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