed; therefore,

  we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.

 

  This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Kilian Corp EFT                                                                      Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  82     Central Management Services, Department of                                            File Date:  3/27/2023

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 82

 

  The vendor was chosen due to familiarity and proximity to the location.  Per the notice from the Chicago Fire

  Department, the vendor is the sprinkler system contractor of record. This was per an overdue notice from the

  Chicago Fire Department.

 

  Estimated cost one time test of Wet Fire Sprinkler system, Dry Fire Sprinkler System, Pre-Action Fire Sprinkler

   System, and Back-flow Fire Sprinkler System at the James R. Thompson Center, located at 100 W. Randolph,

  Chicago, IL 60601.

 

  Statewide, there are 3 BEP vendors under NIGP Code 910-36. They are located in Lombard, Sidney and

  Ottawa, Illinois. However, none are in currently the BidBuy system, we did not believe using a BEP vendor who

  is not familiar with the JRTC was the correct choice.  We did not believe we had the time to spare to call

  around and find someone.  We chose Johnson Controls Fire Protection LP due to their experience with the fire

  inspection criteria at the James R. Thompson Center as the Chicago Fire Department contractor of record.   

 

  This Emergency Purchase has an expected start date of 03/27/23 through 06/25/2023 with an Original

  Estimated Cost of $6,600.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,600.00                                      $6,243.00              $6,243.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  81     Central Management Services, Department of                                            File Date:  6/14/2023

 

  Second Filing - 6/14/2023: FY23, Qtr 4  Item #310

  An Emergency Purchase Extension was received on June 14, 2023 requesting an extension for dates starting

  06/26/2023 to 10/31/2023, revising the total estimated cost to $381,425.00.

 

 

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 81

 

  The vendor was chosen due to familiarity with the facility. Anchor Mechanical Inc. was the contract holder for

  P-11011 HVAC Services at JRTC ended on 06-30-22. Anchor Mechanical, Inc. was also the contractor holder

  for P-39304 SP Emergency HVAC JRTC that ended on 10-27-22. This commodity is hard to get as it is being

  phased out by the government and is on a first come/first served basis.  The Vendor had the material at a spot

  buy and as this is needed for the HVAC System going into Spring and Summer.  A total of 10,000 pounds will

  be needed for the season and the State is responsible for half of that cost.

 

  Estimated cost for the supply and delivery of 5,000 pounds of R-22 refrigerant for the HVAC System at the

  James R. Thompson Center, located at 100 W. Randolph, Chicago, IL 60601

 

  Statewide, there are 0 BEP vendors under NIGP Code 740-55. Therefore we chose Anchor Mechanical, Inc.

  due to their experience with the HVAC with the HVAC system at the James R. Thompson Center.   

 

  This Emergency Purchase has an expected start date of 03/27/2023 through 06/25/2023 with an Original

  Estimated Cost of $363,575.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Anchor Mechanical                                                                   Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $363,575.00          $381,425.00                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00

 

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  83     Central Management Services, Department of                                            File Date:  4/24/2023

 

  Latest Filing – 04/24/2023: FY23, Qtr 4, Item# 286

  An Actual Total Cost of $2,570.00 was reported in the same filing quarter. FY23 Qtr 4

 

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 83

 

  There is no existing contract for these services. Vaughn's Roofing, Inc. (Vaughn's) is located 16 miles from the

  Carbondale facility.  Vaughn's specializes in membrane roofs. This emergency contract is for repair of a

  membrane roof. Vaughn's  recently fixed the roof on the main building at IDOT, the state was very happy with

  the work they did. Vaughn's is also a registered Small Business with the Illinois Procurement Gateway.

 

  estimated cost of materials and labor to repair the membrane roof of the Traffic Building from a large branch

  falling on it and puncturing the rubber membrane roof at D0900 in Carbondale. The branch needs to be removed

   and the holes patched up. The roof will start leaking with any rainfall and storms are predicted, which could

  lead to damage to the interior and its contents.

 

  Statewide, there are 7 BEP vendors under NIGP Code 910-66. 6 are located in the Chicago area. 1 is located

  White county, which is 3 counties away form the facility in Jackson County (Carbondale). Due to the proximity

   and urgency of the repair, we did not believe we had the time to spare to call around and find someone.  We

  chose Vaughn's Roofing, Inc. due to their proximity and the positive work product they have displayed and they

   are a registered Small Business with the Illinois Procurement Gateway.   

 

  This Emergency Purchase has an expected start date of 03/28/2023 through06/26/2023 with an Original

  Estimated Cost of $5,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Vaughn's Roofing                                                                     Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,000.00                                      $2,570.00              $2,570.00      23 4

   Federal                        $0.00                                                                   $0.00


 

 

 

 

 

 

 

 

 

 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 


 

LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  84     University of Illinois Chicago                                                                  File Date:  5/23/2023

 

  Second Filing - 05/23/2023: FY23, Qtr 4, Item# 303:  Time Only

  An Emergency Purchase Extension was received on May 23, 2023, requesting an extension for dates starting

  06/30/2023 to12/31/2023 at an additional estimated cost of $0.00, keeping the estimated cost at $250,000.00.

 

 

  Original Filing – 3/31/2023: FY23, Qtr 4, Item# 84

 

  Using Institutional Funds

 

  VIP provided these valet services on previous emergency procurement #JMG997. This Emergency Purchase is

  needed while we complete the RFP process and select a vendor but still need to maintain valet operations at the

  Specialty Care Building uninterrupted. 

 

  Valet services for the patients and visitors of UI Health at the Specialty Care Building.

 

  This Emergency Purchase has an expected start date of 04/01/2023 through 06/30/2023 with an Original

  Estimated Cost of $250,000.00, using Institution Funds.

   Signed By:  Debra Matlock, Exec Dir, Purchasing & Contract Mgmt.

      Vendor:  VIP Services                                                                           Notary Date:           3/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  85     University of Illinois Chicago                                                                  File Date:  6/12/2023

 

  Latest Filing – 06/12/2023: FY23, Qtr 4, Item# 309

  An Actual Total Cost of $121,134.50 was reported in the same filing quarter.

 

 

  Original Filing – 4/12/2023: FY23, Qtr 4, Item# 85

 

  Using Self-Supporting Funds

 

  he university has been unable to locate any additional vendors that are able to source or sell a new Isuzu FTR

  chassis. For months the university has contacted vendors to request quotes for a box truck with the required

  specifications. The university was told by prospective vendors that inventory or other geographic restrictions

  prevented them from providing a quote. The transportation staff at the university attribute this to a national

  shortage of chassis components and dealer-specific allocation restrictions. Rush Truck Centers, Elk Grove IL

  can source and sell a Class 6 chassis (GVWR 25,950 | GCWR 30,000), aluminum box (18ft ID, Width: 96in

  OD, Height: 96in ID), related parts, and installation services. This combination of goods is required to provide

  sufficient hauling capacity for; equipment for research and healthcare purposes, disposition of equipment per

  Illinois property control regulations, and general goods needed to support the student educational experience.

  The vendor has stated that they are accepting orders for such a truck for a limited time and will not have any

  unallocated vehicles available outside of this order process. This means that the university will be unable to

  purchase such a vehicle outside of this 'spot market' opportunity.

 

  1) Isuzu 2024 FTR chassis (class 6 chassis) (GVWR 25,950 | GCWR 30,000)

  2) Aluminum box (18ft ID, Width: 96in OD, Height: 96in ID), related parts, and installation services

 

  This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original

  Estimated Cost of $154,478.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Rush Truck Service                                                                   Notary Date:           4/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $154,478.00                                   $121,134.50           $121,134.50      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  86     Transportation, Department of                                                               File Date:  5/30/2023

 

  Latest Filing – 05/30/2023: FY23, Qtr 4, Item# 306

  An Actual Total Cost of $360,099.41 was reported in the same filing quarter.

 

  Original Filing – 4/25/2023: FY23, Qtr 4, Item# 86

 

  The following vendors were contacted and their respective bids are noted

  The Kilian Corporation $433,383.18

  Charles Mahoney Company No bid due to present work load

  Christ Brothers Asphalt Inc. No bid due to present work load

  The Kilian Corporation was selected based on their low bid and their ability to perform the work. Kilian

  Corporation has the expertise, manpower, and equipment to be able to successfully complete the required

  pavement repairs within the desired time frame.

 

  The HMA overlay on SB IL 203 from Ohio Street to the entrance ramps accessing I-55/70 is oxidized, shoving,

  and raveling causing numerous severe failures. The HMA surface has become unstable due to age as well as

  moisture which has entered the various pavement layers and the situation continues to worsen. District 8 has

  been monitoring the pavement conditions throughout the winter and making regular repairs. However, it is

  apparent normal "potholing" and partial depth patches are no longer sufficient to keep this roadway operating

  safely and efficiently due the extreme traffic loads in this highway segment- as a major truck stop, large landfill,

  international racetrack, and a massive “pick and pull” auto parts facility are immediately adjacent the distressed

  highway. Although a project has been scoped and phase 1 work has begun, there is no opportunity advance the

  plan quickly enough to avoid safely impacts to the motoring public. The HMA pavement must be removed and

  replaced with new bituminous with a standard mill and fill operation immediately.

 

  This Emergency Purchase has an expected start date of 04/25/2023 through 07/24/2023 with an Original

  Estimated Cost of $600,000.00.

   Signed By:  Joseph Monroe, Dist 8 Operations Engineer

      Vendor:  The Kilian Corporation                                                              Notary Date:           4/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $600,000.00                                   $360,099.41           $360,099.41      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  87     Central Management Services, Department of                                            File Date:  6/8/2023

 

  Latest Filing –06/08/2023: FY23, Qtr 4, Item # 300

  The Actual Total Cost of FY23, Qtr 4, Item# 300 is $2,860.00.

 

 

  Original Filing – 5/12/2023: FY23, Qtr 4, Item# 87

 

  Time and Materials to inspect and repair the roof of the Main Headquarters Building at 2801 West Murphysboro

  Road, Carbondale, IL 62903.  Likely replacement of the roof drain that could be causing the water to leak into

  the facility.

 

  Statewide, there are 7 BEP vendors under NIGP Code 910-66. 6 are located in the Chicago area. 1 is located

  White county, which is 3 counties away form the facility in Jackson/Williamson Counties (Carbondale). Due to

  the proximity and urgency of the repair, we did not believe we had the time to spare to call around and find

  someone.  We chose Vaughn's Roofing, Inc. due to their proximity and the positive work product they have

  displayed and they are a registered Small Business with the Illinois Procurement Gateway.   

 

  This Emergency Purchase has an expected start date of 05/09/2023 through 06/30/2023 with an Original

  Estimated Cost of $2,500.00.

   Signed By:  David Thomas, APO

      Vendor:  Vaughn's Roofing                                                                     Notary Date:           5/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,500.00                                      $2,860.00              $2,860.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  88     Central Management Services, Department of                                            File Date:  5/23/2023

 

  Latest Filing – 05/23/2023: FY23, Qtr 4, Item# 308

  An Actual Total Cost of $5,310.17 was reported in the same filing quarter.

 

 

  Original Filing – 5/12/2023: FY23, Qtr 4, Item# 88

 

  Time and Materials to inspect, clean and dehumidify the walls and flooring of the Main Headquarters Building at

  2801 West Murphysboro Road, Carbondale, IL 62903. 

 

  Statewide, there are 2 BEP vendors under NIGP Code 910-24. Neither are within proximity of

  Jackson/Williamson Counties (Carbondale). Due to the proximity and urgency of the repair, we did not believe

  we had the time to spare to call around and find someone.  We chose R & L Restoration LLC d/b/b ServPro due

   to their proximity, ability to immediately respond, and their positive reputation.   

 

  This Emergency Purchase has an expected start date of 05/09/2023 through 06/30/2023 with an Original

  Estimated Cost of $12,000.00.

   Signed By:  David Thomas, APO

      Vendor:  R & L Restoration LLCdbb ServPro                                               Notary Date:           5/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $12,000.00                                      $5,310.17              $5,310.17      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  89     Central Management Services, Department of                                            File Date:  6/14/2023

 

  Second Filing - 6/14/2023: FY23, Qtr 4  Item #202

  An Emergency Purchase Extension was received on June 14, 2023 requesting an extension for dates starting

  06/26/2023 to 10/31/2023, revising the total estimated cost to $381,425.00.  Same filing quarter.

 

 

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 89

 

  The vendor was chosen due to familiarity with the facility. Anchor Mechanical Inc. was the contract holder for

  P-11011 HVAC Services at JRTC ended on 06-30-22. Anchor Mechanical, Inc. was also the contractor holder

  for P-39304 SP Emergency HVAC JRTC that ended on 10-27-22. This commodity is hard to get as it is being

  phased out by the government and is on a first come/first served basis.  The Vendor had the material at a spot

  buy and as this is needed for the HVAC System going into Spring and Summer.  A total of 10,000 pounds will

  be needed for the season and the State is responsible for half of that cost.

 

  Estimated cost for the supply and delivery of 5,000 pounds of R-22 refrigerant for the HVAC System at the

  James R. Thompson Center, located at 100 W. Randolph, Chicago, IL 60601

 

  Statewide, there are 0 BEP vendors under NIGP Code 740-55. Therefore we chose Anchor Mechanical, Inc.

  due to their experience with the HVAC with the HVAC system at the James R. Thompson Center.   

 

  This Emergency Purchase has an expected start date of 03/27/2023 through 06/25/2023 with an Original

  Estimated Cost of $363,575.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Anchor Mechanical                                                                   Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $363,575.00          $381,425.00                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  90     Central Management Services, Department of                                            File Date:  3/30/2023

 

  Latest Filing – 03/30/2023: FY23, Qtr 4, Item# 90

  An Actual Total Cost of $6,243.00 was reported in the same filing quarter.

 

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 82

 

  The vendor was chosen due to familiarity and proximity to the location.  Per the notice from the Chicago Fire

  Department, the vendor is the sprinkler system contractor of record. This was per an overdue notice from the

  Chicago Fire Department.

 

  Estimated cost one time test of Wet Fire Sprinkler system, Dry Fire Sprinkler System, Pre-Action Fire Sprinkler

   System, and Back-flow Fire Sprinkler System at the James R. Thompson Center, located at 100 W. Randolph,

  Chicago, IL 60601.

 

  Statewide, there are 3 BEP vendors under NIGP Code 910-36. They are located in Lombard, Sidney and

  Ottawa, Illinois. However, none are in currently the BidBuy system, we did not believe using a BEP vendor who

  is not familiar with the JRTC was the correct choice.  We did not believe we had the time to spare to call

  around and find someone.  We chose Johnson Controls Fire Protection LP due to their experience with the fire

  inspection criteria at the James R. Thompson Center as the Chicago Fire Department contractor of record.   

 

  This Emergency Purchase has an expected start date of 03/27/23 through 06/25/2023 with an Original

  Estimated Cost of $6,600.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,600.00                                      $6,243.00              $6,243.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  91     Central Management Services, Department of                                            File Date:  4/24/2023

 

  Latest Filing – 04/24/2023: FY23, Qtr 4, Item# 91

  An Actual Total Cost of $2,570.00 was reported in the same filing quarter. FY23 Qtr 4

 

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 209

 

  There is no existing contract for these services. Vaughn's Roofing, Inc. (Vaughn's) is located 16 miles from the

  Carbondale facility.  Vaughn's specializes in membrane roofs. This emergency contract is for repair of a

  membrane roof. Vaughn's  recently fixed the roof on the main building at IDOT, the state was very happy with

  the work they did. Vaughn's is also a registered Small Business with the Illinois Procurement Gateway.

 

  estimated cost of materials and labor to repair the membrane roof of the Traffic Building from a large branch

  falling on it and puncturing the rubber membrane roof at D0900 in Carbondale. The branch needs to be removed

   and the holes patched up. The roof will start leaking with any rainfall and storms are predicted, which could

  lead to damage to the interior and its contents.

 

  Statewide, there are 7 BEP vendors under NIGP Code 910-66. 6 are located in the Chicago area. 1 is located

  White county, which is 3 counties away form the facility in Jackson County (Carbondale). Due to the proximity

   and urgency of the repair, we did not believe we had the time to spare to call around and find someone.  We

  chose Vaughn's Roofing, Inc. due to their proximity and the positive work product they have displayed and they

   are a registered Small Business with the Illinois Procurement Gateway.   

 

  This Emergency Purchase has an expected start date of 03/28/2023 through06/26/2023 with an Original

  Estimated Cost of $5,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Vaughn's Roofing                                                                     Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,000.00                                      $2,570.00              $2,570.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  92     University of Illinois Chicago                                                                  File Date:  5/23/2023

 

  Second Filing - 05/23/2023: FY23, Qtr 4, Item# 92:  Time Only

  An Emergency Purchase Extension was received on May 23, 2023, requesting an extension for dates starting

  06/30/2023 to12/31/2023 at an additional estimated cost of $0.00, keeping the estimated cost at $250,000.00.

  same filing quarter.

 

 

  Original Filing – 3/31/2023: FY23, Qtr 4, Item# 213

 

  Using Institutional Funds

 

  VIP provided these valet services on previous emergency procurement #JMG997. This Emergency Purchase is

  needed while we complete the RFP process and select a vendor but still need to maintain valet operations at the

  Specialty Care Building uninterrupted. 

 

  Valet services for the patients and visitors of UI Health at the Specialty Care Building.

 

  This Emergency Purchase has an expected start date of 04/01/2023 through 06/30/2023 with an Original

  Estimated Cost of $250,000.00, using Institution Funds.

   Signed By:  Debra Matlock, Exec Dir, Purchasing & Contract Mgmt.

      Vendor:  VIP Services                                                                           Notary Date:           3/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  93     University of Illinois Chicago                                                                  File Date:  6/12/2023

 

  Latest Filing – 06/12/2023: FY23, Qtr 4, Item# 93

  An Actual Total Cost of $121,134.50 was reported in the same filing quarter.

 

 

  Original Filing – 4/12/2023: FY23, Qtr 4, Item# 222

 

  Using Self-Supporting Funds

 

  he university has been unable to locate any additional vendors that are able to source or sell a new Isuzu FTR

  chassis. For months the university has contacted vendors to request quotes for a box truck with the required

  specifications. The university was told by prospective vendors that inventory or other geographic restrictions

  prevented them from providing a quote. The transportation staff at the university attribute this to a national

  shortage of chassis components and dealer-specific allocation restrictions. Rush Truck Centers, Elk Grove IL

  can source and sell a Class 6 chassis (GVWR 25,950 | GCWR 30,000), aluminum box (18ft ID, Width: 96in

  OD, Height: 96in ID), related parts, and installation services. This combination of goods is required to provide

  sufficient hauling capacity for; equipment for research and healthcare purposes, disposition of equipment per

  Illinois property control regulations, and general goods needed to support the student educational experience.

  The vendor has stated that they are accepting orders for such a truck for a limited time and will not have any

  unallocated vehicles available outside of this order process. This means that the university will be unable to

  purchase such a vehicle outside of this 'spot market' opportunity.

 

  1) Isuzu 2024 FTR chassis (class 6 chassis) (GVWR 25,950 | GCWR 30,000)

  2) Aluminum box (18ft ID, Width: 96in OD, Height: 96in ID), related parts, and installation services

 

  This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original

  Estimated Cost of $154,478.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Rush Truck Service                                                                   Notary Date:           4/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $154,478.00                                   $121,134.50           $121,134.50      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  94     Transportation, Department of                                                               File Date:  5/30/2023

 

  Latest Filing – 05/30/2023: FY23, Qtr 4, Item# 94

  An Actual Total Cost of $360,099.41 was reported in the same filing quarter.

 

  Original Filing – 4/25/2023: FY23, Qtr 4, Item# 227

 

  The following vendors were contacted and their respective bids are noted

  The Kilian Corporation $433,383.18

  Charles Mahoney Company No bid due to present work load

  Christ Brothers Asphalt Inc. No bid due to present work load

  The Kilian Corporation was selected based on their low bid and their ability to perform the work. Kilian

  Corporation has the expertise, manpower, and equipment to be able to successfully complete the required

  pavement repairs within the desired time frame.

 

  The HMA overlay on SB IL 203 from Ohio Street to the entrance ramps accessing I-55/70 is oxidized, shoving,

  and raveling causing numerous severe failures. The HMA surface has become unstable due to age as well as

  moisture which has entered the various pavement layers and the situation continues to worsen. District 8 has

  been monitoring the pavement conditions throughout the winter and making regular repairs. However, it is

  apparent normal "potholing" and partial depth patches are no longer sufficient to keep this roadway operating

  safely and efficiently due the extreme traffic loads in this highway segment- as a major truck stop, large landfill,

  international racetrack, and a massive “pick and pull” auto parts facility are immediately adjacent the distressed

  highway. Although a project has been scoped and phase 1 work has begun, there is no opportunity advance the

  plan quickly enough to avoid safely impacts to the motoring public. The HMA pavement must be removed and

  replaced with new bituminous with a standard mill and fill operation immediately.

 

  This Emergency Purchase has an expected start date of 04/25/2023 through 07/24/2023 with an Original

  Estimated Cost of $600,000.00.

   Signed By:  Joseph Monroe, Dist 8 Operations Engineer

      Vendor:  The Kilian Corporation                                                              Notary Date:           4/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $600,000.00                                   $360,099.41           $360,099.41      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  95     Central Management Services, Department of                                            File Date:  6/8/2023

 

  Latest Filing –06/08/2023: FY23, Qtr 4, Item # 95

  The Actual Total Cost of FY23, Qtr 4, Item# 95 is $2,860.00. Filed in same quarter.

 

 

  Original Filing – 5/12/2023: FY23, Qtr 4, Item# 237

 

  Time and Materials to inspect and repair the roof of the Main Headquarters Building at 2801 West Murphysboro

  Road, Carbondale, IL 62903.  Likely replacement of the roof drain that could be causing the water to leak into

  the facility.

 

  Statewide, there are 7 BEP vendors under NIGP Code 910-66. 6 are located in the Chicago area. 1 is located

  White county, which is 3 counties away form the facility in Jackson/Williamson Counties (Carbondale). Due to

  the proximity and urgency of the repair, we did not believe we had the time to spare to call around and find

  someone.  We chose Vaughn's Roofing, Inc. due to their proximity and the positive work product they have

  displayed and they are a registered Small Business with the Illinois Procurement Gateway.   

 

  This Emergency Purchase has an expected start date of 05/09/2023 through 06/30/2023 with an Original

  Estimated Cost of $2,500.00.

   Signed By:  David Thomas, APO

      Vendor:  Vaughn's Roofing                                                                     Notary Date:           5/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,500.00                                      $2,860.00              $2,860.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  96     Central Management Services, Department of                                            File Date:  5/23/2023

 

  Latest Filing – 05/23/2023: FY23, Qtr 4, Item# 96

  An Actual Total Cost of $5,310.17 was reported in the same filing quarter.

 

 

  Original Filing – 5/12/2023: FY23, Qtr 4, Item# 238

 

  Time and Materials to inspect, clean and dehumidify the walls and flooring of the Main Headquarters Building at

  2801 West Murphysboro Road, Carbondale, IL 62903. 

 

  Statewide, there are 2 BEP vendors under NIGP Code 910-24. Neither are within proximity of

  Jackson/Williamson Counties (Carbondale). Due to the proximity and urgency of the repair, we did not believe

  we had the time to spare to call around and find someone.  We chose R & L Restoration LLC d/b/b ServPro due

   to their proximity, ability to immediately respond, and their positive reputation.   

 

  This Emergency Purchase has an expected start date of 05/09/2023 through 06/30/2023 with an Original

  Estimated Cost of $12,000.00.

   Signed By:  David Thomas, APO

      Vendor:  R & L Restoration LLCdbb ServPro                                               Notary Date:           5/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $12,000.00                                      $5,310.17              $5,310.17      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  97     University of Illinois Chicago                                                                  File Date:  3/17/2023

 

  Second Filing - 03/17/2023: FY23. Qtr4, Item # 97

 

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/09/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 11/17/2022: FY23, Qtr 2, Item# 29

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT) meeting agenda. However, we have been given

   guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT. As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  Nordic will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 01/09/2023 through 04/08/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Nordic Consulting Partners                                                          Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  98     University of Illinois Chicago                                                                  File Date:  3/17/2023

 

  Second Filing - 01/13/2023:  FY23, Qtr 3, Item # 98

 

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/11/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 11/17/2022: FY23, Qtr 2, Item# 28

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT) meeting agenda. However, we have been given

   guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT. As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  Ettain Group will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 01/11/2023 through 04/10/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Leidos Health dba Ettain Group                                                    Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  99     University of Illinois Chicago                                                                  File Date:  3/17/2023

 

  Second Filing - 03/17/2023:  FY23, Qtr 4, Item # 99

 

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/09/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing –11/17/2022: FY23, Qtr 2, Item# 27

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT) meeting agenda. However, we have been given

   guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT. As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  CSI will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 01/09/2023 through 04/08/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  CSI                                                                                      Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  100   University of Illinois Chicago                                                                  File Date:  3/17/2023

 

  Second Filing - 03/17/2023:  FY23, Qtr 4, Item # 100

 

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  05/02/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing –11/17/2022: FY23, Qtr 2, Item# 26

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT)meeting agenda. However, we have been given

  guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT. As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  Huron will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 02/01/2023 through 05/01/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir.

      Vendor:  Huron Consulting Group                                                             Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  101   University of Illinois Chicago                                                                  File Date:  3/17/2023

 

  Second Filing -03/17/2023:  FY23, Qtr 4, Item # 101

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  4/9/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  The scope of the extension is to continue to utilize the Epic certified and trained consultants for

  Epic optimization initiatives. The RFP (EWM164) was a Non- Award and the emergency purchase expires on

  April 8, 2023. The university is  currently in the midst of a new RFP (EWM169).  We are requesting an

  emergency extension to continue to utilize this consulting partner through October 31, 2023 to avoid delays in

  critical project start dates.  NOTE: A public hearing is no longer required by law as referenced in the statement

  at the bottom of this page.

 

 

  Original Filing – 11/17/2022: FY23, Qtr 2, Item# 25

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT) meeting agenda. However, we have been given

   guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT.  As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  Impact Advisors will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 11/17/2022 through 4/08/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Impact Advisors                                                                       Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  102   Capital Development Board                                                                    File Date:  3/17/2023

  Third Filing - 03/17/2023:  FY23,  Qtr 4,  Item #102

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/15/2023 to 07/15/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 09/16/2021

  An Emergency Purchase Extension was received on September 16, 2021 requesting an extension for dates

  starting 09/16/2021 to 06/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 06/30/2021 FY22, Qtr 1, Item #22:

  The scope of work provides for replacement, repairs, and upgrades to the fire alarm and fire sprinkler systems

  in multiple buildings at the DuQuoin State Fairgrounds to bring the facilities into compliance with code. The fire

  alarm scope provides for replacing all fire alarm devices, panels, wiring etc. at the Grandstand, Million Dollar

  Barn and Main Gate with fully code compliant systems. The panel at the Main Gate should be updated with

  current software and hardware modules (or replaced). The scope also provides for installing a new fiber optic

  backbone to interconnect the fire alarm panels and allow for connection of panels in other buildings in future

  projects. The fire sprinkler scope includes replacement of existing systems, installation of new sprinkler

  systems, new water services, and any incidental or related general, civil, plumbing, electrical, or other work.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $125,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/30/2031 through 09/27/2021 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  White & Borgognoni Architects, P.C. (4424)                                    Notary Date:           3/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  103   Innovation & Technology, Department of                                                  File Date:  3/22/2023

 

  Third Filing -03/22/2023:  FY23,  Qtr 4,  Item #103

  An Emergency Purchase Extension was received on March 22, 2023 requesting an extension for dates starting

  03/28/2023 to 06/25/2023 at an additional estimated cost of $3,750,000.00, revising the total estimated cost to

  $11,250.000.00.

 

  Second Filing - 12/21/2022: FY23, Qtr 3, Item # 59

  An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates

  starting 12/28,2022 to 03/27/2023 at an additional estimated cost of $3,750,000.00, revising the total estimated

  cost to $7,500,000.00.

 

 

  Original Filing – 6/9/2022: FY23, Qtr 1, Item# 57

 

  Motorola Solutions, Inc. owns and operates the Starcom21 communications network. It is the only statewide

  trunked, digital public safety communications network available in Illinois. It is the only statewide, trunked,

  digital voice radio network in Illinois that meets the design, function, and performance requirements of the State

  of Illinois.

 

 

There is no other statewide trunked, digital public safety communications network available in Illinois.

  STARCOM21 was built, tested, and is being operated according to specifications provided by the State of

  Illinois as a result of the original competitive bid. The network took 7 years to completely build out and pass

  acceptance testing. Motorola is the only vendor that has a network in place that meets the State's needs, and it

  has met the State's needs since implementation. Illinois’ Starcom21 system is utilized by over 69,000 users,

  including16,000 state agency users, and any disruption in service would be devastating to all users and therefore

   devastating to public safety in Illinois.

   The system includes:

● Users – 69,000+ (16,000 State Agency Users)

● Talk Groups - 5834

● Zones - 4

● RF

  Sites – 327

● Dispatch Sites - 97

● Dispatch Operator Positions - 673

● 359 T1 Circuits

● 25 DS3 Circuits

● 53

  Microwave Circuits

● 30+ Satellites

● 40 4G (cellular backup)

 

  The State's need is to lease a statewide, trunked, digital voice radio network and purchase associated

  infrastructure equipment. Supplies and services to be supplied or delivered under the contract include the

  following components:

 

 

• Access to the System

• Network Infrastructure Services and Equipment

• Warranty and Maintenance

 

 

This includes Zone Controllers, RF equipment, towers, standby power, consoles, control stations and

  dispatch equipment, backhaul/transport, network access, software, system maintenance, training, and

  professional services.

   

 

The STARCOM21 network provides the day-to-day and emergency 2-way radio communication needs of

  over 69,000 subscribers, including state agency subscribers, public safety subscribers and public service

  subscribers from various governmental and non-governmental entities. The network allows the State to

  effectively address homeland security and interoperability concerns.  It also figures prominently in the Statewide

   Communications Interoperability Plan (SCIP) which identifies a statewide strategy in Illinois that focuses on

  establishing a single platform so all public safety agencies can share emergency information.  It is imperative for

   public safety that the State continue the use of this public safety network.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/28/2022 with an Original

  Estimated Cost of $3,750,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Motorola Solutions                                                                   Notary Date:           6/9/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,750,000.00       $11,250,000.00                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  104   Public Health, Department of                                                                  File Date:  4/3/2023

 

  Second Filing - 04/03/2023: FY23, Qtr 3  Item #104

 

  An Emergency Purchase Extension was received on April 3, 2023 requesting an extension for dates starting

  04/15/2023 to 02/15/2024 at an additional estimated cost of $182,500.00, revising the total estimated cost to

  $237,250.00.

 

 

  Original Filing – 12/29/2022: FY23, Qtr 3, Item# 6

 

  Illinois has a robust perinatal regionalization system that includes 10 Administrative Perinatal Centers that

  supervise nearly 100 obstetric hospitals in Illinois. This regionalized network of hospitals helps to provide quality

   care to perinatal patients in Illinois. To monitor the hospitals and the quality of care they provide to perinatal

  patients in Illinois, the Office of Women’s Health declares emergency to procure a 90-day emergency contract

  with JEMM Technologies for annual licenses, storage and ongoing maintenance of the system. More

  specifically, JEMM Technologies will provide database development services for the proprietary ePeriNet MIS

  system. This management information system allows the State to collect data from network hospitals serving

  mothers and infants at risk of experiencing poor health outcomes. Access to this data increases the State's

  capacity to monitor and provide technical assistance to improve the quality of care provided these populations

  during the birthing process. Failure to enter into emergency contract could have a significant negative impact on

   the State's ability to monitor and provide assistance to hospitals, and subsequently, place mothers and infants at

  additional risk. There are no other venues to provide this service between the time the current contract ends and

   a new RFP contract begins.

 

 

OWHFS is working on the Request for Proposal solicitation. Unfortunately, the review and approval process

  for the new contract will not be completed in enough time to prevent a disturbance to data collection and the

  quality monitoring process.

 

  This Emergency Purchase has an expected start date of 01/15/2023 through 04/14/2023 with an Original

  Estimated Cost of $54,750.00, using Federal Funds.

   Signed By:  Nicole Hildebrand, APO

      Vendor:  JEMM Tech                                                                            Notary Date:           12/29/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      23 4

   Federal                 $54,750.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  105   Human Services, Department of                                                              File Date:  4/10/2023

 

  Second Filing - 04/10/2023: FY23, Qtr 4  Item # 105

 

  An Emergency Purchase Extension was received on April 10, 2023 requesting an extension for dates starting

  04/16/2023 to 07/14/2023 at an additional estimated cost of $260,046.70, revising the total estimated cost to

  $517,301.53.

 

  Original Filing – 1/19/2023: FY23, Qtr 3, Item# 9

 

  DHS has multiple contracts for the leasing of Xerox Multi-functional machines statewide.  The Master Contract

  is ending and a new Master Contract is currently being reviewed/approved with the same vendor.  DHS needs to

   bridge the gap between the ending of the current Master Contract and the execution/approval of the new

  Master Contract.

 

  Leasing Xerox multi-functional machines statewide for DHS.

 

  DHS intends to continue to utilize the Master Contract when the new contract is executed.  The current Master

  Contract has a 6% BEP goal and it is expected the new Master Contract will also include a BEP goal.  DHS is

  unable to pursue a BEP goal for this emergency as it is a temporary bridge to continue using equipment

  currently covered by the Master Contract.

 

  This Emergency Purchase has an expected start date of 01/16/2023 through 04/15/2023 with an Original

  Estimated Cost of $257,254.83, using both Federal Funds and State Appropriated Funds.

   Signed By:  Jean Sandstrom, APO

      Vendor:  XEROX Corp                                                                          Notary Date:           1/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $257,254.83          $517,301.53                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  106   Capital Development Board                                                                    File Date:  4/12/2023

 

  Second Filing - 04/12/2023: FY23, Qtr 4  Item # 106

  An Emergency Purchase Extension was received on April 12, 2023 requesting an extension for dates starting

  05/01/2023 to 07/31/2023 at an additional estimated cost of $105,404.00, revising the total estimated cost to

  $435,149.65

 

 

  Original Filing – 09/09/2021 FY22, Qtr 1, Item #52:

 

  The Educational Resource Center (ERC) at Rock Valley College is a high traffic area, and currently 50% of the

  entrances are closed because of the deteriorating concrete stairs. Due to the cracked concrete, crumbling

  cement, decaying handrails and loose rail footings, there is an unsafe and hazardous threat to the public.

  Additionally, the current conditions are limiting the use of ADA accessible areas and building egress. Should an

  emergency exit be required, the College would be at risk for injury due to a lack of adequate space for exiting

  the premises. Additionally, both sets of stairs have electric snow melt systems so a temporary solution is not

  adequate.

   The scope of work provides for, but is not limited to, the replacement and expansion of the staircase, patio and

  ADA ramp systems and sidewalk entryway surrounding the Educational Resource Center. The work also

  includes the rehabilitation/replacement of bituminous and concrete sidewalk systems in front of the Educational

  Resource Center and Classroom Building 1, improved way finding signage and landscape improvements within

  the project area as previously advertised. Incorporated documents include the March 2009 Standard Documents

   for Construction & Supplement, design documents provided by the architect/engineer of record, and quote

  provided by Sjostrom & Sons, Inc. Services provided under this procurement should not exceed $297,629.00,

  prior to entering into a Construction Contract, without prior authorization from the Capital Development Board

  in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion

  and project close-out.

  This Emergency Purchase has an expected start date of 09/09/2021 through 12/7/2021 with an Original

  Estimated Cost of $297,629.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Sjostrom & Sons, inc.                                                                Notary Date:           9/9/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $297,629.00          $435,149.65                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  107   Capital Development Board                                                                    File Date:  4/26/2023

 

  Second Filing -04/26/2023:  FY23, Qtr 4, Item # 107

  An Emergency Purchase Extension was received on April 26, 2023 requesting an extension for dates starting

  5/31/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/9/2023: FY23, Qtr 3, Item# 23

 

  The scope of work provides for expedited design services to assess the IDPH Oakland Street Laboratory Roof

  to include recommendations, short term repair options if feasible, as well as cost estimates and material lead

  time. The scope of work may also include design services for short term roofing repair work and/or roofing

  replacement work, subject to CDB approval in consultation with the CPO office.

 

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall

  perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work

  with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 02/09/2023 through 05/09/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechniques, Ltd                                                                 Notary Date:           2/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  108   Innovation & Technology, Department of                                                  File Date:  5/18/2023

 

  Third Filing - 05/18/2023: FY23, Qtr 4  Item # 108

  An Emergency Purchase Extension was received on May 18, 2023 requesting an extension for dates starting

  05/21/2023 to 08/19/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to

  $5,050,000.00.

 

 

  Second Filing - 02/14/2023: FY23, Qtr 3, Item# 70

  An Emergency Purchase Extension was received on February 14, 2023  requesting an extension for dates

  starting 2/20/2023 to 05/20/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated

  cost to $3,050,000.00.

 

  Original Filing – 11/23/2022: FY23, Qtr 2, Item# 32

 

  The state sold the JRTC to Google, which means DoIT has to remove/relocate the state owned fiber network

  from the basement of the JRTC.  Complicating matters and compressing the timeline for this move, the city of

  Chicago issued an unexpected temporary moratorium on cutting LaSalle and Lake Streets beginning 12/1/22. 

  DoIT must have the conduit along these streets relocated/replaced by the end of November, which is Phase 1 of

   the JRTC fiber relocate project.  Once the conduit has been moved/relocated, Phase 2 will begin to finish the

  installation. Phase 2 includes: remainder of LaSalle Street fiber, hand-hole, conduit placement, the inside plant

  work at City hall - splice work, conduit, fiber install, fiber termination (repeat for MABB).  DoIT and Meade are

  at the mercy of several local permitting entities before work can be done in downtown Chicago, this further

  delayed the ability of DoIT and Meade to get the emergency relocation started earlier.

 

 

 

The existing contract CIC3648240 with Meade expires 11/27/22 with no renewals.  DoIT submitted an

  amendment on 11/4/2022 to add $850,000 of funds to finish phase 1 of the fiber move on BidBuy B-33097. 

  Due to receiving amendment approval with only one business day remaining before contract expiration, some

  funds from the amendment have also been included in this emergency to ensure contract coverage and a

  funding source to finish phase 1 of the fiber move before the moratorium begins 12/1 and allow the state to

  vacate the JRTC per the sales agreement.  Failure to finish phase 1 may result in significant delays and pose a

  risk to the fiber network which is a critical state asset.  The JRTC fiber provides one of two physical paths to

  the Chicago POP which serves all Chicago and collar county government and education sites, Equinix which

  processes ~50% of all traffic leaving the network, and network services for the City of Chicago and Cook

  County.  Loss of the JRTC fiber creates a vulnerability that will almost certainly result in a widespread outage

  that would likely take days to restore. 

 

  In addition to the emergency fiber move detailed above, Meade also covers our owned fiber network statewide.

   If we do not have a fiber maintenance vendor on contract we risk prolonged network outages every time our

  fiber is damaged by having to negotiate a new emergency contract for the fiber repair each time it is damaged.

 

 

 

 

DoIT is in process of completing a request for a 12-month sole source contract to cover Meade's services

  until a new RFP can be issued and awarded.  DoIT anticipates sending the sole source for review and approval

  within one to two weeks.  The new RFP is currently being drafted and is being done on R-125058.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

 

  This Emergency Purchase has an expected start date of 11/22/2022 through 02/19/2023 with an Original

  Estimated Cost of $1,050,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Meade, Inc.                                                                             Notary Date:           11/23/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,050,000.00        $5,050,000.00                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  109   Central Management Services, Department of                                            File Date:  6/1/2023

 

  Second Filing - 06/01/2023:  FY23, Qtr 4, Item #109

  An Emergency Purchase Extension was received on June 1, 2023 requesting an extension for dates starting

  06/15/2023 to 12/14/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 09/20/2022: FY23, Qtr 1, Item# 53

 

  Vendor is the Incumbent for the contract in process which has depleted funding and can not be increased via

  change order, as it was procured as a professional and artistic agreement.

 

  These services allow CMS to properly assign departmental costs to professional licensure categories in a

  manner that is consistent with Federal and State government cost accounting guidelines. Once properly

  assigned, costs are recoverable from the professions' licensing fees that have been deposited into the appropriate

   fund designated to receive such fees. Services would also include developing various financial data, salary and

  wage analysis, and recommendations resulting from the cost allocation study.

 

  he prior agreement was run using  the NACIS code 541211,  comparable NIGP code is Offices of

  Certified Public Accountants 918-32 Certified Public Accountant (CPA) Services. CMS is re-running the BEP

  Goals for this emergency purchase order.

 

  This Emergency Purchase has an expected start date of 09/15/2022 through 12/14/2022 with an Original

  Estimated Cost of $195,000.00.

   Signed By:  Krysti Rinaldi, Asst Deputy Dir

      Vendor:  Maximus Consulting Servs, Inc                                                    Notary Date:           9/20/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $195,000.00                                           $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  110   Commerce and Economic Opportunity, Department of                                 File Date:  3/6/2023

 

  Third Filing - 05/31/2023: FY23, Qtr 4  Item # 110

  An Emergency Purchase Extension was received on May 31, 2023 requesting an extension for dates starting

  06/07/2023 to 09/06/2023 at an additional estimated cost of $400,000.00, revising the total estimated cost to

  $1200,000.00.

 

 

  Second Filing - 03/06/2023: FY23, Qtr 3, Item #265

  An Emergency Purchase Extension was received on March 6, 2023 requesting an extension for dates starting

  3/8/2023 to 06/06/2023 at an additional estimated cost of $4,000,000.00, revising the total estimated cost to

  $8,000,000.00.

 

 

  Original Filing – 12/09/2022: FY23, Qtr 2, Item# 38

 

  The Vendor was awarded a contract (22-420DCEO-STRTC-P-32126) after a competitive solicitation. 

  However, the Vendor failed to meet the BEP goal during the initial term of the contract in order to be eligible for

  renewal. The Vendor is being retained on an emergency basis until another competitive solicitation can be

  processed.

 

  A statewide call center to supplement in-person client intake and to provide an alternative mode for low-income

  clients to request services for the Low-Income Home Energy Assistance Program (LIHEAP) and Community

  Services Block Grant (CSBG) program through its Help Illinois Families call center announced by the Governor

  in June 2020 during the height of the global pandemic. There will continue to be a critical and increased need to

  safely provide utility bill assistance and other essential services in the future. Affording clients the option to start

  the pre-application process for LIHEAP and CSBG remotely and with the assistance of a live call center agent

  will increase accessibility, outreach and capacity to broadly serve many more eligible households efficiently and

  effectively in the long-term.  Implementing a statewide call center to support Help Illinois Families will extend

  much-needed support to OCA grantees and local intake sites in handling the peak demand periods for LIHEAP

  and CSBG services. This should prospectively minimize the delay of application review as best practices are

  developed and assimilated to the ongoing circumstances in the best interest of prioritizing and serving the

  vulnerable populations in Illinois.

 

  ****Funding is received thru Federal & State Funds

 

  This Emergency Purchase has an expected start date of 12/08/2022 through 03/07/2023 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Candyce Thompson, APO

      Vendor:  FH Cann & Assoc.                                                                    Notary Date:           12/9/2022


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $400,000.00        $1,200,000.00                  $0.00                   $0.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  111   Capital Development Board                                                                    File Date:  3/4/2023

 

  Latest Filing – 03/04/2023: FY23, Qtr 4  Item #111

  The Actual Total Cost of FY23, Qtr4, Item# 111 is $14,876.66.

 

 

  Eighth Filing - 09/23/2021:

  An Emergency Purchase Extension was received on September 23, 2021 requesting an extension for dates

  starting 09/21/2021 to 04/30/22. The extension expenditure is not assessed and will be charged for time only. 

 

  Seventh Filing - 05-21-21:

  An Emergency Purchase Extension was received on May 21, 2021 requesting an extension for dates starting

  05/20/2021 to 07/15/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 11/300/2020:

  An Emergency Purchase Extension was received on November 30, 2020 requesting an extension until

  03/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Fifth Filing - 10/20/2020:

  An Emergency Purchase Extension was received on October 20, 2020 requesting an extension until 12/31/2020.

   he extension expenditure is not assessed and will be charged for time only.

 

  Fourth Filing - 05/29/2020:

  An Emergency Purchase Extension was received on May 29, 2020 requesting an extension for dates starting

  06/18/2020 to 09/30/2020 revising the current contract amount for Brown Electric, Inc. $255,286.59 and WRF

  Engineers to $51,500.00, for a total amount of $306,786.59. The extension expenditure is not assessed and will

  be charged for time only.

 

  Third Filing - 03/02/2020: FY20, Qtr 2, Item# 29:

  An Emergency Purchase Extension was received on March 2, 2020, requesting an extension for dates starting

  04/08/2020 to 06/30/2020 at an additional estimated cost of $0.00, keeping the estimated cost at $470,000.00.

 

  Second Filing - 01/09/2020: FY20, Qtr 2, Item# 29:

  On January 9, 2020 and Emergency Purchase Statement was received to include Brown Electric, Inc.. Brown

  Electric will provide construction services for the replacement of the employee duress system at Chester Mental

   Health Center as directed by the architect/engineer of record. Some abatement is possible. Incorporated

  documents include the March 2009 Standard Documents for Construction & Supplement and design documents

   provided by the Architect/Engineer of record and approved by CDB. This Emergency Purchase has an

  expected start date of 01/09/2020 through 04/07/2020 with an Original Estimated Cost of $370,000.00, revising

  the estimated cost to $470,000.00

 

  Original Filing - 12/23/2019: FY20, Qtr 2, Item# 29:

  On August 20, 2019, a survey of the employee duress system at the Chester Mental Health Center was

  conducted to determine if necessary actions were needed to prevent or minimize a serious disruption of the

  system. The Chester Mental Health Center is a 28 building maximum security facility established in 1975. The


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  survey indicates the current system is over 24 years old, the original manufacturer is no longer in business, and

  repair parts are extremely difficult to locate or do not exist. The duress system is used to alert security and

  medical personnel that additional staff are required at an area immediately to protect both staff and patients and

  allows for rapid response to any critical situation throughout the facility. An emergency could consist of

  anything from a staff assault, patient assault, or even a medical emergency. The scope of work provides for the

  investigation and assessment of the employee duress system in this 28 building facility and to provide design

  services for its entire replacement. Some abatement is possible. Incorporated documents include the March

  2009 Standard Documents for Construction & Supplement and the March 2009 Design and Construction

  Manual & Supplement. WRF Engineers is authorized to proceed with the scope of work outlined in this

  Emergency Purchase Statement. The cost for Professional Services provided under this procurement is

  estimated not to exceed $100K. The contract amount is not to be exceeded without prior authorization from the

  Capital Development Board in consultation with the Chief Procurement Office. This Emergency Purchase has an

   expected start date of 12/23/2019 through 03/21/2020 with an Original Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  WRF Engineers & Brown Electric, Inc.                                   Notary Date:

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $306,786.59           $14,876.66            $14,876.66      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  112   Children and Family Services, Department of                                             File Date:  3/28/2023

 

  Latest Filing – 03/28/2023: FY23, Qtr 4, Item #112

  The Actual Total Cost of FY23, Qtr 4, Item# 112 is $1,107,075.00.

 

  Original Filing – 12/27/2022: FY23, Qtr 3, Item# 28

 

  DCFS was able to acquire 34 vehicles, 8 (25%) of which are Hybrid (HEV) compact SUVs (38 City/38 Hwy/38

   Combined MPG).  The 26 remaining vehicles are gasoline powered:

 

 

 

5 Compact Sedans - 33 City/42 Hwy/37 Combi MPG

 

3 Midsize Sedans - 28 City/38 Hwy/32 CombineMPG

 

18 Compact SUVs:  11 at 30 City/35 Hwy/32 Combined MPG and 7 at 29 City/33 Hwy/31 Combined MPG

 

  A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:

 

 

071-04 Aubiles

 

071-80 SUV Type Vehicles

 

  Of the three BEP Certified Vendors, only one is a dealer of new and unused vehicles, Sutton Ford, Inc.  The

  remaining two are a used car dealer and the other performs fabrication of vehicle bodies.

 

 

 

Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract (JPMC) vendor for Police

  Pursuit SUVs and was the first vendor contacted by DCFS.  Sutton Ford was unable to provide any of the

  needed vehicles.

 

  Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:

 

 

     Sedans – Compact:  No JPMC Contra

 

     Sedans – Midsize:  No JPMC Contract

 

 

 

     SUVs – Compact:  Model Year 2023 Order Cut-off passed

            P-37575 - JPMC Passenger Sport Utility Vehicles (SUV) - Landmark Ford

               Electric (BEV) -

  Ford Mustang Mach-E

          P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford

  

              Hybrid (HEV) - Ford Escape SE

               Plug-In Hybrid (PHEV) - Ford Escape SE

 

 

        SUVs – Midsize:  Model Year 2023 Order Cut-off has passed

          P-37576 - JPMC Passenger Sport Utility

  Vehicles (SUV) - Bob Ridings Ford

               Hybrid (HEV) - Ford Explorer Limited

               Flex Fuel -

  Ford Explorer Base

 

 

 

     Minivans – 7 Passenger:  Model Year 2023 Order Cut-off has passed

          P-40356 - JPMC Vans - 7

  Passenger

               Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L

               Gasoline - Chrysler

  Pacifica Touring

 

  This Emergency Purchase has an expected start date of 12/27/2022 through 03/27/2023 with an Original

  Estimated Cost of $100,000.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

   Signed By:  Will Blount-Stephens, APO

      Vendor:  Green Lincoln dba Green Hyundai                                                 Notary Date:           12/27/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,000,000.00                                 $1,107,075.00        $1,107,075.00      23 4

   Federal                        $0.00                                                                   $0.00

  113   University of Illinois Chicago                                                                  File Date:  4/7/2023

 

  Latest Filing – 04/07/2023: FY23, Qtr 4, Item # 113

  The Actual Total Cost of FY23, Qtr 4, Item# 113 is $65,395.00.

 

  Original Filing – 12/16/2022: FY23, Qtr 3, Item# 12

 

  VIP Services is the current vendor providing valet services to our patients and visitors.  The services are needed

   while the university completes the RFP process. The university conducted a competitive solicitation

  (RFP#PPA005) and received responses. However, during the evaluation process it was determined that the

  scope of services was not clearly defined. The university will issue a new RFP with a more detailed scope of

  services that will ensure adequate competition and that the integrity of the procurement process is not

  compromised.

 

  Valet Services, LLC will provide valet services for the patients and visitors of UI Health at the Specialty Care

  Building.

 

  This Emergency Purchase has an expected start date of 12/15/2022 through 03/15/2023 with an Original

  Estimated Cost of $250,000.00, using Institutional Funds.

   Signed By:  Debra D. Matlock, Exec Dir.

      Vendor:  VIP Sevices Inc.                                                                       Notary Date:           12/16/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                    $65,395.00            $65,395.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  114   Central Management Services, Department of                                            File Date:  4/14/2023

 

  Latest Filing – 04/14/2023: FY23, Qtr 4, Item # 114

  The Actual Total Cost of FY23, Qtr 4, Item# 114 is $15,041.15.

 

  Original Filing – 01/26/2023: FY23, Qtr 3, Item# 19

 

  This vendor specializes in water clean-up and is closest to the location G1306, 1391 S. Washington St. in Du

  Quoin, IL 62832. 

 

  All labor and materials for: Water clean-up of all areas Main Entry, Dispatch area, Kitchen, Entry way,

  Communication Room and Bathroom. On 01/25/23 there was a Halon Gas leak which caused the Fire

  Suppression System to activate and soak everything.

 

  NIGP 91024    Fire and or Water Damage Restoration Services was used to see what BEP Vendors are

  available.  There are only 2 registered BEP Vendors under this NIGP code and they are located in Skokie and

  Chicago which are in the northern part of the state and not close to the building where the service is needed.

 

  This Emergency Purchase has an expected start date of 01/25/2023 through 04/24/2023 with an Original

  Estimated Cost of $15,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  R & L Restoration LLC dba Servpro                                              Notary Date:           1/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $15,000.00                                    $15,041.15            $15,041.15      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  115   Central Management Services, Department of                                            File Date:  5/11/2023

 

  Latest Filing – 05/11/2023: FY23, Qtr 4, Item #115

  The Actual Total Cost of FY23, Qtr 4, Item# 115 is $87,680.00

 

  Original Filing – 12/09/2022: FY23, Qtr 2, Item# 39

 

  The power failed at the Suburban North Building located at 9511 Harrison St. in Des Plaines, Illinois.  JPMC

  Vendor Fairfield was called in to diagnose the problem and they can do part of the repair work but they cannot

  perform the majority of the complex repair work and will work with Prime Electric to restore the power as

  Prime Electric has the experience required to do the more complex work required.

 

  1. Provide (350'x3) 1050' 4/0 al JCN neutral conductor. 2. Provide/install (3) 4/0 15KV Conventional

  Terminations with lugs and bolts torqued into place and cable shielding connected to system ground. 3.

  Provide/install (3) 4/0 15KV Loadbreak Elbow 4. High Potentially Test Cables with Quantitative Analysis Report.

   5. Labor based on normal double time 6. Freight for shipping cables red eye due to time limitations.

 

  This Emergency Purchase has an expected start date of 12/09/2022 through 03/09/2023 with an Original

  Estimated Cost of $175,000.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Prime Elec Co.                                                                        Notary Date:           12/9/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $175,000.00                                    $87,680.00            $87,680.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  116   University of Illinois Chicago                                                                  File Date:  5/15/2023

 

  Latest Filing –05/15/2023: FY23, Qtr 4, Item # 116

  The Actual Total Cost of FY23, Qtr 4, Item# 116 is $485,000.00

 

  Original Filing – 01/6/2023: FY23, Qtr 3, Item# 14

 

  Anchor Mechanical provides HVAC-related services, including repair and replacement of industrial evaporator

  coils that are used throughout the campus. The campus Building 919 located at  900 S. Ashland experienced a

  failure in the HVAC industrial evaporator coils that was a result of the hazardous sub-zero cold weather between

   December 24, 2022 through December 27, 2022. The vendor was immediately able to dispatch specialized

  repair staff and provide the parts necessary to repair State property to protect against further loss or damage

  caused by hazardous cold weather. The inclement weather caused the coils to freeze, causing the heating

  system to fail.  The repair and replacement consistent with the total failure experienced at Building 919 are not

  within the scope of work typically performed by University employees.

 

  Vendor is providing repair and replacement to the effected evaporator coils and related systems that are

  necessary to allow for the HVAC system to provide adequate heat.

 

  This Emergency Purchase has an expected start date of 01/02/2023 through 04/02/2023 with an Original

  Estimated Cost of $400,000.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Anchor Mechanical Incorp                                                          Notary Date:           1/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $400,000.00                                   $485,000.00           $485,000.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  117   University of Illinois Chicago                                                                  File Date:  5/15/2023

 

  Latest Filing – 05/15/2023: FY23, Qtr 4, Item # 117

  The Actual Total Cost of FY23, Qtr 4, Item# 117 is $300,000.00.

 

  Original Filing – 01/20/2023: FY23, Qtr 3, Item# 17

 

  Vendor provides HVAC-related services, including repair and replacement of air handling units, automation

  controllers, and steam to hot water exchanges that are used throughout the campus. Repair and or replacement

  consistent with the total failure experienced at Building 919 are not within the scope of work typically completed

   by university employees. Vendor was able to dispatch specialized repair staff immediately after the flood to

  begin assessing damage. As a result of that assessment, the vendor has provided a proposal to provide services

  and supply parts necessary to complete requested repairs that are necessary to repair State property to protect

  against further loss or damage caused by hazardous cold weather.

 

  The Molecular Biology Research Building (MBRB | BLDG 919) located at 900 South Ashland Avenue, Chicago,

  Illinois 60612 experienced a failure of various air handling units, automation controllers, and steam to hot water

  exchanges due to flooding that was a result of the hazardous sub-zero cold weather that occurred between

  December 24, 2022 and December 27, 2022. The inclement weather caused HVAC evaporator coils to freeze

  that then caused water pipes to burst, flooding 11 air handling units, automation controllers, and steam to hot

  water exchanges. Vendor is providing repair and replacement to the equipment and related systems that are

  necessary to allow for the HVAC system to provide adequate heat.

 

  This Emergency Purchase has an expected start date of 01/20/2023 through 04/19/2023 with an Original

  Estimated Cost of $300,000.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  Inspiring Technologies Corp                                                        Notary Date:           1/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $300,000.00                                   $300,000.00           $300,000.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  118   Capital Development Board                                                                    File Date:  5/29/2023

 

  Latest Filing – 05/29/2023: FY23, Qtr 4, Item # 118

  The Actual Total Cost of FY23, Qtr 4, Item# 118 is $33,803.32.

 

 

  Original Filing – 5/10/2022: FY22, Qtr 4, Item# 34

 

  The Department of Corrections has notified the Capital Development Board that Shawnee Correctional Center's

  Armory slider door control panel and intercom system have failed and are no longer functioning properly.The

  system, built in 1984, needs to be replaced as soon as possible due to safety and security concerns. The slider

  interlocks are no longer functioning which allows the doors to be open at the same time creating a security

  concern because they are only supposed to open one at time.The entry door into the Armory can be open when

  one or both sliders are open causing the potential for a major security breach. In addition,the doors can also be

  made to switch direction in mid operation causing damage to the equipment and causing a crushing hazard if

  someone is in the doorway. One staff member has already received injuries from having one of these doors

  closed on them. Another major concern is that visitors also pass through these doorways to get to the visiting

  room.This a concern for not only adult visitors but for children as well. Also,the intercom system is integrated

  into the control panel and no longer works.The intercom system operates speakers at the entry and exit

  vestibules allowing communication between Armory staff and anyone entering and exiting the building. The loss

  of the intercom disrupts operational flow and increases security concerns by not allowing proper

  communications at these locations.

    The Department of Corrections has attempted repairs, including a request to receive bids from   contractors

  based on a written scope of work. No bids were received.

    Therefore, the Department of Corrections has requested that CDB declare an emergency to assist with the

  repairs and/or replacement work for the Armory slider door control panel and intercom system. This project

  began through the emergency selection of an Architect/Engineer ("A/E");this exempts the selection from a 14-

  day solicitation required through Qualifications-Based Selection ("QBS"). Considering the time frames needed for

   the selection,negotiation and execution of an A/E contract followed by bidding and

  award procedures, an assessment, design and repairs/replacement of the slider door control panel and intercom

  system under the existing processes would likely not begin for several months.

    For this reason, emergency purchases are necessary to design and repair/replace the system as quickly as

  possible in order to protect against the threat to public health and safety,and to prevent or minimize serious

  disruption in critical State services.

    Woolpert Architecture, LLC,located in Fairview Heights,IL, was selected because they are relatively in close

  proximity to the site, they have the expertise and experience to complete the work, and they can respond

  immediately to this request for emergency services.

    The scope of work provides for design services for a new door control panel with intercom controls, all new

  wiring, intercom speakers with security covers and hardware,and new conduit where required which services

  vestibules 115 and 133 from the Armory control panel, and the Armory control panel that operates vestibule

  doors 115B and 133B, sallyport sliders 121A and 121B, and Armory entry/ exit door 122 at Shawnee

  Correctional Center.

    Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

   March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

    In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction,the General Contractor shall perform no less than 20% of work with its

  own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

    Additionally,Governor Pritzker has issued Executive Order 2022-11 (and subsequent Executive Orders)

  containing additional mitigations to address the COVID-19 pandemic. This includes an indoor mask requirement

  and vaccinations for those working at Illinois Department of Corrections (IDOC) facilities. These requirements

  apply to this project.

 

  This Emergency Purchase has an expected start date of 05/10/2022 through 08/07/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Woolpert Architecture, LLC                                                        Notary Date:           5/10/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                    $33,803.32            $33,803.32      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  119   Capital Development Board                                                                    File Date:  5/29/2023

 

  Latest Filing – 05/29/2023: FY23, Qtr 4, Item # 119

  The Actual Total Cost of FY23, Qtr 4, Item# 119 is $48,778.75.

 

  Original Filing – 5/10/2022: FY22, Qtr 4, Item# 33

 

  The Department of Corrections has notified the Capital Development Board that Shawnee Correctional Center's

  Armory slider door control panel and intercom system have failed and are no longer functioning properly.The

  system, built in 1984, needs to be replaced as soon as possible due to safety and security concerns. The slider

  interlocks are no longer functioning which allows the doors to be open at the same time creating a security

  concern because they are only supposed to open one at time.The entry door into the Armory can be open when

  one or both sliders are open causing the potential for a major security breach. In addition,the doors can also be

  made to switch direction in mid operation causing damage to the equipment and causing a crushing hazard if

  someone is in the doorway. One staff member has already received injuries from having one of these doors

  closed on them. Another major concern is that visitors also pass through these doorways to get to the visiting

  room.This a concern for not only adult visitors but for children as well. Also,the intercom system is integrated

  into the control panel and no longer works.The intercom system operates speakers at the entry and exit

  vestibules allowing communication between Armory staff and anyone entering and exiting the building. The loss

  of the intercom disrupts operational flow and increases security concerns by not allowing proper

  communications at these locations.

    The Department of Corrections has attempted repairs, including a request to receive bids from contractors

  based on a written scope of work. No bids were received.

    Therefore, the Department of Corrections has requested that CDB declare an emergency to assist with the

  repairs and/or replacement work for the Armory slider door control panel and intercom system. This project

  began through the emergency selection of an Architect/Engineer ("A/E");this exempts the selection from a 14-

  day solicitation required through Qualifications-Based Selection ("QBS"). Considering the time frames needed for

   the selection,negotiation and execution of an A/E contract followed by bidding and

  award procedures, an assessment, design and repairs/replacement of the slider door control panel and intercom

  system under the existing processes would likely not begin for several months.

    For this reason, emergency purchases are necessary to design and repair/replace the system as quickly as

  possible in order to protect against the threat to public health and safety,and to prevent or minimize serious

  disruption in critical State services.

    Brown Electric,Inc.,located in Goreville,IL, was selected because they are relatively in close proximity to the

  site,they have the expertise and experience to complete the work, and they can respond immediately to this

  request for emergency services.

    The scope of work provides for constTuctloh services for a new door"control panel with intercom controls,

  all new wiring,intercom speakers with security covers and hardware, and new conduit where required which

  services vestibules 115 and 133 from the Armory control panel, and the Armory control panel that operates

  vestibule doors 115B and 133B, sallyport sliders 121A and 121B, and Armory entry/exit door 122 at Shawnee

  Correctional Center as directed and specified by the Architect/Engineer of record and approved by CDB.

    Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and

  any design documents provided by the Architect/Engineer of record. Services provided under this procurement

  should not exceed $100,000.00, prior to entering into a Construction Contract, without prior authorization from

  the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will be


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  reported upon project completion and project close-out.

    In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction,the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

    Additionally,Governor Pritzker has issued Executive Order 2022-11 (and subsequent Executive Orders)

  containing additional mitigations to address the COVID-19 pandemic. This includes an indoor mask requirement

  and vaccinations for those working at Illinois Department of Corrections (IDOC) facilities. These requirements

  apply to this project.

 

  This Emergency Purchase has an expected start date of 05/10/2022 through 08/07/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Brown Electric                                                                        Notary Date:           5/9/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                    $48,778.75            $48,778.75      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  120   Capital Development Board                                                                    File Date:  5/30/2023

 

  Latest Filing – 05/30/2023: FY23, Qtr 4, Item #120

  The Actual Total Cost of FY23, Qtr 4, Item# 120 is $636,575.00.

 

  Original Filing – 8/23/2022: FY23, Qtr 1, Item# 33

 

  The Department of Corrections has notified the Capital Development Board that the Pontiac Correctional Center

  is experiencing multiple leaks in the Visitors Center, located in the Administration Building, and in the Training

  Building as a result of failing roofing systems. Attempts at repairs have been made but have been unsuccessful.

  The leaks are causing disruption to daily operations and damaging parts of the buildings and equipment.

  In the Administration Building, rainwater and or snow melt comes down through the ceiling tile, down the walls

  and pools on the floor and on the furniture. During heavy rains, a large amount of the visiting booths are

  unusable which impacts the ability for the facility to manage visitors who are there to see Individuals in

  Custody.

  In the Training Building, rainwater or snow melt stream down through the metal ceiling into the various

  classrooms. This causes heavy flooding depending on the amount of rain.

  Considering the time frames needed for the selection, negotiation and execution of an A/E contract followed by

  bidding and award procedures, the implementation of at least reliable long term temporary repairs, followed by

  the design and construction of the replacement roofing systems, under the existing processes would likely not

  begin for several months. For this reason, an emergency purchase is necessary in order to protect against the

  threat to public health and safety, to protect against further loss or damage and to prevent or minimize serious

  disruption in critical State services.

  Sterling Commercial Roofing Company, Inc., located in Sterling, IL was selected to provide emergency

  construction services to repair/replace the roofing systems because they provided the lowest responsive and

  responsible quote and can respond immediately to this request for emergency services. This project was bid

  publicly, followed by the declaration of an emergency in order to expedite construction services.

 

  The project consists of the repair/replacement of existing roofing, insulation, and associated sheetmetal and trim,

   including gutters, downspouts, trim, and roof drains at the Visitor's Center and Training Building at Pontiac

  Correctional Center.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design

  documents provided by the Architect/Engineer of record and quote received by Sterling Commercial Roofing,

  Inc. Services provided under this procurement should not exceed $636,575.00 prior to entering into a

  Construction Contract, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

  Additionally, Governor Pritzker has issued Executive Order 2022-17 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

 

  This Emergency Purchase has an expected start date of 08/23/2022 through 11/20/2022 with an Original

  Estimated Cost of $636,575.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Sterling Commercial Roofing, Inc.                                                 Notary Date:           8/23/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $636,575.00                                   $636,575.00           $636,575.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  121   Capital Development Board                                                                    File Date:  5/30/2023

 

  Latest Filing – 05/30/2023: FY23, Qtr 4, Item #121

  The Actual Total Cost of FY23, Qtr 4, Item# 121

 

  Original Filing – 4/4/2022: FY22, Qtr 4, Item# 11

 

  The Department of Corrections has notified the Capital Development Board that the Pontiac Correctional Center

  is experiencing multiple leaks in the Visitors Center, located in the Administration Building, and in the Training

  Building as a result of failing roofing systems.  Attempts at repairs have been made but have been unsuccessful.

   The leaks are causing disruption to daily operations and damaging parts of the buildings and equipment.

   

 

In the Administration Building, rainwater and or snow melt comes down through the ceiling tile, down the

  walls and pools on the floor and on the furniture.  During heavy rains, a large amount of the visiting booths are

  unusable which impacts the ability for the facility to manage visitors who are there to see Individuals in

  Custody.

   

 

In the Training Building, rainwater or snow melt stream down through the metal ceiling into the various

  classrooms. This causes heavy flooding depending on the amount of rain.

   

 

Considering the time frames needed for the selection, negotiation and execution of an A/E contract followed

   by bidding and award procedures, the implementation of at least reliable long term temporary repairs, followed

  by the design and construction of the replacement roofing systems, under the existing processes would likely

  not begin for several months.  For this reason, an emergency purchase is necessary in order to protect against

  the threat to public health and safety, to protect against further loss or damage and to prevent or minimize

  serious disruption in critical State services.

   

 

Kenyon & Associates Architects, Inc., located in Peoria, IL, was selected to provide an assessment and

  potential design services to repair the roofing systems because they have the necessary expertise to complete the

   work, they are currently on site for design services to replace a different roofing system, and they can respond

  immediately to the request for emergency services.  

  

  The scope of work provides for an assessment of the Visitors Center (Admin. Bldg.) and Training Building

  roofing systems.  The assessment should include recommendations and estimates for reliable long term

  temporary solutions for each roof.  The scope of work may also include design services for the temporary

  solutions, if deems feasible and subject to CDB approval in consultation with the CPO office.

   

 

 

Incorporated documents include the March 2009 Standard Documents for Construction & Supplement

  and the March 2009 Design and Construction Manual & Supplement.  Basic Architectural Services provided

  under this procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a

  Professional Services Agreement, without prior authorization from the Capital Development Board in

  consultation with the Chief Procurement Office.  Final Actual Costs will be reported upon project completion

  and project close-out. 

 

 

This Emergency Purchase has an expected start datef 04/04/2022 through 07/02/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

      Vendor:  Keyon & Assoc. Architects, Inc                                                    Notary Date:           4/4/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                    $37,259.68            $37,259.68      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  122   Capital Development Board                                                                    File Date:  5/31/2023

 

  Latest Filing – 05/31/2023: FY23, Qtr 4, Item #122

  The Actual Total Cost of FY23, Qtr 4, Item# 122 is $615,259.07

 

 

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 16

 

  The Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security facility was designed to rake out solids from the sewer pit and dump the waste

  into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of sewage

  from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen are

  allowing more solids to get through and interfering with the raking system. The chain and sprocket mechanism

  failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system is expected

  to remain out of service due to the lack of repair parts and inability to provide interim solutions.

 

  The scope of work provides for removing and replacing the bar screen system. The new system shall have the

  ability to remove solids from the sewer, wash and compress those solids and dispose of them in a dumpster.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and

  design documents provided by the Architect/Engineer of record. Services provided under this procurement

  should not exceed $334,000.00, which is a place-holder prior to entering into a construction Contract, without

  prior authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

   Actual Costs will be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

  own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 10/28/2021 through 01/25/2022 with an Original

  Estimated Cost of $334,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Red Dot Construction & Equipment Rentals                                     Notary Date:           10/28/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $334,000.00                                   $615,259.07           $615,259.07      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  123   Capital Development Board                                                                    File Date:  5/31/2023

 

  Latest Filing – 05/31/2023: FY23, Qtr 4, Item #123

  The Actual Total Cost of FY23, Qtr 4, Item# 123 is $102,400.00

 

 

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 17

 

  The Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security Level facility was designed to rake out solids from the sewer pit and dump the

  waste into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of

  sewage from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen

  are allowing more solids to get through and interfering with the raking system. The chain and sprocket

  mechanism failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system

  is expected to remain out of service due to the lack of repair parts and inability to provide interim solutions. The

  Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security Level facility was designed to rake out solids from the sewer pit and dump the

  waste into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of

  sewage from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen

  are allowing more solids to get through and interfering with the raking system. The chain and sprocket

  mechanism failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system

  is expected to remain out of service due to the lack of repair parts and inability to provide interim solutions.

 

  The scope of work provides for removing and replacing the bar screen system. The new system shall have the

  ability to remove solids from the sewer, wash and compress those solids and dispose of them in a dumpster.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

 

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

  own staff. Each other trade shall perform no less than 40% of work with its own staff. Work with own staff

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

 

  This Emergency Purchase has an expected start date of 10/28/2021 through 01/25/2022 with an Original

  Estimated Cost of $100,000.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

   Signed By:  Chris Miles, Exec II

      Vendor:  Horner & Shifrin, Inc                                                                 Notary Date:           10/28/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                   $102,400.00           $102,400.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  124   Capital Development Board                                                                    File Date:  6/1/2023

 

  Latest Filing – 06/01/2023: FY23, Qtr 4, Item #124

  The Actual Total Cost of FY23, Qtr 4, Item# 124 is $50,000.00.

 

  Original Filing –7/7/2022: FY23, Qtr 1, Item# 12

 

  The Illinois Department of Military Affairs ("DMA") has notified the Capital Development Board that the Dixon

  Armory is experiencing multiple leaks as a result of a failing roofing system. The leaks are causing interior

  damage to the newly renovated interior.

  The leaks are coming from the perimeter "trough" below the main four-sided hipped standing seam roof that

  provides the drainage for the building. This area needs to be completely removed and replaced. The new

  membrane will need to be installed under the existing standing seam roof.It does not appear that the roof has

  enough roof drains, and it is recommended to add 4 additional drain heads. There is a steel catwalk on the north

  side of the building that will have to be temporarily removed and reinstalled. Core samples have been taken and

  sections of underlayment are completely saturated.The condition of the roof is beyond repair.

  The scope of work provides for expedited design services to support the removal and replacement of

  approximately 1,450 square feet of low-slope roofing membrane and insulation on the perimeter roof below the

  building's main standing seam roof.Included in the work will be replacing all metal cap and counter flashing and

  replacing all necessary roof accessories. Four additional drain heads will need to be added.

   Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the CapitalDevelopment Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

   In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction,the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 07/07/2022 through 10/04/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Larson & Darby, Inc.                                                                 Notary Date:           7/7/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $50,000.00            $50,000.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  124   Capital Development Board                                                                    File Date:  6/1/2023

 

  Latest Filing – 06/01/2023: FY23, Qtr 4, Item #124

  The Actual Total Cost of FY23, Qtr 4, Item# 124 is $50,000.00.

 

  Original Filing –7/7/2022: FY23, Qtr 1, Item# 12

 

  The Illinois Department of Military Affairs ("DMA") has notified the Capital Development Board that the Dixon

  Armory is experiencing multiple leaks as a result of a failing roofing system. The leaks are causing interior

  damage to the newly renovated interior.

  The leaks are coming from the perimeter "trough" below the main four-sided hipped standing seam roof that

  provides the drainage for the building. This area needs to be completely removed and replaced. The new

  membrane will need to be installed under the existing standing seam roof.It does not appear that the roof has

  enough roof drains, and it is recommended to add 4 additional drain heads. There is a steel catwalk on the north

  side of the building that will have to be temporarily removed and reinstalled. Core samples have been taken and

  sections of underlayment are completely saturated.The condition of the roof is beyond repair.

  The scope of work provides for expedited design services to support the removal and replacement of

  approximately 1,450 square feet of low-slope roofing membrane and insulation on the perimeter roof below the

  building's main standing seam roof.Included in the work will be replacing all metal cap and counter flashing and

  replacing all necessary roof accessories. Four additional drain heads will need to be added.

   Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the CapitalDevelopment Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

   In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction,the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 07/07/2022 through 10/04/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Larson & Darby, Inc.                                                                 Notary Date:           7/7/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $50,000.00            $50,000.00      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  125   University of Illinois Chicago                                                                  File Date:  6/5/2023

 

  Latest Filing – 06/05/2023: FY23, Qtr 4, Item #125

  The Actual Total Cost of FY23, Qtr 4, Item#125 is $145,388.43.

 

  Original Filing – 01/02/2023: FY23, Qtr 3, Item# 15

 

  he University experienced a series of flooding disasters that were a result of the hazardous sub-zero cold

  weather that occurred between 12/24/22 - 12/27/22. The inclement weather caused water pipes to burst in three

   campus buildings located at 1919 W. Taylor,  900 S. Ashland and 912 S. Wood Street. The extent of the

  damage to each building varies, but all required immediate water remediation services to prevent further damage

  from occurring. The vendor provides disaster remediation services including water extraction, mold prevention,

  and flood-related sanitation. The services required are not within the scope of work typically performed by

  university employees. The vendor can immediately dispatch an adequate number of staff (approximately 18-20

  persons) and provide equipment necessary to complete requested services, which are necessary to repair State

  property to protect against further loss or damage from flooding events caused by hazardous cold weather.

 

  Vendor is providing water extraction, mold prevention, debris removal, and sanitation services - consistent with

  standard disaster remediation protocols. Vendor will only provide services necessary for remediation of flooding

   and will not provide additional reconstruction of goods or services.

 

  This Emergency Purchase has an expected start date of 01/02/2023 through 04/02/2023 with an Original

  Estimated Cost of $300,000.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock,

      Vendor:  BMS Enterprises/BMS Cat of IL                                                   Notary Date:           1/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $300,000.00                                   $145,388.43           $145,388.43      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  126   Capital Development Board                                                                    File Date:  6/6/2023

 

  Latest Filing – 06/06/2023: FY23, Qtr 4, Item # 126

  The Actual Total Cost of FY23, Qtr 4, Item# 126 is $261,520.64.

 

  Original Filing – 7/19/2022: FY23, Qtr 1, Item# 14

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the chiller that provides cooling for the Administration Building at East Moline Correctional Center

   has failed and is currently no longer in operation. The chiller provided cooling for the Health Care Unit,

  Pharmacy and Medical Offices. IDOC has acquired emergency refrigeration trailers through IEMA for the

  pharmacy only, specifically for medications that require a certain degree of cooling. There were medications

  that had to be discarded because of the lack of cooling. Floor and wall-mount cooling units are also being

  utilized for the Health Care Unit and Offices.

 

  The scope of work provides for the rental,installation,piping, maintenance, and eventual removal of a properly

  sized temporary chiller and supporting temporary rental generator, to serve the East Moline Correctional Center

  Administration Building through November 1, 2022 as directed by the Architect/Engineer of record.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the A/E of record. Services provided under this procurement should not exceed

  $350,000.00, which is a place-holder prior to entering into a Construction Contract,without prior authorization

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction,the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

  Additionally,Governor Pritzker has issued Executive Order 2022-16 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 07/19/2022 through 10/16/2022 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ragan Mechanical, Inc.                                                              Notary Date:           7/19/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00                                   $261,520.64           $261,520.64      23 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  127   Capital Development Board                                                                    File Date:  5/25/2023

 

  Latest Filing – 05/25/2023: FY23, Qtr 4, Item #127

  The Actual Total Cost of FY23, Qtr 4, Item# 127 is $314,873.57.

 

  Seventh Filing - 05-24-2021: FY21, Qtr 4, Item #61

  An Emergency Purchase Extension was received on May 24, 2021 requesting an extension for dates starting

  06/10/2021 to 02/28/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 06/03/2019:

  An Emergency Purchase was received on June 3, 2016 revising the contract date for two construction seasons

  until 06/30/2021. No additional cost was reported.

 

  Fifth Filing - 05/17/2018:

  An Emergency Purchase Extension was received extending Carlile Architects LLC's contract until 12/31/2020

  revising the cost to $230,427.00

 

  Fourth Filing - 04/18/2019:

  On April 18, 2019, an Actual Total Cost for Bulley & Andrews Masonry Restoration, LLC was reported at

  $113,967.23. An extension hearing was held on August 7, 2018 to extend Carlile Architects, LLC’s contract

  until July 31, 2020.

 

  Third Filing - 08/08/2018: FY18, Qtr 4, Item# 24:

  An Emergency Purchase Extension was received extending Carlile Architects LLC's contract not to exceed 717

  days. There was no additional cost reported.

 

  Second Filing - 06/27/2018: FY18, Qtr 4, Item# 24:

  An Emergency Purchase Statement was received adding vendor Bulley & Andrews Masonry Restoration, LLC.

  Bulley & Andrews Masonry Restoration will provide stabilization of window sill by utilizing stainless steel straps

  mechanically fastened above and below the failed stone to prevent complete dislodging and the falling of stone.

  Additionally, under the direction of the A/E, the scope provides for the stabilization, or removal of any large

  scaling and hollow sounding stone to prevent dislodging from the building representing a fall hazard in order for

  the A/E to develop a complete assessment of the facades.  The stabilization work also includes the removal and

  replacement of the stone arch/lintel above the east side entranceway, providing masonry repairs above the door

  arch to water proof the building and protect the masonry, repairing or replacing the leaking roof above the

  entranceway, including the repair or replacement of the roofs wrought iron railing posts as specified by the A/E

  and approved by CDB. This Emergency Purchase has an expected start date of 05/30/2018 through 08/27/2018

  with an Original Estimated Cost of $50,000.00; making the revised state estimate of $100,000.00.

 

  Original Filing - 05/17/2018: FY18, Qtr 4, Item# 24:

  The Administration Building at the Shapiro Developmental Center is a 140-year-old structure that is used daily

  for all administrative functions to operate the facility. The main entrance/exit to the building includes a 3 piece

  masonry arch over the doorway. The bottom of the stone on the north side of the arch spalled of approximately

  1/3 of its thickness. Since breaking off, the entrance door and pedestrians have been protected with a lumber

  shelter. Directly above the arch is a flat roof that has an un-ballasted EPDM roofing system which is in poor


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  condition and is allowing storm water to enter the masonry. In addition, a piece of concrete used to patch stone

  masonry on or around the clock tower has dislodged from the ledge and fell below narrowly missing a parked

  car. This Emergency Purchase has an expected start date of 05/17/2018 through 08/14/2018 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  Carlile Architects & Bulley & Andrews Masonry Rest.                Notary Date:

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00          $230,427.00         $314,873.57           $314,873.57      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  128   Capital Development Board                                                                    File Date:  6/15/2023

 

  Latest Filing – 06/15/2023: FY23, Qtr 4, Item #128

  The Actual Total Cost of FY23, Qtr 4, Item# 128 is $120,362.59.

 

  Original Filing – 8/24/2022: FY23, Qtr 1, Item# 35

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the sewage treatment plant primary clarifier at Dixon Correctional Center has failed and is in need

  of repairs as soon as possible. The sewage treatment plant primary clarifier collects 100 % of wastewater flow

  from Dixon Correctional Center. The clarifier is a 45 - foot diameter 12 - foot deep, 143,000 - gallon settling

  tank “flow through” system that allows heavy material, such as raw sludge, grit, and waste solids entering the

  tank to settle to the bottom floor, collected by mechanical scrapers to a sump basin then transferred to a sludge

  pump pit. The lighter floating particles are collected by a skimmer arm on top of water surface and sent to the

  sludge pit. The separated wastewater flow is circulated through a roughing trickling filter and to the second

  treatment stage. Correctional Maintenance staff has performed numerous repairs on this clarifier in the past 5

  years.

  The main 8 - inch drive shaft from the driver gear box on top of the catwalk to the scraper collector arms on

  the bottom floor broke in half causing the scraper mechanism to stop turning and unable to collect sludge on the

   bottom of the tank. The failure was not initially noticed since the break was below operating water level and the

   top continued turning. The Operators noticed rising sludge levels in the clarifier tank and low sludge

  accumulation to the sludge pit. On August 16, 2022, the Operators began pumping down the clarifier and

  noticed the damaged shaft. The tank will need to be pumped completely down and an inspection of the shaft and

   sludge collector arms for any additional damage. The gear box, shaft, skimmer arm, and collector arms will

  need to be removed, repaired/replaced and reinstalled.

  Without the capability of collecting and removing the raw sludge in this tank, the sludge will accumulate,

  overflow to the second and third final stage treatment process, eliminating any viable treatment of the

  wastewater and violating all parameters of the NPDES permit including fecal coliform. The discharge of the

  wastewater treatment plant effluent is in a high recreation area of the Rock River for boating, skiing, swimming,

   fishing, and kayaking.

  This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the selection

   from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the time

  frames needed for the selection, negotiation and execution of an A/E contract followed by bidding and award

  procedures, design and construction services for repair work under the existing processes would likely not

  begin for several months. For this reason, an emergency purchase is necessary to provide engineering services

  to support repair work as quickly as possible in order to provide proper sewage treatment and avoid any

  contamination of the nearby Rock River.

  River City Construction LLC, located in East Peoria, IL, was selected because they have the qualifications and

  manpower to perform the work, and they can respond immediately to this request for emergency services.

  The scope of work provides for construction services to repair the sewage treatment plant primary clarifier at

  Dixon Correctional Center as directed by the A/E of record. Work shall include pumping the sludge out of the

  clarifier and disinfecting so that it is safe for workers to enter. The sludge can be dumped into the digestor on

  site to keep that process active. The gear box, shaft, skimmer arm, and collector arms will need to be removed,

  repaired/replaced and reinstalled. Remove the torque tube and fabricate a new one. Make modifications to put

  less stress on the torque tube. Service the gear box and torque release mechanism. Additionally, an emergency


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  backup pumper truck should be on retainer in case of heavy rain that could potentially overflow the system.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any

  design documents provided by the A/E of record. Services provided under this procurement should not exceed

  $200,000.00, which is a place-holder prior to entering into a Construction Contract, without prior authorization

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

  Additionally, Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 08/24/2022 through 11/21/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction, LLC                                                      Notary Date:           8/24/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                   $120,362.59           $120,362.59      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

  129   Capital Development Board                                                                    File Date:  6/15/2023

 

  Latest Filing – 06/15/2023: FY23, Qtr 4, Item #129

  The Actual Total Cost of FY23, Qtr 4, Item# 129 is $15,539.11.

 

  Original Filing – 8/24/2022: FY23, Qtr 1, Item# 34

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the sewage treatment plant primary clarifier at Dixon Correctional Center has failed and is in need

  of repairs as soon as possible. The sewage treatment plant primary clarifier collects 100 % of wastewater flow

  from Dixon Correctional Center. The clarifier is a 45 - foot diameter 12-foot deep, 143,000 - gallon settling tank

   “flow through” system that allows heavy material, such as raw sludge, grit, and waste solids entering the tank

  to settle to the bottom floor, collected by mechanical scrapers to a sump basin then transferred to a sludge

  pump pit. The lighter floating particles are collected by a skimmer arm on top of water surface and sent to the

  sludge pit. The separated wastewater flow is circulated through a roughing trickling filter and to the second

  treatment stage. Correctional Maintenance staff has performed numerous repairs on this clarifier in the past 5

  years.

  The main 8 - inch drive shaft from the driver gear box on top of the catwalk to the scraper collector arms on

  the bottom floor broke in half causing the scraper mechanism to stop turning and unable to collect sludge on the

   bottom of the tank. The failure was not initially noticed since the break was below operating water level and the

   top continued turning. The Operators noticed rising sludge levels in the clarifier tank and low sludge

  accumulation to the sludge pit. On August 16, 2022, the Operators began pumping down the clarifier and

  noticed the damaged shaft. The tank will need to be pumped completely down and an inspection of the shaft and

   sludge collector arms for any additional damage. The gear box, shaft, skimmer arm, and collector arms will

  need to be removed, repaired/replaced and reinstalled.

  Without the capability of collecting and removing the raw sludge in this tank, the sludge will accumulate,

  overflow to the second and third final stage treatment process, eliminating any viable treatment of the

  wastewater and violating all parameters of the NPDES permit including fecal coliform. The discharge of the

  wastewater treatment plant effluent is in a high recreation area of the Rock River for boating, skiing, swimming,

   fishing, and kayaking.

  This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the selection

   from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the time

  frames needed for the selection, negotiation and execution of an A/E contract followed by bidding and award

  procedures, design and construction services for repair work under the existing processes would likely not

  begin for several months. For this reason, an emergency purchase is necessary to provide engineering services

  to support repair work as quickly as possible in order to provide proper sewage treatment and avoid any

  contamination of the nearby Rock River.

  IMEG Corp., located in Ottawa, IL, was selected because they are currently working on a CDB project at the

  facility, they were givenauthority under a small purchase to provide a quick assessment of the situation, they

  have knowledge of the facility and the qualifications to perform the work, and they can respond immediately to

  this request for emergency services.

  The scope of work provides for design services to repair the sewage treatment plant primary clarifier at Dixon

  Correctional Center. Work shall include pumping the sludge out of the clarifier and disinfecting so that it is safe

  for workers to enter. The sludge can be dumped into the digestor on site to keep that process active. The gear

  box, shaft, skimmer arm, and collector arms will need to be removed, repaired/replaced and reinstalled. Remove


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023

   the torque tube and fabricate a new one. Make modifications to put less stress on the torque tube. Service the

  gear box and torque release mechanism. Additionally, an emergency backup pumper truck should be on retainer

  in case of heavy rain that could potentially overflow the system.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

  Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

  Additionally, Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 08/24/2022 through 11/21/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  IMEG Corp                                                                            Notary Date:           8/24/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $15,539.11            $15,539.11      23 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2023 through June 30, 2023