April 15, 2025
LIST OF EMERGENCY PURCHASE AFFIDAVITS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025
to
March 31, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
100 Capital Development Board File Date: 2/10/2025
Original Filing – 2/10/2025: FY25, Qtr 3, Item# 100
The scope of work provides for interior and exterior repairs to the existing Vocational Building. Demolition
required to complete the repairs includes partial removal of the interior slab-on-grade and removal of drywall and
finishes as needed to complete the repairs. Interior repairs include backfilling voids under the slab-on-grade,
repainting non-load bearing CMU partition walls, replacing cracked CMU, minor ceiling repairs, replacing
carpeting and base boards, and painting after repairs are completed. Additionally, work will be needed in the
Mechanical Room to repair an existing electrical service that was damaged during concrete coring. The work
includes additional demolition of the concrete slab-on-grade to replace approximately 6-7' of ¾" dia. rigid steel
conduit, installing a floor junction box rated for high traffic areas and replacing (4) #10-12 wires (size to be
verified by GC) spliced from the floor box back to the existing
panel. The Client Agency will assist the GC with identifying the correct items and sizes prior to construction.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/Engineer of record and quote received by Samron Midwest Contracting, Inc. 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 $124,400.00, 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.
This Emergency Purchase has an expected start date of 02/10/2025 through 05/10/2025 with an Original
Estimated Cost of $124,400.00.
Signed By: Chris Miller, Exec II
Vendor: Samron Midwest Contracting Notary Date: 2/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $124,400.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
101 Capital Development Board File Date: 1/22/2025
Original Filing – 1/22/2025: FY25, Qtr 3, Item# 101
The scope of work provides for the design and implementation of temporary repairs to the HVAC control
system in Housing Unit #15 and the Vocational Building to regulate temperatures to the maximum extent
practical. The scope also includes an engineering assessment with recommendations, cost estimates, and lead
times on equipment, for the installation of a new DDC system for Housing Unit #15 and the Vocational Building
Incorporated documents include the January 2025 Standard Documents for Construction and the January 2025
Design and Construction Manual. Basic Architectural Services provided under this procurement should not
exceed $100,000.00, which is a placeholder 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 date of 01/22/2025 through 04/21/2025 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henneman Engineering Notary Date: 1/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
102 Central Management Services, Department of File Date: 2/6/2025
Original Filing – 2/6/2025: FY25, Qtr 3, Item# 102
Cost of materials and labor to repair a hole in the roof by Target patching 4 roof drains where the membrane is
tearing due to wind getting in under membrane from becoming un-adhered and flapping in the wind at J0803, 10
Collinsville, Ave. E. St. Louis, IL 62201, the Kenneth Hall Regional Office Building.
This Emergency Purchase has an expected start date of 02/05/2025 through 05/04/2025 with an Original
Estimated Cost of $3,300.00.
Signed By: Marth Blackwell, Manager
Vendor: D.E. Martin Roofing Co. Notary Date: 2/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,300.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
103 Finance Authority, Illinois File Date: 1/10/2025
Original Filing – 1/10/2025: FY25, Qtr 3, Item# 103
• Tasks for the initial program development and implementation stage, which are currently in-development,
include:
1. supporting the process for selecting financial assistance recipients by developing tools for
identifying compliant project proposals and, where necessary, tools for competitive ranking
2. coordinating
inter-agency efforts and developing inter-agency agreements
3. assisting development and implementation of
IFA’s lending strategy, which includes loan product design, operational lending strategy development,
supporting outreach to disadvantaged communities, supporting applicants in accessing services, supporting IFA
with loan intake, developing bridge financing strategies for multiple IFA and non-IFA loan and financial
assistance products in coordination with IFA partner agencies 4. supporting the development of IFA’s internal
loan origination and servicing operations, including customer support and technical assistance
5. developing
data collection and reporting tools to assist with federal data and compliance reporting obligations
6.
developing education materials on grid resiliency and timelines for participation in programs
7. supporting
process for requests for projects/proposals process, including the development and refinement of application
processes, outreach, technical assistance, organizational scoring and selection
8. supporting communication
about program opportunities and public engagement
9. establishing workforce development strategies in
coordination with existing workforce development programs of partner agencies
10. providing technical
assistance to potential and actual applicants, and supporting the development of technical assistance tools and
resources.
This Emergency Purchase has an expected start date of 01/08/2025 through 04/07/2025 with an Original
Estimated Cost of $1,174,463.00, using Federal Funds.
Signed By: Christoper Meister, Exec Director
Vendor: Climate Infrastructure Group-CIG Notary Date: 1/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $1,174,463.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
104 Property Tax Appeal Board File Date: 1/27/2025
Original Filing – 1/27/2025: FY25, Qtr 3, Item# 104
PTAB identified the PHEV Ford Escapes available on master contract 22-416CMS-BOSS4-P-37576 as the sole
master contract option but were told by the dealer that lead times are roughly 90-120 days; this isn’t an option
to meet this particular need, since the Des Plaines office needs a reliable vehicle.
The agency then conducted a small purchase to identify a vendor that could meet their need. PTAB issued 25-
580IPTABB5-B-46097, which solicited for an unbranded flex fuel or hybrid-type mid-size SUV, using design
specifications. The bid was published on 1/7/25 and opened on 1/17/25. After reviewing quotes, the agency
determined that the second and third lowest cost vendors could not be considered due to budgetary constraints;
their submissions were more than $25k over budget, which is significant for an agency our size. PTAB engaged
with the lowest-cost vendor, Merit Asset Group, and came to realize that they were not an authorized dealer;
they are a reseller. All three quotes being accounted for, the agency determined that there were no viable options
found as a result of that solicitation.
PTAB then turned to an option presented by Bob Ridings, a vendor that is registered in BidBuy and has held
master contracts for vehicles. Their fleet manager reviewed the agency’s specifications and determined that a
gas-powered 2024 Dodge Durango is the only option that would meet the requirements. The vehicle is available
on the lot for purchase.
This Emergency Purchase has an expected start date of 01/27/2025 through 04/27/2025 with an Original
Estimated Cost of $46,975.00.
Signed By: Daniel Sronce, CFO
Vendor: Bob Riding Notary Date: 1/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $46,975.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
105 State Police, Illinois File Date: 1/24/2025
Original Filing – 1/24/2025: FY25, Qtr 3, Item# 105
Illuminative Strategies, Inc. wrote the original programming for the Strategic Performance Evaluation
Application for Results (SPEAR) on their server, then it was moved to the DoIT server - wherein DoIT
assumed maintenance of the application; however, they were unable to manage changes required in the system.
The request to move the application back to the Illuminative Strategies, Inc. (ISI) platform was proposed in
October 2024 and approved by the Director's Office in mid-December 2024. The move of the application back
to the ISI platform will stabilize data and programming allowing for ISI programmers to maintain needed
changes. This will eliminate the data integrity issues and missed directive driven deadlines experienced last year
due to ISI personnel's challenges in accessing the DoIT platform. The Office of Human Resources requires this
emergency purchase procurement in order to host the SPEAR data and application on the vendor's platform in
time for the next sworn evaluation period beginning on February 1, 2025.
Housing the Strategic Performance Evaluation Application for Results (SPEAR) data and application on
Illuminative Strategies, Inc. platform.
This Emergency Purchase has an expected start date of 01/24/2025 through 04/23/2025 with an Original
Estimated Cost of $109,995.00.
Signed By: Richard Welch, APO
Vendor: Illiminative Strategies Notary Date: 1/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $109,995.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
106 State Fire Marshal File Date: 1/8/2025
Original Filing – 01/08/2025: FY25, Qtr 3, Item# 106
The Agency reached out to multiple vendors and conducted on-line market research, attempting to find vendors
who can provide a hybrid / flex fuel vehicle. Effort was made to ensure that BEP certified vendors were
included in the solicitation distribution list, ensuring equal access to bid opportunities within the emergency
purchase framework. Through these efforts, the Agency has demonstrated its commitment to promoting
inclusion and ensuring that certified vendors have an equal opportunity to contribute to the response efforts
during this emergency purchase. Morrow Brothers Ford is the only dealership that has been able to secure the
now discontinued hybrid Explorers in the time frame that the agency requires. SFM checked other JPMC's (P-
29479/P-33728/P-37575/P-40355/P-41048/P-41049) for SUV's and was unable to find SUV's that would meet
the need of the agency. Agency APO reached out to CMS regarding P-41049. What is procured off that JPMC
must be by line items and be police pursuit, which is not required. As there was an issue with the original CMS
contract used (P-37576:24), OSFM is now in an emergency situation and needs these vehicles as quickly as
possible.
This Emergency Purchase has an expected start date of 01/08/2025 through 04/07/2025 with an Original
Estimated Cost of $311,820.00.
Signed By: Leah Thomas, APO
Vendor: Morrow Brothers Ford Notary Date: 1/8/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $311,820.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
107 Transportation, Department of File Date: 12/30/2024
Original Filing – 12/30/2024: FY25, Qtr 3, Item# 107
Provide material and installation for the modular expansion joints near and within the EB I-70 to I 64 ramp in St.
Clair County. This work will provide the necessary repairs to open back the l 64 ramp that has been closed for
several months.
This Emergency Purchase has an expected start date of 12/30/2024 through 03/29/2025 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Eng
Vendor: Kilian Corp Notary Date: 12/30/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
108 Transportation, Department of File Date: 1/10/2025
Original Filing – 1/10/2025: FY25, Qtr 3, Item# 108
IDOT recently placed an order for 508 paratransit vehicles on behalf of the state's public transportation
providers and non-profit agencies providing transportation for seniors and individuals with disabilities. This
professional services contract will provide in-plant inspections throughout the manufacturing process of these
complex paratransit vehicles, preparation of Pre-Award and Post-Delivery Buy America Audits, and oversight to
ensure all federal rolling stock requirements are met prior to delivery of these vehicles.
The BEP provides specific goals for minorities, females, and persons with disabilities. Local/State Minority-
owned Business Enterprise/Women-owned Business Enterprise or similar goals are not permitted to be included
alongside, or in-lieu-of, goals established under the United States Department of Transportation Disadvantaged
Business Enterprise regulations. Therefore, the inclusion of BEP goals on FHW A funded projects is not
permissible.
This Emergency Purchase has an expected start date of 01/08/2025 through 04/07/2025 with an Original
Estimated Cost of $202,362.28, using Federal Funds.
Signed By: Omolara Erewele, APO
Vendor: AmeriTran Service Corp/Transit Resourse Ctr Notary Date: 1/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $202,362.28 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
109 Veterans Affairs, Department of File Date: 1/22/2025
Original Filing – 1/22/2025: FY25, Qtr 3, Item# 109
The vendor shall provide Pharmacy services that include dispensing medications and intravenous solutions in
accordance with all applicable local, state and federal laws and regulations. Provide staff including a Pharmacist
that is on call 24 (Twenty-Four) hours a day, make monthly rounds to review charts and proper documentation.
Vendor shall also provide HIPPA compliant Facsimile Machines to safely send and receive confidential
information and lockable Medication Carts to store medication for use at the Home. Vendor shall also keep the
Home informed of all medical issues concerning medications prescribed to residents of the Home.
This Emergency Purchase has an expected start date of 01/23/2025 through 04/22/2025 with an Original
Estimated Cost of $150,000.00.
Signed By: Stephanie Heckenkamp, CFO
Vendor: JHC Acquisition/Omnicare of N.IL Notary Date: 1/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
110 University of Illinois Chicago File Date: 12/19/2024
Original Filing – 12/19/2024: FY25, Qtr 3, Item# 110
MindPower/Staffing Team Inc has previously provided temporary staffing for UIC and UI Health HR under a
competitive solicitation RFP award #KRS128. These temporary employees provided clinical and non-clinical
support in areas with staffing shortages, open positions or have been hired due to a critical, short-term need. We
are currently engaged in a new RFP process to secure outside agency vendors under RFP #PPA109. UIC HR
is requesting an emergency for temporary staffing services until the competitive solicitation for RFP #PPA109
has been awarded and a fully executed contract is in place.
Staffing Team Inc will provide temporary, agency hires to fill a variety of clinical and non-clinical positions at
UIC and UIH.
This Emergency Purchase has an expected start date of 12/30/2024 through 03/30/2025 with an Original
Estimated Cost of $950,000.00.
Signed By: Aaron Rosenthal, Asst Vice Chancellor
Vendor: MindPower/Staffing Team Notary Date: 12/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $950,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
111 University of Illinois Chicago File Date: 12/19/2024
Original Filing – 12/19/2024: FY25, Qtr 3, Item# 111
Lucas James Talent Partners will provide critical recruitment support for Civil Service hiring. UIC HR has
worked with this vendor in the past and they are highly trained and have comprehensive knowledge of the
University and the UIC recruitment process. The UIC HR Recruitment and Staffing team vacancies have been
100% filled. The higher than average volume of vacancies at UIC and UIH continues to exceed the Recruitment
and Staffing team's ability to manage the recruitments. Until that number decreases, our current staffing level
and resources cannot support the number of vacancies at UIC and UIH so seasoned temporary agency
recruiters are needed to assist with the transition and training to the new recruits in the hiring process. The goal
is that temporary services will no longer be required to support this critical HR function once additional UIC
recruiters have been adequately trained and UIC and UIH hiring units reevaluate their ongoing hiring needs.
Lucas James Talent Partners Talent Acquisition Consultants will perform critical steps within the front-end part
of the recruiting process for UIC from sourcing candidates, to minimum qualification review, to credentials
assessment and will then pass on candidates to the HR/Internal Recruiting team.
Specific responsibilities include:
• Outreach to passive candidates that meet minimum qualifications and credentials assessment utilizing existing
tools and resources
• Review of minimum qualifications from candidates from the register to credentials assessment
• Screen candidates
• Weekly reporting updates and weekly client communication
This Emergency Purchase has an expected start date of 01/01/2025 through 03/31/2025 with an Original
Estimated Cost of $400,000.00.
Signed By: Aaron Rosenthal, Asst. Vice Chancellor
Vendor: Lucas James Talent Partners Notary Date: 12/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
112 Eastern Illinois University File Date: 12/20/2024
Original Filing – 12/20/2024: FY25, Qtr 3, Item# 112
The vendor will provide and install an emergency back-up generator to replace one that suffered a catastrophic
failure. This generator will be installed at our Human Services Building which includes the student clinic
provided by Sarah Bush Lincoln. Lead time for the generator is approximately six months so we need to order
ASAP to avoid long-term rental fees.
Commercial Electric is a local contractor with familiarity of campus. They are currently installing another on
campus purchased through Construction IFB BN025493. They are also a certified BEP vendor.
This Emergency Purchase has an expected start date of 12/23/2024 through 06/22/2025 with an Original
Estimated Cost of $111,047.00.
Signed By: Megan Wells, Director
Vendor: Commerical Elec Notary Date: 12/20/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $111,047.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
113 Central Management Services, Department of File Date: 2/14/2025
Original Filing – 2/14/2025: FY25, Qtr 3, Item# 113
This software is used by traveling mechanics across the state to do diagnostics on state owned vehicles.
Cummins Insite Software performs engine diagnostics and displays electronic engine information. Using this
software application will reduce troubleshooting time, errors and incorrect procedures. DOV has in previous
years purchased software through DoIT which used to handle all computer/IT related procurements.
75 annual licenses for Cummins Insite software
This Emergency Purchase has an expected start date of 02/11/2025 through 05/10/2025 with an Original
Estimated Cost of $29,452.50.
Signed By: David Thomas, APO
Vendor: Cummins Sales & Service Notary Date: 2/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $29,452.50 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
114 Finance Authority, Illinois File Date: 2/19/2025
Original Filing – 2/19/2025: FY25, Qtr 3, Item# 114
State project tax credit facilitation: perform pre-construction tax credit eligibility, post-construction tax credit
substantiation, and direct pay filing processes for IFA and state agency projects.
Public Funding Identification,
Sourcing, and Deployment: Support IFA and state agencies with the identification, sourcing, and deployment of
available funding to eligible energy projects.
IRA Tax Credit Eligibility: Provide technical assistance to help
organizations understand IRA tax credit eligibility and calculate tax credit value for projects submitted to IFA
programs.
Clean Energy Expansion, Attraction, and Retention: Engage with clean energy business leaders to
facilitate economic growth and retention in Illinois. Based on project attributes, identify potential funding sources
and recommend optimal incentive package for projects submitted to IFA programs.
This Emergency Purchase has an expected start date of 02/18/2025 through 05/20/2025 with an Original
Estimated Cost of $250,000.00, using Federal Funds.
Signed By: Chris Meister, Exec Director
Vendor: Baker Tilly Us, LLP Notary Date: 2/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $250,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
115 Human Services, Department of File Date: 2/20/2025
Original Filing – 2/20/2025: FY25, Qtr 3, Item# 115
Approximately ten years ago, the kitchen facilities servicing the Ludeman campus where closed, as they were
no longer suitable to safely meet the needs of the facility. A construction project to renovate the kitchen has
been contemplated since that time. The most recent, interim solution was to install a temporary kitchen to serve
the residents. In mid-August 2024, a portion of the temporary kitchen’s floor fell away and revealed the
presence of unsafe black mold. The Capital Development Board (CDB) met with Ludeman officials and DHS
leadership to orchestrate mitigation of the mold, continuity of food service, and renovations to the original
kitchen. There were repeated discussions between CDB and DHS as to who would handle payment and
procurements during this project.
Nichols was the vendor engaged to provide remediation services to the temporary kitchen trailer and they
also rented a new temporary kitchen trailer to the facility. When black mold was found in the permanent
kitchen, because of their familiarity with the situation and presence on grounds with the kitchen trailers, they
were selected.
The vendor shall provide all labor and materials to fully remediate the main, permanent kitchen.
This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises, LLC Notary Date: 2/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
116 Capital Development Board File Date: 2/20/2025
Original Filing – 2/20/2025: FY25, Qtr 3, Item# 116
The scope of the Facade Stabilization project at the Hotel Florence Annex includes emergency repairs to the
south exterior masonry wall of the building, which is currently in a severely deteriorated and potentially unstable
condition. The contractor will install shoring on the interior of the building adjacent to the south wall as needed
to facilitate repairs to the load-bearing masonry wall and the adjacent building framing. Masonry repairs will
include partial masonry wall reconstruction, brick replacement, repointing, steel lintel replacement, limestone
window sill replacement, helical anchor installation, and sealant replacement. Limited repairs to the building
framing may include steel/cast iron painting at framing locations that will be embedded into the south wall, steel
bearing plate replacement, isolated structural steel/cast iron repairs, and isolated concrete slab repairs. Additional
miscellaneous scope items include isolated roof repairs to mitigate a leak in the southwest corner of the
building, and provision and operation of an aerial lift for close-up inspection of the north, east, and west facades
by the Architect/Engineer. Please refer to the drawings, specifications, and bid form for a more detailed
description of the work. Asbestos Abatement may be required as specified in the contract documents.
Incorporated documents include the January 2025 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record, and quote received by Berglund Construction
Company. 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 $545,000.00, 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.
This Emergency Purchase has an expected start date of 02/20/2025 through 05/20/2025 with an Original
Estimated Cost of $545,000.00.
Signed By: Chris Miles, Exec II
Vendor: Berglund Construction Co. Notary Date: 2/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $545,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
117 Capital Development Board File Date: 2/24/2025
Original Filing – 2/24/2025: FY25, Qtr 3, Item# 117
The scope of work provides for the upgrade of the existing freight elevator unit including, but not limited to, the
controller, cab, cables, supports and machine. Other items include electrical upgrade, new fire alarm recall
controls as well as interface of access control.
Incorporated documents include the 2025 Standard Documents for Construction, design documents provided
by the Architect/ Engineer of record and quote received by CAD Construction, Inc.. 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 $715,125.00, 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.
This Emergency Purchase has an expected start date of 02/24/2025 through 05/24/2025 with an Original
Estimated Cost of $715,125.00.
Signed By: Chris Miles, Exec II
Vendor: CAD Construction, Inc. Notary Date: 2/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $715,125.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
118 Illinois State University File Date: 2/26/2025
Original Filing – 2/26/2025: FY25, Qtr 3, Item# 118
The project scope includes the replacement of all the concrete stairs and landings in both stair towers of the
School St. Parking deck. Also included: any necessary repairs to existing steel stringers and supports, new
lighting, connecting conduit and wire, repair and patch steel splice plates where needed on pre-cast wall panels.
New hollow metal doors and frames and all levels, paint the entire inside of the stairwells.
The stairs at School St. Parking deck are degrading quickly. The steel pans that support the cast in place
concrete stairs are corroding in several areas to the point where the steel is gone and concrete is exposed. This
will eventually open up to the point where falling concrete will become a likely overhead hazard. If this begins to
happen it will render the stairs unsafe to use. Since both stair towers are degrading at the same pace and show
the same conditions it is likely that both stair towers will become unsafe to use. At that point the parking deck
will have to be shut down. This parking deck is essential to the Parking & Transportation office at ISU. It
provides a significant amount of parking for faculty, staff, and students. This parking deck is the largest parking
area for the southeast portion of campus. Not having this deck would interrupt a revenue stream for our
Parking and Transportation office as well as put a strain on adjacent street parking that is not designed to
support the parking needs.
This Emergency Purchase has an expected start date of 3/15/2025 through 08/01/2025 with an Original
Estimated Cost of $1,300,000.00, using Parking & Transportation Reserves Funds.
Signed By: Stacy Brown, Interim Director
Vendor: Core Construction Notary Date: 2/26/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,300,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
119 Central Management Services, Department of File Date: 2/26/2025
Original Filing – 2/26/2025: FY25, Qtr 3, Item# 119
This software is used by traveling mechanics across the state to do diagnostics on state owned vehicles.
Cummins Insite Software performs engine diagnostics and displays electronic engine information. Using this
software application will reduce troubleshooting time, errors and incorrect procedures. DOV has in previous
years purchased software through DoIT which used to handle all computer/IT related procurements. NOTE:
Original Emergency Noticed Published as B-46574
75 annual licenses for Cummins Insite software.
This Emergency Purchase has an expected start date of 02/11/2025 through 05/10/2025 with an Original
Estimated Cost of $29,458.50.
Signed By: David Thomas, APO
Vendor: Cummins Sales & Serv- Central Region Notary Date: 2/26/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $29,452.50 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
120 Capital Development Board File Date: 2/27/2025
Original Filing – 2/27/2025: FY25, Qtr 3, Item# 120
REVISION (02/27/2025): Due to the immediate need for heat and domestic hot water, the contractor is
authorized to provide temporary heaters, temporary hot water heaters and temporary boilers for short-term
immediate use. Further, CDB and the CPO agree to raise the initial not-to-exceed amount from $100,000.00 to
$200,000.00.
REVISION (2/27/2025) The scope of work provides for assessment assistance and temporary repairs to the
piping to stabilize the leaks until a permanent solution can be determined. The scope of work also includes the
implementation of more immediate short-term solutions to include temporary heaters, temporary hot water
heaters, and temporary boilers (‘skid boilers’) if required.
Incorporated documents include the January 2025 Standard Documents for Construction 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 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 02/19/2025 through 05/19/2025 with an Original
Estimated Cost of $200,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 2/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
121 Agriculture, Department of File Date: 2/27/2025
Original Filing – 2/27/2025: FY25, Qtr 3, Item# 121
Vendor will supply the necessary labor and equipment to install and replace the farm tiles at Henry White Farm.
The vendor will do a site assessment to determine the soil and drainage needed for the farm. They will use
their expertise to design the drainage system based on the site assessment. This will include tile drainage system
taking into consideration the slope of the land, depth and spacing of the pipes to ensure optimal water flow and
prevent waterlogging. The vendor will utilize excavation and trenching equipment to dig trenches for installing
the drainage SPI pipes. Once the trenches are dug, the installation of the drainage system takes place. They will
install drainage pipes as per their assessment and design layout. The vendor will take all necessary precautions
to cover the pipes to prevent soil intrusion into the drainage pipes. After installation, the vendor will check to
make sure the drainage system functions correctly, which could include testing the water flow and inspecting
for leaks. The vendor will restore the land to its pre-construction state for proper planting.
Spring offers optimal conditions for farm tile installation, with favoarable weather, ideal soil moisture and
alignment of the agriculture schedules. It helps ensure the drainage issues are resolved before the crucial
growing season starts. Farm tile services must be done in the spring for several reason, both weather
conditions and farming schedules. The current soil has thawed from the winter months and has the right
moisture content for digging and installing the tiles. The tiling is also preparing the land for the growing season.
Installing the tiles now can improve soil conditions and prevent crop damage. Also installing the tiles now allows
for minimal disruption to the farming schedule, as the drainage system system is in place and working
efficiently when the crops are ready to grow.
The vendor will be responsible for the drainage pipes, tiles, stone, any backfill material all equipment to
provide the services.
This Emergency Purchase has an expected start date of 03/03/2025 through 05/31/2025 with an Original
Estimated Cost of $164,608.40.
Signed By: Michelle Grimsley, SPSA
Vendor: Baxmeyer Construction Inc. Notary Date: 2/27/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $164,608.40 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
122 Environmental Protection Agency File Date: 3/6/2025
Original Filing – 3/6/2025: FY25, Qtr 3, Item# 122
Clean up and restoration of flooded IEPA documents. The documents will need to be dried, separated and
restored. This is quite an extensive process.
• There are 7 file drawers that were hung out to dry today.
• Files
remaining in the file room are currently being rotated 90° or 180° inside the drawer to expose the wet part over
the weekend.
• All BOL, BOA and miscellaneous BOW boxes that were on the ground (the most saturated files)
were moved next door to the Larkin Building.
The approximate total drawers needing restored are as
follows:
80 drawers total:
42 BOW File Drawers (8 Drawers Dry or Drying, 34 Remaining)
31 BOL File Drawers (31 Remaining)
7 BOA File Drawers (7 Remaining)
This Emergency Purchase has an expected start date of 03/03/2025 through 06/02/2025 with an Original
Estimated Cost of $60,000.00.
Signed By: Andrew Shackelford, APO
Vendor: Serv Pro of Peoria Notary Date: 3/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
123 Capital Development Board File Date: 3/10/2025
Original Filing – 3/10/2025: FY25, Qtr 3, Item# 123
The scope of work provides for removing and replacing approximately 32,000 square feet of ballasted roofing
with a new fully adhered system including raising roof top equipment to accommodate the new roof thickness
and replacing all attendant accessories.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/ Engineer of record and quote received by Henson Robinson Company. 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 $611,606.00, 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.
This Emergency Purchase has an expected start date of 03/10/2025 through 06/07/2025 with an Original
Estimated Cost of $611,606.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $611,606.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
124 Central Management Services, Department of File Date: 2/19/2025
Original Filing – 2/19/2025: FY25, Qtr 3, Item# 124
The vendor was chosen due to familiarity of the issue. The vendor was doing a small roof repair and during the
repair additional damage was found that requires the entire membrane roof to be replaced. It is in danger of
blowing away and exposing the entire building to damage.
Estimated cost to replace the entire roof of J0803, 10 E. Collinsville, E. St. Louis, IL 62201, the Kenneth Hall
Region Office Building.
This Emergency Purchase has an expected start date of 02/18/2025 through 05/17/2025 with an Original
Estimated Cost of $305,739.00.
Signed By: Martha Blackwell, Manager
Vendor: D.E. Martin Roofing Co. Notary Date: 2/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $305,739.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
125 Capital Development Board File Date: 3/10/2025
Original Filing – 3/10/2025: FY25, Qtr 3, Item# 125
The scope of work provides for the removal and storage of existing scenery, props, drapery, and performance
lighting for re-installation. The performance rigging equipment shall be removed, and new rigging equipment
shall be installed along with programming and integration. Electrical work shall include removal of existing
equipment and installing new power and data to the new rigging equipment.
Incorporated documents include the January 2025 Standard Documents for Construction, design documents
provided by the Architect/Engineer of record, and quote provided by B&B Electric, Inc. 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 $3,652,920.00, which is a place-holder prior 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 3/10/2025 through 06/07/2025 with an Original
Estimated Cost of $3,652,920.00.
Signed By: Chris Miles, Exec II
Vendor: B&B Electric Inc. Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,652,920.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
126 Natural Resources, Department of File Date: 3/10/2025
Original Filing – 3/10/2025: FY25, Qtr 3, Item# 126
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 2025 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 identified Four (5) F-150's available locally at Morrow Brothers Ford that would meet
the agencies dire need and moved quickly to secure them.
Four (5) 2023 Ford F-150's
There are four (5) 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.
This Emergency Purchase has an expected start date of 03/10/2025 through 06/09/2025 with an Original
Estimated Cost of $220,780.00.
Signed By: Maurice Mosley, APO
Vendor: Morrow Brothers Ford Notary Date: 3/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $220,780.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
127 Capital Development Board File Date: 3/14/2025
Original Filing – 3/14/2025: FY25, Qtr 3, Item# 127
The scope of work includes the emergency purchase and installation of a 1000HP diesel boiler unit, the
purchase and installation of an 800hp Propane Boiler to provide redundancy to the heating system, and the rental
and any necessary hook-up of a 500 hp diesel boiler to reduce the workload of the current propane boiler unit
struggling to provide sufficient steam. Increasing the size of the current gasline, and a new Deaeration tank is
also required. The existing water softeners are to be inspected to verify they can provide sustained operations
and the existing water heaters are to be repaired to be fully functional. To provide sufficient space to install the
new permanent propane boilers, the demolition of the inoperable coil-fired boilers and associated equipment will
be required. Abatement of hazardous materials are not anticipated at this time but may be required. The
replacement or repairs of all necessary ancillary
components shall be included to provide a fully functional and redundant boiler plant (to be used in conjunction
with the mobile diesel boiler).
Incorporated documents include the 2025 January Standard Documents for Construction. 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 $3,000,000.00, which is a place-holder prior 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 03/14/2025 through 06/11/2025 with an Original
Estimated Cost of $3,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: P.J. Hoerr Inc. Notary Date: 3/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,000,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
128 Natural Resources, Department of File Date: 3/14/2025
Original Filing – 3/14/2025: FY25, Qtr 3, Item# 128
Ishmael Construction, Inc. has been identified as having the required expertise and equipment, has knowledge
and experience with the Double “T” SFWA, and can mobilize swiftly (from nearby Chandlerville, IL). Ishmael
Construction, Inc. is a local Small Business Set-Aside (already registered in the State’s BidBuy system). Given
the Emergency Criteria on this project, the Agency has identified Ishmael Construction, Inc. as best suited to
expeditiously repair the outfall and piping system.
The Agency would like to move forward with repairing the outfall and piping system as soon as possible. This
project will include repair of corroded and failed piping (including removal of soil infiltration), slip-line & grout
existing pipe beneath the county roadway, installation of a replacement outfall structure (in-kind), seal-and-
backfill all embankments, and restoration of surrounding site to original condition (including removal of the
temporary earthen dam).
Given the Emergency Criteria, the Agency has prioritized resolving the Criteria as swiftly as possible. Ishmael
Construction, Inc. has been identified as having the required expertise and equipment, has knowledge and
experience with the Double “T” SFWA, and can mobilize swiftly (from nearby Chandlerville, IL). Ishmael
Construction, Inc. is a local Small Business Set-Aside (already registered in the State’s BidBuy system). Given
the Emergency Criteria on this project, the Agency has identified Ishmael Construction, Inc. as best suited to
expeditiously repair the outfall and piping system.
This Emergency Purchase has an expected start date of 03/14/2025 through 06/01/2025 with an Original
Estimated Cost of $125,000.00.
Signed By: Erick Huck, Div Manager
Vendor: Ishmael Construction, Inc. Notary Date: 3/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $125,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
129 Capital Development Board File Date: 3/13/2025
Second Filing – 03/13/2025: FY25, Qtr 3, Item # 129
An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting
03/23/2025 to 07/02/2025 at an additional estimated cost of $55,000.00, revising the total estimated cost to
$155,000.00.Reported in the same filing quarter
Original Filing – 1/29/2025: FY25, Qtr 3, Item# 302
REVISED (1/29/2025) The scope of work provides for dehumidification, selective demolition, and mold
remediation to include the removal of all damaged building materials and drying the structure to industry
standards.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. 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 entering into a Construction
Contract if needed, 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 12/24/2024 through 03/23/2025 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Servpro of Kankakee Notary Date: 1/29/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $155,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
130 University of Illinois Chicago File Date: 3/13/2025
Second Filing – 03/13/2025: FY25, Qtr 3, Item # 130
An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting
03/18/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/23/2024: FY25, Qtr 3, Item# 311
Due to a critical failure of one of Building 919's clean steam generators, an immediate replacement is essential to
ensure uninterrupted research operations. The vendor has the technical expertise to assess the situation and
begin emergency replacement. Additionally, University facilities management staff are familiar with the vendor
and are able to monitor and assess emergency replacement for
Replacement of clean steam generators used to generate"clean steam" that meets strict standards for purity and
sterility.
This Emergency Purchase has an expected start date of 12/18/2024 through 03/17/2025 with an Original
Estimated Cost of $107,589.00, using Existing Project Funds.
Signed By: Aaron Rosenthal, Asst. Vice Chancellor
Vendor: Bonrquist Inc. Notary Date: 12/23/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $107,589.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
132 Capital Development Board File Date: 1/31/2025
Fifth Filing – 01/31/2025: FY25, Qtr 3, Item # 132
An Emergency Purchase Extension was received on January 31,2025 requesting an extension for dates starting
02/28/2025 to 7/30/2025. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 11/21/2024: FY25, Qtr 3, Item # 131
An Emergency Purchase Extension was received on November 21, 2024 requesting an extension for dates
starting 12/06/2024 to 02/28/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing - 05/21/2024: FY24, Qtr 4, Item # 74
An Emergency Purchase Extension was received on May 21, 2024, revising the original estimated cost to
$172,500.00; and, requesting an extension for dates starting 06/06/2024 to 12/06/2024.
Second Filing – 02/22/2024: FY24, Qtr 3, Item # 122
An Emergency Purchase Extension was received on February 22, 2024 requesting an extension for dates
starting 12/31/2023 to 02/29/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 08/31/2021 FY22, Qtr 1, Item #41:
The Department of Human Services ("DHS") notified the Capital Development Board ("CDB") that on August 2,
2021 the Alton Mental Health Hospital had a power outage. During this outage the Locust Cottage (BD013),
which is a patient living unit, did not have power because the emergency generator failed. A temporary rental
emergency generator was located and brought to Locust and installed. Alton staff had an electrical contractor
look at the older generator and it was found to have major engine problems and was releasing oil and water into
the generator motor. This generator was installed in 1992. DHS requests that CDB declare an emergency to
replace the emergency generator at Locust Cottage as soon as possible to avoid further power outages without a
permanent functioning emergency generator. The Alton Hospital will be responsible for the $3,750 monthly
rental until the generator is replaced.
The scope of work provides for design services to replace the existing failed emergency generator with a code
compliant emergency generator at Alton Mental Health Hospital's Locust Cottage, including all ancillary
components.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
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 08/31/2021 through 11/28/2021 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Ross & Baruzzini, Inc. / Introba, Inc. Notary Date: 8/31/2021
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $172,500.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
133 Capital Development Board File Date: 1/31/2025
Fifth Filing – 01/31/2025: FY25, Qtr 3, Item # 133
An Emergency Purchase Extension was received on January 13, 2023 requesting an extension for dates starting
02/28/2025 to 07/30/2025. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 11/21/24: FY25, Qtr 2, Item # 72
An Emergency Purchase Extension was received on November 21, 2024 requesting an extension for dates
starting 12/06/2024 to 02/28/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing - 05/22/2024: FY24, Qtr 4, Item # 75
An Emergency Purchase Extension was received on May 22, 2024, at an additional estimated cost of
$60,000.00 revising the original estimated cost to $623,178.78; and, requesting an extension for dates starting
06/06/2024 to 12/06/2024.
Second Filing – 02/22/2024: FY24, Qtr 3, Item # 123
An Emergency Purchase Extension was received on February 22, 2024 requesting an extension for dates
starting 05/02/2023 to 02/29/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 2/2/2023: FY23, Qtr 3, Item# 5
The scope of work provides for replacing the existing 150kW diesel engine generator set located outside Locust
Cottage, which served all loads to Locust Cottage and Recreation Hall Buildings. This will include a new
generator pad, automatic transfer switches and life safety distribution panel at each building. Existing lighting,
access control, and fire alarm systems, as well as some new lighting will be connected to the new life safety
panelboards. The new generator will be protected by a new gated chain link 8-foot-high fence.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the A/E of record, and quote provided by Camp Electric & Engineering Services, P.C.
Services provided under this procurement should not exceed $552,000.00, 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 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.
Additionally, Governor Pritzker has issued Executive Orders 2023-01 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Human Services (IDHS) facilities. These requirements apply to this project.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
This Emergency Purchase has an expected start date of 02/02/2023 through 05/02/2023 with an Original
Estimated Cost of $552,000.00.
Signed By: Chris Miles, Exec II
Vendor: Camp Electric & Engineering Serv Notary Date: 2/2/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $552,000.00 $623,178.78 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
134 Capital Development Board File Date: 1/16/2025
Third Filing – 01/16/2025: FY25, Qtr 3, Item # 134
An Emergency Purchase Extension was received on January 16, 2025 requesting an extension for dates starting
01/21/2025 to 04/30/2025 at an additional estimated cost of $44,108.72, revising the total estimated cost to
$1,179,108.72.
Second Filing – 10/17/24: FY25, Qtr 2, Item # 42
An Emergency Purchase Extension was received on October 17, 2024 requesting an extension for dates starting
10/21/2024 to 01/21/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 10
The scope of work provides for expedited construction services to remove and replace approximately 24,000
s.f. of ballasted EPDM roofing and all attendant accessories. The Scope also includes tuckpointing
approximately 700 l.f. of coping joints.
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 $1,135,000.00, which is a place-holder prior 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 07/24/2024 through 10/21/2024 with an Original
Estimated Cost of $1,135,000.00.
Signed By: Chris Miles, Exec II
Vendor: Designed Roofing Systems, Inc. Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,135,000.00 $1,179,108.72 $0.00 $0.00 25 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
136 Capital Development Board File Date: 3/17/2025
Fourth Filing - 03/17/2025: FY25, Qtr 3, Item # 136
An Emergency Purchase Extension was received on March 17, 2025 requesting an extension for dates starting
04/01/2025 to 06/10/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Third Filing – 01/27/2025: FY25, Qtr 3, Item # 135
An Emergency Purchase Extension was received on January 27, 2025 requesting an extension for dates starting
2/17/2025 to 04/01/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing –08/22/24: FY25, Qtr 1, Item #77
An Emergency Purchase Extension was received on August 22, 2024 requesting an extension for dates starting
09/4/2024 to 02/17/2025. The extension expenditure has changed current contract to $44,100.00
Original Filing – 6/7/2024: FY24, Qtr 4, Item# 29
The project scope provides for design services for the temporary shoring of the deteriorated concrete wall and
utility supports, and a detailed engineering evaluation of the deteriorated wall. Based on the extent of
deterioration that is detected, concrete repair will be provided, as recommended by the architect/engineer of
record. It is anticipated this will consist of removing portions of the concrete wall, applying a rust inhibitor to
exposed reinforcing bars, and replacing with cast-in-place concrete. The work also includes an engineering
assessment to determine the cause and factors contributing to the deterioration of the concrete.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and the
January 2024 Design and Construction Manual. 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 closeout.
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 06/07/2024 through 09/04/2024 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Kuhn & Trello Consulting Engineers Notary Date: 6/7/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $44,100.00 $0.00 $0.00 25 3
Federal $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
137 Capital Development Board File Date: 12/30/2024
Third Filing – 12/30/2024: FY25, Qtr 3, Item # 137
An Emergency Purchase Extension was received on December 30, 2024 requesting an extension for dates
starting 01/31/2025 to 07/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 09/16/24: FY25, Qtr 1, Item # 39
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 9/17/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 309
The scope of work provides for the assessment and repair of the air handling unit blower motor, and other
ancillary components if required, at the Pontiac Correctional Center Health Care Unit. Temporary cooling
measures may be required.
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 $50,000.00, which is a place-holder prior 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 06/20/2024 through 09/17/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: Comtech Holding dba Xcell Mechanical Serv Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
138 Chicago State University File Date: 2/26/2025
Fourth Filing – 02/26/2025: FY25, Qtr 3, Item # 139
An Emergency Purchase Extension was received on February 26, 2025 requesting an extension for dates
starting 03/01/2025 to 05/31/2025 at an additional estimated cost of $690,000.00, revising the total estimated
cost to $3,412,000.00. Reported in the same filing quarter
Third Filing – 12/23/2024: FY25, Qtr 3, Item # 138
An Emergency Purchase Extension was received on December 23, 2024 requesting an extension for dates
starting 01/01/2025 to 02/28/2025 at an additional estimated cost of $651,500.00, revising the total estimated
cost to $2,722,000.00.
Second Filing – 03/25/2024: FY24, Qtr 4, Item # 44
An Emergency Purchase Extension was received on March 25, 2024 requesting an extension for dates starting
3/31/2024 to 12/31/2024 at an additional estimated cost of $1,419,000.00, revising the total estimated cost to
$2,070,500.00.
Original Filing – 12/15/2023: FY24, Qtr 3, Item# 1
Using Local Income Funds
Chicago State University's current small purchase contract for food service management expires 12/31/2023.
Love's Leafy Bean LLC is able to provide temporary food services for the University for the estimated budget.
Chicago State University requires engagement with a vendor to provide food service management services for
the campus on an emergency basis from January 1 - March 30, 2024 for approximately 275 students. Because
of the timing of meetings, approval could not be secured from the Chicago State University Board of Trustees
prior to the expiration of the original emergency purchase LLBEFY24 and it could not be extended. A small
purchase was issued to the same vendor for services for the month of December 2023 only. This second
emergency purchase is being advanced to continue services with the start of the new calendar year for an
additional three month period so that a competitive RFP process can be completed to select a vendor.
This Emergency Purchase has an expected start date of 1/1/2024 through 03/30/2024 with an Original
Estimated Cost of $651,500.00, using Local Income Funds.
Signed By: Kent Clapsaddle, Director
Vendor: Love's Leafy Bean LLC Notary Date: 12/15/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $651,500.00 $2,722,000.00 $0.00 $0.00 25 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
139 Chicago State University File Date: 2/26/2025
Fourth Filing – 02/26/2025: FY25, Qtr 3, Item # 139
An Emergency Purchase Extension was received on February26, 2025 requesting an extension for dates starting
03/01/2025 to 03/31/2025 at an additional estimated cost of $690,000.00, revising the total estimated cost to
$3,412,000.00. Reported in the same filing quarter
Third Filing – 12/23/2024: FY25, Qtr 3, Item # 138
An Emergency Purchase Extension was received on December 23, 2024 requesting an extension for dates
starting 01/01/2025 to 02/28/2025 at an additional estimated cost of $651,500.00, revising the total estimated
cost to $2,722,000.00.
Second Filing – 03/25/2024: FY24, Qtr 4, Item # 44
An Emergency Purchase Extension was received on March 25, 2024 requesting an extension for dates starting
3/31/2024 to 12/31/2024 at an additional estimated cost of $1,419,000.00, revising the total estimated cost to
$2,070,500.00.
Original Filing – 12/15/2023: FY24, Qtr 3, Item# 1
Using Local Income Funds
Chicago State University's current small purchase contract for food service management expires 12/31/2023.
Love's Leafy Bean LLC is able to provide temporary food services for the University for the estimated budget.
Chicago State University requires engagement with a vendor to provide food service management services for
the campus on an emergency basis from January 1 - March 30, 2024 for approximately 275 students. Because
of the timing of meetings, approval could not be secured from the Chicago State University Board of Trustees
prior to the expiration of the original emergency purchase LLBEFY24 and it could not be extended. A small
purchase was issued to the same vendor for services for the month of December 2023 only. This second
emergency purchase is being advanced to continue services with the start of the new calendar year for an
additional three month period so that a competitive RFP process can be completed to select a vendor.
This Emergency Purchase has an expected start date of 1/1/2024 through 03/30/2024 with an Original
Estimated Cost of $651,500.00, using Local Income Funds.
Signed By: Kent Clapsaddle, Director
Vendor: Love's Leafy Bean LLC Notary Date: 12/15/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $651,500.00 $3,412,000.00 $3,412,000.00 $3,412,000.00 25 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Federal $0.00 $0.00
140 Corrections, Department of File Date: 12/26/2024
Second Filing – 12/26/2024: FY25, Qtr 3, Item # 140
An Emergency Purchase Extension was received on December 26, 2024 requesting an extension for dates
starting 12/31/2024 to 04/30/2025 at an additional estimated cost of $120,500.00, revising the total estimated
cost to $298,093.50.
Original Filing – 2/28/2024: FY24, Qtr 3, Item# 50
Vendor will provide rental of temporary boiler for facility Boiler House.
Vienna Correctional Center looked for vendors to meet this type of emergency and was only able to find a small
pool of vendors
This Emergency Purchase has an expected start date of 02/26/2024 through 05/25/2024 with an Original
Estimated Cost of $177,593.50.
Signed By: Sandy Robinson, Purchasing Manager
Vendor: Heartland Heating & Cooling & Plumbing Notary Date: 2/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $177,593.50 $298,093.50 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
141 Natural Resources, Department of File Date: 1/27/2025
***Revenue Generating Contract
Second Filing – 01/27/25: FY25, Qtr 3, Item # 141
An Emergency Purchase Extension was received on January 27, 2025 requesting an extension for dates starting
01/31/2025 to 10/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 8/15/2023: FY24, Qtr 1, Item# 42
*** Revenue Generating Contract
System Compatibility requires the use of old-technology proprietary software that is not compatible with
modern systems for the operation of the access gates and payment systems in the parking garage. Mr. McCann
is the only vendor who can both access and maintain the current parking and revenue collection system.
The Illinois Department of Natural Resources (IDNR) requires emergency concession services to operate and
maintain a 2 - level underground parking garage at 526 E. Adams St, Springfield, Illinois, with 452 parking
spaces. The parking garage is open Monday through Friday 7:00 a.m. to 7:00 p.m. The vendor must maintain
access control and collect parking fees from both daily visitors to the state historic sites and downtown
businesses, and monthly parking permit holders who occupy many spaces.
Concessionaire's Responsibilities:
1.) Provide all supplies, labor, supervision, maintenance, equipment,
tools, materials, and incidentals necessary to operate and maintain the parking facility.
2.) Collection of
parking fees.
3.) Waste removal/disposal and cleaning of the garage area, ramps, elevator and stairwells.
4.)
Replacing ballasts and light bulbs.
5.) Paying electric utilities for the garage.
IDNR researched the available registered BEP vendors in NIGP Codes 961-15 Concessions and 958-72 Parking
Management Services and deemed that none of the available Vendors were close enough to the project location
to fulfill any portion of the contract on an emergency basis.
Early in 2023, the Agency conducted a survey of available IT vendors who could install and maintain an
upgraded Parking Access and Revenue Collection system that would meet our needs. The agency could not
come to an agreement with those vendors on control of proprietary software systems and hardware. In
addition, the vendors could not provide acceptable contract terms and conditions after several rounds of
negotiations. The Agency has need to continue with the current vendor on an emergency basis until a
competitive bidding process has been completed which will involve following all required BEP procurement
processes.
Revenue Generating Contract
This Emergency Purchase has an expected start date of 08/11/2023 through 11/08/2023 with an Original
Estimated Cost of $100,000.00, using Revenue Generating Contract
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Signed By: Amanda Long, APO
Vendor: James McCann dba Uptown Garage Notary Date: 8/15/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
142 Public Health, Department of File Date: 12/13/2024
Using State & Federal Funds
Second Filing – 12/13/2024: FY25, Qtr 3, Item # 142
An Emergency Purchase Extension was received on December 13, 2024 requesting an extension for dates
starting 1/04/2025 to 06/30/2025 at an additional estimated cost of $238,452.42, revising the total estimated cost
to $698,298.89.
Original Filing – 10/03/2024: FY25, Qtr 2, Item# 2
Using State & Federal Funds
Netsmart Technologies, Inc. provides the source code that the current customized, proprietary application uses.
They are the only vendor who can maintain the current software. Without this vendor IDPH would experience
untimely delays in the filing of vital records would result in delayed dispositions. Families would be delayed
along with death benefits, legal and estate matters. Families would be delayed months to place their newborns
on their health insurance and months to obtain a social security card for their newborn. Access to vital records
by stakeholders, governmental units, and others would be delayed. Issuance of certified copies of birth and
death records will be delayed and in turn will delay obtaining the drivers licenses, passports and other legal
documents that require certified copies of vital records. The current system is used to monitor disease
outbreaks, cause of death data tracking and surveillance would be manual and delayed by months. Training time
and effort costs for over 6,000 statewide users of the system to switch back to paper filing of vital records. It
would be extremely difficult for the over 6000 system users and limited State staff to manually transfer vital
records for signatures and to the State archives for manual retrieval purposes.
These services are necessary for licensing, maintenance, and services associated with the maintenance on
existing functions in the Illinois Vital Records System. The IVRS system provides a web-based means for Vital
Record staff to maintain vital event data. The software also provides hospitals, clinics, funeral directors,
physicians, medical examiners, coroners, and local registrars around the state a web-based means to enter data
associated with the registration of births, deaths, and fetal deaths. In addition, the software provides hospitals a
web-based means to enter data associated with IDPH’s birth-related programs and a means for IDPH to extract
the individual data of the birth-related programs. About 500,000 vital records are registered annually. If the state
did not go forward with this procurement, all vital record event recording would revert to paper
filing/registration, and manual entry into a database would be required at the state level.
Licensing and maintenance services allowing for the continued functionality of the IVRS classic system.
Services provided will include:
VRS / Birth Customerization
VRS / OVS
VRS / Framework
VRS / Security Application
VRS / GIS
Interface
VRS / Death Module
VRS / Death Customization
VRS / APORS
Vital Records Fax Attestation
Subsystem
Acordex Maintenance
This Emergency Purchase has an expected start date of 10/7/2024 through 01/4/2025 with an Original
Estimated Cost of $459,846.47, using State & Federal Funds.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Signed By: Michael Caceres, APO
Vendor: Netsmart Tech, Inc. Notary Date: 10/3/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $459,846.47 $698,298.89 $0.00 $0.00 25 3
Federal $0.00 $0.00
143 Transportation, Department of File Date: 2/7/2025
Second Filing – 02/07/2025: FY25, Qtr 3, Item # 143
An Emergency Purchase Extension was received on February 7, 2025 requesting an extension for dates starting
02/24/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/26/2024: FY25, Qtr 2, Item# 16
Monroe Truck Equipment was the last contract holder for snowplow repair parts under BidBuy P-19940.
Master contract expired 4/30/2023. The Department has been waiting for the CMS Master replacement, but to
date no contract is in place. This vendor also holds two cooperative contracts via NASPO and Sourcewell.
These options are not available to utilize at this time.
Monroe snowplow repair parts and accessories as needed during the emergency contract.
This Emergency Purchase has an expected start date of 11/26/2024 through 2/23/2025 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Megan Seitzinger, BCBS
Vendor: Monroe Truck Equipment Notary Date: 11/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
144 University of Illinois Chicago File Date: 1/22/2025
Using Self-Supporting Funds
Second Filing – 01/22/2025: FY25, Qtr 3, Item # 144
An Emergency Purchase Extension was received on January 22, 2025 requesting an extension for dates starting
02/03/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/7/2024: FY25, Qtr 2, Item# 12
Using Self-Supporting Funds.
Mechanical Vibration and Balancing Services Inc will provide labor and materials for the following emergency
rebuild services.
For the (OCC) building the vendor will provide two (2) new spare 200HP 1200RPM motors and two (2) spare
variable pitch wheels for supply fans #1 and #2. The vendor will also provide two (2) new spare 100HP
900RPM motors and two (2) spare variable pitch wheels.
For the (UIH) building the vendor will provide one (1) new 15HP 3600RPM motor and rebuild the existing fixed
pitch wheel for supply fan #1. For the supply fan #1 spare, the vendor will rebuild the existing 15HP 3600RPM
motor and existing variable pitch wheel. For supply fan #2 the vendor will provide one (1) new 20HP 3600RPM
motor and rebuild the existing fixed pitch wheel. For supply fan #2 spare, the vendor will provide one (1) new
20HP 3600RPM motor and rebuild the existing fixed pitch wheel. For return fan #1 and #2, the vendor will
rebuild the existing motors and wheels.
This Emergency Purchase has an expected start date of 11/7/2024 through 02/02/2025 with an Original
Estimated Cost of $630,500.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Asst Vice Chancellor
Vendor: Mechanical Vibration & Balancing Serv Notary Date: 11/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $630,500.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
145 Commerce and Economic Opportunity, Department of File Date: 1/31/2025
Final Cost Statement
Latest Filing – 01/31/2025: FY25, Qtr 3, Item # 145
The Actual Total Cost of FY25, Qtr 3, Item# 145 is $1,784,136.16, with a final contact term ending.
Using Federal Funds
Second Filing – 10/22/24: FY25, Qtr 2, Item # 43
An Emergency Purchase Extension was received on October 22, 2024 requesting an extension for dates starting
10/30/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 08/01/2024: FY25, Qtr 1, Item# 17
Using Federal Funds
Apex IT will:
o Enhance: Enhance the application under the guidance from DCEO. This could include, but is
not limited to:
• Data table maintenance
• Configuration changes
• New Configurations
• New Page layouts
•
Calculation updates & enhancements
• Security Profiles
• Approval Workflow
• Mobile Application maintenance
•
Integrations
• Reports
• Migration of enhancements/fixes across instances
• Train: Deliver necessary training and
training materials on key functional and technical areas of the application. Training will be delivered to key
DCEO Team Leads.
• Support: Provide Level 3 Application Administration and Support Tasks (described below)
for the Oracle Weatherization application:
o Assist with managing and prioritizing the development roadmap.
o
Perform functional and technical design reviews, including code reviews.
o Release Management:
• Monitor and
make recommendations and/or implement new code to the application as necessary to keep the application
compatible with new Oracle releases.
• Work with DCEO resources to test new quarterly Oracle releases in all
Oracle application environments.
o Support before, during, and post system upgrades and patches.
o Provide
Service Request (SR) management for issue resolution.
o Provide Specialized Support (vacation backup,
capacity constraints).
o Provide support, follow-up and action for all Oracle Product SRs. Work with Oracle
on design considerations and product limitations.
Apex is sole vendor able to enhance and provide production support for the Weatherization system they created.
The system went live on 7-1-24 and integration is currently ongoing. The use of any other vendor would
require a 6-8 month learning curve. It is in the best interest of the State to utilize Apex.
This Emergency Purchase has an expected start date of 08/01/2024 through 10/26/2024 with an Original
Estimated Cost of $825,230.92, using Federal Funds.
Signed By: Rick Rogers, APO
Vendor: NGI Capital Inc. dba Apex IT Notary Date: 8/1/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $825,230.92 $1,784,136.16
146 Central Management Services, Department of File Date: 12/31/2024
Final Cost Statement
Latest Filing – 12/31/2024: FY25, Qtr 3, Item # 146
The Actual Total Cost of FY25, Qtr 3, Item# 146 is $2,454.10, with a final contact term ending.
Original Filing – 11/7/2024: FY25, Qtr 2, Item# 13
Estimated cost to repair/replace a broken pipe in the fire sprinkler system. The pipe has completely broken and
is spraying water everywhere and needs immediate attention.
This Emergency Purchase has an expected start date of 11/7/2024 through 02/05/2025 with an Original
Estimated Cost of $2,500.00.
Signed By: Martha Blackwell, Manager
Vendor: Getz Fire Equipment Notary Date: 11/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,500.00 $2,454.10 $2,454.10 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
147 Capital Development Board File Date: 1/6/2025
Final Cost Statement
Latest Filing – 01/06/2025: FY25, Qtr 3, Item # 147
The Actual Total Cost of FY25, Qtr 3, Item# 147 is $429,603.05, with a final contact term ending.
Second Filing - 03/07/2024: FY24, Qtr 3, Item # 75
An Emergency Purchase Extension was received on March 7, 2024 requesting an extension for dates starting
4/29/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 1/31/2024: FY24, Qtr 3, Item# 53
The scope of work provides for the complete demolition of Elm Cottage at Alton Mental Health Center.
Demolition necessitates the use of wet methods and an abatement subcontractor will be required for on-site
preparation of dumpsters for use during the demolition process. Utilities will be systematically removed beneath
the building footprint and up to the originating main utility line and capped. Foundations will be removed to 1 ft.
below grade.The site will be regraded to facilitate proper drainage using clean dirt compacted to 90%, and the
area seeded after all demo materials,tools, and equipment have been removed.
Incorporated documents include the March 2009 Standard Documents tor 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 $788,000.00, which is a place-holder prior 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 01/31/2024 through 04/29/2024 with an Original
Estimated Cost of $788,000.00.
Signed By: Chris Miles, Exec II
Vendor: Limbaugh Construction Co. Notary Date: 1/31/2024
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
January 1, 2025 through March 31, 2025
State Cost: $788,000.00 $429,603.05 $429,603.05 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
148 Capital Development Board File Date: 1/3/2025
Final Cost Statement
Latest Filing – 01/03/2025: FY25, Qtr 3, Item # 148
The Actual Total Cost of FY25, Qtr 3, Item# 148 is $32,235.59, with a final contact term ending.
Second Filing – 09/18/24: FY25, Qtr 2, Item # 40
An Emergency Purchase Extension was received on September 18, 2024 requesting an extension for dates
starting 09/29/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/02/2024: FY25, Qtr 1, Item# 7
The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air
conditioning units. 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 $50,000.00, 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 07/02/2024 through 09/29/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: JB Contracting Corp Notary Date: 7/2/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $32,235.59 $32,235.59 25 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
149 Capital Development Board File Date: 1/31/2025
Final Cost Statement
Latest Filing – 01/31/2025: FY25, Qtr 3, Item # 149
The Actual Total Cost of FY25, Qtr 3, Item# 149 is $297,435.08, with a final contact term ending.
Third Filing – 12/16/2024: FY25, Qtr 2, Item # 86
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/31/2024 to 03/31/2025 at an additional estimated cost of $9755.08, revising the total estimated cost
to $297,435.08.
Second Filing – 06/04/2024: FY24, Qtr 4, Item # 81
An Emergency Purchase Extension was received on June 4, 2024 requesting an extension for dates starting
08/12/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/15/2024: FY24, Qtr 4, Item# 260
The scope of work provides for the replacement of the crane which includes selective demolition, steel framing,
concrete work, and electrical work.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record, and quote received by CAD Construction, Inc.
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 $287,680.00, 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 05/15/2024 through 08/12/2024 with an Original
Estimated Cost of $287,680.00.
Signed By: Chris Miles, Exec II
Vendor: CAD Construction Inc. Notary Date: 5/15/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $287,680.00 $297,435.08 $297,435.08 $297,435.08 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
150 Capital Development Board File Date: 1/27/2025
Final Cost Statement
Latest Filing – 01/27/2025: FY25, Qtr 3, Item # 150
The Actual Total Cost of FY25, Qtr 3, Item# 150 is $335,700.00, with a final contact term ending.
Second Filing – 02/06/2024: FY24, Qtr3, Item # 84
An Emergency Purchase Extension was received on February 6, 2024 requesting an extension for dates starting
02/24/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/27/2023: FY24, Qtr 2, Item# 118
The scope of work provides for the demolition of the existing 7.5kW generator, ATS, Emergency Panel, and
gas line. It will also provide for a new 175kW natural gas generator. The natural gas source will be tapped into
the existing 4" natural gas lines serving the boilers in the basement. A new ATS, emergency panelboards and
feeders will be provided to support existing emergency loads only. A new portable generator docking station will
be provided to allow ISP to connect a temporary generator if the permanent generator fails or is taken out of
service for maintenance until the permanent generator arrives, Provide new exit and emergency lighting to meet
the minimum requirements for egress.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record, and quote received by B & B Electric, Inc. 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 $335,700.00, 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 11/27/2023 through 02/24/2024 with an Original
Estimated Cost of $335,700.00.
Signed By: Chris Miles, Exec II
Vendor: B & B Elec, Inc. Notary Date: 11/27/2023
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
January 1, 2025 through March 31, 2025
State Cost: $335,700.00 $335,700.00 $335,700.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
151 Capital Development Board File Date: 2/3/2025
Final Cost Statement
Latest Filing – 02/03/2025: FY25, Qtr 3, Item #151
The Actual Total Cost of FY25, Qtr 3, Item# 151 is $2,378,857.88, with a final contact term ending.
Third Filing – 11/26/2024: FY25, Qtr 2, Item # 74
An Emergency Purchase Extension was received on November 26, 2024 requesting an extension for dates
starting 12/18/2024 to 1/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 07/23/2024: FY25, Qtr 1, Item # 57
An Emergency Purchase Extension was received on July 23, 2024 requesting an extension for dates starting
08/03/2024 to 12/18/2024 at an additional estimated cost of $1,381,760.00, revising the total estimated cost to
$2,381,760.00.
Original Filing – 05/06/2024: FY24, Qtr 4, Item# 14
The scope of work provides for asbestos abatement and any necessary clean-up of Pine Cottage at Alton Mental
Health Center 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 $1,000,000.00, which is a place-holder prior 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 05/06/2024 through 08/03/2024 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: American Asbestos Abatement Notary Date: 5/6/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $2,381,760.00 $2,378,857.88 $2,378,857.88 25 3
Federal $0.00 $0.00
152 University of Illinois Chicago File Date: 1/10/2025
Final Cost Statement
Latest Filing – 01/10/2025: FY25, Qtr 3, Item # 152
The Actual Total Cost of FY25, Qtr 3, Item# 152 is $111,890.00, with a final contact term ending.
Original Filing – 10/22/2024: FY25, Qtr 2, Item# 8
Using Self-Supporting Funds
Mechanical Vibration and Balancing Services Inc will provide labor and materials for the following emergency
rebuild services.
Roll out the AHU and remove pitched wheel from the motor shaft, remove the old motor for the housing and
transport for off-site repairs, install university-owned (repaired) spare motor, install rebuilt fixed pitched wheel,
reinstall AHU, reinstall flex connection, test and balance AHU after repairs are complete.
This Emergency Purchase has an expected start date of 10/21/2024 through 01/18/2025 with an Original
Estimated Cost of $111,890.00., using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Interim Asst V. Chancellor
Vendor: Mechanical Vibration & Balancing Serv Notary Date: 10/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $111,890.00 $111,890.00 $111,890.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
153 University of Illinois Chicago File Date: 1/10/2025
Final Cost Statement
Latest Filing – 01/10/2025: FY25, Qtr 3, Item # 153
The Actual Total Cost of FY25, Qtr 3, Item# 153 is $263,744.00, with a final contact term ending.
Original Filing – 5/16/2024: FY24, Qtr 4, Item# 23
UIC Human Resources (HR) is currently working with this vendor via a small purchase to provide immediate
and critical recruitment and staffing support to UIC and University of Illinois Hospital & Health Sciences System
(UIH). UIC HR was understaffed and with the growing number of Civil Service vacancies across UIC and UIH,
we were not staffed nor equipped to handle the increased workload on a long term basis. Workload was
distributed among recruiters and was based on a vacancy level of 600-650. UIC has been operating with a
vacancy level of 1400+. We simply were not staffed to successfully continue at this level for an extended period
of time. Delays in the hiring process are negatively impacting hiring units across UIC and UI Health. Hiring
seasoned recruiters to assist with the workload will help fill these positions, reduce the backlog and provide
much needed relief to UIC HR recruiters and our UIC and UI Health hiring units. We are working closely with
campus to evaluate the number of vacancies across units and colleges to ensure all positions are budgeted and
should be filled. We have hired several new permanent recruiters including four who recently started who are
currently being trained and will be able to assist in the coming months.
Lucas James Talent Partners Talent Acquisition Consultants will perform the front-end part of the recruiting
process for UIC from sourcing to minimum qualification review to credentials assessment and will then pass on
candidates to the HR/Internal Recruiting team.
Specific responsibilities include:
• Outreach to passive candidates that meet minimum qualifications and credentials assessment utilizing existing
tools and resources
• Review of minimum qualifications from candidates from the register to credentials assessment
• Screen candidates
• Weekly reporting updates and weekly client communication
This Emergency Purchase has an expected start date of 05/13/2024 through 08/10/2024 with an Original
Estimated Cost of $250,000.00.
Signed By: Aaron Rosenthal, SA Director
Vendor: Lucas James Talent Partners Notary Date: 5/16/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $263,744.00 $263,744.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
154 University of Illinois Chicago File Date: 1/2/2025
Final Cost Statement
Latest Filing – 01/02/2025: FY25, Qtr 3, Item # 154
The Actual Total Cost of FY25, Qtr 3, Item# 154 is $449,425.96, with a final contact term ending.
Original Filing –1/29/2024: FY24, Qtr 3, Item# 37
The University had to terminate the agreement with our broker on November 30, 2023. Since this was
unexpected, we had less than a month to find a 2024 medical/dental plan for our employees. Short-term
coverage (e.g., 90 days) is not available as a group policy which is required of employers in order to comply
with the federal Affordable Care Act (ACA). Short-term coverage does not offer a Minimum Essential Coverage
(MEC) plan which is required by the ACA for group plans. Otherwise, there are federal “Penalty A” penalties
of approximately $86M annually for not being compliant. Additionally, short-term coverage plans do not offer
COBRA coverage, which is required by federal law. There are additional federal penalties for not offering
COBRA coverage.
We knew of one other broker familiar with the University's structure who had the ability to find a plan carrier
and Third-Party Administrator (TPA). That broker is Gallagher Benefits Services (GBS). GBS works with
Staff Benefits Management & Administrators (SBMA) which provides medical/dental plan coverage along with
COBRA coverage. SBMA was able to have an acceptable plan in place for our employees starting January 1,
2024. Both GBS and SBMA recommended GoWell Benefits, Inc. (GoWell) as the TPA. GoWell provides an
online enrollment platform. The University will pay SBMA for the services. SBMA will distribute money to
GBS and GoWell. The University is currently working on an RFP for a broker and carrier to provide services
for the 2025 calendar year.
This emergency posting updates and replaces the original posting published under 9DGS2405 to reflect the
appropriate payee as allowed under the contract terms.
Medical/dental plan and COBRA coverage for employees and dependents.
This Emergency Purchase has an expected start date of 01/01/2024 through 03/31/2024 with an Original
Estimated Cost of $975,000.00, using Employee & Self Supporting Funds.
Signed By: Daniel Szajna, Senior Director
Vendor: Staff Benefits Management Notary Date: 1/29/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $975,000.00 $449,425.96 $449,425.96 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
155 Student Assistance Commission, Illinois File Date: 1/14/2025
Final Cost Statement
Latest Filing – 01/14/2025: FY25, Qtr 3, Item # 155
The Actual Total Cost of FY25, Qtr 3, Item# 155 is $500,000.00, with a final contact term ending.
Original Filing – 09/19/2024: FY25, Qtr 1, Item# 30
The FAFSA Student Support Strategy project grant allows ISAC to use funds for advertising campaigns for
FAFSA completion support events and information. Initially, Illinois Board of Higher Education (IBHE) was
providing the advertising services (through a contract IBHE already had with Flowers Communications Group)
for ISAC by means of an intergovernmental agreement (IGA).
IBHE’s contract has reached it maximum amount so ISAC can no longer obtain advertising services using IBHE.
Flowers Communications Group has the information & materials for the advertising campaign already so it
the quickest and most cost efficient to continue with obtaining advertising and marketing services through them.
Flowers has already developed creative content for these campaigns. It is most efficacious and cost-effective
to hire Flowers to continue the campaign through the fall.
The funding for the procurement is a federal grant (being handled though Education Credit Management
Corp, ECMC) so if ISAC does not use the emergency quick purchase method, we will have no advertising
services in place before the funds expire.
Marketing and advertising services for the FAFSA Student Support Campaign. This includes targeted paid
advertising and continuation of the statewide marketing campaign that was already developed in collaboration
with IBHE and ISAC. This advertising shall include billboards, geotargeting colleges, search and email ads,
social media, and streaming audio.
This Emergency Purchase has an expected start date of 09/18/2024 through 12/17/2024 with an Original
Estimated Cost of $500,000.00, using Federal Funds.
Signed By: Lisa Sayers, APO
Vendor: Flowers Communications Group Notary Date: 9/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 3
Federal $500,000.00 $500,000.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
156 Innovation & Technology, Department of File Date: 2/11/2025
Final Cost Statement
Latest Filing – 02/11/2025: FY25, Qtr 3, Item# 366
An Actual Total Cost of FY25, Qtr 3, Item # 366 is $458,272.36 was reported in the same filing quarter.
Original Filing – 09/13/2024: FY25, Qtr 3, Item# 156
4800 West Wabash, Springfield, Il was purchased by the State. The network wiring currently in the building is
8 pin Cat 5e wiring which does not meet the States standards and is more than 20 years old. This wiring must
be updated to Cat 6 to meet the State's needs. There are also multiple areas of damage in the wiring throughout
the building that makes the outdated wiring inoperable. The vendor will begin wiring areas that State Agencies
must move into as their leases are expiring. If these areas are not completed the agencies will not have an office
to move into when their leases are over, and it will cause additional expenditure by the State and/or disruption of
services. This could potentially cause agencies that are moving into this building such as DCFS and CMS to not
have workstations for critical roles and result in critical duties not being fulfilled for the Illinois taxpayers. For
understaffed agencies such as these the loss of any staff work hours critically affects the agency's mission and
creates the potential for failures in their duties to constituents. Along with the failure of Agency missions there is
a potential for the loss of revenue if any of the moving staff are in revenue collecting and/or generating roles.
The existing contract has reached its do not exceed value and the work needs to be completed in a timely
manner to allow agency moves. The agency is working on another procurement for these services. However
extending the start of these services 3 weeks or more would put the agencies at risk of not having workstations
when leases expire and potentially losing employee work hours.
This Emergency Purchase has an expected start date of 09/16/2024 through 12/14/2024 with an Original
Estimated Cost of $1,601,210.44.
Signed By: Chris Brinkmeyer, Acting APO
Vendor: Ficek Electric & Communication Systems Notary Date: 9/13/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,601,210.44 $458,272.36 $458,272.36 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
157 Human Services, Department of File Date: 2/20/2025
Second Filing –02/20/2025: FY25, Qtr 3, Item #157
An Emergency Purchase Extension was received on February 20, 2025 requesting an extension for dates
starting 03/01/2025 to 05/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/25/2024: FY25, Qtr 2, Item# 17
J & L Contractors, Inc., dba Ox Cartage & Warehousing, Inc. has been providing dry storage services based on
the most recent Invitation for Bid for FY19-21 and the renewals for FY22 and FY23, and a contract extension
for FY24. The Center has been satisfied with the services provided by the vendor. BidBuy Bid #37902 was
published to award a subsequent contract. That bid was cancelled and rebid due to additional information
needing to be added to the bid. The second bid, BidBuy Bid #B-39042 was cancelled due to no responsive bids
being received. The third bid, BidBuy Bid # B-41204 was cancelled due to no responsive bids being received.
The current contract is a Small Purchase with Emergency Conditions contract with a term of 8/2/24 - 11/30/24.
There is limited warehouse storage space at the Ludeman Center to accommodate the volume of food that is
delivered from the vendors on a quarterly or monthly basis. The vendor shall be responsible for receiving,
handling and storage of products on behalf of the Center, which will be delivered from various suppliers. The
vendor will deliver the required items to the Ludeman Center on a weekly basis.
This Emergency Purchase has an expected start date of 12/01/2024 through 02/28/2025 with an Original
Signed By: Jean Sandstrom, APO
Vendor: J & L Contrs dba Ox Cartage & Warehousing, Inc Notary Date: 11/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $65,751.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
158 Transportation, Department of File Date: 2/21/2025
Second Filing – 02/21/2025: FY25, Qtr 3, Item #158
An Emergency Purchase Extension was received on February 21, 2025 requesting an extension for dates
starting 03/12/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/12/2024: FY25, Qtr 2, Item# 24
The Department owns many pieces of heavy equipment required to support winter snow removal operations.
The Department owns Swenson Brand spreaders and require repair and maintenance parts to keep equipment on
the road during winter operations. This vendor is a supplier of Swenson parts and have the infrastructure to
provide parts on an immediate need during winter option season.
Under tailgate Swenson brand repair parts to repair spreaders.
This Emergency Purchase has an expected start date of 12/12/2024 through 03/11/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Megan Seitzinger, Burearu Chief
Vendor: Swenson Spreader Notary Date: 12/12/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
159 Capital Development Board File Date: 2/24/2025
Fourth Filing – 02/24/2025: FY25, Qtr 3, Item # 159
An Emergency Purchase Extension was received on February 24,2025 requesting an extension for dates starting
03/30/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 08/07/2024: FY25, Qtr 1, Item #72
An Emergency Purchase Extension was received on August 7, 2024 requesting an extension for dates starting
09/30/2024 to 03/30/2025 current contract $3,200,000.00.
Second Filing –11/14/2023: FY24, Qtr 2, Item # 120
An Emergency Purchase Extension was received on November 14, 2023 requesting an extension for dates
starting 11/25/2023 to 09/30/2024 at an additional estimated cost of $1,600,000.00, revising the total estimated
cost to $1,700,000.00.
Original Filing – 8/28/2023: FY24, Qtr 1, Item# 48
The Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that several utility
tunnels, specifically tunnels A, D, E, S, and P, have deteriorated to the point where there is a threat to public
safety and the potential for further loss/damage to the facility. CDB Professional Services visited the site in
January of 2023 and indicated that there is significant damage in the tunnels that are concerning due to the
hazard to maintenance staff from continued falling concrete, and the potential disruption to utilities in the event
of failure. It is reported that pieces of concrete fall from these tunnel ceilings on a regular basis, and have
already caused damage to valves and utility lines. Should these conditions continue, failure of the top concrete
slabs could cause injury or death, as well as disruption of utilities rendering several buildings uninhabitable.
IDOC requested CDB's assistance to assess and provide recommendations for shoring and repair work
necessary to provide a safe environment for staff, and to prevent further damage to the tunnels and its utilities.
CDB engaged with the Central Region Indefinite Delivery/Indefinate Quantity ("IDIQ") Architect/Engineer to
provide an assessment and recommendations for shoring/repair work under
CDB Project No.: 120-050-061. A report dated April 17, 2023, concurred with CDB Professional Services that
expedited design and construction services are necessary due to the severity of deterioration witnessed in the
tunnels. Recommendations included immediate repairs to Tunnel E, if feasible, roofing replacement for Tunnel
A, immediate shoring of the last 200 ft. of tunnels A, D, & S, and immediate shoring to tunnel P's roof,
followed by replacement of the roofing structure. Additionally, it was advised that steel bollards be placed at the
end of the road/parking lot to keep vehicles from crossing over tunnel P.
This project (CDB Project No.: 120-050-062) began through the emergency selection of a contractor to provide
any immediate shoring work deemed necessary by the Architect/Engineer of record. Considering the time
frames needed for design, followed by regular bidding and award procedures, services for immediate shoring
under the existing processes would likely not begin for several months. For this reason, an emergency purchase
is necessary to provide expedited shoring services as quickly as possible in order to provide a safe working
environment, to protect the utilities in the tunnels, and to prevent further damage.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Sjostrom & Sons, Inc., located in Rockford, IL, was selected because they have experience working with CDB
and IL Dept. of Corrections, they have the expertise to complete the work, and they have the resources to
provide expedited construction services services under an emergency declaration.
The scope of work provides for expedited construction services to provide any necessary shoring to the
tunnels, specifically but not limited to utility tunnels A, D, E, S, and P, at East Moline Correctional Center. The
scope of work also includes placing steel bollards at the end of the road/parking lot to keep vehicles from
crossing over tunnel P.
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 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 08/28/2023 through 11/25/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Sjostrom & Sons, Inc. Notary Date: 8/28/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $3,200,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
160 Capital Development Board File Date: 2/24/2025
Third Filing – 02/24/2025: FY25, Qtr 3, Item # 160
An Emergency Purchase Extension was received on February 24, 2025 requesting an extension for dates
starting 03/31/2025 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 11/26/2024: FY25, Qtr 2, Item # 75
An Emergency Purchase Extension was received on November 26, 2024 requesting an extension for dates
starting 12/15/2024 to 3/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/17/2024: FY25, Qtr 1, Item# 29
The scope of work provides for expedited construction services to relocate approximately 40 lf. of the existing
fence, and attaching to the existing vertical gate post to remove that 40-foot section nearest the sink hole should
the existing fence fail. Provide a new section of fence running across the existing parking lot with a 24-foot-
wide gate to enclose the parking lot completely, making the perimeter fully secure. All fencing is to be the same
as what is currently in place. Relocate all the perimeter lighting to the new fence for nightly security.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. 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 $141,285.12, which is a place-holder prior 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 09/17/2024 through 12/15/2024 with an Original
Estimated Cost of $141,285.12.
Signed By: Chris Miles, Exec II
Vendor: Sjostrom & Sons, Inc. (576) Notary Date: 9/17/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $141,285.12 $0.00 $0.00 25 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
161 Corrections, Department of File Date: 2/24/2025
Sixth Filing – 02/24/2025: FY25, Qtr 3, Item # 161
An Emergency Purchase Extension was received on February 24, 2025 requesting an extension for dates
starting 3/1/2025 to 04/30/2025 at an additional estimated cost of $50,000,000.00, revising the total estimated
cost to $780,250,000.00.
Fifth Filing – 12/16/2025: FY25, Qtr 2, Item # 83
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 01/01/2025 to 02/28/2025 at an additional estimated cost of $50,000,000.00, revising the total estimated
cost to $730,250,000.00.
Fourth Filing –06/13/2024: FY25, Qtr 1, Item # 46
An Emergency Purchase Extension was received on June 13, 2024 requesting an extension for dates starting
7/1/2024 to 12/31/2024 at an additional estimated cost of $150,000,000.00, revising the total estimated cost to
$680,250.000.00
Third Filing – 03/14/2024: FY24, Qtr 3, Item # 138
An Emergency Purchase Extension was received on March 14, 2024 requesting an extension for dates starting
03/31/2024 to 06/30/2024 at an additional estimated cost of $75,000.00, revising the total estimated cost to
$530,250,000.00.
Second Filing – 12/27/2023: FY24, Qtr 3, Item # 63
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 10/28/2022 to 3/30/2024 at an additional estimated cost of $262,250,000.00, revising the total estimated
cost to $455,250,000.00.
Original Filing – 7/31/2022: FY23, Qtr 1, Item# 23
Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services for
offenders at specified State correctional centers. Under the direction of the IDOC Medical Director and the
IDOC Chief of Mental Health Services and according to the program definitions and specifications as outlined in
this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local hospitals,
outpatient facilities and consultative physician offices. Agency recognizes that methods of delivery of these
services may differ from methods used to provide services to members of the general public, but the care and
services Vendor provides should be similar. It is the intent of Agency for all offenders to receive adequate and
medically necessary health care services regardless of place of assignment or disciplinary status. Vendor will
provide these services at the following correctional centers beginning with the effective date of this contract: Big
Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Elgin, Graham, Hill, Illinois River, Jacksonville, Joliet
Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,
Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Statesville (including the
Reception & Classification Center), Taylorville, Vandalia, Vienna, and Western Illinois.
The vendor will
continue to supply medical, dental, vision, audiology, pharmaceutical and mental health services for individuals
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
in custody at the specified correctional centers. The Illinois Department of Corrections is in the final phases of
RFP review before publicly posting.
The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains
the 15% BEP goal established under this emergency.
Boswell Pharmacy Services, LLC, Affinity Pharmacy
Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical
Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,
Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC
This Emergency Purchase has an expected start date of 07/30/2022 through 10/27/2022 with an Original
Estimated Cost of $40,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Wexford Health Sources, Inc. Notary Date: 7/31/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000,000.00 $780,250,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
162 Capital Development Board File Date: 12/9/2024
Fourth Filing – 02/26/2025: FY25, Qtr 3, Item # 162
An Emergency Purchase Extension was received on February 26, 2025 requesting an extension for dates
starting 03/31/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 12/09/24: FY25, Qtr 2, Item # 82
An Emergency Purchase Extension was received on December 9, 2024 requesting an extension for dates
starting 01/30/2025 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 09/16/2024: FY25, Qtr 1, Item #42
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 09/29/2024 to 01/30/2025 at an additional estimated cost of $165,807.72, revising the total estimated
cost to $425,807.72. Reported in the same filing quarter
Original Filing – 07/02/2024: FY25, Qtr 1, Item# 315
The scope of work provides for the removal and replacement of the damaged partitions and concrete slab on
grade in the affected areas as outlined and described as “Option 2” in the Architect/Engineer’s assessment report
dated February 21, 2024.
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 $260,000.00, which is a place-holder prior 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 07/02/2024 through 09/29/2024 with an Original
Estimated Cost of $260,000.00.
Signed By: Chris Miles, Exec II
Vendor: Shores Builders, Inc. Notary Date: 7/2/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $260,000.00 $425,807.72 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
163 Veterans Affairs, Department of File Date: 2/27/2025
Second Filing – 02/27/2025: FY25, Qtr 3, Item # 163
An Emergency Purchase Extension was received on February 27, 2025 requesting an extension for dates
starting 03/14/2025 to 09/13/2025 at an additional estimated cost of $1,000,000.00, revising the total estimated
cost to $1,300,000.00.
Original Filing – 12/15/2024: FY25, Qtr 2, Item# 25
Vendor will act as the Project Manager, will continue to oversee the Agencies transition with in the the newly
designed and developed facility kitchen at Illinois Veterans Home of Quincy (IVHQ). The staff will need
professional guidance and direction in order to ensure a smooth transition of services and new processes.
Vendor will direct Agency Staff as needed in the transition of services. Vendor will be the point of contact for
all services related to the Dietary transition. Vendor will be the point of contact and will provide direction to all
Agency staff regarding all aspects of the dietary transition from the former service to the new innovative
service. Vendor will provide services including, but not limited to, conducting test dietary operations; overseeing
and training Agency staff and assessing IDVA dietary operations to ensure applicable standards are met;
drafting and reviewing policies and procedures for dietary operations. Vendor will attend meetings as requested.
Vendor will provide updates weekly or as requested to identified staff, including but not limited to; the Senior
Home Administrator, Home Administrator and Assistant Director. Develop and present in-service training and
education for Facility’s personnel on a quarterly basis or more frequently as requested by facility and document
each presentation. Assist in the development of appropriate food service department policies and procedures.
Provide other services as requested by food service management and operation.
This Emergency Purchase has an expected start date of 12/15/2024 through 03/13/2025 with an Original
Estimated Cost of $300,000.00.
Signed By: Amanda Gray, APO
Vendor: Arena Food Service, Inc. Notary Date: 12/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $1,300,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
164 Capital Development Board File Date: 3/5/2025
Second Filing – 03/05/2025: FY25, Qtr 3, Item # 164
An Emergency Purchase Extension was received on March 5, 2025 requesting an extension for dates starting
04/30/2025 to 10/31/2025 at an additional estimated cost of $42,142.19, revising the total estimated cost to
$3,455,142.19.
Second Filing – 04/04/2024: FY24, Qtr 4, Item # 45
An Emergency Purchase Extension was received on April 4, 2024 requesting an extension for dates starting
April 23, 2024 to 4/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/25/2024: FY24, Qtr 3, Item# 24
The scope of work provides for portions of the existing Boiler House Building (C0530) to be demolished. Prior
to demolition the contractor shall relocate the fuel oil pumps,associated equipment,and rework supply and return
lines feeding the existing generators to remain and the temporary boiler. Also, the contractor will be required to
relocate the salt brine tanks and pump to a portion of the building to remain. A new sink and base cabinet will
need to be added to the existing restroom to remain for water testing. Once this work has been completed the
contractor will start demolition of the portions of the building as shown on the drawings. Contractor is
responsible for removal of all equipment located within the building from the project site and disposing of
properly.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record,and quote received by River City Construction LLC.
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 $3,413,000.00, 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 01/25/2024 through 04/23/2024 with an Original
Estimated Cost of $3,413,000.00.
Signed By: Chris Miles, Exec II
Vendor: River City Construction Notary Date: 1/25/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,413,000.00 $3,455,142.19 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
165 Toll Highway Authority, Illinois State File Date: 3/6/2025
Second Filing – 03/06/2025: FY25, Qtr 3, Item #165
An Emergency Purchase Extension was received on March 6, 2025 requesting an extension for dates starting
03/08/2025 to 04/07/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/25/2024: FY25, Qtr 2, Item# 19
XX - Other Funds - The tollway does not operate on State -appropriated funds. Procurement are funded
through toll revenue.
The mission of the ITS maintenance team is to keep the ITS equipment operating at a level which supports
traffic, incident management, and law enforcement. This system contributes to the safety, mobility, and security
of the Tollway. Its continuous, reliable operation is vital for continued, efficient traffic and incident
management. Meade will be responsible for maintaining the following devices:
· Full matrix Dynamic Message
Signs and Lane Control Signs
· TCP/IP communications networks (including fiber optic, wireless IP radio and
digital cellular links)
· Roadside Closed Circuit Television (CCTV) with PTZ and zoom (both analog and HD
Digital)
· Traffic monitoring devices (microwave and magnetic sensors)
· Roadway Weather Information Systems
with snow/ice detection on pavement, automatic high speed vehicle weighing systems
· Additional traffic
management field equipment as determined by thTollway.
The new replacement Invitation for Bid solicitation (B-38650) should be published in the next few weeks,
allowing us to receive bids from all interested contractors. However, given the time constraints and the
significant value of inventory--worth hundreds of thousands of dollars--currently being stored with our existing
vendor, any abrupt changes at this stage could have a detrimental impact on the agency.
This Emergency Purchase has an expected start date of 12/08/2024 through 03/07/2025 with an Original
Estimated Cost of $562,500.00, using Other Funds through toll revenue.
Signed By: Eric Occomy, APO
Vendor: Meade, Inc. Notary Date: 11/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $562,500.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
166 Capital Development Board File Date: 1/31/2025
Final Cost Statement
Latest Filing – 01/31/2025: FY25, Qtr 3, Item # 166
The Actual Total Cost of FY25, Qtr 3, Item# 166 is $297,435.08, with a final contract term ending.
Third Filing – 12/16/2024: FY25, Qtr 2, Item # 391
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/31/2024 to 03/31/2025 at an additional estimated cost of $9755.08, revising the total estimated cost
to $297,435.08.
Second Filing – 06/04/2024: FY24, Qtr 4, Item # 81
An Emergency Purchase Extension was received on June 4, 2024 requesting an extension for dates starting
08/12/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/15/2024: FY24, Qtr 4, Item# 260
The scope of work provides for the replacement of the crane which includes selective demolition, steel framing,
concrete work, and electrical work.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record, and quote received by CAD Construction, Inc.
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 $287,680.00, 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 05/15/2024 through 08/12/2024 with an Original
Estimated Cost of $287,680.00.
Signed By: Chris Miles, Exec II
Vendor: CAD Construction Inc. Notary Date: 5/15/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $287,680.00 $297,435.08 $297,435.08 $297,435.08 25 3
Federal $0.00 $0.00
167 University of Illinois Chicago File Date: 2/6/2025
Final Cost Statement
Latest Filing – 02/06/2025: FY25, Qtr 3, Item # 167
The Actual Total Cost of FY25, Qtr 3, Item# 167 is $882,493.72, with a final contract term ending.
Original Filing – 07/31/2024: FY25, Qtr 1, Item# 15
The University is experiencing a staffing shortage of building service workers, who provide custodial,
environmental, and sanitation cleaning services on campus. To address this shortage the University procures
contracted cleaning services from several vendors to supplement our workforce. Southeast Service Corporation
(SSC) provides custodial, environmental, and sanitation cleaning services under cooperative award #1912ALC
that will expire on August 2, 2024. The University’s transition plan to Cooperative award #2501GAL will not
be complete by 8/2/24. To ensure the continuation of critical services that support the public health posture on
campus and to allow for an orderly transition of services, the University will utilize the vendor SSC under this
emergency award.
Southeast Service Corporation (SSC) provides custodial, environmental, and sanitation services at campus
buildings, College of Dentistry (801 South Paulina Street, Chicago, IL 60612), College of Pharmacy (833 South
Wood Street, Chicago, IL 60612), and Outpatient Care Center (1801 West Taylor Street, Chicago, IL 60612).
The vendor will provide all labor and equipment required to complete this work.
This Emergency Purchase has an expected start date of 08/03/2024 through 10/31/2024 with an Original
Estimated Cost of $913,247.57, using Self - Supporting Funds.
Signed By: Aaron Rosenthal, IVC
Vendor: Southeast Service Corp Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $913,247.57 $882,493.72 $882,493.72 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
168 Innovation & Technology, Department of File Date: 2/11/2025
Final Cost Statement
Latest Filing – 02/11/2025: FY25, Qtr 3, Item# 168
An Actual Total Cost of FY25, Qtr 3, Item # 168 is $458,272.36 was reported in the same filing quarter.
Original Filing – 09/13/2024: FY25, Qtr 3, Item# 156
4800 West Wabash, Springfield, Il was purchased by the State. The network wiring currently in the building is
8 pin Cat 5e wiring which does not meet the States standards and is more than 20 years old. This wiring must
be updated to Cat 6 to meet the State's needs. There are also multiple areas of damage in the wiring throughout
the building that makes the outdated wiring inoperable. The vendor will begin wiring areas that State Agencies
must move into as their leases are expiring. If these areas are not completed the agencies will not have an office
to move into when their leases are over, and it will cause additional expenditure by the State and/or disruption of
services. This could potentially cause agencies that are moving into this building such as DCFS and CMS to not
have workstations for critical roles and result in critical duties not being fulfilled for the Illinois taxpayers. For
understaffed agencies such as these the loss of any staff work hours critically affects the agency's mission and
creates the potential for failures in their duties to constituents. Along with the failure of Agency missions there is
a potential for the loss of revenue if any of the moving staff are in revenue collecting and/or generating roles.
The existing contract has reached its do not exceed value and the work needs to be completed in a timely
manner to allow agency moves. The agency is working on another procurement for these services. However
extending the start of these services 3 weeks or more would put the agencies at risk of not having workstations
when leases expire and potentially losing employee work hours.
This Emergency Purchase has an expected start date of 09/16/2024 through 12/14/2024 with an Original
Estimated Cost of $1,601,210.44.
Signed By: Chris Brinkmeyer, Acting APO
Vendor: Ficek Electric & Communication Systems Notary Date: 9/13/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,601,210.44 $458,272.36 $458,272.36 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
169 Central Management Services, Department of File Date: 2/11/2025
Final Cost Statement
Latest Filing – 02/11/2025: FY25, Qtr 3, Item # 169
The Actual Total Cost of FY25, Qtr 3, Item# 169 is $466,486.20, with a final contract term ending.
Fourth Filing – 12/16/2024: FY25, Qtr 2, Item # 396
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/26/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 09/12/2024: FY25, Qtr 1, Item #86
An Emergency Purchase Extension was received on September 12, 2024 requesting an extension for dates
starting 09/25/2024 to 12/24/2024. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 06/03/2024: FY24, Qtr 4, Item # 80
An Emergency Purchase Extension was received on June 3, 2024 requesting an extension for dates starting
6/28/2024 to 09/25/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 3/28/2024: FY24, Qtr 4, Item# 208
This Emergency JPMC will allow for the continuation of critical services for the State through a simplified
purchasing process for the State Agencies, local governmental units, and qualified not-for-profit agencies
because terms, conditions and pricing will be established prior to the time of orders for release off masters. This
process will save considerable time and resources for the end users because they
will not have to conduct their own solicitations, evaluate bids and establish individual contracts. This Emergency
Joint purchasing agreement will permit the State of Illinois, local governmental units, and qualified not-for-profit
agencies to leverage their market power with the expected outcome of lower pricing.
CMS intends to establish an Emergency Joint Purchase Master Contract (JPMC) for Fingerprinting & Photo ID
Services which includes photo identification, live scan and ink finger printing services which is available to State
Agencies, local governmental units, and qualified not-for-profit agencies.
CMS performed market research, demand and spend analysis for applicable cost based on the the current
industry and national market for applicable and similar services being procured. Spend analysis was processed
from Bidbuy on the prior contract, which expired 3/25/2024, with additional direct outreach to government units
using the prior JPMC for services to request both 90 and 180 days service estimates.
This Emergency Purchase has an expected start date of 03/28/2024 through 06/24/2024 with an Original
Estimated Cost of $560,000.00.
Signed By: Mary Beth Poani, GSSS Manager
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
Vendor: Accurate Biometrics Notary Date: 3/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $560,000.00 $466,486.20 $466,486.20 25 3
Federal $0.00 $0.00
170 Human Services, Department of File Date: 2/19/2025
Final Cost Statement
Latest Filing – 02/19/2025: FY25, Qtr 3, Item # 170
The Actual Total Cost of FY25, Qtr 3, Item# 170 is $227,593.52, with a final contract term ending.
Original Filing – 10/04/2024: FY25, Qtr 2, Item# 3
Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This vendor was
previously used at the Ludeman Center for FY23 water and mold remediation. The Center has been satisfied
with the services provided by the vendor.
The vendor will provide temporary kitchen trailers while performing water and mold remediation in the existing
Kitchen area.
This Emergency Purchase has an expected start date of 09/30/2024 through 12/27/2024 with an Original
Estimated Cost of $227,593.52.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises Notary Date: 10/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $227,593.52 $227,593.52 $227,593.52 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
171 University of Illinois Chicago File Date: 2/25/2025
Final Cost Statement
Latest Filing – 02/25/2025: FY25, Qtr 3, Item # 171
The Actual Total Cost of FY25, Qtr 3, Item# 171 is $822,205.74, with a final contract term ending.
Second Filing – 09/20/2024: FY25, Qtr 1, Item #35
An Emergency Purchase Extension was received on September 20, 2024 requesting an extension for dates
starting 09/23/2024 to 02/20/2025 at an additional estimated cost of $386,000.00, revising the total estimated
cost to $986,000.00. Reported in the same filing quarter
Original Filing – 6/24/2024: FY25, Qtr 1, Item# 302
The University continues to experience a shortage of Building Service Worker (BSW) staff, which means that
buildings were receiving inadequate levels of service and experienced improper levels of sanitation and
cleanliness. The existing emergency award VLH280 with Apache will terminate on June 24, 2024. We are
requesting a new emergency to allow time for an agreement and transition to be made with Aramark Healthcare
Support Services via Cooperative purchase #849IDM.
Apache Service and Supply Company will provide EVS/hospital-grade cleaning, housekeeping, and COVID-19
disinfection services at UI Hospital (Building 949). Vendor will provide all labor and required equipment to
complete the work.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/22/2024 with an Original
Estimated Cost of $600,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, SA Director
Vendor: Apache Service & Supply Co. Notary Date: 6/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $600,000.00 $986,000.00 $822,205.74 $822,205.74 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
172 Capital Development Board File Date: 3/3/2025
Final Cost Statement
Latest Filing – 03/03/2025: FY25, Qtr 3, Item # 172
The Actual Total Cost of FY25, Qtr 3, Item# 172 is $54,052.97, with a final contract term ending.
Original Filing – 12/04/2024: FY25, Qtr 2, Item# 15
The scope of work provides for fire brick repairs to Boiler #1at Choate Mental Health and Developmental
Center.
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 $51,552.97, which is a place-holder prior 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 12/04/2024 through 03/03/2025 with an Original
Estimated Cost of $51,552.97.
Signed By: Chris Miles, Exec II
Vendor: Fager-McGee Commercial Construction Notary Date: 12/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $51,552.97 $54,052.97 $54,052.97 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
173 Human Services, Department of File Date: 1/8/2025
Final Cost Statement
Latest Filing – 01/08/2025: FY25, Qtr 3, Item # 173
The Actual Total Cost of FY25, Qtr 3, Item# 173 is $247,070.68, with a final contract term ending.
Original Filing – 10/4/2024: FY25, Qtr 2, Item# 4
Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This vendor was
previously used at the Ludeman Center for FY23 water and mold remediation. The Center has been satisfied
with the services provided by the vendor.
The vendor will provide all labor and materials to investigate and remediate water damage in the Ludeman Center
kitchen area.
This Emergency Purchase has an expected start date of 09/30/2024 through 12/27/2024 with an Original
Estimated Cost of $107,221.82
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises Notary Date: 10/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $107,221.82 $247,070.68 $247,070.68 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025
174 Corrections, Department of File Date: 12/19/2024
Fourth Filing – 12/19/2024: FY25, Qtr 3, Item # 174
An Emergency Purchase Extension was received on December 19, 2024 requesting an extension for dates
starting 1/1/2025 to 06/30/2025 at an additional estimated cost of $180,000.00, revising the total estimated cost
to $900,000.00.
Third Filing – 05/01/2024: FY24, Qtr 4, Item # 35
An Emergency Purchase Extension was received on May 1, 2024 requesting an extension for dates starting
06/01/2024 to 12/31/2024 at an additional estimated cost of $210,000.00, revising the total estimated cost to
$720,000.00.
Second Filing – 12/27/2023: FY24, Qtr3, Item # 141
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 12/31/2023 to 10/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/22/2022: FY23, Qtr 3, Item# 10
The agency previously awarded a contract to new vendor but the contract had to be terminated. The current
vendor was a previous incumbent with direct experience with the agency and manages the current network
system so there will be no disruption of services.
Network Maintenance, Video Visitation, Tablet Access, Personal Entertainment, Learning Opportunities
The BEP vendor search under the NIGP code (83992) for this procurement yielded no matches.
This is a $0.00 dollar contract. All expenses are incurred by the individuals in custody.
This Emergency Purchase has an expected start date of 12/24/2022 through 03/23/2023 with an Original
Estimated Cost of $00, using incurred dollars by the individuals in custody.
Signed By: Sandy Robinson, PM
Vendor: Global Tel Link Corp Notary Date: 12/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $720,000.00 $900,000.00 $0.00 $0.00 25 3
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2025 through March 31, 2025