LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
1 Central Management Services, Department of File Date: 4/2/2025
Original Filing – 4/2/2025: FY26, Qtr 1, Item# 1
Current generator vendor for this location through a small purchase with sole source conditions but current
BOA did not cover services needed. The vendor was called because any other vendor working on this
generator would have voided the warranty of the generator.
The vendor has and will continue to investigate why the system did not sync properly when switching from
generator to utility power. The power did not transition properly back from generator power to utility. The
vendor is the generator vendor who completed the installation and is investigated why this failed to occur.
This need occurred after hours and was due to storm activity (lightning strike). Due to the the circumstances,
the current contract vendor was contacted to complete this work due to familiarity with the system. The
estimated value of this procurement is under the normal threshold for a BEP goal and due to the quick need, a
vendor with familiarity of the current system was chosen.
This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original
Estimated Cost of $10,000.00.
Signed By: David Thomas, APO
Vendor: Altorfer, Inc Notary Date: 4/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
2 Finance Authority, Illinois File Date: 6/26/2025
Original Filing – 6/26/2025: FY26, Qtr 1, Item# 2
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.
The emergency purchase and extensions maintain continuity of current services and prevent or minimize serious
disruption to comprehensive tax and advisory services to support the urgent deployment of existing resources
to capture IRA Federal Credit opportunities, the continued duration of which is currently limited and subject to
ongoing attacks by the federal government. Current federal policy seeks to undermine the IRA Federal Credit
programs and the industries and projects they were intended to support. If IFA and its other state partners are
able to pair public and public-private investment with the currently available IRA Federal Credits, we have the
potential to reduce the financial burden on Illinois taxpayers/ratepayers/residents by offsetting project costs with
tax credits. We will also be able to leverage the IRA Federal Credits to reduce the risk of IFA loans to support
clean energy projects, which will enhance our ability to attract private investment for these projects. The IRA
Federal Credits require strict compliance with complicated regulations and, without IFA and this vendor's
support, the compliance burden would likely fall on local governments and contractors that will not have a
robust specialized compliance and project management infrastructure. This vendor is able to provide
comprehensive strategic advice relating to deployment of available federal funds to support state and local clean
energy infrastructure projects and support for compliance with the requirements of the IRA Federal Credits and
other IRA clean energy programs. The vendor's expertise in the federal clean energy tax credit and grant
program compliance fields will be essential in administering these time-sensitive programs.
The immediate selection of this vendor is necessary to avoid lapsing or loss of federal funds pursuant to 44
Ill.Adm. Code 1.2030(c)(5). IFA is implementing or supporting the implementation of various federal financial
assistance programs that are intended to support energy efficiency and the development of clean energy
resources. Recent federal legislation reduced the availability of the IRA Federal Credits for renewable energy
projects, and projects seeking to take advantage of the IRA Federal Credits must be underway or at an advanced
stage of planning within the next few months. At the same time as the IRA Federal Credits are being phased out
years earlier than anticipated, federal actions have eliminated billions in low-cost financing intended to support
renewable energy projects, leading many projects scrambling to identify new financial support. Time is of the
essence in ensuring the IRA Federal Credits are available to projects that are critical to the state's
decarbonization efforts.
The comprehensive tax and advisory services provided by the Vendor is necessary to support Illinois renewable
energy projects' opportunities to receive IRA Federal Credits while they remain available. If IFA and its other
state partners are able to pair public and public-private investment with the currently available IRA Federal
Credits, we have the potential to reduce the financial burden on Illinois taxpayers/ratepayers/residents by
offsetting project costs with tax credits. Without these services, projects supported by IFA and other
decarbonization efforts may not be viable or may come at a higher cost to IFA, taxpayers, and developers and
users of renewable energy.
This Emergency Purchase has an expected start date of 06/26/2025 through 09/23/2025 with an Original
Estimated Cost of $250,000.00, using Federal Funds.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Signed By: Sanjay Patel, COO
Vendor: Baker Tilly US, LLP Notary Date: 6/26/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $250,000.00 $0.00
3 Governors State University File Date: 7/10/2025
Original Filing – 7/10/2025: FY26, Qtr 1, Item# 3
Other Funds - Student Tech Fees
This vendor is an expert in the field of Managed Security Operations that focuses on monitoring, detecting,
analyzing, and responding to cybersecurity threats. Additional supporting documents are attached.
Managed security services, ensuring continuous monitoring (24/7/365) of the University’s network, servers,
and computing infrastructure, will address current audit findings and ensure the University complies with federal
laws regarding cybersecurity and administrative capability. Additional supporting documents are attached.
This Emergency Purchase has an expected start date of 08/01/2025 through 10/29/2025 with an Original
Estimated Cost of $30,000.00.
Signed By: Lannie Brown-Simon, Asst VP Procurement
Vendor: Sentinel Technlogies Notary Date: 7/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $30,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
4 Eastern Illinois University File Date: 6/17/2025
Original Filing – 6/17/2025: FY26, Qtr 1, Item# 4
using Other Funds - Local Funds
Commercial Electric ran EIU’s original fiber in the late 90s and is familiar with the shortest/easiest path. Much
of this fiber will run in conduit that was originally put in place by Commercial Electric. Because of recent work
with the vendor EIU has a high degree of confidence in their ability to deliver high quality work and stay under
budget. Given the short timeline and the criticality of the systems (life safety systems) it’s essential to have a
vendor that has a proven track record on campus to provide confidence in the final product.
Starting in Fall 2025, EIU will undertake a project to renovate our campus tunnel system. These tunnels are
crucial for carrying essential infrastructure, including the campus network, phone lines, and fire alarm fiber.
The vendor overseeing the tunnel work has indicated that there is a high possibility of the fiber being cut during
the process. Should this occur, it is estimated that repairs will take approximately 48 hours. During this period,
most of the campus will be without fire alarms and the capability to call emergency services (911).
Commercial Electric will run alternative path for EIUs fiber so that a cut during the tunnel project will not
impact services. This included multimode fiber to be ran for the fire alarm panels and single mode fiber to be
ran for network/phone services. Fiber will be ran in existing conduit from the network hub at Student Services
Building to Burl Ives Building. From Burl Ives new conduit will be bore south to Roosevelt Ave, with stops at
Doudna Fine Arts, Buzzard, Tarble Arts Center. From Roosevelt Ave fiber will be ran to Andrews Hall. From
Andrews Hall fiber will be distributed throughout south campus including Thomas Hall, Lawson Hall, Taylor
Hall, Health and Human Services Building, and Lumpkin Hall. This distribution will give a secondary network
path for critical buildings so a fiber cut does not interrupt fire panels and 911 service.
This Emergency Purchase has an expected start date of 07/01/2025 through 09/30/2025 with an Original
Estimated Cost of $249,385.00, using Local Funds.
Signed By: Megan Wells, Director
Vendor: Commercial Electric Notary Date: 6/17/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $249,385.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
5 Corrections, Department of File Date: 7/30/2025
Original Filing – 7/30/2025: FY26, Qtr 1, Item# 5
The vendor shall provide Transitional Consultation Services for Comprehensive Medical Care to support the
effective transfer of healthcare operations to the incoming contracted provider. These services will be delivered
under the direction of the IDOC Medical Director and the IDOC Chief of Mental Health Services, and in
accordance with program definitions, operational protocols, and clinical standards as outlined in the current and
previous contractual agreements.
These services will include, but are not limited
• Clinical consultation and technical assistance to the incumbent vendor;
• Orientation and transfer of patient
medical, mental health, and pharmaceutical records;
• Facility-specific briefings and handover of care
coordination processes;
• Continuity of care planning for high-risk or chronically ill individuals in custody;
•
Guidance on IDOC-specific policies, procedures, and documentation standars
These transitional consultation services are essential to ensuring continuity of care, minimizing service
disruption, and supporting the successful onboarding of the new healthcare provider in alignment with IDOC’s
commitment to quality, compliant, and patient-centered correctional healthcare delivery.
Vendor will provide these services to cover previous work 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, Stateville (including the Reception & Classification Center), Taylorville, Vandalia, Vienna, and
Western Illinois.
This Emergency Purchase has an expected start date of 07/30/2025 through 08/31/2025 with an Original
Estimated Cost of $1,500,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Wexford Health Sources, Inc. Notary Date: 7/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,500,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
6 Corrections, Department of File Date: 7/24/2025
Original Filing – 7/24/2025: FY26, Qtr 1, Item# 6
The Vendor will be responsible for completing a successful transition plan to assume responsibility for
comprehensive medical and mental health services for individuals in custody. This transition plan will include
staff oversight, recruitment, retention, and engagement. In addition, the vendor will be responsible for working
with IDOC to identify service level needs within the health care units, as well as any outside service needs, that
will support a successful transition of services. The Vendor will meet agreed-upon schedule(s) that will support
the overall transition of comprehensive medical and mental health services.
Beginning on July 30, 2025, and while transition planning continues, Vendor is to provide the medical,
dental, vision, audiology, pharmaceutical and mental health services for individuals in custody 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 individuals 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, Stateville (including the Reception & Classification
Center), Taylorville, Vandalia, Vienna, and Western Illinois.
This Emergency Purchase has an expected start date of 07/24/2025 through 10/22/2025 with an Original
Estimated Cost of $82,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Centurion of Illinois, LLC Notary Date: 7/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $82,000,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
7 Natural Resources, Department of File Date: 6/25/2025
Original Filing – 06/25/2025: FY26, Qtr 1, Item# 7
The Agency has selected Weeke Sales & Services, Inc. (Weeke) - a local Small Business Set-Aside (SBSA)
contractor who is familiar with maintaining and repairing the chiller system at the World Shooting & Recreation
Complex. Weeke is located in nearby Okawville, IL, has over a decade of experience with the existing systems
at the WSRC, and can most swiftly mobilize to mitigate the emergency criteria.
The project includes repairs to an existing chiller at the World Shooting & Recreation Center - Event Center
including:
- Material and labor for repairs to McQuay Chiller (Model #AGS230B27, Serial #STUN050900229);
- Replacement Electronic Expansion Valves (EEV) located on circuit 1 and 2;
- Replacement of three (3)
failed control boards.
- Start-up and verification of proper operation.
Due to the emergency criteria, the Agency first reached out to the regional CMS Master Contractor (HVAC
Chiller) for Randolph County (CMS Region 8) - Kane Mechanical Group LLC (V00014775). Kane Mechanical
was not available to quickly mobilize for this project. Kane Mechanical is the only CMS Master Contractor for
CMS Region 8. With no existing contract available, the Agency reached out to a local SBSA (Weeke Sales &
Services, Inc. -- V00006014). Weeke has extensive experience repairing this particular chiller already (and over
a decade of experience with repairs of HVAC systems, and this particular chiller, at the WSRC). Weeke is
already registered in Bid Buy, is a registered in the Small Business Set-Aside (SBSA) program, and is in nearby
Okawville, IL.
This Emergency Purchase has an expected start date of 06/25/2025 through 09/22/2025 with an Original
Estimated Cost of $37,500.00.
Signed By: Erick Huck, Div . Manager
Vendor: Weeks Sales & Service, Inc. Notary Date: 6/25/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $37,500.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
8 Agriculture, Department of File Date: 7/3/2025
Original Filing – 07/03/2025: FY26, Qtr 1, Item# 8
Other Funding - This is revenue generating contract.
Alongi's since 1933 was selected for this emergency for some reasons. First, Alongi's won the bid award in
2024 , to operate and maintain the alcohol concession at Du Quoin State Fair.. While being the winning vendor,
Alongi's conducted the work professionally and operated very efficiently. The agency was very satisfied with
their work and services, therefore working with them again is very positive. They know how to operate the
concession since they are already experienced by working at the Du Quoin State Fair. The second reason why
Alongi's was selected is because of the renewal issues, to which the agency ran. The vendor's IDHR expired
and it was not renewed on time and when the renewal period came, IDHR took much longer time to renew their
license. As a result, the agency missed the window for renewing the contract with Alongi's, therefore,
emergency was declared. Before trying to renew the contract with Alongi's, the agency thought of bidding it out
by implementing a new ticket machine system, to make the process more efficient. However, that was tried
with the Illinois State Fair and many vendors were concerned and confused, therefore, that system was scraped
also for the Du Quoin State Fair. By missing on the renewal date, the time has become very short for this to be
bid out, therefore, only through an emergency it's a guarantee that the services will take place on time.
The Illinois Department of Agriculture requires a vendor to be a provider of beer and alcohol dispensing services
per specifications on the Du Quoin State Fairgrounds in Du Quoin, Illinois during the Du Quoin State Fair
(DQSF), Vendor shall be the exclusive provider of beer and alcohol dispensing services during DQSF. This
includes the privilege to operate and maintain an alcohol concession in the following areas of the Du Quoin State
Fairgrounds during DQSF: Beer tent, grandstand, picnic areas, corral area, Southern Illinois Center, Expo Hall,
the Milk Parlor and any area subsequently designated by the State. All alcohol sales, unless otherwise approved
by the Department, must be by either sixteen-ounce (16 oz.) plastic/aluminum bottles (or cans) or sixteen-ounce
(16 oz.) draft alcohol serving. Unless otherwise approved by the Department, each alcohol ticket shall be sold
for $6.00 per ticket, all alcohol tickets must be sold at the same flat rate, and no discount shall be allowed for
bulk purchases of alcohol tickets.
This Emergency Purchase has an expected start date of 06/26/2025 through 09/23/2025 with an Original
Estimated Cost of $100,001.00, using Other Funds. This is revenue generaring contract.
Signed By: Michelle Grimsley, SPSA
Vendor: Alongi's since 1933 Notary Date: 7/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,001.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
9 Public Health, Department of File Date: 7/8/2025
Original Filing – 7/8/2025: FY26, Qtr 1, Item# 9
The Illinois Department of Public Health (IDPH), Division of Environmental Health, will obtain software hosting,
system maintenance, support, and enhancement services for the GL Suite Government Licensing System
through a 90 day emergency contract with GL Suite, Inc., Inc.
This agreement includes the following:
• Cloud-Based Hosting Services
Secure hosting of the licensing platform
via Microsoft Azure Commercial Cloud with full redundancy, daily backups, and disaster recovery
infrastructure.
• System Maintenance and Support
Up to 900 prepaid hours of technical support and application
maintenance at a discounted hourly rate of $171.96. This includes assistance with:
o Unanticipated changes
due to legislation or system upgrades,
o Data conversion support,
o Performance optimization,
o Bug fixes
not covered under warranty.
• Platform Subscription Services
Annual SaaS subscription to GL Suite, which
includes:
o Access for up to 75 users,
o Role-based login credentials,
o Security compliance (SOC II, NIST
800-53),
o Software patches and version upgrades.
• Enhancement Tasks and Projects
o Up to 200 enhancement
tasks and 1 concurrent project, as part of platform flexibility,o These allow IDPH to adapt workflows and
licensing modules to align with regulatory or programmatic changes.
• Support Tools and Documentation
o
Helpdesk support, training materials, system documentation,
o Access to account management and limited
configuration guidae
This contract ensures business continuity for all licensing operations and maintains compliance with public
health mandates while the Department transitions to a competitively procured replacement licensing system.
The Illinois Department of Public Health (IDPH) has made the following efforts to include contractors certified
under the Business Enterprise Program (BEP) in this emergency procurement:
1. Reviewed the BEP Vendor
Directory: IDPH searched the BEP Vendor Directory to identify any certified vendors capable of providing the
highly specialized hosting, licensing, and system maintenance services for the existing GL Suite platform. No
BEP-certified vendors were found that could meet the proprietary system requirements or access the necessary
source code for this application.
2. Consulted with Internal Procurement and Diversity Staff: IDPH procurement staff consulted with internal
diversity and compliance coordinators to assess whether any subcontracting or participation opportunities were
available to BEP vendors. Due to the proprietary nature of the software and the lack of access to the core
system by third parties, subcontracting opportunities were not feasible.
3. Considered Future Inclusion for RFP: While this emergency purchase requires immediate continuity of
service, IDPH remains committed to BEP inclusion and is actively preparing a competitive solicitation (RFP) for
the long-term replacement licensing system. That solicitation will include language encouraging BEP
participation and may be structured to allow for subcontracting opportunities that are not possible under the
current system’s limitations.
In conclusion, due to the proprietary nature of the GL Suite software and the absence of any BEP-certified
vendors with authorized access or support capabilities, no BEP vendor could fulfill the emergency need.
However, BEP inclusion will be prioritized during the competitive procurement for the replacement system.
This Emergency Purchase has an expected start date of 07/08/2025 through 10/05/2025 with an Original
Estimated Cost of $90,162.94, using Federal Funds.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Signed By: Mike Caceres, APO
Vendor: GL Suite, Inc. Notary Date: 7/8/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $90,162.94 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
10 Public Health, Department of File Date: 7/2/2025
Original Filing – 07/02/2025: FY26, Qtr 1, Item# 10
The Illinois Department of Public Health (IDPH) recognizes the importance of supporting and including Business
Enterprise Program (BEP)-certified vendors in all procurement activities. However, this emergency purchase is
for a proprietary software system—the GL Suite Government Licensing System—that is solely developed,
maintained, and supported by GL Solutions, Inc. No other vendor, including any BEP-certified vendors, holds
the rights to the source code, licenses, or system architecture, nor has the ability to legally or technically provide
maintenance, upgrades, or support for this application.
Despite the constraints of this emergency
procurement, the agency has taken the following actions as part of its best efforts to support BEP inclusion
where possible:
1. Internal Review of Available BEP Vendors:
IDPH consulted the Illinois Commission on Equity and Inclusion’s
BEP Vendor Directory to identify any certified firms that may offer government licensing systems or IT support
services. No BEP-certified vendors were found with the required proprietary access to the GL Suite system.
2. Consultation with CMS/BEP Liaison:
IDPH’s procurement and fiscal teams consulted with the agency’s BEP
liaison and CMS procurement staff to determine whether any subcontracting or ancillary opportunities could be
offered to BEP-certified vendors. Due to the proprietary nature of the services and the urgent timeline, no viable
subcontracting opportunities were identified.
3. Commitment to Future Inclusion:
IDPH remains committed to maximizing BEP participation in the
upcoming Request for Proposal (RFP) for a long-term replacement system. The competitive procurement
process currently underway will include BEP goals and evaluation criteria to encourage maximum participation
of BEP-certified firms.
While BEP participation was not feasible in this specific emergency procurement due to
exclusive rights and time constraints, IDPH continues to promote BEP inclusion in all other eligible
procurements and will actively pursue BEP involvement in the future system development and implementation
phases.
This Emergency Purchase has an expected start date of 07/10/2025 through 10/07/2025 with an Original
Estimated Cost of $88,771.00.
Signed By: Mike Caceres, APO
Vendor: GL Suites Notary Date: 7/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $88,771.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
11 State Police, Illinois File Date: 7/3/2025
Original Filing – 07/03/2025: FY26, Qtr 1, Item# 11
The Illinois State Police (ISP), Statewide Terrorism & Intelligence Center (STIC), and Division of Internal
Investigations (DII)
are in need of support for critical intelligence and investigative operations. These services
are needed to identify threats, ensure
public safety, and maintain high hiring standards. No other tool matches
its unique combination of secure architecture,
specialized design for law enforcement, powerful Al-driven
analysis, and proven record of success in live operations.
STIC analysts need to collect open-source intelligence unobtrusively, far beyond what standard social media
APis or purchased
datasets can offer. This method produces the most authentic and comprehensive data
possible, while protecting the user's
identity through secure and obfuscated collection. Each customer instance
is isolated, ensuring network and data segregation,
with data retention even if the original source removes it.
For these reasons, the continued use of Fivecast ONYX through an Emergency Purchase is not only justified
but essential. It
ensures that the ISP remains equipped to meet the growing demands of intelligence collection,
criminal investigations, and
applicant vetting in an increasingly complex digital environment. Approving this
Emergency Purchase request protects Illinois's
communities, strengthens the agency's workforce, and upholds
the mission of the Illinois State Police. ISP intends to solicit this
procurement after the emergency has expired
Fivecast, Inc. to provide customized configuration to support Six (6) ONYX Standard User Licenses, Four (4)
ONYX Pro User
Licenses, Fivecast Academy Refresher Recorded Online Training (1 time use), Recorded
Intermediate Training (1 time use),
Five (5) Fivecast Collection Agents, and Support and Maintenance (S/M is
included with each licenses).
This Emergency Purchase has an expected start date of 07/01/2025 through 07/31/2025 with an Original
Estimated Cost of $163,800.00, using Federal Funds.
Signed By: Amanda Olinger, APO
Vendor: Fivecast, Inc. Notary Date: 7/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $163,800.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
12 Transportation, Department of File Date: 7/22/2025
Original Filing – 07/22/2025: FY26, Qtr 1, Item# 12
Kraemer North America was the contractor that originally installed the post tension cables in Sn 101-0134. They
are an experienced contractor that has a record of completing these types of projects. They have availability to
begin the work on short notice and also complete it in an expeditious manner due to their familiarity with the
structure.
Replace 24 post tension tendons due to existing tendon failure in the northbound I-39 Kishwaukee River bridge,
SN101-0134. This will include the removal of the existing tendons and reinstalling them in accordance with the
designed phasing plan. They will also provide the traffic control necessary to maintain one northbound lane
utilizing the existing crossovers adjacent to the structure allowing interstate traffic to be maintained. This will
necessitate the installation of approximately 4000' of temporary concrete barrier wall, traffic control signage,
pavement markings and real time traffic control due to the high traffic volume on this route.
This Emergency Purchase has an expected start date of 07/22/2025 through 10/20/2025 with an Original
Estimated Cost of $8,000,000.00.
Signed By: David Almy, OMFE
Vendor: Kraemer North America Notary Date: 7/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $8,000,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
13 Human Services, Department of File Date: 8/4/2025
Original Filing – 8/4/2025: FY26, Qtr 1, Item# 13
Immediate removal of tree branches and trees affected by recent weather. Trees and hanging branches are
safety concern for staff and students on Illinois School for the Visually Impaired campus. Vendor to provide
labor and equipment to remove broken tree branches and trees that are no longer structurally sound. Vendor to
remove all debris and dispose of properly.
This Emergency Purchase has an expected start date of 08/04/2025 through 11/1/2025 with an Original
Estimated Cost of $39,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Turner Tree Service Notary Date: 8/4/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $39,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
14 Human Services, Department of File Date: 7/14/2025
Original Filing – 7/14/2025: FY26, Qtr 1, Item# 14
The Ludeman Center has had a contract for housekeeping services with Ada S. McKinley Community Services
for the past several years. This vendor is a State Use Vendor.
The vendor shall complete housekeeping services in the 65 buildings at the Ludeman Center, including scrubbing
and waxing floors, etc. The vendor provides services during first and second shifts with approximately 7
people assigned per shift.
This Emergency Purchase has an expected start date of 07/11/2025 through 10/08/25 with an Original
Estimated Cost of $129,892.80.
Signed By: Jean Sandstrom, APO
Vendor: Ada S. McKinley Comm Serv Notary Date: 7/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $129,892.80 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
15 Human Services, Department of File Date: 7/3/2025
Original Filing – 07/03/2025: FY26, Qtr 1, Item# 15
Emergency procurement needed to provide a Medical Director for Chester Mental Health Center. This vendor
has been providing services for our Medical Director however their contract expired on 6/30/2025.
Staffing services needed to provide a full time Medical Director for Chester Mental Health Center. The
contractor shall screen and present a physician with an Illinois Physician and Surgeon License with a specialty
in Psychiatry. Board Certification is required to provide medical leadership and oversight of the psychiatric
services provided at the Center to provide services to Chester Mental Health Center to ensure adequate and
competent coverage. The physician serves as the Medical Director and supervises medical staff, maintains
overall quality of clinical care, and develops and implements policies and procedures. Services shall be provided
in accordance with the Scope of Work in the contract. Routinely, full time hours will be 40 hours per week
between the hours of 8:00am and 5:00pm, Monday-Friday.
This Emergency Purchase has an expected start date of 07/01/2025 through 09/28/2025 with an Original
Estimated Cost of $168,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Annashae Notary Date: 7/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $168,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
16 University of Illinois Urbana-Champaign File Date: 8/1/2025
Original Filing – 08/01/2025: FY26, Qtr 1, Item# 16
Althoff is highly familiar with both the building and our operational processes from prior work. Most
importantly, Althoff has the labor force and materials readily available to meet the accelerated project timeline,
ensuring all work is completed so the student resident rooms are ready for move-in the week of August 18,
2025.
Repair piping, electrical and finishing for 43 fan coil units. We have failed condensate lines in multiple rooms
that caused significant drywall, flooring and furniture damage as a result of mold growth. After remediation
occurs, Althoff Industries will begin restoration process, which includes fan coil condensate line reroutes as
well as installation of mold resistant drywall.
This Emergency Purchase has an expected start date of 08/01/2025 through 10/26/2025 with an Original
Estimated Cost of $375,993.00.
Signed By: Aaron Rosenthal, Assist Vice Chancellor
Vendor: Althoff Industries Notary Date: 8/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $375,993.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
17 University of Illinois Urbana-Champaign File Date: 8/1/2025
Original Filing – 08/01/2025: FY26, Qtr 1, Item# 17
using OTHER FUNDS - University Housing Auxiliary Funding
During a masonry repair project at the Florida Avenue Residence Halls, a section of a masonry face brick wall
collapsed, injuring two workers. The cause of the collapse was determined to be the lack of and/or failure of
horizontal masonry ties which should have held the wall section in position attached to the concrete structural
wall behind it. Since this is a concealed condition, the appropriate action is to design and install a retrofit
solution to provide appropriate attachment of the face brick to the concrete structure.
Design of retrofit horizontal attachments to tie face brick to concrete structure, review of contractor pricing for
this remedial work, and observation of this remedial work to ensure its proper installation, al provided by a
professional services consultant (structural engineer).
This Emergency Purchase has an expected start date of 08/11/2025 through 09/30/2025 with an Original
Estimated Cost of $60,000.00, using University Housing Auxiliary Funding.
Signed By: Paul Ellinger, VP,CFO
Vendor: Klein & Hoffman, Inc. Notary Date: 8/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
18 Governors State University File Date: 7/30/2025
Original Filing – 7/302025: FY26, Qtr 1, Item# 18
Using Other Funding
Governors State University had an unforeseen surge in housing applications for Fall 2025. We have a record
number of housing applications and deposits. Our enrollment is slightly up, but it doesn't represent this growth
in housing applications. 4Stay is an established vendor in our market and could meet the University's urgent
needs in off-campus housing. This purchase will enable the University to offer a single, nearby location for
overflow housing so that its students' safety can be closely monitored, and safe, reliable transportation to and
from Campus can be coordinated by the University.
Classes are set to commence on August 25, 2025, and 4Stay is prepared to accommodate the University with
approximately 50 beds within the same apartment complex, located just a few miles from campus. Governors
State University is situated near the Illinois-Indiana state line, and many residents from Illinois often opt for
regional state universities in Indiana, such as Purdue Northwest and Indiana University Northwest. Securing
emergency procurement approval would significantly assist Governors State in reaching its enrollment goals and
help mitigate the number of students who may choose to pursue their studies in Indiana.
These 50 students represent over $1,930,000 in lost revenue if we are not able to accommodate these
individuals. This includes year-over-year retention.
Stay provides the apartment, furnishing, utilities (including cable), student support (not on site), renter
insurance, the guarantor, and is responsible for the lease. They will be able to provide our students with
approximately 48 to 50 beds adjacent to campus in one off-site location. 4Stay can provide these amenities at
the same cost as living on campus in GovState's campus housing.
This Emergency Purchase has an expected start date of 08/01/2025 through 10/29/2025 with an Original
Estimated Cost of $610,000.00, using Other Funds. Revenue is generated from the cost of off campus
housing. This cost the same as a comparable living arrangement.
Signed By: Lannie Brown-Simon, AVP, Procurement
Vendor: 4Stay Notary Date: 7/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $610,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
19 Transportation, Department of File Date: 7/9/2025
Original Filing – 7/09/2025: FY26, Qtr 1, Item# 19
Civil Helm has the capacity and availability to perform the work on an expedited schedule and has submitted
lowest estimated cost
Construct Class B Patches along with expansion joints.
This Emergency Purchase has an expected start date of 07/09/2025 through 10/06/2025 with an Original
Estimated Cost of $450,000.00.
Signed By: David Almy, OMFE
Vendor: Helm Civil Notary Date: 7/9/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $450,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
20 Veterans Affairs, Department of File Date: 8/1/2025
Original Filing – 08/01/2025: FY26, Qtr 1, Item# 20
There are currently not enough cooks on staff to provide 3 meals a day to residents, 22nd Century is unable to
provide temporary staff under the Master Contract, and the current need is for a vendor to come into the home
for consulting and training in addition to cooks and support service workers. Arena Foods Inc has the ability to
begin services in the time frame that is required, and is also overseeing and overseen similar projects at our
Quincy and Manteno Homes. This is beneficial as Arena Foods Inc is familiar with the services and processes
at IDVA which will allow for services to be expedited.
Vendor will act as the Project Manager to oversee the services currently being administered at the Illinois
Veterans Home Chicago (IVHC). They will provide additional staff to the minimal staff IVHC currently has.
The staff will need professional guidance and direction of services and new processes. Vendor will direct
Agency Staff as needed and will be the point of contact for all services related to the Dietary Department.
Vendor will be point of contact and will provide direction to all Agency staff regarding all aspects of the dietary
services including, but not limited to, conducting test dietary operations; overseeing and training Agency staff
and assessing IDVA dietary operations to ensue applicable standards are met; drafting and review 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. Services needed to ensure the health and
safety of the residents is maintained and we are in compliance with the Illinois Department of Public Health
standards.
Vendor intends to partner with an identified BEP certified vendor to provide qualified temporary staffing services
within the Emergency Dietary Contract with LT Staffing dba Express Employment Professionals. Estimate that
the BEP vendor will provide up to 12 identified hourly staff. Prime Vendor will notify other interested potential
BEP vendors that the need has been fulfilled. Agency has reached out to BEP vendors noting the prime vendor
is for food service consulting and staffing and would they be able to provide temporary services for specialized
staffing.
BEP vendors notified:
Chicago Eats Sweet Honey Tea & Lemonade - emailed and they responded
interested, prime vendor is currently working with LT Staffing BEP vendor.
Chicago Flavas - emailed and
they responded interested, prime vendor is currently working with LT Staffing BEP vendor.
Dynamic
Interactive Business System - emailed and they responded interested, prime vendor is currently work with LT
Staffing BEP Vendor.
IAMMAKEISHA LLC - emailed and they have not responded
Inter-City Supply Co.,
Inc - emailed and they have not responded
S2O Consultants, Inc - emailed and they responded scope does not
appear to be applicable for them.
World Link Trading, Ltd - emailed and they have not responded.
This Emergency Purchase has an expected start date of 07/28/2025 through 10/25/2025 with an Original
Estimated Cost of $421,500.00.
Signed By: Stephanie Heckenkamp, CFO
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Vendor: Arena Foods Notary Date: 8/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $421,500.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
21 Veterans Affairs, Department of File Date: 6/16/2025
Original Filing – 06/20/2025: FY26, Qtr 1, Item# 21
Using State Grant Funding
Vendor is capable of immediate service and installation of facility security cameras, wiring of cameras, and
start-up of cameras for the Chicago Veterans Home. Security Cameras are to be installed into facility to ensure
the health and safety of the residents and staff.
Vendor is to provide required wiring, equipment, and labor to install 134 security cameras, applicable hard
drives, and switches throughout the interior and exterior of the facility. Vendor will ensure proper placement and
field of view for all cameras to ensure proper monitoring of facility to mitigate safety risks and hazards,
security of the facility and common areas, and elopement prevention. The Chicago Veterans Home currently
does not have an actively working Security Camera System to prevent elopement and protect the safety of
resident, staff, and vistors.
This Emergency Purchase has an expected start date of 06/20//2025 through 09/18/2025 with an Original
Estimated Cost of $275,000.00, using State Grant Funds.
Signed By: Stephanie Heckenkamp, CFO
Vendor: Seconds Matter Safety Solutions Notary Date: 6/16/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $275,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
22 Toll Highway Authority, Illinois State File Date: 7/23/2025
Original Filing – 7/23/2025: FY26, Qtr 1, Item# 22
Using Other Funding: The Illinois Tollway is a user-fee system and receives no state or federal funds for
maintenance and operations.
F.H. Paschen, S.N. Nielsen & Associates, LLC was selected because their qualifications and work experience
align with the scope and urgency of the project. Use of FHP will also provide the least disruption to the traveling
public and will be the most cost effective as they they are mobilized nearby on the corridor, and are the
apparent low bidder for contract RR-23-4900 which initially included this scope of work. Contract RR-23-4900
is anticipated to be awarded at a future board meeting.
Provide labor, equipment and materials to perform canopy removal, electrical work and maintenance of traffic at
the I-294 Cermak Road Toll Plaza 35 manual side.
This Emergency Purchase has an expected start date of 07/28/2025 through 10/25/2025 with an Original
Estimated Cost of $2,300,000.00, using Other Funds. The Illinois Tollway is a user-fee system and receives no
state or federal funds for maintenance and operations.
Signed By: Eric Occomy, Chief of Contract Services
Vendor: F.H. Paschen, S.N. Nielsen & Assoc Notary Date: 7/23/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,300,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
23 Capital Development Board File Date: 8/7/2025
Original Filing – 8/7/2025: FY26, Qtr 1, Item# 23
The scope of work provides for modernizing the East and West traction elevators in the South Tower of the
ISP Headquarters (Building
J0172). The scope includes a full code analysis by the A/E and construction
estimates to meet all OSFM requirements and includes but is
not limited to providing new controllers, control
stations, all safety devices including braking systems, and related components.
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 $300,000.00, 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 08/07/2025 through 11/04/2025 with an Original
Estimated Cost of $300,000.00.
Signed By: Chris Miles, Exec II
Vendor: Berners-Shober Assoc Notary Date: 8/7/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
24 Agriculture, Department of File Date: 9/3/2025
Original Filing – 09/03/2025: FY26, Qtr 1, Item# 24
Morrow brothers was the only vendor that could provide the Department of Agriculture with four (4) Ford
Mavericks in a very short time. Finding a vendor to provide inventory has been difficult. The Department of
Agriculture has done research and Morrow Brothers has Ford Mavericks hybrid sitting on the lot.
The Illinois Department of Agriculture- Bureau of Meat and Poultry has been needing and searching vehicles for
the inspectors at the Illinois Department of Agriculture. Our department has many inspectors that travel
throughout Illinois to inspect meat and eggs. . Without these vehicles, our workers won't be able to do the job.
Recently, two Chevrolet Malibu, a Ford Fusion and a Ford 150 were forced to retire due to the transmission
issues. These four (4) Ford Mavericks will substitute those four cars for a very decent price, $ 127,152.00 in
total. Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44ILL. Adm.
Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a
"quick purchase" in situations when "items are available on the spot market or at discounted prices for a limited
time so that good business judgment mandates a "quick purchase" immediately to take advantage of the
availability and price". The emergency spot market method of procurement was chosen over a competitive
solicitation because of the amount of time a competitive selection could take and given the current market
environment, vehicle dealerships are unlikely to hold multiple vehicles on their lots without a guarantee of award.
This Emergency Purchase has an expected start date of 08/15/2025 through 11/12/2025 with an Original
Estimated Cost of $127,152.00, using Federal Funds.
Signed By: Michelle Grimsley, APO
Vendor: Morrow Brothers Notary Date: 9/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $127,152.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
25 Transportation, Department of File Date: 8/12/2025
Original Filing – 08/12/2025: FY26, Qtr 1, Item# 25
The fix for this issue requires removal of the scale, cutting the deteriorated wall down to good concrete,
reforming new pit walls, repouring the wall, and installing a new scale in the newly poured pit. A new scale is
required because when we remove an existing scale, there is a high probability that the scale platform will twist
or become damaged causing the scale to weigh incorrectly ithe future.
This Emergency Purchase has an expected start date of 08/12/2025 through 11/10/2025 with an Original
Estimated Cost of $750,000.00.
Signed By: Kyle Armstrong, EO
Vendor: Fairbanks Scales Notary Date: 8/12/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $750,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
26 State Police, Illinois File Date: 8/19/2025
Original Filing – 8/19/2025: FY26, Qtr 1, Item# 26
Penlink Tangles and Cognitive Software will provide ISP with the analytical tools to assist in social media
exploitation which allows for the examination of social connections and interactions across multiple social media
platforms in relation to criminal activity and public safety matters. The system will provide access to open,
deep and dark-web content as well as artificial intelligence to assist in the detection of threats to public safety
and other criminal activity. This will also allow ISP the ability to share data with other law enforcement partners
and create reports, maps, and charts to aid investigators and prosecutors. Tangles and Cognitive software is
also compatible with existing Penlink modules maintained by ISP.
This Emergency Purchase has an expected start date of 08/19/2025 through 10/10/2025 with an Original
Estimated Cost of $73,550.00.
Signed By: Amanda Olinger, APO
Vendor: Pen-Link Ltd Notary Date: 8/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $73,550.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
27 State Police, Illinois File Date: 8/14/2025
Original Filing – 8/14/2025: FY26, Qtr 1, Item# 27
This vendor has the vehicles on the lot and ready to be picked up by ISP.
We are seeking three (3) Toyota SUV’s or equivalent that meet or exceed the following requirements.
-Vendor is
authorized automobile dealer and not a reseller.
-New 2025 or 2026 Toyota SUV’s or equivalent specifications:
-
Neutral Colors such as: Magnetic Gray Metallic, Midnight Black Metallic, Mudbath, Terra, and Lunar Rock or
equivalent. ISP WILL NOT accept colors such as: red, yellow, purple, orange, or pink.
-Full-size SUV
-Off-
road package with under body skid plates
-4x4
-Adaptive Suspension
-Roof rack capable of obscuring
antennas and cables on roof
-Hybrid powertrain
-Locking Rear Differential
This Emergency Purchase has an expected start date of 08/12/2025 through 11/07/2025 with an Original
Estimated Cost of $300,000.00.
Signed By: Amanda Olinger, APO
Vendor: Green Toyota Notary Date: 8/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
28 Public Health, Department of File Date: 8/14/2025
Original Filing – 08/14/2025: FY26, Qtr 1, Item# 28
The Illinois Department of Public Health (IDPH) is seeking a second emergency procurement to extend services
for the administrative and logistical management of the State’s ventilator cache, which is stored at the Strategic
National Stockpile (SNS) Regional Storage Site (RSS) warehouse. This second emergency contract will sustain
uninterrupted maintenance and repair services for these critical devices while a new competitively bid contract is
finalized and awarded.
The services provided under this contract include the continued inspection,
preventive maintenance, and repair of 365 ventilator units in accordance with manufacturer guidelines. This also
includes the coordination of parts procurement, completion of repairs, performance verification, and logistical
management for the return or deployment of the units. All ventilators must be returned to a fully operational,
ready-for-use state, either shipped directly to healthcare facilities or returned to the RSS warehouse.
These
ventilator devices, originally procured by the Illinois Emergency Management Agency (IEMA), were transferred
to IDPH under an Intergovernmental Agreement. IDPH is now responsible for ensuring their ongoing
maintenance and operational readiness to support emergency response operations across the state.
This 90-
day second emergency agreement ensures critical continuity of services while the agency transitions to a new
solicitation.
This Emergency Purchase has an expected start date of 08/10/2025 through 11/07/2025 with an Original
Estimated Cost of $650,973.60. using Federal Funds.
Signed By: Mike Caceres, APO
Vendor: Agiliti Health Notary Date: 8/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $650,973.60 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
29 Environmental Protection Agency File Date: 8/6/2025
Original Filing – 08/06/2025: FY26, Qtr 1, Item# 29
Illinois EPA did a competitive procurement (IFB), but circumstances outside of our control impeded the ability
to get the contract executed prior to federal funds expiring. Two vendors that submitted a bid, but upon further
review, one Vendor was unable to meet Section "1.2.16., the LC shall be rated for pressures up to 1300 bar and
flow rates up to 5mL/min." The system quoted had an operating flow rate of up to 2.0 mL/min. The only other
vendor that would have been eligible for award and met all the specifications of the original bid is the vendor
selected for this emergency. The Illinois Environmental Protection Agency canceled the solicitation as there was
not sufficient time to complete the Invitation for Bid (IFB) without avoiding a lapse of federal funds.
Prior to federal funds expiring on 9/30/25, the following will need to be complet
1. The Vendor will need to deliver the syst
2. The Vendor install the system and systeoftware
3. Provide 6-10 days of on-site consulting with an application scientist specifically for the implementation of
the EPA PFAS analysis methods.
4. Provide on-site software and hardware training for two analysts as part of the instrument purchase.
5. Once the training is complete, the vendor will need to send an invoice for the system, and IEPA will need
to provide payment to the vendor prior to the federal funds expiring. The approximate time to process a
payment is about three (3) weeks from the receipt of invoice.
The purchase of a LCMSMS is necessary for the Agency to continue it's regulatory actions for PFAS
contaminants. IEPA needs 1290 Infinity III High Speed Pump. Power range1300 bar and 5ml/min flow, binary
high pressure mixing, lowest delay, highest precision and accuracy. Includes Active Seal Wash, Tool Kit,
Solvent Cabinet, bottles and ISET.
With the following configuration:
High speed UCT
Delete ISET
Manual
DVD for 1220/1260/1290 - DVD included
Ultra Clean Tubing Kit
Installation
1290 Infinity III
Multisampler up to 1300 bar for well plates and individual sample containers. Includes 1 sample drawer, 2x 54-
vial containers, a needle flush port, 40 uL metering device, 20 uL loop. (for Dual-needle instruments metering
is 100 ul and loop size is 20 ul).
With the following configuration:
Multi-wash optiType of SW license - Use
existing license
Add thermostat - InfLab sample thermostat incl.
Sample Loop-Flex 40 uL - Sample Loop-Flex
40 uL right
Right dual needle loop select - Loop 100ul Right Dual-Needle
Analytical head 100 uL
Use
existing license
Agilent InfinityLab Sample Thermostat
Infinity Multi-wash option
Loop 100ul Right Dual-
Needle
Sample Loop-Flex 40 uL right
Analytical head 100 uL
Installation
1290 Infinity III Multicolumn
Thermostat. Capacity up to 8 columns, temperature range 4 deg C. to 110 deg C. Includes 1.6uL Quick-
Connect Heat Exchanger, Quick-Connect fitting and two Quick-Turn fittings. Valve drive optional.
With the
following configuration:on 1290 Infinity III Multicolumn Thermostat. Capacity up to 8 columns, temperature
range 4 deg C. to 110 deg C. Includes 1.6uL Quick-Connect Heat Exchanger, Quick-Connect fitting and two
Quick-Turn fittings. Valve drive optional.
With the following configuration:
Valve drive for 1290 MCT
Installation
2pos/6port valve head, 1300bar
With the following configuration:
Kap kit QCHE
005 - 2/6
cap kit 0.12 mm ID, incl. QC-HE
Installation
InfinityLab PFC-free HPLC Conversion Kit
6495 triple quadrupole LC/MS system hardware. Includes all hardware components: instrument, AJS ion
source, and PC hardware. Does not include MassHunter software
With the following configuration:
Training
Course Included
Installation
Introduction
1 Year SW Update/Phone Assist
Training
1YR PC Re
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Recovery Service
This Emergency Purchase has an expected start date of 08/06/2025 through 11/05/2025 with an Original
Estimated Cost of $484,064.46, using Federal Funds.
Signed By: Andrew Shackelford, APO
Vendor: Agilent Technologies Notary Date: 8/6/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $484,064.46 $0.00
30 Commerce Commission, Illinois File Date: 8/22/2025
Original Filing – 08/22/2025: FY26, Qtr 1, Item# 30
Landmark Ford has 4 SUV's available for purchase on the lot.
Four AWD Ford Escapes.
This is a quick purchase to secure vehicles to meet agency need.
This Emergency Purchase has an expected start date of 08/22/2025 through 11/21/2025 with an Original
Estimated Cost of $125,000.00.
Signed By: Crystal Blakeman, Procurement Manager
Vendor: Landmark Ford Notary Date: 8/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $125,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
31 Central Management Services, Department of File Date: 9/4/2025
Original Filing – 09/04/2025: FY26, Qtr 1, Item# 31
By Design Landscaping LLC has the required boom truck needed to reach the ladders in order to remove them
and has the availability to start first thing tomorrow morning. This company is registered as a Small Business in
the IPG.
Vendor will use their boom truck to reach the Exterior and interior ladders in and on the Powerhouse at the
LDC. These ladders need to be cut off as thieves are using them to cut on the switch gear and other hot
electrical components in order to steal the copper wiring for selling. This poses a hazardous risk of a fire and/or
electrocution. The building needs to be secured.
This Emergency Purchase has an expected start date of 09/04/2025 through 12/02/2025 with an Original
Estimated Cost of $12,400.00.
Signed By: Martha Blackwell, Manager
Vendor: By Design Landscaping LLC Notary Date: 9/4/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $12,400.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
32 Central Management Services, Department of File Date: 8/21/2025
Original Filing – 8/21/2025: FY26, Qtr 1, Item# 32
There are no remediation vendors located in McLean county and this Vendor located in Springfield had
immediate availability to come do the testing. The Vendor has been used for other mold remediation and is
familiar with State buildings.
During the emergency declared on 8/15/25 for the sewer backup at this location, drywall had to be removed and
mold was found. Therefore, we need to do emergency testing for mold throughout the building.
This Emergency Purchase has an expected start date of 08/20/2025 through 11/17/2025 with an Original
Estimated Cost of $6,000.00.
Signed By: Martha Blackwell, Manager
Vendor: D.S. Consulting Services LLC Notary Date: 8/21/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
33 Central Management Services, Department of File Date: 8/19/2025
Original Filing – 8/19/2025: FY26, Qtr 1, Item# 33
In order to get the backed up water jetted out immediately, all the JPMC Plumbers on contract, as well as 4
other plumbing companiesc were contacted and none of them had the availability to get there immediately with a
jetter. Therefore, Peerless was the next called that had a jetter and was available immediately to get to the
facility to handle removing the backed up sewer water.
Vendor will be using a jetter to remove backed up sewer water from office floors.
This Emergency Purchase has an expected start date of 08/15/2025 through 11/12/2025 with an Original
Estimated Cost of $5,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Peerless Cleaners, Inc. Notary Date: 8/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $5,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
34 Central Management Services, Department of File Date: 8/15/2025
Original Filing – 8/15/2025: FY26, Qtr 1, Item# 34
An Emergency was declared on 5/15/25 on a Chiller that went down at Y0108, 10956 Dickson Mounds Rd,
Lewistown, IL 61542. The chiller could not be repaired and required the rental of a 200Ton chiller immediately
to protect the artifacts stored at the museum. Since we were unable to get the original emergency extended and
we need the chillers on site through the end of the season, while CDB determines a course of action, we are
using the same Vendor from the original emergency to avoid having to pay additional delivery and set up fees if
we were to try and find another Vendor. Being in the middle of the hot season, most vendors do not have this
size of chiller available at this time for rent.
Vendor will rent the State a 200 Ton chiller for the 2026 summer/fall season to protect the artifacts housed at
the Dickson Mounds Museum. They will also be responsible for the removal of the chiller when the need no
longer exists.
This Emergency Purchase has an expected start date of 08/13/2025 through 11/10/2025 with an Original
Estimated Cost of $52,888.10.
Signed By: Martha Blackwell, Manager
Vendor: Carrier Notary Date: 8/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $52,888.10 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
35 University of Illinois Urbana-Champaign File Date: 8/22/2025
Original Filing – 8/22/2025: FY26, Qtr 1, Item# 35
Using OTHER FUNDS / UI Hospital Funds
Metropolitan Industries has successfully completed similar projects at the University. Their proven track record
suggests they can execute this critical project efficiently and effectively. One of the three hot water heaters has
suffered a mechanical failure. The failure is unrepairable, as replacement parts are no longer available.
Accordingly, the unit must be replaced. Until the replacement occurs, the remaining two heaters must provide
hot water for the entire medical center. The remaining two units are similarly past their useful life and at
imminent risk of unrepairable failure. Should this occur, the Hospital and Outpatient Care Center will not have
sufficient hot water to operate. The integrity of the system is not changed by replacing one failed unit, as
impending failure of the remaining two units would imperil the ability of the medical center to operate.
hree Metropolitan M-DHAS-D-DW-1232-075 horizontally mounted semi-instantaneous water heaters, complete
with steam control valves, touchscreen controllers, and accessories. Each unit includes safety features,
circulation pump, and all necessary gauges for efficient operation. One Metropolitan M4520M5CD-D duplex
condensate return unit with 45-gallon stainless steel receiver, Duplex 1.5 HP pumps, mechanical alternator, and
UL/CUL/CSA-approved NEMA 3R control panel.
This Emergency Purchase has an expected start date of 08/25/2025 through 11/23/2025 with an Original
Estimated Cost of $200,000.00, using Other Funds - UI Hospital Funds.
Signed By: Aaron Rosenthal, AV Chancellor
Vendor: Metropolitan Industries, Inc. Notary Date: 8/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
36 Illinois State University File Date: 8/26/2025
Original Filing – 8/26/2025: FY26, Qtr 1, Item# 36
Using Bond Revenue (University Housing Budget)
Vendor has familiarity with the campus and the project, as well as the ability to immediately mobilize to provide
the cohesive design-build construction services to rapidly mitigate the issue. Subcontractor KED/Bluestone
Consultants is also familiar with our buildings, processes and our construction guidelines.
Provide and engineered solution and contruction services to remedy failed systems at Wattterson towers
including bridge heaters at elevator lobbies and expansion tanks for hydronic systems. Piping that has failed is
not accessible and has been valved off. Immediate fixes are needed before winter weather to prevent freezing
and further breaks. Alternate routes for piping is required.
This Emergency Purchase has an expected start date of 08/26/2025 through 08/15/2026 with an Original
Estimated Cost of $450,000.00, using Bond Revenue (University Housing Budget).
Signed By: Stacy Brown, Director of Purchases
Vendor: Reliable Mechanical Notary Date: 8/26/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $450,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
37 Southern Illinois University File Date: 8/22/2025
Original Filing – 8/22/2025: FY26, Qtr 1, Item# 37
Using Local Funds
Combined with Nixon being the oniy authorized service center for the Kohler Diesel generator in our area,they
also had the best price
on the replacement radiator.
Nixon will drain the complete system, remove radiator, repair all coolant leaks at the front of the engine which
will include water pump,
thermostats, remove manifolds and re-seal. Repair all fuel rail manifolds and gaskets.
Replace all rubber hoses and clamps and install the new radiator. Fill the system with new coolant. Perform a
complete service on the engine, and repair leaking oil seal. See Service
This Emergency Purchase has an expected start date of 08/22/2025 through 11/17/2025 with an Original
Estimated Cost of $112,371.78 using Local Funds.
Signed By: Eric Massey, Dir of Procurement
Vendor: Nixon Power Services LLC Notary Date: 8/22/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $112,371.78 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
38 Southern Illinois University File Date: 8/8/2025
Original Filing – 8/8/2025: FY26, Qtr 1, Item# 38
Using Local Funds
This is the only provider that had availability and that is willing to work with our needs. They will also adopt the
code of conduct for students as an extension of the SIUE student housing program.
SIUE has a limited amount of on-campus housing for students. We have residency requirements for freshman
students and as a result, applications for student housing exceed the available on-campus space. We are using
this opportunity to place older students that otherwise qualify to live off campus in off-campus apartments for
the coming year. These placements are at the same terms the students would receive if they remain in on-
campus housing.
This Emergency Purchase has an expected start date of 08/15/2025 through 11/13/2025 with an Original
Estimated Cost of $310,760.00, using Local Funds.
Signed By: Matt Brown, Dir of Purchases
Vendor: New Poag Assoc. LLc Notary Date: 8/8/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $310,760.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
39 Natural Resources, Department of File Date: 9/10/2025
Original Filing – 9/10/2025: FY26, Qtr 1, Item# 39
Alvarado Plumbing has been identified as having the required expertise and equipment, has knowledge and
experience with the Morrison Rockwood state park and can mobilize swiftly from nearby Morrison, Il.
Alvarado is a local Small Business Set Aside (already registered in the State's bid buy system). Given the
emergency criteria on this project, the agency has identified Alvarado Plumbing as best suited to expeditiously
repair the well and pressure tank at Morrison Rockwood.
The agency would like to move forward with repairing the pump station to restore operation of water to the
campground and dump station for the campground and concession business. Work will include all labor and
materials including all labor and materials to make necessary repairs to the Morrison Rockwood well.
This Emergency Purchase has an expected start date of 09/11/2025 through 12/09/2025 with an Original
Estimated Cost of $31,700.00.
Signed By: Joe Lenkaitis, Regional Land Manager
Vendor: Alvarado Plumbing, Inc. Notary Date: 9/10/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $31,700.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
40 Natural Resources, Department of File Date: 8/4/2025
Original Filing – 8/4/2025: FY26, Qtr 1, Item# 40
The agency searched several vendor websites to find vehicles that would meet the agencies needs. Morrow
Brothers was able to provide the vehicle at the lowest price due to them being the only vendor with brand new
2023 models. The price savings are paramount to an agency that has a restricted budget and has a billion dollars
in deferred maintenance that causes unforeseen financial burdens.
2023 Ford F-150 Extended Cab 4x4
The vendor has an F-150 currently on their lot that meets the needs of the agency. 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 1 trucks.
This Emergency Purchase has an expected start date of 08/04/2025 through 11/02/2025 with an Original
Estimated Cost of $48,817.00.
Signed By: Maurice Mosley, APO
Vendor: Morrow Bros Ford Notary Date: 8/4/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $48,817.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
41 Natural Resources, Department of File Date: 8/14/2025
Original Filing – 08/14/2025: FY26, Qtr 1, Item# 41
The agency searched several vendor websites to find vehicles that would meet the agencies needs. Morrow
Brothers was able to provide the vehicle at the lowest price due to them being the only vendor with brand new
2023 models. The price savings are paramount to an agency that has a restricted budget and has a billion dollars
in deferred maintenance that causes unforeseen financial burdens.
(5)2023 Ford F-150 4x4
The vendor has fiveF-150 currently on their lot that meets the needs of the agency. 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 1 trucks.
IDNR has had ongoing conversations with the Master Contract vendor and the vendor doesn't have vehicles
available at this time and does not have a time frame of when vehicles will be available. The agency has an
immediate need for vehicles and if these vehicles are not acquired we have employees that are not able to
perform their job. IDNR's Office of Land Management (OLM) has accumulated 84 deadlined vehicles in the
past 4 years. With over 550 vehicles in the OLM fleet. Most of this fleet is aging and the agency is struggling to
replace these vehicles. The agency is using a mixture of ways to replace vehicles including Master Contract
Purchase and Invitation For Bid. The Master Contract purchasing window is not currently available and when it
is available F-150's are taking between 12-22 months to receive. The agency utilizes the IFB method whenever
possible, however if there is an opportunity to save time and money and get employees a vehicle expeditiously
so that they can perform the work that the state is paying them for then an Emergency Procurement may be
utilized. The lack of having these vehicles has hampered the agencies ability to operate the states assets.
This Emergency Purchase has an expected start date of 08/25/2025 through 11/23/2025 with an Original
Estimated Cost of $232,092.00.
Signed By: Maurice Mosley, APO
Vendor: Morrow Brothers Ford Notary Date: 8/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $232,092.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
42 Natural Resources, Department of File Date: 8/21/2025
Original Filing – 8/21/2025: FY26, Qtr 1, Item# 42
The water pump at the Marshall/Woodford SFWA Duck Ranch provides mid migration habitat as well as
nesting, resting and loafing for all migrating waterfowl. In order for us to provide this as well as a waterfowl
hunting program to the public, we need to provide water. Having this pump is the only realistic way to provide
the water that this area needs for suitable habitat and hunting. We are also part of the North American
Waterfowl plan and that plan calls for us to provide said habitat.
The vendor must have a particular franchise in order to obtain the parts needed for repairs, the vendor also
must be trained to make the specialized repairs of such a large piece of equipment. It takes a great deal of time,
work and money just to pull the pump from its location and put it back into place, so the repair work has to be
reliable and completed with the certified parts from a certified technician.
The only other vendor known to do the work is the actual manufacturer who is located in the state of
Florida. We already know the estimated price from E & M Smith, the only other way to get an estimate for
repairs would be to ship it to Florida to perform the same work. Shipping this pump to Florida for repairs has no
financial benefits.
This will be a repair and rebuild of the water pump. It will include replacement of the casing and water
deflector, repair and balance of the impeller, new shafting, coupling and bearing paint, as well as a new outlet
pipe.
Agency has had similar specialized pumps repaired in the past, most recently last year. No other known vendors
in the state that repair and rebuild these types of pumps.
This Emergency Purchase has an expected start date of 08/21/2025 through 11/19/2025 with an Original
Estimated Cost of $54,000.00.
Signed By: Maurice Mosley, APO
Vendor: E.M. Smith & Co Notary Date: 8/21/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $54,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
43 Human Services, Department of File Date: 9/5/2025
Original Filing – 09/05/2025: FY26, Qtr 1, Item# 43
Nichols Enterprises, LLC is a ServPro vendor experienced in mold testing and mold remediation. The Center
required immediate testing as mold was visible in several areas in their residential homes and the vendor was able
to respond immediately to help address this problem.
The vendor will complete air quality testing and provide air scrubbers for the Center's 7 residential homes where
mold has been detected at elevated levels. Once heating season starts, the vendor will complete the initial
remediation of the mold in these residential homes followed by further testing to evaluate the mold levels.
This Emergency Purchase has an expected start date of 09/02/2025 through 11/30/2025 with an Original
Estimated Cost of $250,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises, LLC Notary Date: 9/5/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
44 Human Services, Department of File Date: 8/19/2025
Original Filing – 8/19/2025: FY26, Qtr 1, Item# 44
This vendor has a Master Contract for repair and maintenance of generators has provided maintenance services
for the Center's generators. They had a generator available and were able to immediately deliver and install. The
generator at the Center is totally disabled and in need of repair. If the Center encounters a power outage, there
would be no air conditioning, domestic hot water or power in the Boiler House, Main Dietary, Mechanical
Building, Community Building and Administration Building. Rental of a temporary generator is required until the
main generator can be repaired by the warranty vendor.
Rental of one (1) 500kw generator, 50' camlock cable and pig tails. Rental includes delivery, labor to connect,
labor to disconnect and removal.
This Emergency Purchase has an expected start date of 08/19/2025 through 11/16/2025 with an Original
Estimated Cost of $24,853.31.
Signed By: Stacy Howlett, COO
Vendor: SEPs, Inc. Notary Date: 8/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $24,853.31 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
45 Human Services, Department of File Date: 8/21/2025
Original Filing – 8/21/2025: FY26, Qtr 1, Item# 45
This vendor has been providing medical director services at ICRE and has current experienced with the needs of
the students and the services required.
ICRE requires medical director services 24 hours a day Monday - Friday for students who are physically
disabled. The Medical Director will provide case management and medical consultation over the phone when
requested by the medical staff at the Center. The Medical Director will spend at least 5 hours per month at the
Center to review/approve medications. The Medical Director will also be available for medical consultation with
outside hospitals for the students medical needs.
This Emergency Purchase has an expected start date of 08/20/2025 through 11/17/2025 with an Original
Estimated Cost of $25,684.26.
Signed By: Jean Sandstrom, APO
Vendor: University of Chicago Notary Date: 8/21/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,684.26 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
46 Human Services, Department of File Date: 8/29/2025
Original Filing – 8/29/2025: FY26, Qtr 1, Item# 46
Summit Cold Storage Corp. has been providing cold storage services based on the most recent Small Purchase
Bid for FY24-25. Multiple bids for a new contract have been conducted and no responsive bids were received.
This contract will allow Ludeman to continue with current vendor until a new Bid is awarded.
The vendor shall receive the frozen and refrigerated food delivered by various food vendors, store the food at
correct temperatures, then withdraw and deliver the food items that the kitchen requests once a week.
This Emergency Purchase has an expected start date of 09/01/2025 through 11/29/2025 with an Original
Estimated Cost of $21,994.00.
Signed By: Jean Sandstrom, APO
Vendor: Summit Cold Storage Co. Notary Date: 8/29/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $21,994.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
47 Housing Development Authority File Date: 8/28/2025
Original Filing – 8/28/2025: FY26, Qtr 1, Item# 47
IHDA does not have the staff in-house to perform the type of executive level search functions as is required to
fill the positions of Director of Human Resources and the Chief Information Officer. The Director of Human
Resources position recently and unexpectedly become vacant. The Chief Information Officer position will be
vacant within the coming weeks. Both of these positions are key executive level positions within IHDA 's
leadership and reach every department. Currently, IHDA is working on several agency wide and other initiatives
related to its mission of financing affordable housing throughout the State of Illinois that require these leadership
positions to be filled urgently by qualified candidates. Delays in filling these two positions would result in
further delays in moving these important initiatives. IHDA has worked with Korn Ferry successfully in the past
three years to fill previous vacancies of both its Chief Financial Office and Chief Information Officer positions,
both of which are executive level positions and therefore has the relevant experience working with IHDA to
identify qualified executive level candidates in a timely and effective manner and is uniquely familiar with IHDA's
recruitment process.
HDA is seeking a 90 day emergency contract with Korn Ferry (US) to provide executive search firm services to
assist in filling both its Director of Human Resources position and Chief Information Officer position. Services
include identifying, screening and interviewing executive level candidates with the expertise and experience in
these two positions.
This Emergency Purchase has an expected start date of 09/11/2025 through 12/09/2025 with an Original
Estimated Cost of $124,400.00, using locally held funds at IHDA.
Signed By: Kristin Faust, Executive Director
Vendor: Korn Ferry Notary Date: 8/28/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $124,400.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
48 Public Health, Department of File Date: 9/15/2025
Original Filing – 09/15/2025: FY26, Qtr 1, Item# 48
Groupware Technologies, Inc. (GTI) is the sole authorized provider of the Provide Enterprise® software and
the only vendor capable of supplying the full range of licensing, hosting, maintenance, and technical support
required by the Illinois Department of Public Health (IDPH). The Provide Enterprise® platform is a proprietary,
integrated case management and surveillance system used by IDPH to monitor HIV incidence and prevalence,
manage client care for more than 48,000 Illinois residents, and administer critical Ryan White Part B services.
GTI holds exclusive rights to the software, system upgrades, security patches, and technical expertise
necessary to maintain and operate Provide Enterprise®. No other vendor can legally or technically provide these
services, nor can they replicate the proprietary interfaces that connect the system to pharmacies, Medicare
TROOP, healthcare providers, and other electronic medical record systems.
The selection of GTI ensures uninterrupted continuity of HIV/AIDS care coordination, prevention, and
surveillance services. Any attempt to transition to a different vendor or system would require a complete
replacement of the platform, migration of highly sensitive health data, redevelopment of system interfaces, and
extensive retraining of IDPH staff and partner organizations. This process would take years, impose significant
costs, and cause unacceptable disruptions to essential public health services.
For these reasons, Groupware
Technologies, Inc. is the only vendor that can meet the State’s immediate and ongoing needs for Provide
Enterprise® software and related services.
Groupware Technologies, Inc. (GTI) will provide the Illinois Department of Public Health (IDPH) with the full
range of proprietary Provide Enterprise® software services and support necessary to maintain uninterrupted
HIV/AIDS case management, prevention, and surveillance operations.
The scope of services includes:
• Annual Data Hosting and Business Continuity Services – secure server hosting,
disaster recovery, and system uptime assurance.
• Server Licensing and Support – renewal and maintenance of
Provide Enterprise® application server licenses.
• User License, Maintenance, and Support Fees (per user) –
software access, updates, bug fixes, and technical support.
• Imaging Support Services – management and
support of the integrated imaging/document system.
• 270/271 Eligibility Verification Transactions – real-time
Medicaid/insurance eligibility verification.
• Contracted Pharmacy Interface Support – maintenance and
troubleshooting of pharmacy data exchanges.
• Medicare TROOP Interface Support – management of Medicare
True Out-of-Pocket (TROOP) cost-sharing interface.
• Report Writing and Custom Programming (per hour) –
development of custom reports, queries, and enhancements.
• Implementation Support – technical services
required for upgrades, configuration, or system changes.
These supplies and services are essential to ensure
IDPH’s HIV/AIDS Care, Surveillance, and Prevention Sections can continue using the Provide Enterprise®
platform without disruption, thereby safeguarding critical public health functions and service delivery for over
48,000 Illinois residents.
The Illinois Department of Public Health (IDPH) conducted a review of potential opportunities to utilize Business
Enterprise Program (BEP)-certified vendors for this procurement. The following steps were taken:
1. BidBuy
Vendor Search – IDPH searched the BidBuy system and the State of Illinois BEP vendor directory for
contractors certified to provide case management software, database hosting, licensing, and technical support
services.
2. Market Scan – IDPH reviewed the marketplace for IT vendors that might offer comparable services
or subcontracting opportunities related to hosting, software maintenance, or user support.
3. Direct Outreach –
IDPH consulted with the Agency Procurement Office and internal procurement staff to determine whether any
BEP-certified vendors were authorized resellers, distributors, or subcontractors for the Provide Enterprise®
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
software.
4. Assessment of Subcontracting Potential – IDPH evaluated whether ancillary services (such as
hosting or programming support) could be subcontracted to a BEP vendor without disrupting the integrity and
security of the Provide Enterprise® system.
Results: No BEP-certified vendors were identified who are authorized
to sell, support, or maintain the Provide Enterprise® software. Because Groupware Technologies, Inc. (GTI) is
the sole authorized provider, no opportunity exists to competitively bid this procurement or to subcontract core
services to a BEP-certified firm.
This Emergency Purchase has an expected start date of 09/16/2025 through 12/14/2025 with an Original
Estimated Cost of $700,000.00, using Federal Funds.
Signed By: Mike Caceres, APO
Vendor: Groupware Technologies, Inc. Notary Date: 9/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $700,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
49 Human Services, Department of File Date: 9/19/2025
Original Filing – 9/19/2025: FY26, Qtr 1, Item# 49
Given the urgency of several large-scale policy changes, the State requires that a vendor who can immediately
ramp up and initiate support services, who will rapidly become highly knowledgeable about DHS and HFS
staffing models and impacted policies and programs, and maintain widespread knowledge of emerging and best
practices in other states. There is a limited pool of vendors with sufficient capacity to meet these needs. As a
result, a Subject Matter Expert identified five vendors who had the size, resources and knowledge to assist DHS
and HFS.
An Emergency Request For Quote was sent to these vendors. The State utilized a process an
abbreviated competitively process which closely mirrored the Request for Proposal process while including
Business Enterprise Program (BEP) participation. The highest scoring vendor of the four who responded was
awarded the contract.
This will be a Joint Purchase - DHS is the lead agency and DHS and HFS are the user
agencies.
In response to federal changes and in line with the State of Illinois’s goal to optimize public benefit enrollment,
the State seeks a vendor who will assist in producing a coordinated workplan and timeline that:
1) Aligns
interagency strategic planning on an expedited basis and rapid response planning;
2) Leverages the resources,
expertise, and networks the State of Illinois can tap into, and;
3) Maximizes agency capacity.
This Emergency Purchase has an expected start date of 09/22/2025 through 12/19/2025 with an Original
Estimated Cost of $2,074,436.00.
Signed By: Jean Sandstrom, APO
Vendor: The Boston Consulting Group, Inc. Notary Date: 9/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,074,436.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
50 Capital Development Board File Date: 1/31/2025
Fifth Filing – 01/31/2025: FY26, Qtr 1, Item # 50
An Emergency Purchase Extension was received on January 31, 2025 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
July 1, 2025 through September 30, 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 $563,178.78 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
51 Capital Development Board File Date: 7/5/2025
Sixth Filing - 07/05/2025; FY26, Qtr 1, Item # 51
An Emergency Purchase Extension was received on July 05, 2025 requesting an extension for dates starting
07/30/2025 to 07/31/2026. The extension expenditure is not assessed and will be charged for time only.
Fifth Filing – 01/31/2025: FY26, Qtr 1, Item # 330
An Emergency Purchase Extension was received on January 31, 2025 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.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
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.
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 $563,178.78 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
52 Capital Development Board File Date: 7/23/2024
Third Filing – 08/01/2025: FY26 Qtr 1, Item # 52
An Emergency Purchase Extension was received on August 1, 2025 requesting an extension for dates starting
08/13/2025 to 11/21/2025. At an additional estimated cost of $61,913.81, revising the total estimated cost to
$1,185,913.81.
Second Filing – 07/23/24: FY25, Qtr 1, Item # 61
An Emergency Purchase Extension was received on July 23, 2024 requesting an extension for dates starting
08/14/2024 to 08/13/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/16/2024: FY24, Qtr 4, Item# 22
The scope of work provides for expedited construction services to remediate the PCB from the vault and
reroute main feeds to a new pad-mounted transformer, install a new duct bank for the buildings via a new duct
bank, the end of the duct bank where the water main broke will be encased by a concrete cap, a transformer
leaking PCB near the South Cell will be remediated and replaced, a pad mount switch SS-12 feeding South Cell
House requires a pedestal and feeders extended.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record and quote received by Block Electric Co., 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 $1,124,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/16/2024 through 08/13/2024 with an Original
Estimated Cost of $1,124,000.00.
Signed By: Chris Miles, Exec II
Vendor: Block Electric Co. (29440) Notary Date: 5/16/2024
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
July 1, 2025 through September 30, 2025
State Cost: $1,124,000.00 $1,185,913.81 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
53 Capital Development Board File Date: 12/30/2024
Fourth Filing – 07/18/25: FY26, Qtr 1, Item #53
An Emergency Purchase Extension was received on July 18, 2025 requesting an extension for dates starting
07/31/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
State Cost: $50,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
54 Capital Development Board File Date: 4/17/2025
Second Filing – 07/07/25: FY26, Qtr 1, Item # 54
An Emergency Purchase Extension was received on July 7, 2025 requesting an extension for dates starting
07/15/2025 to 1/15/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 4/17/2025: FY25, Qtr 4, Item# 100
The scope of work provides for the rental of vacuum trucks to pump sewage from the clarifier in its entirety to
access and replace the failed bearing, valves, and other undiscovered failing components once the clarifier is
drained. These repairs may also necessitate the rental of temporary storage tanks and trucking of excess sewage
to local treatment plants.
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 $500,000.00, 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 04/17/2025 through 07/15/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: River City Construction LLC Notary Date: 4/17/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
55 Capital Development Board File Date: 7/7/2025
Second Filing – 07/07/2025: FY26, Qtr 1, Item # 55
An Emergency Purchase Extension was received on July 7, 2025 requesting an extension for dates starting
08/02/2025 to 05/15/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/5/2025: FY25, Qtr 4, Item# 102
The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse
mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,
secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping
modifications and associated electrical and controls work. The work will require the removal and replacement of
a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and
installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The
scope shall also include provisions for a temporary chiller while the work is being completed.
Incorporated documents include the 2025 January 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 $4,000,000.00, 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 05/05/2025 through 08/02/2025 with an Original
Estimated Cost of $4,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henson Robison Co. Notary Date: 5/5/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $4,000,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
56 Capital Development Board File Date: 1/31/2025
Sixth Filing – 01/31/2025: FY26, Qtr 1, Item # 56
An Emergency Purchase Extension was received on January 31, 2025 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.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
this procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a
Professional Services Agreement, without prior authorization from the Capital Development Board in
consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion
and project close-out.
In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to
be used whose contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and
certifications as a material term of the contract.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 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 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
57 Human Services, Department of File Date: 9/16/2025
Final Cost Statement
Latest Filing – 09/16/2025: FY26, Qtr 1, Item# 420
An Actual Total Cost of FY26, Qtr 1, Item # 420 is $72,000.00 was reported in the same filing quarter.
Second Filing – 05/30/25: FY26, Qtr 1, Item # 57
An Emergency Purchase Extension was received on May 30, 2025 requesting an extension for dates starting
07/01/2025 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/14/2025: FY25, Qtr 4, Item# 142
Remove the hoist motor, transport to the machine shop for a rebuild; install the rebuilt hoist motor; remove
original brake assembly (retain drum), install Hollister Whitney retrofit brake and %125 weight test the elevator.
Center utilized a SBSA company as ELEVATOR INSTALLATION, MAINTENANCE AND REPAIR NIGP
Code 910-13 is set aside for Small Businesses. In accordance with 30 ILCS 500/20-20, no BEP participation
was considered.
This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original
Estimated Cost of $72,000.00.
Signed By: Jean Sandstrom, APO
Vendor: 309 Elevators LLC Notary Date: 5/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $72,000.00 $72,000.00 $72,000.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
58 State Police, Illinois File Date: 7/7/2025
Second Filing – 07/07/25: FY26, Qtr 1, Item #58
An Emergency Purchase Extension was received on July 7, 2025 requesting an extension for dates starting
07/16/2025 to 10/16/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 4/15/2025: FY25, Qtr 4, Item# 113
The Illinois State Police (ISP) Training Academy has an immediate need for an on-site food service vendor
under a contractual agreement. The current contract is being canceled because it does not include language
allowing for price increases related to prevailing wage adjustments. Due to these issues and to ensure the
fairness and transparency of the procurement process, the existing contract must be canceled and a new
solicitation initiated.
Given the ISP Training Academy's ongoing operations—with two Cadet classes currently in-house and four
more incoming—the need for uninterrupted food service is critical. DAT is working to issue a new multi-year
IFB during this emergency period. Arena Food Service, the current contractor and long-time service provider,
has supported the Academy for many years. To avoid disruption of essential services, ISP is requesting to
continue emergency service with Arena until a new competitively awarded contract is established.
This Academy is residential, law enforcement training facility and an integral part of the operation is dependent
upon food service. During training, officers are engaged in strenuous physical training endeavors as well as an
intensive study program. Team building is a major component of the training and there is no time scheduled for
students to leave the Academy for meals. The intensive training requires special consideration to ensure that
nutritionally balanced meals are served in a timely manner to all students. The ISP is seeking to secure an
emergency three (3) month procurement for food service contract until a new contract can be established.
This Emergency Purchase has an expected start date of 04/17/2025 through 07/15/2025 with an Original
Estimated Cost of $433,028.16.
Signed By: Jasmin Dixon, Exec Dir
Vendor: Arena Food Services Notary Date: 4/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $433,028.16 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
59 Toll Highway Authority, Illinois State File Date: 3/13/2025
Fourth Filing – 07/02/25: FY26, Qtr 1, Item # 59
An Emergency Purchase Extension was received on July 2, 2025 requesting an extension for dates starting
07/08/2025 to 08/07/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing –03/13/25: FY25, Qtr 4, Item #169
An Emergency Purchase Extension was received on March 13, 2025 requesting an extension for dates starting
04/07/2025 to 07/07/2025 at an additional estimated cost of $500,000.00, revising the total estimated cost to
$1,062,500.00.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $562,500.00 $1,062,500.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
60 Innovation & Technology, Department of File Date: 5/1/2025
Second Filing – 07/31/2025: FY26, Qtr 1, Item #60
An Emergency Purchase Extension was received on July 31, 2025 requesting an extension for dates starting
07/31/2025 to 01/31/2026 at an additional estimated cost of $688,055.75, revising the total estimated cost to
$1,376,111.50.
Original Filing –5/1/2025: FY25, Qtr 4, Item# 119
The majority of the analog phone systems still in place are in locations such as Department of Correction
penitentiaries and Department of Human Services facilities. The loss of phone systems risks both residents and
state staff. This vendor has historically held this contract and is able to continue these services while the state
issues a competitive solution. This vendor already has required security clearances to enter the locations with
analog phone systems in place.
Installation/Move, Add, Change (MAC) requests and Maintenance services for the states remaining analog phone
systems listed in Attachment A. This includes warranty, replacement, and move, add, change request. The
vendor will handle all facets of maintenance for the systems.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/30/2025 with an Original
Estimated Cost of $688,055.75.
Signed By: Chris Brinkmeyer, APO
Vendor: Ficek Elec & Communication Systems, Inc. Notary Date: 5/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $688,055.75 $1,376,111.50 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
61 Capital Development Board File Date: 6/3/2025
Second Filing – 08/11/25: FY26, Qtr 1, Item # 61
An Emergency Purchase Extension was received on August 11, 2025 requesting an extension for dates starting
08/31/2025 to 02/27/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 6/03/2025: FY25, Qtr 4, Item# 126
The project provides for improving drainage systems at the East Moline Correctional Center. The upgrades will
focus on key areas such as storm sewers, curbs, replacement of security fence with lighting, embankments,
and erosion control to prevent flooding, stabilize slopes, and enhance stormwater management. These
improvements are crucial for preventing ongoing flooding issues and protecting
the infrastructure at the facility.
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 onproof of work actually performed and
materials actually used. Construction services provided under this procurement should not
exceed $1,078,410.00, 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. Monthly Progress Status Reports
and all pay applications will be provided to CDB and the CPO.
This Emergency Purchase has an expected start date of 06/03/2025 through 08/31/2025 with an Original
Estimated Cost of $1,078,410.00.
Signed By: Chris Miles, Exec II
Vendor: Miller Trucking & Excavating Co. Notary Date: 6/3/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,078,410.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
62 Capital Development Board File Date: 5/5/2025
Second Filing – 07/15/2025: FY26, Qtr1, Item # 62
An Emergency Purchase Extension was received on July 15, 2025 requesting an extension for dates starting
08/02/2025 to 05/15/2026 at an additional estimated cost of $15,000.00, revising the total estimated cost to
$515,000.00.
Original Filing – 5/5/2025: FY25, Qtr 4, Item# 103
The scope of work provides for removing and replacing two (2) centrifugal liquid chillers in the penthouse
mechanical room, four (4) rooftop cooling towers including structural supports, nine (9) associated primary,
secondary, and condensing water pumps, three (3) variable frequency drives, any necessary piping
modifications and associated electrical and controls work. The work will require the removal and replacement of
a portion of the existing exterior masonry wall of the penthouse to provide necessary access for removal and
installation of equipment. Provisions shall be made to maintain the integrity of the roof during construction. The
scope shall also include provisions for a temporary chiller while the work is being completed.
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 $500,000.00, 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 05/05/2025 through 08/02/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: RTM Engineering Consultants LLC Notary Date: 5/5/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $515,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
63 University of Illinois Urbana-Champaign File Date: 7/26/2023
Final Cost Statement
Latest Filing – 07/02/25: FY26, Qtr 1, Item # 63
The Actual Total Cost of FY26, Qtr 1, Item# 63 is $190,440.00, with the final contract term ending.
Original Filing – 7/26/2023: FY24, Qtr 1, Item# 18
Submitted quote requests to maintained list of fleet vehicle dealerships as is standard. Quotes were received and
Bob Ridings Incorporated provided the lowest pricing.
Dodge and Ford are the only manufacturers for this
size chassis. Dodge has not had any window open for this size vehicle since 2021 and there is no knowledge
that they will open it at all or anytime soon.
The pandemic has drastically altered vehicle ordering, production and delivery. The usual method for fleet
vehicle procurement (developing specifications, evaluating quotes, placing order and accepting delivery) no
longer exists. Most manufacturers are devoting limited production capacity to the individual consumer instead of
fleet vehicle orders. P2162195 was placed in June 2021 for a similar vehicle and no orders have been accepted
in the intervening 2-years. This vehicle has not yet been produced or delivered. Fleets were notified by Ford that
the ordering window for these types of vehicles will only be open for 3 business days, July 24 - July 27. Once
notified of the open ordering window, the university solicited request for quotes from 15 vendors and received 3
competitive offers.
The University has two vehicles in critical need for replacement and are vital for major operations:
Both
vehicles to replace are from 2002 and have over 147,000 miles and are becoming very challenging to maintain.
The Illinois Fire Service Institute uses these vehicles to tow large trailers to training sites across the state.
Without these vehicles there is a significant risk that training to first responders could be reduced, delayed or
canceled altogether.
This Emergency Purchase has an expected start date of 07/26/2023 through 07/26/2023 with an Original
Estimated Cost of $193,884.00, using Federal Funds.
Signed By: Aaron Finder, Asst Director of Purchasing
Vendor: Bob Riding Incorp Notary Date: 7/26/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 26 1
Federal $193,884.00 $190,440.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
64 Capital Development Board File Date: 3/1/2024
Final Cost Statement
Latest Filing – 07/23/25: FY26, Qtr 1, Item # 64
The Actual Total Cost of FY26, Qtr 1, Item# 64 is $624,640.14, with the final contract term ending.
Second Filing – 03/01/2024: FY24, Qtr 3, Item # 124
An Emergency Purchase Extension was received on March 1, 2024 requesting an extension for dates starting
3/4/2024 to 08/01/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/6/2023: FY24, Qtr 2, Item# 124
The scope of work provides for repair and replacement of items damaged during a fire in maintenance bays 1-3
(1 common area) including wiring devices,light fixtures, water heaters, water piping,unit heaters, overhead
doors, door motors and tracks, including all related conduit, wiring, water piping, gas piping, and other fire
damaged items. The entire area is to be cleaned and finishes restored to their pre-tire condition. I he scope also
provides tor immediate repairs to the x-bridging in the steel bar joists to stabilize the root. Root replacement and
repairs will be done under a separate contract. Roof replacement and repairs will be done under a separate
project.
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 $400,000.00, 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 12/6/2023 through 03/04/2024 with an Original
Estimated Cost of $400,000.00.
Signed By: Chris Miles, Exec II
Vendor: Hein Construction Co. Inc. Notary Date: 12/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $624,640.14 $624,640.14 26 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Federal $0.00 $0.00
65 Human Services, Department of File Date: 2/20/2025
Final Cost Statement
Latest Filing – 07/16/25: FY26, Qtr 1, Item # 65
The Actual Total Cost of FY26, Qtr 1, Item# 65 is $96,577.05, with the final contract term ending.
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 $96,557.05 $96,557.05 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
66 Veterans Affairs, Department of File Date: 4/3/2025
Final Cost Statement
Latest Filing – 07/08/25: FY26, Qtr 1, Item # 66
The Actual Total Cost of FY26, Qtr 1, Item# 66 is $181,705.45, with the final contract term ending.
Second Filing – 04/03/25: FY25, Qtr 4, Item # 166
An Emergency Purchase Extension was received on April 3, 2025 requesting an extension for dates starting
04/23/2025 to 7/21/2025. The extension expenditure is not assessed and will be charged for time only.
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 $181,705.45 $181,705.45 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
67 Toll Highway Authority, Illinois State File Date: 6/14/2024
Final Cost Statement
Latest Filing –06/27/25: FY26, Qtr 1, Item # 67
The Actual Total Cost of FY26, Qtr 1, Item# 67 is $419,924.95, with the final contract term ending.
Second Filing – 09/06/24: FY25, Qtr 1, Item #84
An Emergency Purchase Extension was received on September 6, 2024 requesting an extension for dates
starting 9/12/2024 to 1/15/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 6/14/2024: FY24, Qtr 4, Item# 34
Metromex has previously completed pavement patching work at the interchange. They are familiar with the
area and the traffic configuration. Utilizing Metromex will have the least impact to the traveling public.
The Tollway must have a source to complete pavement repairs to ensure the pavement continues to be safely
maintained and avoid severe impact to the over 100,000 vehicles traveling on I-290 per day. In addition, fencing
is required to ensure access to the right of way and work zone is prohibited and erosion control must be
maintained to comply with federal clean water requirements, avoid impact to streams and waterways and avoid
monetary penalties for non-conformance. In order to complete the erosion control measures, clearing of
partially removed trees must also be completed. The work is along I-290 between North Ave and Butterfield
Road.
This Emergency Purchase has an expected start date of 06/14/2024 through 09/11/2024 with an Original
Estimated Cost of $500,000.00, using Other Funds.
Signed By: Eric Occomy, APO
Vendor: Metromex Contractors, Inc. Notary Date: 6/14/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $419,924.95 $419,924.95 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
68 Chicago State University File Date: 2/26/2025
Final Cost Statement
Latest Filing – 06/23/25: FY26, Qtr 1, Item # 68
The Actual Total Cost of FY26, Qtr 1, Item# 68 is $3,412,000.00, with the final contract term ending.
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 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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
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 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
69 University of Illinois Urbana-Champaign File Date: 6/27/2025
Final Cost Statement
Latest Filing – 06/27/25: FY26, Qtr 1, Item # 69
The Actual Total Cost of FY26, Qtr 1, Item# 69 is $130,681.47, with the final contract term ending.
Original Filing – 5/1/2025: FY25, Qtr 4, Item# 148
It's the University's policy is to avoid putting steel in the ground as much as possible when installing
underground pipping.Nupi All-Pro is needed for this application because it is a non-metallic system that doesn't
corrode and it offers a published rating of 150 PSIG at 200F which is needed for UIUC research needs. Nupi
All-Pro pipe is constructed of a high temp version of polypropylene suitable for hot water distribution.
Alternative plastic pipping materials cannot offer the published pipe rating or a polypropylene material that is
suitable for hot water distribution. Capital Group is the regional distributor for this particular system of hot and
cold water piping.The product is jointed by fusion and is thermal insulated. Capital Group can certify the
installation of the system installed by Facilities & Services Shops.
Construction Engineering Research Lab Buildings 1, 2,Utility Plant were constructed in 1968 and since then the
underground 6"steel hot water supply and return have been replace on two other occasions. The 6" cold water
supply and return are original and are in immediate need of repair.The hot water pipe has deteriorated to a
condition that this past winter we experienced leaks and a repair in sub-zero weather.The condition of the
existing pipe is in such poor condition that we could not weld new pipe. The condition of the pipe gives us
concern of another leak at any moment. We are electing to install the polypropylene piping to eliminate the
corrosion and extending the life expectancy of the system. The hot water, cold water system support the
heating and cooling of Buildings 1 & 2 as well as provide utilities to critical research equipment. The proper
conditions for replacement will be before the cooling season begins July 1, 2025 and well in advance of the
winter heating season.
The University has contacted both contracted suppliers and neither option was able to quote or provide a
substitute option.
All Materials and butt welding machine for 1364 lineal feet of 6" hot water supply and return and cold water
supply and return preinsulated piping.
This Emergency Purchase has an expected start date of 05/01/2025 through 07/01/2025 with an Original
Estimated Cost of $130,682.67, using Federal Funds.
Signed By: Aaron Finder, ADP
Vendor: Capitol Group. Inc Notary Date: 5/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Federal $130,682.67 $130,681.47
70 University of Illinois Urbana-Champaign File Date: 10/9/2024
Final Cost Statement
Latest Filing – 07/11/25: FY26, Qtr 1, Item #70
The Actual Total Cost of FY26, Qtr 1, Item#70 is $170,440.00, with the final contract term ending.
Second Filing – 10/09/2024: FY25, Qtr 2, Item # 39
An Emergency Purchase Extension was received on October 9, 2024 requesting an extension for dates starting
10/19/2024 to 06/30/2025 at an additional estimated cost of $250,000.00, revising the total estimated cost to
$400,000.00.
Self Supporting Funds
Original Filing – 7/24/2024: FY25, Qtr 1, Item# 11
Due to the Change Healthcare/Optum cyberattack, the Hospital's information systems shut down some of our
systems. This included the Computer Assisted Coding (CAC) Optum coding platform that was not available to
the coders to complete coding for 10 days. This system disruption led to the coding backlog. AAPC is being
utilized for coding and auditing services by our Compliance Department. The vendor has experienced hospital
coders that can be assigned to our site relatively quickly. We are requesting a new emergency to continue the
medical coding services until the competitive solicitation RFP #PPA109 is awarded and a contract agreement is
fully executed.
Medical coding services for hospital inpatient and outpatient accounts.
This Emergency Purchase has an expected start date of 07/21/2024 through 10/18/2024 with an Original
Estimated Cost of $150,000.00.
Signed By: Aaron Rosenthal, IVC
Vendor: American Academy of Prof Coders Serv Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $400,000.00 $170,440.00 $170,440.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
71 University of Illinois Urbana-Champaign File Date: 1/22/2025
Final Cost Statement
Latest Filing – 07/14/25: FY26, Qtr 1, Item # 71
The Actual Total Cost of FY26, Qtr 1, Item# 71 is $630,520.00, with the final contract term ending.
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 $630,520.00 $630,520.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
72 University of Illinois Urbana-Champaign File Date: 3/13/2025
Final Cost Statement
Latest Filing – 07/01/25: FY26, Qtr 1, Item # 72
The Actual Total Cost of FY26, Qtr 1, Item# 72 is $107,589.00, with the final contract term ending.
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 $107,589.00 $107,589.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
73 Central Management Services, Department of File Date: 5/20/2025
Final Cost Statement
Latest Filing – 07/31/25: FY26, Qtr 1, Item # 73
The Actual Total Cost of FY26, Qtr 1, Item# 73 is $1,748.27, with the final contract term ending.
Original Filing – 5/20/2025: FY25, Qtr 4, Item# 122
The Fire Alarm and FM200 system alarms are going off at G1306, 1391 S. Washington St., DuQuoin, IL
62832. The Facility Manager on site has tried resetting the system and it is okay for a small amount of time but
then the alarms re-activate. Currently they have 2 devices in alarm and if the 3rd device alarms, the FM200
system will trigger the release of chemical agent believing there is a fire. If it activates, it will shut down the 911
center and the center will have to be professional cleaned before staff can return. They have tried manually to
reset the system but to no avail. They need to call in a specialized company to correct the issue.
This Emergency Purchase has an expected start date of 05/16/2025 through 08/16/2025 with an Original
Estimated Cost of $6,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Tech Electronics Notary Date: 5/20/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000.00 $1,748.27 $1,748.27 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
74 Capital Development Board File Date: 4/1/2025
Final total cost - $0.00 (converted to BIOS)
Final Cost Statement
Latest Filing – 08/07/25: FY26, Qtr 1, Item # 74
The Actual Total Cost of FY26, Qtr 1, Item# 74 is $0.00, converted to BIOS, with the final contract term
ending.
Original Filing – 4/1/2025: FY25, Qtr 4, Item# 101
The scope of work includes emergency design services and assistance with 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 gas-line, 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 January 2025 Standard Documents for Construction and the January 2025
Design and Construction Manual. Basic Architectural Services provided under this procurement should not
exceed $250,000.00, 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 04/01/2025 through 06/29/2025 with an Original
Estimated Cost of $250,000.00.
Signed By: Chris Miles, Exec II
Vendor: Henneman Engineering, Inc. Notary Date: 4/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
75 Capital Development Board File Date: 3/11/2024
Final Cost Statement
Latest Filing – 06/23/25: FY26, Qtr 1, Item # 75
The Actual Total Cost of FY26, Qtr 1, Item# 75 is $242,006.25, with the final contract term ending.
Second Filing - 03/11/2024: FY24, Qtr 3, Item #72
An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting
04/09/2024 to 09/30/20243. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 1/10/2024: FY24, Qtr 3, Item# 23
The scope of work provides for the design and construction of temporary utilities to support temporary
kitchens at the Northern Reception and Classification Center and Stateville Correctional Center. I he temporary
kitchens consist ot multiple semi-trailers tor tood preparation, dishwashing,food storage, etc. The A/E will need
to determine appropriate utility tie-ins,design of all utility services,and construction estimates. The work includes
electrical services, potable water supplies, sanitary sewer, LP gas lines, site grading, drainage, gravel, concrete
aprons, etc. for the connection of multiple trailers at each facility. The scope does not include the
removal/disassembly of the site utilities in the future. Although the kitchens are considered temporary,the design
and construction should be sufficient to accommodate 4 years of use to allow for permanent renovations to the
existing kitchens. Coordination with the temporary kitchen
supplier may be required.
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 01/10/2024 through 04/09/2024 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Milhouse Engineering & Construction Notary Date: 1/10/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $242,006.25 $242,006.25 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
76 Human Services, Department of File Date: 8/8/2023
Final Cost Statement
Latest Filing – 07/16/25: FY26, Qtr 1, Item # 76
The Actual Total Cost of FY26, Qtr 1, Item# 76 is $871,218.35, with the final contract term ending.
Second Filing – 08/08/2023: FY25, Qtr 1, Item #34
An Emergency Purchase Extension was received on August 8, 2024 requesting an extension for dates starting
09/3/2024 to 09/2/2025 at an additional estimated cost of $1,317,405.36, revising the total estimated cost to
$1,755,920.40. Reported in the same filing quarter.
Original Filing – 6/6/2024: FY25, Qtr 1, Item# 300
The John Madden MHC is establishing a new emergency contract for services starting June 5th, 2024 with the
Stone Group to provide 24/7 temporary engineering staff and a chief engineer. The emergency extension for
the previous emergency contract PO-63641 was not processed in time and the emergency contract ended on
June 4, 2024. The Center cannot be without these services.
The Stone Group was providing services on the previous emergency contract. They are also familiar with
all boiler systems at Madden MHC and has done extensive work at the site before. The Stone Group has also
provided emergency engineering services for similar facilities.
Responsibilities include but not limited to:
Performing and assisting in routine building maintenance tasks;
Perform minor electrical maintenance to
include but not be limited to replacement or repair of fixtures (e.g. wall switches and outlets, incandescent and
fluorescent bulbs and tubes, ballasts, sockets, fuses, minor appliances, cords etc.) using appropriate hand or
power or specialty tools;
Perform minor plumbing maintenance (e.g., replacement or repair of leaks in drains
and faucets, unclogging of drains, etc.);
Perform minor painting, carpentry, and masonry work (e.g.,
preparing surfaces and using brush, roller or sprayer to apply paint, fitting locks and handles, hanging doors
etc.);
Reconfigures, installs, positions and remounts modular offices and space (e.g. furniture, wall panels,
work surfaces, storage bins, lighting, filing cabinets, etc.) to accommodate user needs and maximize office
space using various hand, power and specialty tools, dollies and hand trucks;
Perform other work-related
duties as assignee
The Stone Group will assist and provide support to ensure our employees are performing to the best of
their capabilities.
This Emergency Purchase has an expected start date of 06/06/2024 through 09/02/2024 with an Original
Estimated Cost of $438,515.04.
Signed By: Jean Sandstrom, APO
Vendor: The Stone Group Notary Date: 6/6/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $438,515.04 $1,755,920.40 $871,218.35 $871,218.35 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
77 Capital Development Board File Date: 3/17/2025
Final Cost Statement
Latest Filing – 07/01/25: FY26, Qtr 1, Item # 77
The Actual Total Cost of FY26, Qtr 1, Item# 77 is $41,674.00, with the final contract term ending.
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 06/30/2025. 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.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Signed By: Chris Miles, Exec II
Vendor: Kuhn & Trello Consulting Engineers Notary Date: 6/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $44,100.00 $41,674.00 $41,674.00 26 1
Federal $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
78 Corrections, Department of File Date: 2/24/2025
Final Cost Statement
Latest Filing – 07/09/25: FY26, Qtr 1, Item # 78
The Actual Total Cost of FY26, Qtr 1, Item# 78 is $626,338,224.09, with the final contract term ending.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
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
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 $626,338,224.09 $626,338,224.09 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
79 University of Illinois Urbana-Champaign File Date: 12/9/2024
Final Cost Statement
Latest Filing – 07/09/25: FY26, Qtr 1, Item # 79
The Actual Total Cost of FY26, Qtr 1, Item# 79 is $989,953.41, with the final contract term ending.
Using ICR Funds
Second Filing – 12/09/24: FY25, Qtr 2, Item # 28
An Emergency Purchase Extension was received on December 09, 2024 requesting an extension for dates
starting 12/28/2024 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 300
Using ICR Funds
The University of Illinois, Chicago is seeking interim staffing to support and aid the day-to-day operations in the
Office of the Vice Chancellor for Research. Currently there is a lack of resources to support the need for the
department due to delays in recruitment for the university. The Attain Partners consultants have experience in
pre-award processes, post-award revenue and expenditure accounting; sponsored programs policy and
business processes; and familiarity with various grants management supporting systems, including various
Enterprise Resource Systems (ERP). We are requesting an emergency to allow the university time to complete
the competitive process via RFP #EWM186 in which sealed proposals are due on October 9, 2024.
Provide support needed for the comprehensive research administration activities including review grant
guidelines, research and review sponsor requirements and review application materials to ensure compliance
prior to application submission.
This Emergency Purchase has an expected start date of 09/29/2024 through 12/27/2024 with an Original
Estimated Cost of $990,000.00, using Institutional Costs Recovered (ICR) Funds
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Attain Consulting Group/Attain Partners Notary Date: 9/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $990,000.00 $989,953.41 $989,953.41 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
80 Central Management Services, Department of File Date: 4/2/2025
Final Cost Statement
Latest Filing – 07/22/25: FY26, Qtr 1, Item # 80
The Actual Total Cost of FY26, Qtr 1, Item# 80 is $12,830.38, with the final contract term ending.
Original Filing – 4/2/2025: FY25, Qtr 4, Item# 107
Current generator vendor for this location through a small purchase with sole source conditions but current
BOA did not cover services needed. The vendor was called because any other vendor working on this
generator would have voided the warranty of the generator.
The vendor has and will continue to investigate why the system did not sync properly when switching from
generator to utility power. The power did not transition properly back from generator power to utility. The
vendor is the generator vendor who completed the installation and is investigated why this failed to occur.
This need occurred after hours and was due to storm activity (lightning strike). Due to the the circumstances,
the current contract vendor was contacted to complete this work due to familiarity with the system. The
estimated value of this procurement is under the normal threshold for a BEP goal and due to the quick need, a
vendor with familiarity of the current system was chosen.
This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original
Estimated Cost of $10,000.00.
Signed By: David Thomas, APO
Vendor: Altorfer Inc. Notary Date: 4/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $12,830.38 $12,830.38 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
81 Corrections, Department of File Date: 3/3/2025
Final Cost Statement
Latest Filing – 07/25/25: FY26, Qtr 1, Item # 81
The Actual Total Cost of FY26, Qtr 1, Item# 81 is $42,310,161.75, with the final contract term ending, it was
reported in the same filing quarter.
Original Filing – 03/03/2025: FY26, Qtr 1, Item# 307
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, Stateville
(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
in custody at the specified correctional centers. The Illinois Department of Corrections is in
contract negotiations after award of
a competitively solicited RFP
The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains
the 14% 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 03/01/2025 through 04/30/2025 with an Original
Estimated Cost of $45,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Wexford Health Sources, Inc. Notary Date: 3/3/2025
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $45,000,000.00 $42,310,161.75 $42,310,161.75 26 1
Federal $0.00
82 Central Management Services, Department of File Date: 4/2/2025
Final Cost Statement
Latest Filing – 07/31/25: FY26, Qtr 1, Item # 82
The Actual Total Cost of FY26, Qtr 1, Item# 82 is $310.00, with the final contract term ending.
Original Filing – 4/2/2025: FY25, Qtr 4, Item# 108
The vendor has and will continue assist in identifying and repairing the power plant of the facility. The power
plant had a malfunctioning main which left the facility with one functioning main without a backup on utility
power. The vendor was called because this vendor completed the original wiring and the main needs to be
operational as soon as possible.
This need occurred after hours and was due to storm activity (lightning strike). Due to the the circumstances,
the current vendor was contacted to complete this work due to familiarity with the system. The estimated value
of this procurement is under the normal threshold for a BEP goal and due to the quick need, a vendor with
familiarity of the current system was chosen.
This Emergency Purchase has an expected start date of 04/02/2025 through 06/30/2025 with an Original
Estimated Cost of $10,000.00.
Signed By: David Thomas, APO
Vendor: B & B Elec Notary Date: 4/2/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $310.00 $310.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
83 Human Services, Department of File Date: 7/1/2025
Second Filing – 08/11/2025: FY26, Qtr 1, Item # 83
An Emergency Purchase Extension was received on August 11, 2025 requesting an extension for dates starting
09/29/2025 to 09/28/2026 at an additional estimated cost of $300,000.00, revising the total estimated cost to
$375,000.00. Reported in the same filing quarter.
Original Filing – 07/01/2025: FY26, Qtr 1, Item# 320
This vendor was awarded a contract for these services through the Request for Proposal process on
06/15/2020 for a five (5) year initial term of 7/1/2020 - 6/30/2025. The contract had a four (4) year renewal
option however, we were unable to get the renewal processed prior to the 6/30/2025 contract end date. This
vendor has already developed and has been providing training needed for vocational rehabilitation professionals
employed by the Division of Rehabilitation Services (DRS) consistent with section 101(a)(7)(B)(ii) of the
Rehabilitation Act, to ensure they are adequately trained and prepared to have a 21st century understanding of
the evolving labor force and the needs of individuals with disabilities.
The Vendor will continue to develop and provide training to vocational rehabilitation professionals employed by
the Division of Rehabilitation Services consistent with section 101(a)(7)(B)(ii) of the Rehabilitation Act, to
ensure that DRS personnel are adequately trained and prepared to have a 21st century understanding of the
evolving labor force and the needs of individuals with disabilities. Consistent with these requirements, the vendor
will work in conjunction with DRS administration to identify specific training needs of vocational rehabilitation
staff. The vendor will develop training programs and provide training in each of the regions of the state based on
the identified training needs. The vendor will work with DRS administration to schedule training events and
conduct participant evaluations following each event.
This Emergency Purchase has an expected start date of 07/01/2025 through 09/28/2025 with an Original
Estimated Cost of $75,000.00, using Federal Funds.
Signed By: Syacy Howlett, COO
Vendor: Board of Trustees of the Univ of IL Notary Date: 7/1/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 26 1
Federal $75,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
84 Capital Development Board File Date: 8/28/2025
Third Filing – 08/28/25: FY26, Qtr 1, Item # 84
An Emergency Purchase Extension was received on August 28, 2025 requesting an extension for dates starting
8/31/2025 to 09/30/2025 at an additional estimated cost of $3,904,230.09, revising the total estimated cost to
$4,904,230.09.
Second Filing – 10/15/24: FY25, Qtr 2, Item # 41
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/20/2024 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/23/2024: FY25, Qtr 1, Item# 9
The scope of work provides for expedited construction services identified by the Architect/Engineer and
approved by CDB as needing immediate action to allow the facility to reoccupy the building and continue
operations as quickly as possible. The Architect/Engineer will provide design assistance to the contractor to start
immediate repairs. Repairs not identified as emergency in nature will be completed under a separate contract.
Temporary solutions such as renting equipment and/or providing temporary utilities 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 $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 07/23/2024 through 10/20/2024 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: F.H. Paschen, SN Nielsen & Assoc LLC Notary Date: 7/23/2024
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
July 1, 2025 through September 30, 2025
State Cost: $1,000,000.00 $4,904,230.09 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
85 Capital Development Board File Date: 3/13/2025
Third Filing – 09/09/25: FY26, Qtr 1, Item # 85
An Emergency Purchase Extension was received on September 9, 2025 requesting an extension for dates
starting 09/30/2025 to 11/19/2025 at an additional estimated cost of $200,000.00, revising the total estimated
cost to $455,000.00.
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 $455,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
86 Commerce Commission, Illinois File Date: 6/18/2025
Second Filing – 08/21/2025: FY26, Qtr 1, Item # 86
An Emergency Purchase Extension was received on August 21, 2025 requesting an extension for dates starting
09/16/2025 to 1/31/2026 at an additional estimated cost of $50,000.00, revising the total estimated cost to
$190,436.25.
Original Filing – 06/18/2025: FY25, Qtr 4, Item# 136
The ICC executed a small purchase with emergency conditions contract for court reporting services. Deposition
Solutions LLC dba Lexitas was awarded the contract. This vendor has been consistent in meeting the needs of
the ICC. The needs and services to be provided during this 90-day emergency purchasing period are to remain
identical to the needs and services the incumbent vendor is/has already performed.
Additional Background
Information: ICC utilizes these services to fulfill statutory requirements per Section 10-102 of the Illinois Public
Utilities Act. The Act requires, among other things, verbatim transcription of Commission meetings by a court
reporter. Further 83 Ill. Adm. 200.580 requires, among other things, that all Commission hearings shall be
transcribed by a court reporter.
There is currently no CMS master contract for these services. Once a master contract is executed, the ICC
will make a transition to the state contract.
The ICC requires court reporting services on an ongoing basis to fulfill statutory requirements and to secure
accurate records of various complex proceedings and meetings. The vendor shall provide court reporters who
will take verbatim dictation of various proceedings, and hearings, and provide ICC with a certified typewritten
verbatim transcription, including a record of appearances.
This Emergency Purchase has an expected start date of 06/18/2025 through 09/15/2025 with an Original
Estimated Cost of $140,436.25.
Signed By: Megan Seitzinger, APO
Vendor: Deposition Solutions LLC dba Lexitas Notary Date: 6/18/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $140,436.25 $190,436.25 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
87 Illinois State University File Date: 6/13/2025
Second Filing – 08/27/2025: FY26, Qtr 1, Item #87
An Emergency Purchase Extension was received on August 27, 2025 requesting an extension for dates starting
09/01/2025 to 10/15/2025 at an additional estimated cost of $128,995.00, revising the total estimated cost to
$1,064,500.00.
Original Filing – 6/13/2025: FY25, Qtr 4, Item# 134
Other - Illinois State Univ Academic Enhancement Funds
Complete removal of the existing 5th floor ceilings, lighting and mechanical diffusers and portions of the 4th
floor, to gain access to the roof drain system. The roof drain system, including the roof drain bodies and
associated piping will be replaced followed by the installation of a new acoustical ceiling system, lighting and
mechanical diffusers. Scope will also include the necessary protection of the existing carpeting and furniture,
and the touch-up of the wall paint where the old ceiling is demo'd and new is installed.
This Emergency Purchase has an expected start date of 05/16/2025 through 08/31/2025 with an Original
Estimated Cost of $935,505.00, using ISU Academic Enhancement Funds.
Signed By: Stacy Brown, Director of Purchasing
Vendor: River City Construction Notary Date: 6/13/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $935,505.00 $1,064,500.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
88 Corrections, Department of File Date: 5/28/2025
Second Filing – 08/22/25: FY26, Qtr 1, Item # 88
An Emergency Purchase Extension was received on August 22, 2025 requesting an extension for dates starting
08/23/2025 to 11/24/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/28/2025: FY25, Qtr 4, Item# 123
The Vendor is able to provide needed commissary items to the Illinois Department of Corrections for its
Individual in Custody and Correctional Facility Employees.
The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,
health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees
The short-term nature of our current purchasing cycle does not allow vendors to secure reliable supply chains
or establish partnerships with BEP certified businesses. Vendors provide new pricing every 4 to 6 weeks and
must respond quickly to shifting product availability. Without long-term volume commitments, it is not practical
for the vendors to formalize subcontractor relationships or guarantee consistent opportunities for BEP
participation. We will continue to pursue BEP inclusion as market conditions stabilize and we realize our
competitive solicitation for a long-term contract.
This is a zero dollar contract, the State does not fund the expenses.
This Emergency Purchase has an expected start date of 05/25/2025 through 08/22/2025 with an Original
Estimated Cost of $6,000,000.00, using Other Funds.
Signed By: Jared Brunk, CAO
Vendor: Performance Food Group dba Vistar Notary Date: 5/28/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
89 Capital Development Board File Date: 7/16/2025
Second Filing – 09/09/2025: FY26, Qtr 1, Item # 89
An Emergency Purchase Extension was received on September 9, 2025 requesting an extension for dates
starting 10/13/2025 to 01/31/2026. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 7/16/2025: FY26, Qtr 1, Item# 312
The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary chillers.
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 January 2025 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 $722,433.00, 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 07/16/2025 through 10/13/2025 with an Original
Estimated Cost of $722,433.00.
Signed By: Chris Miles, Exec II
Vendor: The Aberdeen Group Notary Date: 7/16/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $722,433.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
90 Capital Development Board File Date: 6/24/2025
Second Filing – 09/04/25: FY26, Qtr 1, Item # 90
An Emergency Purchase Extension was received on September 4, 2025 requesting an extension for dates
starting 09/21/2025 to 1/1/2026. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 06/24/2025: FY26, Qtr 1, Item# 310
The Appellate Court/Third District has again notified the Capital Development Board ("CDB") that the
Courthouse is experiencing lack of
cooling due to ongoing HVAC failures
.
The current HVAC system is over 40 years old and is still in the process of being replaced under CDB Project
No.: 023-010-020. Although
the overall project has been bid, administrative processes continue with no
construction contract currently in place.
CDB's assistance has again been requested to provide temporary cooling measures under an emergency
declaration, until such time
permanent replacement systems can be implemented under CDB Project No.: 023-
010-020. Considering the time frames needed for
standard bidding and award procedures, design and
construction services for temporary cooling under the existing processes would
likely not begin for several
months. For this reason, an emergency purchase is necessary to provide expedited temporary cooling units
to
support proper cooling of the facility as quickly as possible to ensure the Courthouse remains open to the public,
Appellate Court
Justices and employees. This will also assist with minimizing additional damage to a historic
Courthouse.
Commercial Mechanical, Inc. was selected for construction services as they have the expertise to complete the
work, they can work in an
expedited manner, and they are they are the apparent low bidder for the
replacement of the HVAC system under CDB Project No.:
023-010-020
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 January 2025 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 $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.
This Emergency Purchase has an expected start date of 06/24/2025 through 09/21/2025 with an Original
Estimated Cost of $50,000.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Signed By: Chris Miles, Exec II
Vendor: Commercial Mechancial Notary Date: 6/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
91 Capital Development Board File Date: 12/18/2024
Third Filing – 08/26/2025: FY26, Qtr 1, Item # 91
An Emergency Purchase Extension was received on August 26, 2025 requesting an extension for dates starting
08/31/2025 to 11/30/2025 at an additional estimated cost of $100,000.00, revising the total estimated cost to
$1,140,000.00.
Second Filing – 12/18/24: FY25, Qtr 2, Item # 34
An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates
starting 01/08/2025 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 10/11/2024: FY25, Qtr 2, Item# 312
The scope of work provides for expedited stabilization and limited repair work at the Rear Erecting Shop as
directed by the Architect/Engineer. The scope of also includes any recommended fencing around the perimeter
of the building to ensure public safety.
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 $1,040,000.00, 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 10/11/2024 through 1/08/2025 with an Original
Estimated Cost of $1,040,000.00
Signed By: Chris Miles, Exec II
Vendor: Otto Baum Co Notary Date: 10/11/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,040,000.00 $1,140,000.00 $0.00 $0.00 26 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Federal $0.00 $0.00
92 Toll Highway Authority, Illinois State File Date: 5/29/2025
Second Filing – 08/20/25: FY26, Qtr 1, Item # 92
An Emergency Purchase Extension was received on August 20, 2025 requesting an extension for dates starting
08/28/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/29/2025: FY25, Qtr 4, Item# 125
***The Illinois Tollway is a user-free system and receives no state or federal funds for maintenance and
operations.
Perform structural repairs, including bridge beam replacement; removal and replacement of bridge deck and
pavement, parapets, and raised median, pavement marking, and maintenance of traffic, including temporary
concrete barrier. The underside of the Illinois Route 83 (IL 83) bridge over I-88 was struck by a construction
excavator being hauled by a truck/trailer traveling westbound on I-88. The impact caused severe damage to the
bridge, resulting in lane closures on IL 83 and I-88.
This Emergency Purchase has an expected start date of 5/30/2025 through 08/27/2025 with an Original
Estimated Cost of $2,000,000.00, using Other Funds.
Signed By: Eric Occomy, Chief Contract Services
Vendor: Loring Construction Co. Notary Date: 5/29/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
93 Capital Development Board File Date: 12/12/2024
Third Filing – 09/04/2025: FY26, Qtr 1, Item # 93
An Emergency Purchase Extension was received on September 4, 2025 requesting an extension for dates
starting 09/30/2025 to 02/13/2026. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 12/12/2024: FY25, Qtr 2, Item # 85
An Emergency Purchase Extension was received on December 12, 2024 requesting an extension for dates
starting 12/22/2024 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 31
The hydraulic freight elevator in the Nielson Building (W0643) which provides critical dietary service for the
entire facility has failed and must undergo significant repairs or replacement to be returned to service. The scope
of work provides for substantial repairs or replacement of the elevator and associated hoistway, machine room,
controllers, hydraulic components, cab, operators, call buttons and all other associated equipment including
ancillary items such as lobby smoke detectors, elevator recall, elevator shutdown, video interface and other such
items as required by the Illinois Elevator Safety Rules (IL Admin Code Title 41 Part 1000) and applicable
building codes.
Hazardous materials (hydraulic fluid) will need to be removed from the elevator pit. The Illinois Department of
Innovation and Technology (DoIT) should be consulted for video interface requirements if required by Code.
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 $500,000.00, 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 09/24/2024 through 12/22/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Vendor: Veterans United Construction Notary Date: 9/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
94 Corrections, Department of File Date: 12/22/2022
Third Filing – 08/29/2025: FY26, Qtr 1, Item # 94
An Emergency Purchase Extension was received on August 29, 2025 requesting an extension for dates starting
09/01/25 to 11/30/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 12/27/2023: FY24, Qtr3, Item # 64
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: $0.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
95 Capital Development Board File Date: 7/24/2024
Final Cost Statement
Latest Filing – 09/04/25: FY26, Qtr 1, Item # 95
The Actual Total Cost of FY26, Qtr 1, Item# 95 is $954,465.77, with the final contract term ending.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,135,000.00 $1,179,108.72 $954,465.77 $954,465.77 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
96 University of Illinois Urbana-Champaign File Date: 12/16/2024
Final Cost Statement
Latest Filing – 08/29/25: FY26, Qtr 1, Item # 96
The Actual Total Cost of FY26, Qtr 1, Item# 96 is $62,291.88, with the final contract term ending.
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 31
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $150,000.00, revising the total estimated
cost to $300,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 303
Premier Staffing Source provides temporary staffing for UIC and UI Health HR under RFP award #KRS128 that
will expire on September 30, 2024. These temporary employees provide clinical and non-clinical support in
areas with staffing shortages, open positions that have not yet been filled, or have been hired due to a critical,
short-term needs. The university is currently in the review of the proposals received under the new RFP
#PPA109. Given the volume, and the time required to successfully complete the RFP award process, UIC HR
is requesting an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
Premier Staffing Source 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 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $150,000.00.
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Premier Staffing Source Notary Date: 10/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $300,000.00 $62,291.88 $62,291.88 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
97 University of Illinois Urbana-Champaign File Date: 3/31/2025
Final Cost Statement
Latest Filing – 08/29/25: FY26, Qtr 1, Item # 97
The Actual Total Cost of FY26, Qtr 1, Item# 97 is $881,297.65, with the final contract term ending.
Original Filing – 3/31/2025: FY25, Qtr 4, Item# 111
MindPower/Staffing Team Inc is providing temporary staffing for UIC and UI Health HR under an emergency
purchase #VLH345 that will term on March 30, 2025. 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 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 3/31/2025 through 06/28/2025 with an Original
Estimated Cost of $975,000.00.
Signed By: Aaron Rosenthal, Assist Vice Chancellor
Vendor: MindPower/Staffing Team Inc. Notary Date: 3/31/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $975,000.00 $881,297.65 $881,297.65 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
98 Southern Illinois University File Date: 9/24/2024
Final Cost Statement
Latest Filing – 08/28/25: FY26, Qtr 1, Item # 98
The Actual Total Cost of FY26, Qtr 1, Item# 98 is $146,500.00, with the final contract term ending.
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 32
Smartsheet is spreadsheet software that was initially used for project management. With the creation of a new
Project Management Office (PMO) within the Office of Strategy, their mission is to standardize processes and
facilitate the sharing of resources, methodologies, tools, and techniques across the SIU School of Medicine
campus. PMO uses this primary end-to-end solution, Smartsheet, to streamline business processes using
sheets, reports, automation, and dashboards. Most of the tools used by PMO is built within Smartsheet.
Additionally, Smartsheet is available to all SIU Medicine staff members and can be utilized by any department for
their needs. The university is also in the middle of a new E-Procurement and contract management
implementation that uses Smartsheet for project management, goals and risk analysis. Department end-users
have also found this tool to be effective for workflow management. Before selecting this application, several
were reviewed and Smartsheet was selected by administration by what started as a small purchase.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $146,500.00, using Local Funds.
Signed By: Shannon Reed, Director
Vendor: Smartsheet Inc Notary Date: 9/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $146,500.00 $146,500.00 $146,500.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
99 University of Illinois Urbana-Champaign File Date: 12/16/2024
Final Cost Statement
Latest Filing – 08/29/25: FY26, Qtr 1, Item # 99
The Actual Total Cost of FY26, Qtr 1, Item# 99 is $47,798.96, with the final contract term ending.
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 30
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $330,000.00, revising the total estimated
cost to $660,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 302
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Anchor Staffing Notary Date: 9/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $330,000.00 $660,000.00 $47,798.96 $47,798.96 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
100 University of Illinois Urbana-Champaign File Date: 12/16/2024
Final Cost Statement
Latest Filing – 08/29/25: FY26, Qtr 1, Item # 100
The Actual Total Cost of FY26, Qtr 1, Item# 100 is $321,068.56, with the final contract term ending.
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 29
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $420,000.00, revising the total estimated
cost to $990,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 301
Maxim Healthcare Services Inc provides temporary staffing for UIC and UI Health HR under RFP award
#KRS128 that will expire on September 30, 2024. These temporary employees provide clinical and non-clinical
support in areas with staffing shortages, open positions that have not yet been filled, or have been hired due to a
critical, short-term needs. The university is currently in the review of the proposals received under the new RFP
#PPA109. Given the volume, and the time required to successfully complete the RFP award process, UIC HR
is requesting an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
Maxim Healthcare Services 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 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $570,000.00.
Signed By: Aaron Rosenthal, Assist. V. Chancellor
Vendor: Maxim Healthcare Services/Staffing Solutions Notary Date: 9/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $570,000.00 $990,000.00 $321,068.56 $321,068.56 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
101 Toll Highway Authority, Illinois State File Date: 5/9/2025
Final Cost Statement
Latest Filing – 08/13/25: FY26, Qtr 1, Item # 101
The Actual Total Cost of FY26, Qtr 1, Item# 101 is $66,888.65, with the final contract term ending.
Original Filing –05/09/2025: FY25, Qtr 4, Item# 150
This vendor is the awarded vendor for the JPMC plumbing contract (P-31564). The benefit of choosing the
JPMC vendor is they are readily available and have performed other plumbing work for the Tollway in the past.
The intention of using them was to do an order against master but the work needed to be completed ASAP and
we couldn't wait for the release approval process, so T & J Plumbing was called out on 05/06/2025 to complete
the work as an emergency procurement.
The vendor will provide plumbing services for the removal and repairing of the failed roadway de-watering
pumps at the Tollway's Deerfield location. A section of the roadway was shut down due to the water flowing
onto the roadway. This triggered the emergency to get this completed ASAP as the Tollway cannot keep the
roadway shut down for a long period of time, and we needed to prevent any possible safety hazards to the
motoring public.
No efforts were made to search for BEP certified vendor because their is a JPMC plumbing contract (P-31564)
already established; therefore, the Tollway called that vendor to perform the work needed to fix the issue at the
Deerfield location. The Tollway chose the vendor because they have completed other plumbing work in the
past at other locations. Initially the Tollway was hoping to complete this via the JPMC, but the Capital
Development Board requires pre-approval for orders of $50,000 and more and waiting for the release approval
process to be completed meant that the emergency repair work could not begin.
This Emergency Purchase has an expected start date of 05/06/2025 through 08/03/2025 with an Original
Estimated Cost of $100,000.00, The Tollway does not operate on State-appropriated funds. Procurements are
funded through toll revenue.
Signed By: Eric Occomy, CCS
Vendor: T & J Plumbing, Inc. Notary Date: 5/9/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $66,888.65 $66,888.65 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
102 Human Services, Department of File Date: 5/30/2025
Final Cost Statement
Latest Filing – 09/01/25: FY26, Qtr 1, Item # 102
The Actual Total Cost of FY26, Qtr 1, Item# 102 is $94,320.00, with the final contract term ending.
Original Filing – 5/30/2025: FY25, Qtr 4, Item# 124
The Illinois School for the Visually Impaired located at 658 E. State St., Jacksonville, IL is seeking a vendor for
the immediate abatement of asbestos floor tiles, mastic, carpet, underlayment, cove molding, etc. in select office
areas of the Main building (Building #1). Approximately 7115- 8432 square foot. Vendor will be responsible for
the complete removal and proper disposal of the existing tile, carpet, mastic, molding, etc. Vendor will be
responsible for following all proper procedures, methods of containment, and abatement. Vendor is responsible
for obtaining all necessary permits- including permits from Regional Office of Education (ROE) or Illinois State
Board of Education (ISBE). Vendor to coordinate with carpet installers to have abatement done and install of
new flooring done concurrently if possible. Vendor to take in consideration that this is a school for visually
impaired students and extra caution is to be taken while working on the school's campus - including setting up a
safe work area blocked off for safety of staff and students.
This Emergency Purchase has an expected start date of 06/02/2025 through 06/30/2025 with an Original
Estimated Cost of $94,320.00.
Signed By: Jean Sandstrom, APO
Vendor: AC Envirnomental, Inc. Notary Date: 5/30/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $94,320.00 $94,320.00 $94,320.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
103 Human Services, Department of File Date: 4/7/2025
Final Cost Statement
Latest Filing – 09/01/25: FY26, Qtr 1, Item # 103
The Actual Total Cost of FY26, Qtr 1, Item# 103 is $500,000.00, with the final contract term ending.
Second Filing – 04/07/25: FY25, Qtr 4, Item # 165
An Emergency Purchase Extension was received on April 7, 2025 requesting an extension for dates
starting05/20/2025 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
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 $500,000.00 $500,000.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
104 Finance Authority, Illinois File Date: 4/15/2025
Final Cost Statement
Latest Filing –09/02/25: FY26, Qtr 1, Item # 104
The Actual Total Cost of FY26, Qtr 1, Item# 104 is $22,250.00, with the final contract term ending.
Original Filing – 4/15/2025: FY25, Qtr 4, Item# 114
The focus of the scope of the engagement will be due diligence and valuation of companies in connection with
determining finance options in connection with IFA’s economic development objectives, whether through public
finance, an IFA participation loan with a private lender, or an IFA direct loan with balance sheet funds. For the
IFA, public finance solutions (private activity bonds, taxable conduit bonds, and Commercial Property Assessed
Clean Energy “C-PACE”) are always the initial threshold analysis and then participation and direct lending. The
vendor's services are needed to ensure IFA is positioned to respond to time-sensitive requests in an uncertain
market.
This Emergency Purchase has an expected start date of 04/11/2025 through 07/10/2025 with an Original
Estimated Cost of $500,000.00, IFA is a self-funded public entity.
Signed By: Chris Meister, Exec Dir
Vendor: Loop Capital, LLC Notary Date: 4/15/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $22,250.00 $22,250.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
105 Chicago State University File Date: 3/27/2025
Final Cost Statement
Latest Filing – 08/25/25: FY26, Qtr 1, Item # 105
The Actual Total Cost of FY26, Qtr 1, Item# 105 is $140,000.00, with the final contract term ending.
Third Filing – 03/27/2025: FY25, Qtr 4, Item #154
An Emergency Purchase Extension was received on March 27, 2025 requesting an extension for dates starting
03/30/2025 to 07/31/2025 at an additional estimated cost of $40,000.00, revising the total estimated cost to
$140,000.00.
Second Filing – 09/16/2024: FY25, Qtr 1, Item #40
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 09/29/2024 to 03/29/2025 at an additional estimated cost of $60,000.00, revising the total estimated cost
to $100,000.00. Reported in the same filing quarter
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 310
Chicago State University had hired a search firm and since the search failed to provide the best qualified
candidates, we are required to restart the search. Therefore, since Consultant Natalie Covello is most familiar
with our processes and our need is immediate and ongoing, we are asking her to continue as the consultant for
the internal auditor's office.
Consultant Covello will provide support to facilitate the internal and external audit functions. Carry out audit
activities as set forth in the University's FY2024 Audit Plan. Assist in the facilitation, planning and the
conducting of audits in areas such as finance, compliance, IT, and operations. Analyze institution's highly
technical and complex processes and recommend improvements in efficiency and compliance with regulations.
Recommend feasible solutions and operational changes. Facilitate the communication of audit results through
written reports to the President and the CSU Board of Trustees Finance and Audit Committee. Advise on the
enterprise risk management and the compliance and ethics program. Provide support to facilitate external audit
functions. Coordinate with risk management team members including the Chief Compliance Officer and the
Associate Director for Compliance.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $40,000.00.
Signed By: Zaldwaynak Scott, Pres
Vendor: Natalie Covello Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $140,000.00 $140,000.00 $140,000.00 26 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
106 Financial and Professional Regulation, Department of File Date: 5/29/2024
Final Cost Statement
Latest Filing – 07/07/25: FY26, Qtr 1, Item # 106
The Actual Total Cost of FY26, Qtr 1, Item# 106 is $1,099,449.68, with the final contract term ending.
Third Filing – 05/29/2024: FY24, Qtr 4, Item # 92
An Emergency Purchase Extension was received on May 24, 2024 requesting an extension for dates starting
07/01/2024 to 06/30/2025 at an additional estimated cost of $165,000.00, revising the total estimated cost to
$800,000.00.
Second Filing – 10/16/2023: FY24, Qtr 3, Item # 126
An Emergency Purchase Extension was received on October 16, 2023 requesting an extension for dates starting
11/1/2023 to 12/31/2024 at an additional estimated cost of $560,000.00, revising the total estimated cost to
$635,000.00.
Original Filing – 7/27/2021 FY22, Qtr 1, Item #27:
Vendor shall provide licensing, maintenance, and hosting of the state's Seed to Sale (S2S) Inventory Tracking
System. The S2S system is a cloud-based vendor-hosted centralized system solution that tracks the state's
regulated cannabis products from 'seed' and a licensed cultivator to 'sale' at a licensed dispensary. The S2S
system also tracks the inventory purchases/transactions. If Medical cannabis inventory, patient and/or caregiver
status validation must provided along with the permitted amount of cannabis available for purchase. Cannabis
transportation information and shipping manifests will also be tracked and accepted. Inventory registrations,
data reporting, audit trail, and training to system users will be provided.
This Emergency Purchase has an expected start date of 08/01/2021 through 10/29/2021 with an Original
Estimated Cost of $75,000.00.
Signed By: Brandon Purcell, APO
Vendor: BiotrackTHC dba Bio-Tech Medical Software Notary Date: 7/27/2021
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $75,000.00 $800,000.00 $1,099,449.68 $1,099,449.68 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
107 Capital Development Board File Date: 1/10/2024
Final Cost Statement
Latest Filing – 06/23/25: FY26, Qtr 1, Item # 107
The Actual Total Cost of FY26, Qtr 1, Item# 107 is $1,858,789.63, with the final contract term ending.
Third Filing - 07/29/2024: FY25, Qtr 1, Item # 71
An Emergency Purchase Extension was received on July 29, 2024 requesting an extension for dates starting
07/31/2024 to 09/30/2024 revising the current contract amount for Block Electric Co. to $1,900,000.00.
Second Filing - 03/11/2024: FY24, Qtr 3, Item # 71
An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting
04/09/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Signed By: Chris Miles, Exec II
Vendor: Block Electric Co. Inc. Notary Date: 1/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $1,900,000.00 $1,858,789.63 $1,858,789.63 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
108 Southern Illinois University File Date: 3/19/2025
Final Cost Statement
Latest Filing – 08/27/25: FY26, Qtr 1, Item # 108
The Actual Total Cost of FY26, Qtr 1, Item# 108 is $142,700.00, with the final contract term ending.
Second Filing – 06/17/2025: FY25, Qtr 4, Item #209
An Emergency Purchase Extension was received on June 17, 2025 requesting an extension for dates starting
06/23/2025 to 10/03/2025 at an additional estimated cost of $46,580.00, revising the total estimated cost to
$145,480.00. Reported in the same filing quarter
Original Filing – 3/19/2025: FY25, Qtr 4, Item# 313
The vendor is theonly vendor who Is able and willing to make necessary lifesafety repairs to the existing
bleachers in the Banterra
Center.
Repair,service and tune up all bleachers,drums,rods, locks and folding retractable seating.
This Emergency Purchase has an expected start date of 03/19/2025 through 06/23/2025 with an Original
Estimated Cost of $98,900.00.
Signed By: Mark Owens, Director
Vendor: Heartland Leasing Services Notary Date: 3/19/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $98,900.00 $145,480.00 $142,700.00 $142,700.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
109 Capital Development Board File Date: 11/6/2024
Third Filing – 09/16/25: FY26, Qtr 1, Item # 109
An Emergency Purchase Extension was received on September 16, 2025 requesting an extension for dates
starting 12/31/2025 to 03/31/2026. The extension expenditure is not assessed and will be charged for time only.
Second Filing - 11/06/2024: FY25, Qtr 2, Item # 33
An Emergency Purchase Extension was received on November 6, 2024 requesting an extension for dates
starting 01/06/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 10/09/2024: FY25, Qtr 2, Item# 309
The scope of work provides for the renovation of 16 elevators and 1 chair lift located within 9 buildings on the
Chicago State University campus. These buildings include Education, Business Health Science, Harold
Washington Hall, Williams Science Center, Douglas Hall, Cook Administration, Jacoby Dickens Athletic and
Physical Education Center (JDC), Gwendolyn Brooks Library and Jones Convocation Center. Renovations will
include updating elevators for code compliance, maintenance and aesthetics. Asbestos abatement is part of 5
elevator floor systems. The scope also includes any temporary measures needed to utilize elevators most in
need, before more permanent repairs can be implemented.
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 $2,500,000.00, 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 10/09/2024 through 01/06/2025 with an Original
Estimated Cost of $2,500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Parkway Elevators, Inc. Notary Date: 10/9/2024
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
July 1, 2025 through September 30, 2025
State Cost: $2,500,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
110 Capital Development Board File Date: 7/11/2025
Second Filing – 09/19/25: FY26, Qtr 1, Item # 110
An Emergency Purchase Extension was received on September 19, 2025 requesting an extension for dates
starting 10/8/2025 to 01/08/2026. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/11/2025: FY26, Qtr 1, Item# 311
The scope of work is to provide emergency construction services to replace the failed transformer. F.W.
Electric is to procure , install, and
maintain the operations of an appropriate sized rental generator to provide
temporary power to the affected buildings until a new
transformer and all ancillary components are installed
and tested to ensure normal operations can continue. Incorporated documents include the January 2025
Standard Documents for Construction and the design and specifications provided by the A/E of record and
approved by CDB. Services provided under this procurement should not exceed $500,000.00, 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
This Emergency Purchase has an expected start date of 07/11/2025 through 10/9/2025 with an Original
Estimated Cost of $500,000.00..
Signed By: Marcy Joerger, Admin Programming
Vendor: F.W. Electric, Inc Notary Date: 7/11/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
111 Capital Development Board File Date: 9/12/2022
Second Filing – 09/23/2025: FY26, Qtr 1, Item # 111
An Emergency Purchase Extension was received on September 23, 2025 requesting an extension for dates
starting 09/30/2025 to 09/30/2027 at an additional estimated cost of $2,944,545.45, revising the total estimated
cost to $3,444,545.42.
Original Filing – 9/12/2022: FY23, Qtr 1, Item# 46
The Capital Development Board ("CDB") was notified by the Illinois Department of Corrections ("IDOC") that
the boiler controls in the Boiler House have stopped functioning in most cases and the facility cannot tell the
status at any given time. It is reported that many of the probes, meters, gauges,and sensors throughout the
system are currently not operable.These controls require consistent adjustment and calibration to ensure the
existing boilers, are operating efficiently. The controls on two water tube boilers have not been calibrated since
they were installed causing each boiler to run inefficiently. The existing boiler controls have been in operation
since they were installed in 1994. Maintenance personnel are only able to monitor internal temperatures,
pressures, and output factors by "sight & sound only" causing a life & safety issue.
The Boiler House contains three natural gas fired boilers with boiler stacks through the roof. Boilers are 25+
years old, are well beyond there expected useful life, and it is anticipated parts are no longer available.The boilers
are also oversized to serve the campus and trip out.The existing steam whistle is used to relieve excess steam to
prevent from tripping out.The exterior gas piping serving the boiler house has deteriorated insulation. Heating
for the facility needs to be turned on by October 31, 2022, creating a need to repair the boilers in an expedited
manner.
Additionally,the Boiler House itself is dilapidated. The roof leaks when raining, causing water to fall on the
boilers and controls.There are other reported structural issues to include cracks/loose interior and exterior
bricks, shattered windows, clogged sanitary sewer drains, and lighting/electrical issues.
This project started under an agreement that a modification would be issued to an existing Architect/Engineer
contract under CDB Project No.: 120-175-041 (Replace Heating & Ventilation Equipment) to conduct an
assessment and provide recommendations for expedited solutions to make the Boiler House safe until such time
a decision is made for a future project to replace the Boiler Plant. An assessment has been received and scope of
work agreed upon. Therefore, a new project is to begin through the emergency selection of the same
Architect/Engineer to provide expedited design services for various repairs to the facility;this exempts the
selection from a 14-day solicitation required through Qualifications-Based Selection ("QBS"). Considering the
time frames needed for the selection, negotiation and execution of an A/E contract,followed by regular bidding
processes,repairs to the Boiler House under the existing processes would likely not begin for several months.
For this reason, emergency purchases are necessary to provide immediate repair work at Menard Correctional
Center's Boiler House as quickly as possible to protect against the threat to public health and safety,to prevent or
minimize serious disruption in critical State services and to protect the building from further damage.
Because cooling season is rapidly approaching,there is an immediate need to provide a rental/temporary boiler
for proper heating, until such time new permanent boilers/controls can be designed and procured,taking into
account long lead times for equipment.
Southern Illinois Piping Contractors,Inc.,located in Carbondale,IL, was selected to provide construction services
for the rental of a temporary boiler for the Boiler House because they have the capabilities and resources needed
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
to complete the work, they are familiar with and in close proximity to the site, and they can respond
immediately to the request for emergency services.
The scope of work provides for the rental,installation, maintenance, and eventual removal of a properly sized
temporary boiler at Menard Correctional Center's Boiler House through April 30, 2023 as directed and specified
by the Architect/Engineer of record. The scope also includes providing all necessary electrical
requirements,extending natural gas and emergency back-up fuel lines, assessment of and repair of steam lines if
required,and extending the existing steam lines,extending domestic water supply and drain line piping,installing
back-flow prevention to support the installation of the rental boiler. Additionally,installing a security fence to
protect the temporary boiler is required.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the architect/engineer of record. Construction Services provided under this
procurement should not exceed $500,000.00, which is a place-holder prior to entering into a Construction
Contract,without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with 30 ILCS 500/50-35,all contractors, and each subcontractor to be used whose
contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as
a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for
Construction,the General Contractor shall perform no less than 20% of work with its own staff. Each other
trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and
supervision, as well as material purchases where the material is installed by the contractor.
Additionally,Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at
Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 09/08/2022 through 12/06/2022 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Southern Illinois Piping Contractors, Inc. Notary Date: 9/8/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $3,444,545.42 $0.00 $0.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
112 Corrections, Department of File Date: 6/24/2025
Final Cost Statement
Latest Filing – 09/08/2025: FY26, Qtr 1, Item# 112
An Actual Total Cost of FY26, Qtr 1, Item # 112 is $250,000.00 was reported in the same filing quarter.
Original Filing – 6/24/2025: FY26, Qtr 1, Item# 306
The vendor will be responsible for creating a successful transition plan to assume responsibility for
comprehensive medical and mental health services for individuals in custody. This transition plan will include
staff oversight, recruitment, retention, and engagement. In addition, the vendor will be responsible for working
with IDOC to identify service level needs within the health care units, as well as any outside service needs, that
will support a successful transition of services. The vendor will meet agreed-upon schedule(s) that will support
the overall transition of comprehensive medical and mental health services.
Signed By: Jacenta Wilson, APO
Vendor: Centurion Notary Date: 6/24/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $15,000,000.00 $250,000.00 $250,000.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025
113 Human Services, Department of File Date: 5/30/2025
Final Cost Statement
Latest Filing – 09/16/2025: FY26, Qtr 1, Item# 113
An Actual Total Cost of FY26, Qtr 1, Item # 113 is $72,000.00 was reported in the same filing quarter.
Second Filing – 05/30/25: FY26, Qtr 1, Item # 337
An Emergency Purchase Extension was received on May 30, 2025 requesting an extension for dates starting
07/01/2025 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/14/2025: FY25, Qtr 4, Item# 142
Remove the hoist motor, transport to the machine shop for a rebuild; install the rebuilt hoist motor; remove
original brake assembly (retain drum), install Hollister Whitney retrofit brake and %125 weight test the elevator.
Center utilized a SBSA company as ELEVATOR INSTALLATION, MAINTENANCE AND REPAIR NIGP
Code 910-13 is set aside for Small Businesses. In accordance with 30 ILCS 500/20-20, no BEP participation
was considered.
This Emergency Purchase has an expected start date of 05/16/2025 through 06/30/2025 with an Original
Estimated Cost of $72,000.00.
Signed By: Jean Sandstrom, APO
Vendor: 309 Elevators LLC Notary Date: 5/14/2025
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $72,000.00 $72,000.00 $72,000.00 26 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2025 through September 30, 2025