LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  1       Innovation & Technology, Department of                                                 File Date:  9/21/2021

  Original Filing – 09/21/2021: FY22, Qtr 2, Item# 1

 

  There is currently a world wide computer chip shortage.  Our current laptop vendor cannot meet quantity needs

  as the State seeks to replace approximately 8500 aging devices that are currently running on out dated and

  unsupported operating systems.  Unsupported operating systems are highly vulnerable to cyber security breaches

   and there has been rise in frequency of cyber attacks and security breaches , it is imperative that we get these

  devices replaced as quickly as possible.  This vendor is has quantity available and are able to meet our

  requirements in quantity where our current vendor cannot.

  4000 Mfg. Part#: 20W00090US Lenovo ThinkPad T14 Gen 2 - 14" - Core i5 1135G7 - 8 GB RAM - 256 GB

  SSD

 

  This Emergency Purchase has an expected start date of 09/21/2021 through 12/19/2021 with an Original

  Estimated Cost of $6,136,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  CDS                                                                                              Notary Date:   9/21/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $6,136,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  2       Human Services, Department of                                                                 File Date:  9/23/2021

  Original Filing – 09/23/2021: FY22, Qtr 2, Item# 2

  This was the only vendor contacted that can provide these titles for all the State of Illinois 24/7 facilities and

  schools.

  DHS intends to procure under an emergency contract temporary staffing assistance for non-medical staff such

  as housekeeping, dietary, laundry and data entry staff for the Department's 24/7 facilities in the Division of

  Developmental Disabilities, Division of Mental Health and schools in the Division of Rehabilitative Services.

 

 

  DHS did not request an emergency extension hearing far enough in advance, due to significant absences from

  the central office procurement staff during the preceding weeks. In order to keep these critical services going,

  DHS is procuring a new 90 Day contract. An IFB was prepared and should be published today to competitively

  select a vendor for these services.”

 

  This Emergency Purchase has an expected start date of 09/29/2021 through 12/27/2021 with an Original

  Estimated Cost of $495,000.00.

   Signed By:  Debra Muhlstadt, Fiscal Administrator

       Vendor:  Favorite Healthcare Staffing                                                         Notary Date:   9/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $495,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  3       Innovation & Technology, Department of                                                 File Date:  9/24/2021

  Original Filing – 09/24/2021: FY22, Qtr 2, Item# 3

 

  There is currently a world wide computer chip shortage.  Our current laptop vendor cannot meet quantity needs

  as the State seeks to replace approximately 8500 aging devices that are currently running on out dated and

  unsupported operating systems.  Unsupported operating systems are highly vulnerable to cyber security breaches

   and there has been rise in frequency of cyber attacks and security breaches , it is imperative that we get these

  devices replaced as quickly as possible.  This vendor is has quantity available and are able to meet our

  requirements in quantity where our current vendor cannot.

 

  5500 Mfg. Part#: 20X30071US Lenovo ThinkPad L15 Gen 2 - 15.6" - Core i5 1135G7 - 8 GB RAM - 256 GB

  SSD

 

500 Mfg. Part#: 5WS0A23006Lenovo 3Y Onsite upgrade from 1Y Depot/CCI

500 Mfg. Part#: 5PS0A23278

  Lenovo 3Y Keep Your Drive Add On

500 Mfg. Part#: 40AY0090US Lenovo ThinkPad Universal USB-C Dock -

   docking station - USB-C - HDMI, 2 x

500 Mfg. Part#: 4X30M39458 Lenovo Essential Wireless Combo -

  keyboard and mouse set - US

 

500 Mfg. Part#: 4X30E77328 Lenovo Essential Topload Case

500 Mfg. Part#: 4X71D09533 Lenovo DDR4 -

  module - 8 GB - SO-DIMM 260-pin

 

 

 

2000 Mfg. Part#: 20W00090US Lenovo ThinkPad T14 Gen 2 - 14" - Core i5 1135G7 - 8 GB RAM - 256 GB

   SSD

2000 Mfg. Part#: 5WS0A23006Lenovo 3Y Onsite upgrade from 1Y Depot/CCI

2000 Mfg. Part#:

  5PS0A23278 Lenovo 3Y Keep Your Drive Add On

2000 Mfg. Part#: 40AY0090US Lenovo ThinkPad Universal

  USB-C Dock - docking station - USB-C - HDMI, 2 x

2000 Mfg. Part#: 4X30M39458 Lenovo Essential Wireless

   Combo - keyboard and mouse set - US

2000 Mfg. Part#: 4X71D09533 Lenovo DDR4 - module - 8GB SO-

  DIMM

2000 Mfg. Part#: 4X30E77328 Lenovo Essential Topload Case

  This Emergency Purchase has an expected start date of 09/21/2021 through 12/19/2021 with an Original

  Estimated Cost of $4,739,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  CDW-G                                                                                        Notary Date:   9/24/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $4,739,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  4       Corrections, Department of                                                                        File Date:  9/30/2021

  Original Filing – 09/30/2021: FY22, Qtr 2, Item# 4

  The vendor is able to provide the immediate shipment of bread that is needed to prevent disruption of statewide

  meal services provided by the Illinois Department of Corrections.

  The vendor is able to provide the immediate shipment of bread that is needed to prevent disruption of statewide

  meal services provided by the Illinois Department of Corrections.

  This Emergency Purchase has an expected start date of 10/1/2021 through 12/29/2021 with an Original

  Estimated Cost of $428,400.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Good Source Solutions, Inc.                                                         Notary Date:   9/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $428,400.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  5       University of Illinois - Spfld                                                                        File Date:  10/1/2021

  Original Filing – 10/01/2021: FY22, Qtr 2, Item# 5

 

  Scientific Surplus currently has used equipment that is available on the spot market. This equipment is available

  first come first service so processing time is critical. This is the only vendor we could find offering used

  equipment that is currently needed by the Integrated Bioprocessing Research Lab. Purchasing from the vendor is

   necessary for two reasons:

 

1. Lead times for new equipment currently vary between 18-24 month. In order

  to maintain progress in ongoing research, the Integrated Bioprocessing Research Lab cannot afford the lead time

  delay.

 

2. Buying used equipment saves the University money. If the department were to competitively solicit

  this need, the anticipated costs would be around $875,000. A new 500L fermenter has a list price of $575,000

  and a 75L fermenter has a list price of $300,000. Purchasing used equipment that is immediate available will save

   the University approximately $585,800.

 

  The Integrated Bioprocessing Research Laboratory is making a one-time emergency quick purchase for one

  500L fermenter and one 75L fermenter. These fermenters are specifically designed stainless steel aseptic tanks

  with controls, valves, and instrumentation to monitor processes inside the tank. They will be used for industrial

  biotech fermentation processes in our research programs.

 

  On October 1, 2021, an Announcement of an Emergency Award/Quick Purchase was received from UI

  reporting an Actual Cost $290,800.00 for dates 10/01/2021 to 10/01/2021. We did receive an Original

  Emergency Purchase Statement for this Emergency Purchase.

   Signed By:  Aaron Finder, Assistant Director -- Purchasing

       Vendor:  Scientific Surplus                                                                         Notary Date:   10/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $290,800.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  6       Central Management Services, Department of                                          File Date:  10/1/2021

  Second Filing - 12/09/2021:  FY22, Qtr 2, Item #6

  An Emergency Purchase Extension was received in the same filing quarter on December 9, 2021 requesting an

  extension for dates starting 12/30/2021 to 002/28/2022 at an additional estimated cost of $17,000,000.00,

  revising the total estimated cost to $42,000,000.00.  Using State and Federal Funds.

 

  Original Filing –10/01/2021: FY22, Qtr 2, Item# 6

 

  18-416CMS-BOSS4-P-376 JPMC Drugs and Pharmaceuticals expires 09/30/2021.  30 ILCS 500/20-60(a) limits

  the duration of contracts to ten (10) years inclusive of renewals and extensions and as of its expiration date of

  09/30/2021, this contract will be at the ten-year mark.

   

 

Bid 21-416CMS-BOSS4-B-22340 JPMC Drugs and Pharmaceuticals was published 06/04/2021 and bids

  were opened 08/04/2021 (this was a rebid of B-16903 which was canceled due to inadequate specifications and

  B-17371, which was canceled due to non-responsive bidders).  The notice of award for B-22340 was published

  08/25/2021, which started the 14-day protest period.  The incumbent vendor for 18-416CMS-BOSS4-P-376

  JPMC Drugs and Pharmaceuticals, Cardinal Health 411, LLC, is the awarded vendor for B-22340.  A protest

  was received by the Chief Procurement Officer (CPO)  09/02/2021, which stayed the procurement until a

  determination was made by the CPO if the protest should be denied or upheld.  The CPO's decision to deny the

  protest was received late afternoon September 30, 2021 and time is needed for CMS to review.

 

 

The BEP goal for this emergency contract will stay the same as the current contract at 0%.  The recently

  awarded solicitation (B-22340) had a BEP goal of 8%.

   

 

In the event the new contract is not executed by 09/30/2021, and in consideration of the contract duration

  limitation and the fact that we cannot extend the current contract, Cardinal Health 411, LLC has agreed to a 90-

  day emergency contract at the same terms and conditions as the current contract to ensure that there is not a

  lapse in service.  When the new contract is executed, we intend to cancel the emergency contract.

 

  This is an emergency Joint Purchase Master Contract for drugs and pharmaceuticals to be purchased on an as-

  needed basis during the contract period by the Illinois Department of Human Services and Illinois Department of

  Public Health.

 

  This Emergency Purchase has an expected start date of 10/01/2021 through 12/29/2021 with an Original

  Estimated Cost of $25,000,000.00  with Federal & State Funding.

   Signed By:  Will Stephens, APO

       Vendor:  Cardinal Health 110, LLC                                                            Notary Date:   10/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:   $25,000,000.00      $42,000,000.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  7       University of Illinois - Spfld                                                                        File Date:  10/6/2021

 

  Second Filing - 12/9/2021:  FY22, Qtr 2, Item #7

  An Emergency Purchase Extension was received in the same filing quarter, on December 9, 2021 requesting an

  extension for dates starting 1/10/2022 to 10/31/2022 at an additional estimated cost of $650,842.00, revising the

  total estimated cost to $990,413.00. Funding is used thru Indirect Cost Recovery Funds & Self Supporting

  Funds.

 

 

  Original Filing – 10/06/2021: FY22, Qtr 2, Item# 7

 

  Executive Order 2021-20 issued on August 26, 2021 imposes COVID-19 vaccination requirements for "Higher

  Education Personnel". Approximately thirty (30) building service workers are non-compliant with this order and

  are therefore ineligible to work on campus. Our current vendor Southwest Service Corporation (SSC (E&I /

  IPHEC vendor), does not have the staff to meet the University needs for temporary cleaning, housekeeping, and

  COVID-19 disinfection services. This situation means that five campus buildings do not have personnel available

  to provide cleaning and disinfection services - a threat to public health. The vendor Vargas Group is able to

  provide compliant personnel to clean these buildings while the University seeks a competitive solicitation during

  the emergency.

 

  Vargas Group will provide temporary cleaning, housekeeping, and COVID-19 disinfection services in campus

  buildings; Science and Engineering Labs East (607), Science and Engineering Labs West (608), Behavioral

  Sciences Building (618), Science & Engineering South (619), and Engineering Research Facility (648). Vendor

  will provide all labor and required equipment to complete the work.

 

  This Emergency Purchase has an expected start date of 10/11//2021 through01/09/2022 with an Original

  Estimated Cost of $339,571.00.  Funding is used thru Indirect Cost Recovery Funds/ Self Supporting Funds.

   Signed By:  Debra Matlock, Exec. Dir.

       Vendor:  Vargas Group                                                                               Notary Date:   10/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $339,571.00           $990,413.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  8       Transportation, Department of                                                                  File Date:  10/12/2021

  Latest Filing - 11/24/2021:

  A Final Cost Statement was received on November 24, 2021 reporting in the same filing quarter, that the Actual

  Total Cost is $3,345,335.80.

 

  Original Filing – 10/12/2021: FY22, Qtr 2, Item# 8

 

  The following vendors were contacted and their respective bids are noted.

  The Kilian Corporation $2,420,107.65

  Howell Paving, Inc   Declined to Bid

  Christ Brothers Asphalt Declined to Bid

  The Kilian Corporation was selected based on their low bid and their ability to perform the work. Kilian

  Corporation has the expertise, manpower, and equipment to be able to successfully complete the required

  pavement repairs within the desired time frame.

 

  The HMA surface on I-270 between IL 3 and I-55 is rutting and stripping causing severe failures. The HMA

  surface has become unstable due to age and moisture that has entered the various layers. The Simpson gravel

  used in an earlier HMA overlay has also become unstable. It is recommended by BMPR all HMA surface be

  removed full-depth to the original concrete pavement in both the eastbound and the westbound lanes within the

  distressed areas between IL 3 and I-55. District 8 has been monitoring the pavement and the pavement

  conditions continue to worsen. Repairs need to be made now prior to asphalt plants closing for the season and

  also prior to winter conditions accelerating the deterioration.

 

  This Emergency Purchase has an expected start date of 10/08/2021 through 01/05/2022 with an Original

  Estimated Cost of $8,000,000.00.

   Signed By:  Joseph Monroe, Operations Engineer

       Vendor:  The Kilian Corporation                                                                 Notary Date: 10/12/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $8,000,000.00                                     $3,345,335.80        $3,345,335.80       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  9       Human Services, Department of                                                                 File Date:  10/13/2021

  Original Filing – 10/13/2021: FY22, Qtr 2, Item# 9

 

  F.E. Moran was awarded a bid for these contract services at the end of Fiscal Year 2021. These necessary

  services are a continuation of that contract and are critical to remaining in compliance with Public Health and

  Life Safety Standards. F.E. Moran has satisfactorily performed numerous projects for Shapiro Developmental

  Center in the past and was in the process of completing this work when the fiscal year ended.

 

  Replacement of all fire sprinkler piping, drains, drum drims, sprinkler heads, and any applicable firewalls located

  at Building 704 on Shapiro Center campus. In addition, vendor shall also replace the existing air compressor and

  install a new unit that is in compliance with NFPA Life Safety Codes.

 

  This Emergency Purchase has an expected start date of 10/25/2021 through 12/03/2021 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  F.E. Moran Fire Protection                                                            Notary Date: 10/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $125,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  10     Innovation & Technology, Department of                                                 File Date:  10/14/2021

  Original Filing – 10/14/2021: FY22, Qtr 2, Item# 10

 

  This is the current vendor that has been providing these services to multiple agencies for several years. They

  have the staff trained to handle the agency needs, and knowledge of the existing systems to keep them

  operational.

 

  This contract will be a JPMC available to governmental units or qualified not-for-profit for the products

  categories below -

 

 

• Document and drawing scanning/imaging that comply with the State’s Enterprise Docuware requirements and

  controls.

 

• Transferring the scanned images to microm.

 

• Provide user agency document transportation, storage, and destruction.

 

• Storing images into the appropriate Docuware file cabins.

 

• Assessment of the users’ imaging requirements and provide specific details of configuration specifications for

  their organization which include Docuware file cabinet specifications, user role defining, etc.

 

• Provide training and technical support for the user agencies regarding document handling, batching documents,

  and local scanning.

 

• Assist the DoIT technical staff with maintaining the Enterprise Docuware platform

 

 

This Emergency Purchase has an expected start date o10/15/2021 through 1/12/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Dante Watson, APO

       Vendor:  Com Microfilm Co.                                                                      Notary Date: 10/14/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  11     Natural Resources, Department of                                                             File Date:  10/22/2021

  Latest Filing - 11/17/2021:

  A Final Cost Statement was received on November 17, 2021, reporting in the same filing quarter, that the Actual

  Total Cost is $55,842.15.

 

  Original Filing – 10/22/2021: FY22, Qtr 2, Item# 11

 

  The World Shooting and Recreational Complex (WSRC) in Sparta Illinois requested quotes from GPARE,Inc.

  and Reagent Chemical DBA White Flyer Targets for the emergency purchase of clay targets. These two Vendors

   have been WSRC's most recent clay target suppliers. GPARE,Inc's, quote came in $371.07 less than Reagent

  Chemical.

   IDNR has attempted two procurements for clay target over the past three months and neither resulted in an

  award. On October 19, 2021 WSRC contacted IDNR Procurement with a concern that the facility would run

  out of targets within two (2) weeks. The WSRC has shooting events scheduled year round and running out of

  targets is not an option. Revenue from shooting events at WSRC is approximately $240,000 annually. Every

  month WSRC cannot provide shooting opportunities $20,000 is lost and customers find other, more reliable

  places to shoot at.

   This emergency purchase will provide enough targets to keep the facility open and operating for approximately

  three months which will allow IDNR to successfully procure a multi year contract.

 

  Clay targets to be thrown at the World Shooting and Recreational Complex for trap/skeet/sporting clays. These

  will include AA's, pheasants, rabbits,midi's, and battues

 

  This Emergency Purchase has an expected start date of 10/25/2021 through 12/31/2021 with an Actual Cost of

  $55,842.15.

   Signed By:  Eric Michael, Procurement Manager

       Vendor:  GPARE                                                                                         Notary Date: 10/22/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                          $55,842.15             $55,842.15       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  12     Capital Development Board                                                                        File Date:  9/27/2021

  Original Filing – 09/27/2021: FY22, Qtr 2, Item# 12

 

  The Dixon Correctional Center is a multi-security facility that houses approximately 1,600 individuals and is the

  workplace for another 700 staff. To properly care for and treat the individuals on this campus, the facility has a

  three-story health care unit that is dependent upon a pair of 54-year-old elevators to move residents and workers.

   This building allows for 135 individuals to receive specialized health care services on grounds. The second floor

  has 51 beds that are dedicated to individuals in need for ADA  accommodations; the third floor has 84 beds that

  are dedicated to a medically ill population that for all intents and purposes would otherwise be a skilled nursing

  facility.

   The 54 years old elevators are showing signs of excessive wear and tear. The major electrical and mechanical

  components of the elevators are either technologically obsolete or commercially obsolete and have exceeded their

   effective net useful life. A recent assessment completed in June 2020 on the elevators indicated that the parts for

   the Montgomery Flight controls may no longer be available. The elevators constantly break down and finding

  vendors who can obtain parts to fix the outdated components is nearly

  impossible. Multiple solicitations for elevator service have been minimally responded to or garnered no response

  at all.

    Recently one of the two elevators that serves this building was stuck in between floors. It took 45 minutes to

  get the passenger car moving. Two individuals in wheelchairs and one individual with a walker were stuck in the

  elevator with no ability to seek help.

    Given the specialized populations treated at this facility – Sexually Violent Persons, Seriously Mentally Ill,

  Elderly – and the presence of both Rasho and Lippert court monitors touring the grounds and evaluating our

  health care operations, the Department of Corrections considers fixing these elevators an extreme priority and an

  urgent situation that needs to be addressed. The elevators are unreliable and create a risk of physical harm or

  death should an elevator experience a catastrophic failure. Additionally, the inability to rely on the current

  elevators to transport it's ADA and/or medically ill and elderly threatens disruption of critical State services.

    The Illinois Department of Corrections has requested that the Capital Development Board provide emergency

  services to assess and replace the elevators as quickly as possible. This project began through the emergency

  selection of an Architect/Engineer (“A/E”); this exempts the selection from a 14-day solicitation required through

   Qualifications-Based Selection (“QBS”). Considering the time frames needed for the selection, negotiation and

  execution of an A/E contract followed by bidding and award procedures, an assessment, design and replacement

   of the elevators under the existing processes would likely not begin for several months. For this reason,

  emergency purchases are necessary to protect against the threat to public health and safety and to prevent or

  minimize serious disruption in critical State services as quickly as possible.

    As the design work progressed, the elevators have substantially deteriorated resulting in increased service calls

  due to certain component failures. As a result, the elevators are creating an increased risk of physical harm

  should an elevator experience further failures. The Illinois Department of Correction's inability to rely on the

  current elevators to transport its population between floors threatens disruption of critical State services.

    Therefore, CDB, in consultation with the Chief Procurement Office, agree that the level of work required for

  this project would not provide a large enough economical variance if bid when the more immediate need is to

  replace the elevators in an expedited manner. The project team believes that by selecting a contractor, in lieu of

  bidding, a design-assist approach can be implemented and time saved by ordering long lead equipment to further

  expedite the completion of the project.

    Otis Elevator Company, located in Lombard, IL, was selected because they are relatively in close proximity to

  the site, they have the expertise and experience, and they can respond immediately to this request for emergency


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  services.

 

  The scope of services provides for construction services to provide reliable code compliant elevators including

  all ancillary components at Dixon Correctional Center's Healthcare Unit, as directed and designed by the

  Architect/Engineer of record. Incorporated documents include the March 2009 Standard Documents for

  Construction & Supplement and any drawings and specifications provided by the A/E

  of record. Services provided under this procurement should not exceed $2,000,000.00, which is a place-holder

  prior to entering into a time and material Construction Contract, without prior authorization from the Capital

  Development Board in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon

  project completion and project close-out.

   In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract.

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

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

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

  where the material is installed by the contractor.

   This Emergency Purchase has an expected start date of 09/27/2021 through 12/25/2021 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Otis Elevator Company                                                                Notary Date:   9/27/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,000,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  13     Capital Development Board                                                                        File Date:  10/8/2021

  Original Filing – 11/08/2021: FY22, Qtr 2, Item# 13

 

  The scope of work provides for new temporary or permanent feed water pumping system, to include the rental

  of a DA Skid until such time the existing tank and pumps can be inspected and cleaned, new feed water piping to

   all five boilers, and new feed water valves and associated controls at each boiler as directed and recommended

  by the Architect/Engineer of record. The scope of work also includes repairs to Boiler #2 as recommended by

  the Architect/Engineer. Additionally, if deemed necessary, the scope also

  provides for securing a suitable temporary Boiler Plant to provide the required steam in the event Boiler #1 fails

  prior to the above solutions being implemented. In the event of a failure, release the Temporary Boiler Plant to be

  delivered to the site and brought online. Incorporated documents include the March 2009 Standard Documents

  for Construction & Supplement and any design documents provided by the Architect/Engineer of record.

  Services provided under this procurement should not exceed $300,000.00, 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 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 09/29/2021 through 12/27/2021 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Mid-Illinois Mechanical, Inc.                                                        Notary Date:   10/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $300,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  14     Capital Development Board                                                                        File Date:  10/27/2021

 

  Second Filing - 11/24/2021:

  A Revised Emergency Purchase dated/received, November 24,2021, reported in the same filing quarter. 

  Requesting NO ADDITIONAL TIME OR COST at this time.  Reporting only more strom damage to be repaired

  on the project.

 

  REVISED (11/24/2021): During the assessment of the facility for storm damage, it was discovered that there is

  structural damage throughout the Garage. The Garage consists of the Wash Bay, Garage/Shop Area, and Tack

  House. In their assessment report, the Architect/Engineer expresses concern with several brick wall cracks and

  wall displacement issues throughout the Garage and recommends immediate repair work (specifically under

  recommendations R1, R2, R3 & R4 in the report), due to life/safety concerns and/or to prevent moisture

  infiltration and further deterioration. Although most of these structural issues were pre-existing, they are said to

  have worsened as a result of the storm/wind, creating a safety hazard. Therefore, in order to prevent the threat

  to public safety and to protect against the threat of further damage to the buildings, structural repair work is

  hereby being added to the scope for this emergency declaration. This additional work will be added via a Proceed

   Oder/Change Order to the existing contract.

 

  Original Filing – 10/27/2021: FY22, Qtr 2, Item# 32

 

  The scope of work provides for construction services for temporary and permanent repairs from this storm

  damage, including but not limited to roof failures, and other associated damage from the storm, at Menard

  Correctional Center as directed by the Architect/ Engineer of record and approved by CDB. Incorporated

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

  documents provided by the Architect/Engineer. Services provided under this procurement should not

  exceed $400,000.00, which is a place-holder prior to entering into a Construction Contract, without prior

  authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

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

 

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

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

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 10/25/2021 through 01/22/2022 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Joiner Sheet Metal & Roofing                                                      Notary Date: 10/27/2021


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $400,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  15     Capital Development Board                                                                        File Date:  10/27/2021

  Original Filing – 10/27/2021: FY22, Qtr 2, Item# 15

 

  The scope of work provides for an assessment of all storm damage, including but not limited to roof failures,

  and other associated damage from the storm, at Menard Correctional Center to include recommendations and

  cost estimates. The scope also includes design services to implement agreed upon recommendations for

  temporary repairs, and permanent repairs if needed. Incorporated documents include the March 2009 Standard

  Documents for Construction & Supplement and the March 2009 Design and Construction Manual &

  Supplement. Basic Architectural Services provided under this procurement should not exceed $150,000.00,

  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.

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

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

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 10/25/2021 through 01/22/2022 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  White & Borgognoni Architects, P.C.                                           Notary Date: 10/27/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $150,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  16     Capital Development Board                                                                        File Date:  10/28/2021

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 16

 

  The Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security facility was designed to rake out solids from the sewer pit and dump the waste

  into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of sewage

  from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen are

  allowing more solids to get through and interfering with the raking system. The chain and sprocket mechanism

  failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system is expected

  to remain out of service due to the lack of repair parts and inability to provide interim solutions.

 

  The scope of work provides for removing and replacing the bar screen system. The new system shall have the

  ability to remove solids from the sewer, wash and compress those solids and dispose of them in a dumpster.

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

  design documents provided by the Architect/Engineer of record. Services provided under this procurement

  should not exceed $334,000.00, which is a place-holder prior to entering into a construction Contract, without

  prior authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

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

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

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

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 10/28/2021 through 01/25/2022 with an Original

  Estimated Cost of $334,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Red Dot Construction & Equipment Rentals                                Notary Date: 10/28/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $334,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  17     Capital Development Board                                                                        File Date:  10/28/2021

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 17

 

  The Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security Level facility was designed to rake out solids from the sewer pit and dump the

  waste into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of

  sewage from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen

  are allowing more solids to get through and interfering with the raking system. The chain and sprocket

  mechanism failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system

  is expected to remain out of service due to the lack of repair parts and inability to provide interim solutions. The

  Department of Corrections has notified the Capital Development Board that the sanitary sewage bar screen

  system at Pinckneyville Correctional Center has failed. The existing 25-year-old sanitary sewage bar screen

  system at this Medium Security Level facility was designed to rake out solids from the sewer pit and dump the

  waste into an open dumpster. This bar screen must run reliably to remove solids from the continuous flow of

  sewage from the Correctional Center. It appears that wear and damage to the bars at the bottom of the screen

  are allowing more solids to get through and interfering with the raking system. The chain and sprocket

  mechanism failed in July of 2021, requiring solids to be manually raked out of the 18-foot-deep pit. The system

  is expected to remain out of service due to the lack of repair parts and inability to provide interim solutions.

 

  The scope of work provides for removing and replacing the bar screen system. The new system shall have the

  ability to remove solids from the sewer, wash and compress those solids and dispose of them in a dumpster.

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

  March 2009 Design and Construction Manual & Supplement. Basic Architectural Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

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

 

  In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

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

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

 

  This Emergency Purchase has an expected start date of 10/28/2021 through 01/25/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Horner & Shifrin, Inc                                                                   Notary Date: 10/28/2021


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  18     Innovation & Technology, Department of                                                 File Date:  10/28/2021

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 18

 

  Presidio is the current vendor assisting the State with the operation and maintenance of the enterprise Voice over

  IP ( VoIP) solution. Presidio was originally selected through a competitive bid process.

 

  Requesting hardware, support and maintenance related to the State's enterprise VoIP solution. The enterprise

  VoIP system currently supports 30,000 plus phones, 280 plus Video Conferencing Systems, Multiple Emergency

   and Non-Emergency VoIP Call Centers that include 2300 Call Center Agents for several Public Safety Services

  provided to the State of Illinois.  The existing contract also supports Cisco Webex Conferencing which provides

  the State of Illinois a powerful service to conduct real-time meetings, Webinar and Events online.

 

  This Emergency Purchase has an expected start date of10/31/2021 through 01/28/2022 with an Original

  Estimated Cost of $12,000,000.00.

   Signed By:  Dante" Watson, APO

       Vendor:  Presidio                                                                                        Notary Date: 10/28/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:   $12,000,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  19     Human Services, Department of                                                                 File Date:  10/28/2021

  Original Filing – 10/28/2021: FY22, Qtr 2, Item# 19

 

  The Chicago-Read MHC is establishing an emergency contract for emergency plumbing services. Vendor will

  install new Water main which will be the main water supply for the D-South unit. This unit is currently not

  occupied, but needs to be prepared for occupancy by the beginning of 2022. At this time, a CDB project for

  HVAC & fire alarm services will commence and will require moving patients off of units to D-South. We will be

  using current plumbing vendor, Titan Mechanical, to complete this emergency project. The vendor will

  supply and install laterals for hot/cold water returns to D-South Unit, and provide essential water service. Will

  install new shut offs for supply and new return to all bathrooms for hot/cold water. Will insulate all pipes and

  fittings, and provide fixtures and trim as well as sanitary waste. All work must be in compliance with City Code

  and NFPA. Failure to comply with safety codes could result in the failure of critical water supply and waste

  removal. This could result in civil fines, loss of accreditation by the Joint Commission, Public Health, and the

  center for Medicare and Medicaid and loss of federal funding. A substandard environment of care places

  patients, visitors and staff at risk. This contract is subject to a small-business-set-aside procurement approach.

 

  This Emergency Purchase has an expected start date of 11/01/2021 through 01/29/2022 with an Original

  Estimated Cost of $330,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Titan Mechanical                                                                          Notary Date: 10/28/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $330,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  20     University of Illinois - Spfld                                                                        File Date:  10/29/2021

 

  Second Filing - 12/9/2021: FY22, Qtr 2, Item #20

  An Emergency Purchase Extension was received on December 9,2021, within the same filing quarter requesting

  an extension for dates starting 1/30/2022 to 10/31/2022 at an additional estimated cost of $569,413.00, revising

  the total estimated cost to $759,216.00.   Funding is received thru Self-Supporting Funds.

 

  Original Filing – 10/29/2021: FY22, Qtr 2, Item# 38

 

  Our current vendor Southwest Service Corporation (SSC (E&I / IPHEC vendor), does not have the staff to meet

   the University Campus needs for temporary cleaning, housekeeping, and COVID-19 disinfection services. The

  University Campus has an emergency award #JMG913 - Vargas Group. This situation means that the UI Hospital

   does not have personnel available to provide cleaning and disinfection services - a threat to public health. The

  vendor is BEP certified and is able to provide compliant personnel to clean these buildings while the University

  rectifies the situation.

 

  Apache Service and Supply Company will provide temporary EVS/hospital-grade cleaning, housekeeping, and

  COVID-19 disinfection services at the UI Hospital (Building 949).  Vendor will provide all labor and required

  equipment to complete the work. .

 

  This Emergency Purchase has an expected start date of 11/01//2021 through 01/29/2022 with an Original

  Estimated Cost of $189,803.13   Funding is received thru Self Supporting Funds.

   Signed By:  Debra Matlock, Exec Director

       Vendor:  Apache Service and Supply Co.                                                   Notary Date: 10/29/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $189,803.13           $759,216.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  21     Innovation & Technology, Department of                                                 File Date:  11/29/2021

  Original Filing – 10/29/2021: FY22, Qtr 2, Item# 21

 

  There is currently a world wide computer chip shortage.  Our current laptop vendor cannot meet quantity needs

  as the State seeks to replace approximately 8500 aging devices that are currently running on out dated and

  unsupported operating systems.  Unsupported operating systems are highly vulnerable to cyber-security breaches

   and there has been rise in frequency of cyber-attacks and security breaches , it is imperative that we get these

  devices replaced as quickly as possible.  This vendor is has quantity available and are able to meet our

  requirements in quantity where our current vendor cannot.

   

 

Our master contract vendor has not been able to fulfill orders in a timely manner.  Despite a commitment to

   deliver orders by December 2020 ETAs have been pushed out past the committed December 2020 delivery date

  and our stock is rapidly depleting.  We are currently rationing stock to only new hires which is putting our PC

  Refresh of aging devices and our cyber-security at risk.

   

 

This chosen vendor has shown the ability, through other emergency procurements, to deliver product

  within our time frame.

 

  2500 Mfg. Part#: 20W00090US Lenovo ThinkPad T14 Gen 2 - 14" - Core i5 1135G7 - 8 GB RAM - 256 GB

  SSD

 

2500 Mfg. Part#: 5WS0A23006Lenovo 3Y Onsite upgrade from 1Y Depot/CI

 

2500 Mfg. Part#: 5PS0A23278 Lenovo 3Y Keep Your Drive A On

 

2500 Mfg. Part#: 40AY0090US Lenovo ThinkPad Universal USB-C Dock - docking station - USB-C - HDMI,

  2 x

 

2500 Mfg. Part#: 4X30M39458 Lenovo Essential Wireless Combo - keyboard and mouse set US

 

2500 Mfg. Part#: 4X71D09533 Lenovo DDR4 - module - 8GB SO-IMM

 

2500 Mfg. Part#: 4X40Y95215 Lenovo Essential Messenger Case

 

  This Emergency Purchase has an expected start date of 11/01/2021 through 01/29/2022 with an Original

  Estimated Cost of $4,940,000.00

   Signed By:  Dante' Watson, APO

       Vendor:  CDW-G                                                                                        Notary Date: 10/29/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $4,940,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  22     State Police, Illinois                                                                                     File Date:  11/1/2021

  Original Filing – 11/01/2021: FY22, Qtr 2, Item# 22

 

  Bruce Garrett's services are procured via the vendor Levi, Ray & Shoup through a contract that expires October

  31, 2021. Without Bruce Garrett, we will have insufficient support for WAGE and Timekeeping until those

  systems are absorbed by SAP. Bruce Garrett has experience supporting these systems and is the only one who

  would not need extensive training to do so. We have no one on site with the skill set required for this support.

  Bruce Garrett will provide technical support for the WAGE and Timekeeping systems until they are absorbed by

  SAP. This will be a 90 day emergency contract, he will provide an estimated 488 hours of support at a rate of

  $80 per hour.

 

  This Emergency Purchase has an expected start date of 11/01/2021 through 01/29/2022 with an Original

  Estimated Cost of $39,040,00.

   Signed By:  Nancy King, Interim State Purchasing Office

       Vendor:  Levi Ray & Shoup Inc                                                                  Notary Date:   11/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $39,040.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  23     Capital Development Board                                                                        File Date:  11/4/2021

 

  11/18/2021

  A REVISED NOTICE was received on 11/18/2021, reporting in the same filing quarter. Revising the orginial

  estimated cost not-to-exceed amount of $350,000.00 to $2,850,529.00

 

 

  Original Filing – 11/04/2021: FY22, Qtr 2, Item# 23

 

  The scope of work provides for replacement of the leaking high temperature hot water piping. The scope also

  provides for procuring a temporary heating solution as directed by the Architect/Engineer and approved by CDB.

   An estimated cost to rent 3 trailer mounted boilers and delivery freight, for boiler operations is estimated to be

  $32,325.00 a month, not including LP fuel costs. Therefore, all work shall be expedited with available manpower

   during normal and/or overtime hours in order to provide replacement piping as quickly as possible. Incorporated

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

  documents provided by the Architect/Engineer. Construction services provided under this procurement should

  not exceed $350,000.00, which is a

  place-holder prior to entering into a Construction Contract, without prior authorization from the Capital

  Development Board in consultation with the Chief Procurement Office. Final Actual Costs will be reported upon

  project completion and project close-out. In accordance with 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 11/04/2021 through 02/01/22 with an Original Estimated

   Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Hill Mechanical Corp                                                                   Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $350,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  24     Human Services, Department of                                                                 File Date:  11/4/2021

  Original Filing – 11/04/2021: FY22, Qtr 2, Item# 24

 

  This vendor has been the master contract holder for years, as secured by competitively by CMS and has a long

  history of working with Madden on repair and maintenance at the facility. The Stone group was used based on

  their knowledge and experience working with the facility's system and immediate availability.

 

  Repair of hot water line between two buildings at the Madden campus.

  This will include:

  Initial exploratory excavation

  New 3" Revanco piping insulated and Jacketed

  4- New isolation valve

  Excavation

  Safety shoring

  Removal of spoils as needed

  C8 stone bedding and backfill

  1 topsoil (re-use existing spoils)

  All labor to complete project

 

  This Emergency Purchase has an expected start date of 11/05/2021 through 12/31/2021 with an Original

  Estimated Cost of $90,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Stone Group                                                                                 Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $90,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  25     Capital Development Board                                                                        File Date:  11/3/2021

 

  Second Filing - 11/5/2021:

  A Revised Emergency Purchased dated/ received, November 5,2021 reported in the same filing quarter,

  requesting an additional estimated cost of $70,000.00, revising the total estimated cost to $100,000.00. No

  additional time.

 

 

  Original Filing – 11/03/2021: FY22, Qtr 2, Item# 25

 

  The Department of Corrections has notified the Capital Development Board that the underground heat piping

  from the Boiler House to the Segregation Building has deteriorated to such a point that it has started leaking in

  multiple areas. Similar issues are occurring from the Boiler House to Housing Unit 5 and from the Boiler House to

   Housing Unit 7. Due to the leaks in the underground heat piping, there

  was no heat in the Segregation Building and Houses 5 and 7. As Lawrence Correctional Center makes its push to

  convert to a maximum security facility, the Segregation Building is critical to the daily operations since it will

  house Individuals in custody that have to be segregated from the rest of the population. With winter approaching,

   getting heat to the buildings is crucial.

    On the afternoon of Friday, October 29, 2021, the Illinois Department of Corrections notified CDB that inmates

   were becoming disruptive and demanding the heat be turned on in the Segregation Building as temperatures

  started to drop. Authorization was given by the Chief Procurement Office to provide emergency services for a

  not-to-exceed amount of $30,000.00. CDB responded by procuring a contractor to provide temporary solutions

  to heat this building until more permanent expedited piping replacement can be implemented. A call was made to

  Heartland Mechanical Contractors, Inc. at 4:00 pm on Friday October 29, 2021 to evaluate and provide the

  necessary piping and services to provide heat to Housing Units 5, 7 and the Segregation Building.

    According to the contractor, the temp piping (fire hoses) were rented as these items were not available for

  purchase at the time of the emergency on or around 8:00 pm Friday night. According to the contractor the

  temporary piping rental cost is approximately $6,200 per month. This piping may be in place for up to three

  months until such time the permanent pipe is available to install through an additional emergency declaration.

    Considering the time frames needed for the selection, negotiation and execution of an A/E contract followed by

  bidding and award procedures, the implementation of temporary heating measures under the existing processes

  would likely not begin for several months. For this reason, an emergency purchase was necessary to provide

  temporary heating solutions as quickly as possible in order to protect against the threat to public health and

  safety, to protect against further loss or damage and to prevent or minimize serious disruption in critical State

  services.

    Heartland Mechanical Contractors, Inc., located in Murphysboro, IL, was selected to provide construction

  services because they are familiar with the site, they have the necessary expertise to complete the work, and they

   could respond immediately to the request for emergency services.

 

     The scope of work provides for temporary 4”, 6” & 8” piping and necessary fittings from Boiler House No. 1

  to housing Units 5, 7, and Segregation Building. All work shall be completed as necessary with available

  manpower during normal and/or overtime hours in order to provide heat to the above buildings.

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

  Services provided under this procurement should not exceed $30,000.00, which is a place-holder prior to

  entering into a Construction Contract, without prior authorization from the Capital Development Board in


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion and

  project close-out.

     In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract. In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its

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

  includes direct labor and supervision, as well as material purchases where the material is installed by the

  contractor.

  This Emergency Purchase has an expected start date of 10/29/2021 through 01/26/2022 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Heartland Mechanical Contractors                                                Notary Date:   11/3/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $30,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  26     Innovation & Technology, Department of                                                 File Date:  11/2/2021

  Original Filing – 11/2/2021: FY22, Qtr 2, Item# 26

  Hewlett Packard Enterprise is the previous Master Contract vendor for this equipment.  The competitive

  solicitation has been opened and HPE is the presumptive low bidder.  The current award is under review by BEP

  and has been for two months.  Declaring a new emergency with this vendor is in the best interest of the State as

  various agencies are in need of supplies and services from this vendor to maintain current operations.  Due to the

   extended review period and time required to execute the upcoming contract award of an emergency contract to

  vendor is warranted.

  This is used for our server hardware procurements and supports many different projects for the different

  agencies.  This is also a state wide master that other state entities orders off of.  HPe is the brand specific

  technology to match our existing environments.

  This Emergency Purchase has an expected start date of 11/08/2021 through 02/05/2022 with an Original

  Estimated Cost of $1,000,000.00.

   Signed By:  Matthew Lehman, Strategic Sourcing Manager

       Vendor:  Hewlett Packard Enterprise Co.                                                    Notary Date:   11/2/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,000,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  27     Capital Development Board                                                                        File Date:  11/10/2021

  Original Filing – 11/10/2021: FY22, Qtr 2, Item# 27

 

  The 54 years old elevators are showing signs of excessive wear and tear. The major electrical and mechanical

  components of the elevators are either technologically obsolete or commercially obsolete and have exceeded their

   effective net useful life.

   Recently one of the two elevators that serves this building was stuck in between floors. It took 45 minutes to

  get the passenger car moving. Two individuals in wheelchairs and one individual with a walker were stuck in the

  elevator with no ability to seek help.

   The elevators are unreliable and create a risk of physical harm or death should an elevator experience a

  catastrophic failure.

 

  The scope of work is for construction services to assist in providing reliable code compliant elevators including

  all ancillary components at Dixon Correctional Center's Healthcare Unit, to include procuring all necessary trades

  to complete the work, coordination efforts with those trades, as well coordination with the prime specialty

  elevator contractor, as directed and designed by the Architect/Engineer of record.

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

   drawings and specifications provided by the A/E of record. Services provided under this procurement should

  not exceed $500,000.00, which is a place-holder prior to entering into a time and material 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 closeout.

    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 11/10/2021 through 02/07/2022 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Sjostrom & Sons, Inc.                                                                   Notary Date: 11/10/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $500,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  28     Capital Development Board                                                                        File Date:  11/10/2021

  Original Filing – 11/10/2021: FY22, Qtr 2, Item# 28

 

  The Department of Corrections has notified the Capital Development Board that the Sheridan Correctional Center

   is experiencing multiple leaks in their Dietary Building as a result of the failing roofing system. Facility staff have

   had to hang plastic in several areas to prevent debris and water from falling into the food preparation and serving

   line. Leaks are causing mildew on the ceiling tiles which is causing health and safety concerns. Dietary floors

  tend to be slick but combined with water infiltration due to rains causing dripping or pooling on parts of the

  dietary floor, these areas become a severe safety hazard and it is necessary to use extra staff to keep the floors

  mopped to provide a safer environment. This is creating hardship on facility staff and their daily operations. The

  EPDM roof has become brittle over the years and is beyond temporary repairs.

 

  The scope of work provides for temporary roofing repairs and the replacement of the Dietary Building’s (C0862)

   lower slope membrane roof, including all ancillary components, as specified by the Architect/Engineer of

  record.

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

  Services provided under this procurement should not exceed $50,000.00, which is a place-holder prior to

  entering into a Construction Contract, without prior authorization from the Capital Development Board in

  consultation with the Chief Procurement Office. Final Actual Costs will be reported upon project completion and

  project close-out.

   In accordance with 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 11/09/2021 through 02/06/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Sterling Commercial Roofing                                                       Notary Date: 11/10/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $50,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  29     Capital Development Board                                                                        File Date:  11/12/2021

  Original Filing – 11/12/2021: FY22, Qtr 2, Item# 29

 

  The Department of Corrections has notified the Capital Development Board that the underground heat piping

  from the Boiler House to the Segregation Building has deteriorated to such a point that it has started leaking in

  multiple areas. Similar issues are occurring from the Boiler House to Housing Unit 5 and from the Boiler House to

   Housing Unit 7. Due to the leaks in the underground heat piping, there was no heat in the Segregation Building

  and Houses 5 and 7. As Lawrence Correctional Center makes its push to convert to a maximum security facility,

   the Segregation Building is critical to the daily operations since it will house Individuals in custody that have to

  be segregated from the rest of the population. With winter approaching, getting heat to the buildings is crucial.

 

  The scope of work provides for the replacement of, (to be verified), 4” diameter hot water supply and return

  piping between Buildings C8507 & C8505. The work shall consist of excavating alongside the existing pipes and

  installing new specified diameter pre-insulated direct buried steel pipe with welded fittings, 2” thick insulation

  with waterproof jacket. For the 8" diameter hot water supply and return piping between Buildings C8507, C8524

  & C8525, the 8” piping shall be cut and capped below grade and abandon in place. Where the existing 8” pipes

  enter the exterior wall, wall shall be patched with like materials. All above grade and interior pipe related to these

  existing pipes in Building C8507 shall be removed including all hangers and support units. Provide 8” diam HWS

  & HWR pipe from the interior connection in Building C8507 to south wall, extended as shown on sheet SK.1.0

  to building C8524 & C8525. The 6” HWS & HWR for building C8524 & C8525 shall be excavated, removed and

   replaced in the similar fashion as stated above. At each building, the piping shall be extended to the foundation

  wall, turned up and projected through the wall which then shall re-connect to the existing interior heating pipe.

  The masonry wall shall be core drilled to accept the pipes. Provide annular expansion seals to seal each

  penetration at each building. At each interior connection point, provide the appropriate pipe diameter shutoff ball

  valves (10 total, 4 @ 4”, 4 @ 6” & 2 @ 8”). All new piping shall be flushed and cleaned prior to placing them

  into service. Upon installation and commissioning of the new lines, existing pipes shall be cut off 1”-0” from the

  face of the foundation and capped. The remaining buried pipe shall be removed in its entirety, except as noted

  above. The entire excavation shall be backfilled and final graded. Please refer to the attached drawing for

  approximate location of the existing pipes. The area of excavation and installation of new pipes shall be verified

  for any

  unknown utilities prior to work starting. In addition, the contractor shall verify all existing obstructions such as

  fencing, landscaping, and pavement in area of the pipe replacement. Included for reference only are drawings

  from the previous capitol project for your use. Contractor shall saw-cut and remove existing section of concrete

  sidewalk, as shown, and replace with new broom finished concrete to match the existing concrete thickness.

  Provide 6" compacted CA-7 subbase. Provide 1/2" x 12" long steel dowels set 6" deep at 16" o.c. at each

  intersection of new to existing concrete sidewalk. Provide tooled control joints to match existing spacing.

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

  documents provided by the Architect/Engineer of record and quote provided by A & R Mechanical Contractors,

  Inc. Services provided under this procurement should not exceed $267,103.00, 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


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  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 11/12/2021 through 02/09/2022 with an Original

  Estimated Cost of $267,103.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  A & R Mechanical Contractors, Inc.                                             Notary Date: 11/12/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $267,103.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  30     Capital Development Board                                                                        File Date:  11/15/2021

  Original Filing – 11/15/2021: FY22, Qtr 2, Item# 30

 

  The Department of Corrections has notified the Capital Development Board that the Sheridan Correctional Center

   is experiencing multiple leaks in their Dietary Building as a result of the failing roofing system. The EPDM roof

  has become brittle over the years and is beyond temporary repairs. Facility staff have installed plastic sheeting in

  several areas to prevent debris and water from falling into the food preparation areas and serving line. As a result

  of these leaks, mildew is developing in the ceiling tiles which is creating additional health and safety concerns.

  The leaks also creates pools of water on the dietary floor and becoming a severe safety hazard.

 

  The scope of work provides for emergency design services for the replacement of the Dietary Building's

  (C0862) lower slope membrane roof.

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

  March 2009 Design and Construction Manual & Supplement.  Basic Architectural Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to the negotiation of a Professional

  Services Agreement, without prior authorization from the Capital Development Board in consultation with the

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

   In accordance with 30 ILCS 500/50-35, all contractors, and each subcontractor to be used whose

  contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and certifications as

  a material term of the contract.  In accordance with section 00 21 50 of the Standard Documents for

  Construction, the General Contractor shall perform no less than 20% of work with its own staff. Each other

  trade shall perform no less than 40% of work with its own staff.  Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

   Additionally, Governor Pritzker has issued Executive Orders 2021-20, 2021-22, 2021-23, and 2021-27

  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 11/15/2021 through 2/12/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Farnsworth Group, Inc.                                                                Notary Date: 11/15/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  31     Corrections, Department of                                                                        File Date:  11/4/2021

  Original Filing – 11/4/2021: FY22, Qtr 2, Item# 31

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.

    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.

    The amount of this expenditure is an estimated $6,000,000.00, This is a zero dollar contract, the State does not

  fund the expenses.

    This Emergency Purchase has an expected start date of 11/08/2021 through 02/06/2022 with an Original

  Estimated Cost of $6,000,000.00, that is not a State or Federal funded expense.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Union Supply Group                                                                    Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  32     Corrections, Department of                                                                        File Date:  11/4/2021

  Original Filing – 11/4/2021: FY22, Qtr 2, Item# 32

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.

    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.

    The amount of this expenditure is an estimated $6,000,000.00.  This is a zero dollar contract, the State does not

   fund the expense.

    This Emergency Purchase has an expected start date of 11/08/2021 through 02/06/2022 with an Original

  Estimated Cost of $6,000,000.00, that is not a State or Federal funded expense.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Performance Group dba Vistar                                                     Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  33     Corrections, Department of                                                                        File Date:  11/4/2021

  Original Filing – 11/04/2021: FY22, Qtr 2, Item# 33

 

  The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.

    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.

    The amount of this expenditure is an estimated $6,000.000.00.  This is a zero dollar contract, the State does not

   fund the expenses.

   This Emergency Purchase has an expected start date of 11/08/2021 through 02/06/2022 with an Original

  Estimated Cost of $ 6,000,000.00, that is not a State or Federal funded expense.

   Signed By:  Jacenta Wilson, APO

       Vendor:  E Ford Commissary Inc.                                                               Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  34     Corrections, Department of                                                                        File Date:  11/4/2021

  Original Filing – 11/04/2021: FY22, Qtr 2, Item# 34

   The Vendor is able to provide needed commissary items to the Illinois Department of Corrections.

    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.

    The amount of this expenditure is an estimated $6,000.000.00, This is a zero dollar contract, the State does not

  fund the expenses.

    This Emergency Purchase has an expected start date of 11/09/2021 through 02/07/2022 with an Original

  Estimated Cost of $6,000,000.00, that is not a State or Federal funded expense.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Walkenhorst's                                                                               Notary Date:   11/4/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  35     Employment Security, Department of                                                        File Date:  11/10/2021

  Original Filing – 11/10/2021: FY22, Qtr 2, Item# 35

 

  This vendor is currently a subcontractor on contract #4100138210/21-427DES-FINAN-B-20790  NoCheck is

  currently providing the Claimant Portal as a sub-contractor under the current Emergency Contract but will not be

   providing the Portal after the current Emergency Contract ends. Continuing the same service for the Claimant

  Portal eliminates the expenses of programming, testing, and implementing a new portal. The loss of a Claimant

  Portal will result in claimants not having an avenue to select their method of payment and a potential gap in

  claimant benefits. Additionally, there is insufficient time before the expiration of the current Emergency Contract

  for the Department to procure and implement a new portal from a different vendor. No other procurements are

  anticipated to support the NoCheck Claimant Portal.

 

  The NoCheck Group, LLC ("NoCheck") will provide an electronic Claimant Portal for unemployment insurance

  claimants to select the method of receiving their benefits; i.e. direct deposit or paper check. This Claimant Portal

  is required as a bridge between the Department's benefit funding system (IBIS) and JP Morgan Chase ("Chase"),

   the Department's incoming benefit banking vendor under Emergency Contract 4100148165.

    This Emergency Purchase has an expected start date of 12/16/2021 through 03/15/2022 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Kristin Richards, Director

       Vendor:  The NoCheck Group. LLC                                                           Notary Date: 11/10/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                $125,000.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  36     Natural Resources, Department of                                                             File Date:  11/15/2021

  Original Filing – 11/15/2021: FY22, Qtr 2, Item# 36

 

  IIllinois Beach State Park personnel selected Krause Electrical Contractors due to their familiarity and vicinity to

  the site. This will greatly reduce travel and mobilization costs. They have performed countless electrical repair

  and maintenance services at this site and have a complete understanding of its utilities. It would take a great deal

  of time for a Vendor whom is unfamiliar with the electrical infrastructure that dates back to 1959 to diagnosis

  and provide a solution.

  It is estimated that a new primary service panel would take four to five months to acquire due to current supply

  chain constraints. Krause Electrical Contractors has the knowledge and expertise to build the service panel in-

  house which will lessen the time it takes to restore permanent power.

  The facility operates on a 2,000 amp and 600 amp panel. The 2,000 amp panel is down but the 600 amp panel

  can been rerouted by to maintain critical system functions, particularly the HVAC system. With upcoming cold

  weather and the added stress on the 600 amp panel the Illinois Department of Natural Resources does not have

  time to competitively procure this service. The system is currently being run on the sites portable generators.

 

  Krause Electrical Contractors will perform the following services at Illinois Beach State Park Lodge:

  -Provide temporary feeds from 480-volt 600-amp CT service to heating equipment.

  -Provide temporary startup of existing heating equipment to provide temporary heat in building during electrical

  service modifications.

  -Provide an allowance of $5000.00 for ComEd fees for electrical service de-energizations and re-energizations.

  -Remove and dispose of (1) existing 480-volt 2000-amp distribution switchboard.

  -Provide modifications to existing load feeder conduits to prepare for a new 480-volt 2000-amp distribution

  switchboard.

  -Provide and install (1) 480-volt 2000-amp distribution switchboard containing (2) 600-amp 3-pole circuit

  breakers, (6) 400-amp 3-pole circuit breakers, (3) 225-amp 3-pole circuit breakers, and (2) 200-amp 3-pole

  circuit breakers.

  -Remove and dispose of (1) existing 480-volt 2000-amp service switchboard.

  -Provide and install (1) new 480-volt 2000-amp service switchboard with an electrically operated 2000-amp main

   circuit breaker with arcflash reduction maintenance mode.

  -Provide and install (5) 400-amp conduit and cable feeders from (1) new 480-volt 2000-amp service

  switchboard to (1) 480-volt 2000-amp distribution switchboard.

  -Remove and dispose of (1) existing 480-volt 600-amp CT service.

  -Refeed existing heating equipment from 480-volt 2000-amp distribution switchboard.

  -Provide and install conduit, conductors, fasteners, boxes, straps, and fittings for the above installation.

  -Provide testing of system.

  This Emergency Purchase has an expected start date of 11/10/2021 through 02/04/2022 with an Original

  Estimated Cost of $179,770.00.

   Signed By:  Eric Michael, Procurement Manager

       Vendor:  Krause Electrical Contractors                                                       Notary Date: 11/15/2021


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $179,770.00                                                   $0.00                                      22      2

    Federal                           $0.00                                                                                  $0.00

  37     Human Services, Department of                                                                 File Date:  11/17/2021

  Original Filing – 11/17/2021: FY22, Qtr 2, Item# 37

 

  The Business Enterprise Program for the Blind (BEPB) engaged this firm through a RFP competitive

  procurement process, because of needs that could not be met through traditional accounting departments within

  state government The previous BEPB staff failed to timely execute the final contract renewal option and a

  $80,000 small purchase under emergency conditions contract was put in place to cover the needs of the agency

  while a RFP was issued.The RFP is in process at this time.

 

  BEPB must be able to secure accounting services to comply with federal mandates for participants of the

  program. Kerber, Eck & Braeckel LLC will work with the blind vendors to ensure compliance with all financial

  record requirements as well as program federal reporting.

 

  This Emergency Purchase has an expected start date of 11/29/2021 through 2/28/22 with an Original Estimated

  Cost of $80,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Kerber, Eck and Braeckel LLC                                                     Notary Date: 11/17/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                  $80,000.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  38     Commerce and Economic Opportunity, Department of                            File Date:  11/23/2021

  Original Filing – 11/23/2021: FY22, Qtr 2, Item# 38

 

   Baker Tilly has been on Master Contract for Audit work for the State.  CMS has been working on a Master

  Contract for more than 4 months, that has not been finalized. CMS has been contacted on several occasions

  regarding the progress of the procurement for this contract. The APO contacted CMS on November 3, 2021

  regarding the Master Contract and was informed that the contract has not been finalized and could take several

  weeks or so to be fully executed. The SPO contacted CMS and confirmed that the Master Contract will not be

  fully executed or ready to use and we are looking at sometime in December. The current Master Contract  has

  been pending execution since November 3rd, the day it was approved for execution from the SPO. This is

  causing further delay with DCEO's fiscal management issues.  This emergency procurement is necessary to

  allow Baker Tilly to continue providing services while CMS finalizes the Master Contract under 21-416CMS-

  BOSS4-P-26279.

   

 

The Department has a Grantee in imminent threat of failure due to poor fiscal management. Despite several

  years of substantial training and technical assistance provided to the Grantee, the problems are ongoing, and in

  fact, worsening. We have become increasingly concerned with the Grantee’s long-term viability as a community

  action agency authorized to provide CSBG services to the low-income residents of Ford, Iroquois, and

  Vermillion Counties. The next and final step would be to initiate a formal action with the U.S. Department of

  Health and Human Services to terminate the Grantee’s funding and to re-designate its status as a community

  action agency, as allowed under the federal CSBG Act. Prior to taking such final action, it would be in the best

  interest of the public to engage Baker Tilly to conduct an independent internal audit of the Grantee’s operations

  by performing a fiscal operations assessment, internal control review, and risk assessment to develop an audit

  remediation plan with detailed recommendations for improvement. This is the Department’s last attempt to help

  Grantee correct material deficiencies and implement changes necessary to avoid termination of CSBG funding

  and re-designation as a community action agency, and in the immediate term, provide the essential services to

  needy families who cannot afford to make ends meet otherwise. Besides the serious disruption in critical State

  Services, there is also a threat to public health or public safety. If services are not provided to these

  communities, families who receive these grants to help with utilities, rent and other winter expenses, would not

  be served and suffer utility shut-offs, loss of shelter and significant damage. If the grantee collapses, the low-

  income residents of Ford, Iroquois, and Vermillion Counties will not be served during the interim while a new

  provider is set up. This could take months and may present a real and dangerous, potentially life-threatening,

  situation for some households as we go through the winter season. 

   Time is of the essence to move forward with Baker Tilly to diagnose the Grantee’s high-risk areas, and to

  develop and implement a remediation plan, as soon as possible. With the Grantee’s continuing deficiencies and

  unresolved issues, there is an urgent need for Baker Tilly to step in to prevent a disruption in services and to

  maximize the services and assistance available to eligible residents in need. Grantee’s LIHEAP and Weatherization

   programs are also similarly negatively impacted with the Grantee’s inability to properly maintain fiscal and

  general operations. Any delay or disruption in services would pose a major threat to public health and safety

  especially during the winter season for the most vulnerable families and households of Ford, Iroquois, and

  Vermillion Counties.

 

  This Emergency Purchase has an expected start date of 11/29/2021 through 2/27/2022 with an Original

  Estimated Cost of $36,000.00.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

   Signed By:  Candyce Thompson, APO

       Vendor:  Baker Tilly Virchow Krause, LLP                                                Notary Date: 11/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                  $36,000.00                                                                                  $0.00

  39     University of Illinois - Spfld                                                                        File Date:  11/23/2021

  Original Filing – 11/23/2021: FY22, Qtr 2, Item# 39

 

  The scope consists of the interior renovation/reconfiguration of (6) patient rooms and adjacent private toilet

  rooms into ADA compliant spaces. The contractor will provide materials, labor,equipment, submittals,testing and

   supervision to complete the rooms. Work includes,but is not limited to, selective demolition, drywall partitions,

  doors/frames/hardware, new finishes, ceilings,millwork, wall protection plumbing fixtures,lighting. Additional

  scope includes temperature controls,piping,medical gases,fire protection,electrical power, data,fire alarm, other

  special systems and coordination of owner provide headwalls.

  As part of a settlement agreement to a lawsuit,the Hospital is required to renovate a total of (25) rooms by June

  30, 2023. This emergency purchase is required to show good faith effort by completing renovation of (6) rooms

   this fiscal year (June 30, 2022) and to start construction during the current calendar year. This phasing will also

   reduce the impact on clinical operations by limiting quantity of patient rooms that are taken off-line at any one

  time. The renovation of the remaining (19) rooms will be procured via the standard

  university competitive bid process.

 

  This Emergency Purchase has an expected start date of 11/15/2021 through 06/30/2022 with an Original

  Estimated Cost of $2,337,100.00, using Activity, Storeroom and Service Funds.

   Signed By:  Paul Ellinger, CFO

       Vendor:  F.H. Paschen                                                                                Notary Date: 11/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  40     Human Services, Department of                                                                 File Date:  11/23/2021

  Original Filing – 11/23/2021: FY22, Qtr 2, Item# 40

 

  The Chicago-Read MHC is establishing an emergency contract for asbestos removal.The vendor will remove

  approximately 175 each of asbestos containing pipe-fitting / valve insulation on the D-Unit.This needs to be done

  immediately in preparation for emergency plumbing repairs to prepare the unit for occupancy.Failure to comply

  could result in civil fines,loss of accreditation by the Joint Commission, Public Health, and the center for

  Medicare and Medicaid and loss of federal funding. A substandard environment of care places patients, visitors

  and staff at risk.This contract is subject to a small-business-set-aside procurement approach. Failure to comply

  with safety codes could result in the failure of critical water supply and waste removal. This could result in civil

  fines, loss of accreditation by the Joint Commission, Public Health, and the center for Medicare and Medicaid

  and loss of federal funding. A

  substandard environment of care places patients, visitors and staff at risk.This contract is subject to a small-

  business-set-aside procurement approach.

 

  This Emergency Purchase has an expected start date of 12/01/2021 through 02/28/2022 with an Original

  Estimated Cost of $20,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Tropical Environmental                                                                Notary Date: 11/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $20,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  41     Capital Development Board                                                                        File Date:  11/29/2021

  Original Filing – 11/29/2021: FY22, Qtr 2, 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. The outage affects the Locust Cottage (BD013),

  which is a patient living unit, and does not have power because the emergency generator failed. A temporary

  rental emergency generator was located and brought to Locust and installed.

   While the design continues for the replacement of the emergency generator, it was discovered the initial power

  failure began and was a result of feeder line failures at the Aspen Building. The Aspen Building was being used by

   doctors for overnight stays and has water lines that will be prone to freezing as winter weather quickly

  approaches. Therefore, an emergency purchase is necessary in order to replace

  the feeder lines to the Aspen Building as quickly as possible in order to provide heat, protect against damage to

  the building, and so designs to replace the emergency generator at the Locust Cottage can be completed.

   Pyramid Electrical Contractors, Inc., located in Fairview Heights, IL was selected to provide feeder line

  replacement work, because they are relatively in close proximity to the site, have the expertise to provide the

  services being requested, and they can respond immediately to this request for emergency services.

 

   The scope of work provides for construction services to remove the existing damaged non-shield cables from

  conduit between man hole B8 and B9. Cut cables at the man hole B9 and remove cable reducer in the other man

  hole B8. Provide new submersible load break connector per phase to connect into the existing MV cable. Provide

   (2) 4/0 5kv, (MV-105-133%) shield cable from man hole B9 to cable in

  man hole B8. Cable is reduced to #2 on Aspen side ( man hole B8 ). Any additional efforts or materials necessary

   to restore power is subject to CDB's approval in consultation with the Chief Procurement Office.

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

  Services provided under this procurement should not exceed $40,000.00, 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 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 itsown staff. Each other

  trade shall perform no less than 40% of work with its own staff. Work with own staff includes direct labor and

  supervision, as well as material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 11/29/2021 through 2/26/2022 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Pyramis Electrical Contractors, Inc.                                              Notary Date: 11/29/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $40,000.00                                                   $0.00                      $0.00       22      2


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

    Federal                           $0.00                                                                                  $0.00

  42     Corrections, Department of                                                                        File Date:  11/22/2021

  Original Filing – 11/22/2021: FY22, Qtr 2, Item# 42

 

  ICI will be procuring items that are produced at ICI- Western.  These items will be used to fulfill obligations to

  customers.  Items will include but not limited to : Chicken Breat Filets, Olive Garden Italian Style Filets, Olive

  Garden Lemon Pepper Filets.

 

  This Emergency Purchase has an expected start date of 11/30/2021 through 2/28/2022 with an Original

  Estimated Cost of $165,655.20.

   Signed By:  Kimberly Watson, Bus Admin

       Vendor:  Good Source Solutions, Inc                                                          Notary Date: 11/22/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $165,655.20                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  43     Corrections, Department of                                                                        File Date:  11/23/2021

  Original Filing – 11/23/2021: FY22, Qtr 2, Item# 43

 

  This vendor has the ability to provide the items necessary on time as needed at a low cost to the State of Illinois.

 

  ICI will be procuring cartons of skim milk for distribution to all correctional facilities in the State.

 

  This Emergency Purchase has an expected start date of 11/23/2021 through 2/20/22 with an Original Estimated

  Cost of $1,254,000.00.

   Signed By:  Jared Brunk, Chief Admin Officer

       Vendor:  MJ Kellner                                                                                    Notary Date: 11/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,254,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  44     Veterans Affairs, Department of                                                                File Date:  12/1/2021

  Original Filing – 12/1/2021: FY22, Qtr 2, Item# 44

 

  The vendor has been providing services for the facility and is familiar with the needs of the Manteno Veterans

  Home. This vendor has quoted a fair and competitive price to continue these services.

 

  Laundry services which consists of Picking up of soiled linens and personal clothing, washing , drying  folding

  ,and returning items to the facility

 

  This Emergency Purchase has an expected start date of 12/06/2021 through 03/06/2022 with an Original

  Estimated Cost of $97,500.00.

   Signed By:  Amanda Gray, APO

       Vendor:  Smartwash Laundry                                                                      Notary Date:   12/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $97,500.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  45     Capital Development Board                                                                        File Date:  12/2/2021

  Original Filing – 12/2/2021: FY22, Qtr 2, Item# 45

 

  The Illinois Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that the

  Vocational Building roof has exceeded its life span and is leaking in multiple areas. The roof itself is covered with

   river rock and has been patched on numerous occasions by the Logan Correctional Center maintenance staff.

  This building houses the programming space for classes related to carpentry, horticulture, beautician/nails and

  the library. Recent rains have caused parts of the plaster ceilings in some offices and classrooms to cave in and

  has dampened equipment, boxes, and other furnishings in several of the spaces. The ability for the maintenance

  staff to patch the leaking areas and repair the damage has exceeded their resources and capabilities. Additionally,

  the leaks are causing mold in multiple areas of the building. This is creating hardship on facility staff and their

  daily operations, and creating a threat to public safety. Therefore, the IDOC is requesting emergency repairs be

  performed to stop the water infiltration until an overall roof replacement project can be implemented.

 

  This project began through the utilization of the "Indefinate Delivery/Indefinate Quantity" Architect/Engineer

  selection to provide an assessment of the building and provide recommendations. Recommendations for interim

  solutions include membrane roofing joints at the area above the north south corridor be resealed, the vertical

  terminations need to be properly adhered and proper lapping of flashings needs to be maintained, open joints in

  the parapet cap need to be resealed, and shifting caps at the SE Corner need repaired. CDB and IDOC feel that

  interim solutions to stop the leaks should be implemented prior to the onset of winter conditions. Therefore, an

  emergency declaration is necessary in order to provide interim solutions as recommended by the

  Architect/Engineer as soon as possible in order to prevent the threat to public safety, to prevent further loss or

  damage and to prevent serious disruption to critical State services.

 

  Henson Robinson Company, located in Springfield, IL was selected to provide limited roofing repair work

  because they are relatively in close proximity to the site, have the expertise to provide the services being

  requested, and they can respond immediately to this request for emergency services.

 

  The scope of work provides for emergency repairs to the Vocational Building roof to include resealing of the

  membrane roofing joints at the area above the north south corridor, vertical terminations need to be properly

  adhered, proper lapping of flashings needs to be maintained, open joints in the parapet cap need to be re-sealed,

  and shifting caps at the Southeast corner need repaired as recommended by the Architect/Engineer of record.

  Additional repair work may be included if necessary, subject to CDB approval in consultation with the Chief

  Procurement Office. Incorporated documents include the March 2009 Standard Documents for Construction &

  Supplement. Services provided under this procurement should not exceed $27,500.00 prior to entering into

  aConstruction 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 12/2/2021 through 03/01/2022 with an Original

  Estimated Cost of $27,500.00.

   Signed By:  Chris Miles, Exec II


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

       Vendor:  Henson Robison Co.                                                                    Notary Date:   12/2/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $27,500.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00

  46     Secretary of State, Office of the                                                                 File Date:  12/6/2021

  Original Filing – 12/6/2021: FY22, Qtr 2, Item# 46

 

  The Illinois Secretary of 5tate reached out to RR Donnelly because they have successfully completed many

  printing projects in the past. Time was of the essence and ILSOS needed a large amount of paper that was not

  available from our current vendor due to the global paper shortage.ILSOS contacted RR Donnelly first and they

  were quickly able to source a majority of the missing paper stock needed and could process it quickly for

  delivery in December of 2021.

 

  Due to the global paper shortage, the incumbent vendor providing pressure seal stickers for license plate

  renewals is unable to obtain paper for a large portion of the order.The vendor has all of the sticker decals, but the

   patented pressure seal paper is back ordered for multiple months due to the shortage. In order to ensure drivers

  have proof of vehicle registration while traveling in and out of state, ILSOS needed to have perforated paper

  printed with the Illinois state seal and vehicle services form number and envelopes in order to process the

  delivery of renewal sticker decals. SOS is purchasing an estimated 8 million piece of paper and 1.75 million

  envelopes. An exact quantity will be reported upon termination of this contract.

 

  This Emergency Purchase has an expected start date of 11/22/2021 through 02/18/2022 with an Original

  Estimated Cost of $750,000.00.  This does not come out of Federal or State Funds, Replating Funds will be used.

   Signed By:  Katherine Tople, State Purchasing Officer

       Vendor:  RR Donnelly                                                                                Notary Date:   12/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $750,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  47     Innovation & Technology, Department of                                                 File Date:  12/7/2021

  Original Filing – 12/7/2021: FY22, Qtr 2, Item# 47

 

  The Illinois Department of Innovation and Technology currently has a contract with SEPS, Inc  CIT2024587

  (R103910) for: power, generator, UPS, and maintenance needs. Contract CIT2024587 December 14, 2021. This

   vendor is familiar with all of the DoIT/ICN sites across the state of Illinois and has installed the majority of the

  equipment in use at these locations. This vendor also has security clearance to enter and perform work at these

  locations. This vendor has staff that are certified and licensed to do highly skilled work including but not limited

  to: install power, remove corrosive batteries, and perform maintenance.

 

  The contract will allow DoIT to engineer, furnish and install new uninterruptible power supply (“UPS”) systems,

   generators, and related equipment as needed. The resulting contract will also provide the following services:

  power installation, maintenance, emergency maintenance, and preventative maintenance at locations statewide.

  Maintenance and emergency maintenance are crucial to keep critical state services working in case of power

  outages.

 

  This Emergency Purchase has an expected start date of 12/14/2021 through 3/13/2022 with an Original

  Estimated Cost of $102,000.00.

   Signed By:  Dante' Watson, APO

       Vendor:  SEPS, Inc                                                                                      Notary Date:   12/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $102,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  48     Elections, State Board of                                                                             File Date:  12/13/2021

  Original Filing – 12/13/2021: FY22, Qtr 2, Item# 48

 

  GIS Solutions have extensive knowledge in GIS-based solutions and products.  There are also an authorized

  business partner with ESRI - the recognized world leader in GIS technology. That partnership along with the

  limited number of GIS-based vendors, GIS Solutions’ expertise in this field, and their ability to complete the

  work in a limited timeframe make them an ideal vendor for this project.  GIS has also completed similar work for

   the Board of Elections previously in 2011 on a much larger scale.  The agency believes that GIS Solutions will

  be able to complete the necessary work within the alloted election timeline.

 

  Written legal descriptions of all districts (US Congressional, Illinois Legislative and Cook County Board of

  Review) as Microsoft Word documents and PDF documents. Format to be substantially similar to the district

  legal descriptions published on the website of the Illinois State Board of Elections and included under Addendum

  A.

Reporting of discrepancies and occurrences of structure overlap through utilization of supplemental

  reference layers (i.e. townships, aerial photography, streets, corporate boundaries); acquired via  the U.S.

  Census, , other State Agencies, Esri, or other authoritative sources to be used to document potential problem

  areas by providing multiple pictures when a building is split. Additionally, the process should include the

  jurisdiction, type of district and error number. Please reference the “Error reporting requirements for redistricting

   project” attachment for specifications.

 

  This Emergency Purchase has an expected start date of 12/10//2021 through 03/09/2022 with an Original

  Estimated Cost of $75,000.00.

   Signed By:  Jeremy Kirk, APO

       Vendor:  GIS Solutions                                                                               Notary Date: 12/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $75,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  49     Natural Resources, Department of                                                             File Date:  12/13/2021

  Original Filing – 12/13/2021: FY22, Qtr 2, Item# 49

 

  The Illinois Department of Natural Resources declared an emergency at Illinois Beach State Park on November

  10, 2021 for Krause Electrical Contractors to provide and install a 2,000 amp electrical panel that had failed. As

  part of that emergency Krause Electrical Contractors was to provide temporary feeds from a 480 volt, 600 amp

  CT service to the heating equipment to keep the building from freezing. Once the temporary feeds where in place

   they tried to start the system but it would not light and a local HVAC contractor, McDonough Mechanical

  Services,Inc., was called to diagnose the situation. They were able to get temporary heat restored but found that

  the heating system is in bad condition and had not been maintained for several years. They provided a proposal

  of items that need immediate attention.

    After reviewing the proposal the Illinois Department of Natural Resources is declaring an emergency for

  McDonough Mechanical Services,Inc. to repair the heating system on December 13, 2021. With current

  temperatures falling below freezing repairs can not wait. If water lines burst damages could potentially be in the

  millions of dollars. McDonough Mechanical is located six (6) miles from the facility, has the required parts in

  stock, and can begin work as soon as authorization is given.

 

  McDonough Mechanical to perform the following repairs to the hydronic heating system at the Illinois Beach

  State Park Lodge:

  -Repair rooted under floor piping at the North double doors in the lower level - Re-pipe and insulate.

  -Replace broken isolation valve in the lower level ceiling so radiation can be turned on.

  -Replace eight (8) existing vents that are plugged and inoperable with new isolation valves and auto vents.

  -Replace the main rubber coupling and align the pump coupler.

  -Replace eleven (11) scaled and rusted burners, igniter and heat exchanger.

 

  This Emergency Purchase has an expected start date of 12/13/2021 through 02/28/2022 with an Original

  Estimated Cost of $30,250.00.

   Signed By:  Eric Michael, Procurement Manager

       Vendor:  McDonough Mechanical Services, Inc.                                        Notary Date: 12/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $30,250.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  50     Human Services, Department of                                                                 File Date:  12/13/2021

  Original Filing – 12/13/2021: FY22, Qtr 2, Item# 50

 

  The Department of Human Services, Division of Mental Health is the State agency responsible for ensuring the

  provision of mental health care services for Illinois residents, including a robust,high functioning crisis care

  system that is accessible to anyone, at any time,and anywhere. These services affect the health,life, and

  wellbeing of the Illinois citizens in need of mental health services. As DMH planned to engage UIC in assisting

  with this work, we do not currently have the internal staff capacity to complete all the required 988

  programming in time for a July 1 start date. Several components of the work are required to be competed in the

  next three months. We require the services of a sub-contractor to complete these key deliverables in time. The

  988 line will be active nationwide in July 2022. If Illinois is not prepared to handle the incoming calls and have

  the capacity for mobile response in place, we will be unable to serve people in crisis seeking support, which may

   at times be life or death situations.

  Lorrie Rickman Jones,PhD is a highly distinguished leader in the field of behavioral health.In addition to leading

  state agencies and departments, managing multi-million dollar reform initiatives and serving as a policy analyst

  and senior advisor to a former Governor and other high ranking officials, she has also taught at prestigious public

   and private universities and trained numerous persons now in mental health leadership positions.

  :

  As Lead Consultant, Lorrie Rickman Jones, will develop a plan to guide implementation of the state wide 988

  system, coordinate planning and program activities and provide consultation to College project staff and

  Department leaders on work products in accordance with the agreement.

 

  This Emergency Purchase has an expected start date of 12/09/2021 through 03/09/2022 with an Original

  Estimated Cost of $82,500.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Lorrie Rickman Jones DBA B&PHI                                             Notary Date: 12/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $82,500.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  51     Human Services, Department of                                                                 File Date:  12/13/2021

  Original Filing – 12/13/2021: FY22, Qtr 2, Item# 51

 

  The Department of Human Services, Division of Mental Health is the State agency responsible for ensuring the

  provision of mental health care services for Illinois residents,including a robust,high functioning crisis care

  system that is accessible to anyone, at any time, and anywhere. These services affect the health,life, and

  wellbeing of the Illinois citizens in need of mental health services. As DMH planned to engage UIC in assisting

  with this work, we do not currently have the internal staff capacity to complete all the required 988

  programming in time for a July 1, 2022 start date. Several components of the work are required to be competed

  in the next three months. We require the services of a sub-contractor to complete these key deliverables in time.

  The 988 line will be active nationwide in July 2022. If Illinois is not prepared to handle the incoming calls and

  have the capacity for mobile response in place, we will be unable to serve people in crisis seeking support,which

  may at times be life or death situations.

   Peter Eckart has over twenty five years experience in not-for-profit operations including leadership and

  implementation with accomplishments in the following areas: Health and Management Information Technology;

  Mission-based Relationship and Partnership Development; Addressing the Social Determinants of

  Health;Community Collaboration, Engagement, Organizing,and Capacity-Building;Management of Operations and

  Administration, Collaborative Projects,Grantmaking, and Learning;

  Meeting Design,Training,Convening, Facilitation,and Evaluation; Social and Human Services, Public Health, and

  Community Economic Development.:

   Peter Eckart will design and conduct research to inform development and assessment of the 988 plan and

  provide the project leaders with reports based on that research. In consultation with the Lead Consultant and

  DMH staff, he may provide additional support to planning and implementation activities as needed.

 

  This Emergency Purchase has an expected start date of 12/09/2021 through 03/09/2022 with an Original

  Estimated Cost of $82,500.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Peter Eckart                                                                                  Notary Date: 12/13/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $82,500.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  52     Transportation, Department of                                                                  File Date:  12/20/2021

  Original Filing – 12/20/2021: FY22, Qtr 2, Item# 52

 

  TMF Construction was selected as they have completed a lot of work with sign trusses and had the required

  equipment and crew available for immediate removal.

 

  On the morning of Saturday, Dec.18 the sign truss over northbound IL20 was struck and heavily damaged. The

  damage Impacted the structural integrity of the truss and immediate removal was recommended. The contractor

  is to remove the sign truss.

 

  This Emergency Purchase has an expected start date of 12/18/2021 through 03/17/2022 with an Original

  Estimated Cost of $30,000.00..

   Signed By:  Steve Beran, Operations Engineer D-6

       Vendor:  TMF Construction                                                                        Notary Date: 12/20/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $30,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  53     State Police, Illinois                                                                                     File Date:  12/22/2021

  Original Filing – 12/22/2021: FY22, Qtr 2, Item# 53

 

  The Safe2Help Illinois call center, New Orleans Teleport,Inc. d/b/a CALLS PLUS, is subcontracted through

  Sprigeo,INC. for call center services. The current agreement with Calls Plus through Sprigeo ends on

  12/30/2021.The IFB and related processes to secure a separate call center contract have been encumbered over

  the past approximately 6 months and are still underway.The continuation of the current call center relationship on

   an emergency basis is critically essential to Safe2Help Illinois's ability to operate. Without the call center

  component, Safe2Help Illinois cannot function at any level. Given that Safe2Help is currently deployed and

  actively marketed as a life-safety resource to more than two million Illinois K-12 students, a gap in call center

  services would put Illinois schoolchildren in immediate jeopardy of great bodily harm and death.

 

  Emergency continuation of call center services provided by New Orleans Teleport,Inc. d/b/a CALLS PLUS via

  Sprigeo,INC.

 

  This Emergency Purchase has an expected start date of 12/21/2021 through 03/20/2022 with an Original

  Estimated Cost of $37,500.00.

   Signed By:  Nancy King, APO

       Vendor:  Sprigeo, Inc                                                                                  Notary Date: 12/22/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $37,500.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  54     Military Affairs, Department of                                                                 File Date:  12/27/2021

  Original Filing – 12/27/2021: FY22, Qtr 2, Item# 54

 

  This vendor holds the state master contract, but the funding left on the contract is not enough to cover this

  project. This vendor has done a substantial amount of work for the state. The vendor goes above and beyond to

  ensure repairs are made quickly and above standards. The vendor is dependable and does good work.

  T & J Plumbing, Inc will remove and replace 30 feet of 15 inch water main grade pipe for the drain line across

  the driveway. The vendor will excavate the area, remove the bad piping, replace it, backfill with CA-6 granule

  material and cold patch the driveway. This will include 72 hours of labor at $118.50 per hour as well as material,

   equipment, backhoue, dump trucks, trailers, 15 inch pipe, CA-6 gravel, and cold patch.

 

  This Emergency Purchase has an expected start date of 12/22/2021 through 01/21/2022 with an Original

  Estimated Cost of $19,525.00.

   Signed By:  Logan Lehman, Procurement Exec 1

       Vendor:  T & J Plumbing Inc                                                                      Notary Date: 12/27/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                                                                               $0.00                      $0.00       22      2

    Federal                  $19,525.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  55     University of Illinois - Spfld                                                                        File Date:  12/3/2021

  Original Filing – 12/03/2021: FY22, Qtr 2, Item# 55

 

  This vendor has submitted a thorough proposal to perform the entire required scope of work and shows a

  detailed understanding of the requirements and ancillary support systems (boiler pumps and insulation

  installation). This vendor knows the campus mechanical systems very well and have a reputable standing in

  central Illinois regarding work well done. Inclusive costs are less than bids from alternate vendor when pump

  and boiler scope was included.

  Disconnect and remove 3 existing boilers that provide the only heat source for climate control and hot water for

  the primary educational facility on campus. Provide and install three (3) new condensing boilers. Revise and

  install all required hot water, drain, and gas piping. New hot water piping layout for primary/secondary operation

  with new primary pump installation of one (1) per boiler. Provide and install all required piping insulation. Provide

   and install new vent and combustion piping as needed. Provide startup and checkout

  This Emergency Purchase has an expected start date of 12/03/2021 through 03/31/2022 with an Original

  Estimated Cost of $152,998.00.

   Signed By:  Jill Menezes, Director of Purchases

       Vendor:  Henson Robinson Co.                                                                  Notary Date:   12/3/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $152,998.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


 

Updates

To

Previously Filed

Emergency Purchases

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  56     Comptroller - Fiscal Officer, Office of the                                                 File Date:  9/30/2021

  Latest Filing – 09/30/2021:

  A Final Cost Statement was received on September 30, 2021,  reporting that the Actual Total Cost is

  $366,815.16.

 

  Original Filing - 6/30/2021 - FY22, Qtr 1 Item #1:

  The Springfield lease is located at 325 W. Adams St., Springfield, IL. The IOC has occupied this location for

  more than 40 years. The IOC has issues a RFI for a new building lease contract. Negotiations are still in process

  at this time. IOC operations will be disrupted if emergency lease is not executed to complete the new leasing

  process. The facility is the central office location for IOC operations. IOC is responsible for issuing warrants for

   the State. These services are critical to the State.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $366,830.16.

   Signed By:  Megan Seitzinger, Chief Procurement Officer

       Vendor:  325 W. Adams St., LLC                                                               Notary Date:   6/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $366,830.16                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  57     Governors State University                                                                        File Date:  10/1/2021

  Latest Filing – 10/01/2021:

  The Actual Total Cost of FY21, Qtr 2, Item# 12 is $173,750.00.

 

 

  Original Filing – 7/16/2021 FY22, Qtr 1, Item #24:

 

  The work includes, but is not limited to the removal & repair of failing coffers within the ceilings of D wing. The

   award includes the removal and repair of failing coffers in the identified ceilings. Contractor will be responsible

  for all removal of debris, barricades, and lifts needed. All repairs, drywall and painting as proposed are included

  in the proposal.

 

  This Emergency Purchase has an expected start date of 07/19/2021 through 08/20/2021 with an Original

  Estimated Cost of $173,750.00.

   Signed By:  Tracy Sullivan, Asst Vice President

       Vendor:  Cosgrove Construction                                                                 Notary Date:   7/16/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $173,750.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  58     University of Illinois - Spfld                                                                        File Date:  10/7/2021

  Latest Filing – 10/07/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 13 is $20,327.68

 

  Original Filing – 09/09/2021 FY22, Qtr 1, Item #63:

 

  Contractors Power and Lighting specialize in this type of work. We have successfully used them on similar

  projects. They are also available to mobilize right away for this emergency work.

  Soil boring samples were being taken in the Quad, East Campus, near Lecture Center B. These bores are 15 feet

  deep and damaged the feeder cable for Lecture Center D, causing it to lose power. The damage was to the

  feeder, EM line and a open spare that were encased in a concrete duct bank.  Contractor Power and Lighting will

   use the one remaining spare conduit and pull a new 250mcm cable so that the lecture center can be re-livened

  and allowed to be back in service. This Emergency Purchase has an expected start date of 09/09/2021 through

  12/08/2021 with an Original Estimated Cost of $200,000.00.

   Signed By:  Debra Matlock, Executive Director

       Vendor:  Contractors Power & Light Co                                                      Notary Date:     9/9/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                          $20,327.68             $20,327.68       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  59     Natural Resources, Department of                                                             File Date:  10/13/2021

 

  Latest Filing –10/13/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 14 is $120,000.00.

 

  Original Filing – 8/30/2021 FY22, Qtr 1, Item #39:

 

  White Construction is currently working at Kickapoo State Park on a project for Abandoned Mines &

  Reclamation.  They have the equipment necessary to complete the work in the next few weeks and there will not

   be any mobilization costs for the heavy equipment since it is already on-site.

 

  White Construction will remove a large log jam which has formed on the upstream end of three center piers

  located within the Vermilion River.  The bulk of the timber and debris will be removed from the River Channel,

  hauled up the steep embankment, and stockpiled in an open field.  Site staff will burn the stockpiled debris later

  this fall once it dries out.  Several loads of rock and rip rap will be required to build a temporary causeway get

  heavy equipment into the River Channel.  Once the log jam has been removed, the temporary causeway will also

  need to be removed from the River Channel. 

 

  This Emergency Purchase has an expected start date of 08/30/2021 through 11/27/2021 with an Original

  Estimated Cost of $120,000.00.

   Signed By:  Dale Brockamp, Manager, Field Operations, ORCP

       Vendor:  White Construction                                                                       Notary Date:   8/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $120,000.00                                        $120,000.00           $120,000.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  60     Transportation, Department of                                                                  File Date:  10/14/2021

  Latest Filing – 10/14//2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 15 is $12,500.00.

 

  Original Filing – 7/20/2021 FY22, Qtr 1, Item #20:

 

  Traffic Control Company was selected to perform the installation of the temporary bridgo traffic signals. They

  can respond quickly, have the equipment and the experience to complete all required work in the condensed time

  frame. Traffic Control Company was notified to proceed via e-mail on July 16, 2021. Due to weather conditions,

   they could not start with the installation of the temporary traffic signals until July 19, 2021.

  Contractors contacted and their bids are:

  Traffic Control Company $12,833.05

  Warning Lites of Illinois $15,050.00

  John Thomas, Inc. No Bid submitted

 

  The Bureau of Bridges and Structures is concerned for the overall stability of structure 082-0098, IL 111 over

  CSX Railroad. Their recommendation is to reduce traffic to one lane to minimize volumes and loads with the

  installation of temporary bridge signals to be installed on July 16, 2021. The District Is currently working with

  the railroad for access to complete the necessary bridge repairs The District 8 Sign Shop will be providing tho

  necessary pavement markings and advance traffic control slgriaye for this work.

  This Emergency Purchase has an expected start date of 07/16/2021 through 10/14/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Joseph Moroe, CPO

       Vendor:  Traffic Control Company                                                             Notary Date:   7/20/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                          $12,500.00             $12,500.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  61     Environmental Protection Agency                                                              File Date:  10/4/2021

  Final Cost

  Latest Filing – 10/4/2021:

  The Actual Total Cost of FY22, Qtr21, Item# 61 is $304,840.00.

 

  Third Filing - 06/24/2021:

  An Emergency Purchase Extension was received on June 24, 2021, for an additional estimated cost of

  $110,000,00. revising the total estimated cost to $325,000.00.

 

  Second Filing - 04/01/2021: FY21, Qtr4, Item# 75:

  An Emergency Purchase Extension was received on April, 1 2021, requesting an extension for dates starting

  04/04/2021 to 06/30/2021 at an additional estimated cost of $0.00, keeping the estimated cost at $215,000.00

 

 

  Original Filing - 01/04/2021:

  As delegated by the Governor's Office, IEPA must procure a vendor to assess the financial condition of Exelon

  Corporation's Illinois nuclear fleet. The outside expert/entity must have the technical, staff, and financial

  capability, along with the substantive energy background and knowledge, to assess Exelon's financial information

   and the viability of its fleet. IEPA does not have in-house experts capable of conducting this in-depth analysis.

  The time frame for this analysis is such that IEPA cannot competitively procure these services and allow the

  vendor enough time to complete the analysis. This complex financial analysis is needed in order to enable the

  IEPA and other state agencies, the Governor's Office, and the legislature to take quick action within the

  legislature's scheduled legislative session days and prior to Exelon Corporation's publicly-stated timeline to close

  two Illinois nuclear plants. 54% of Illinois' electricity is generated by Exelon's nuclear power plants, and with

  Exelon's announcement that it will retire its Dresden and Byron generating stations in 2021,the State has

  concerns that the generation gap will be filled by dirty energy, namely fossil fuels. In order to advance the state's

   clean energy goals, IEPA and the Governor's Office are assessing how and over what period of time to meet

  clean energy targets, which requires understanding the schedule of statewide plant closures, including Exelon's

  plants. The announced closures of a large percentage of Illinois' electric generation would have a substantial

  impact on the state budget and electric reliability for Illinois residents. Thus, auditing Exelon's books will help

  determine how to rapidly deploy renewable energy without compromising affordable or reliable electricity. This

  Emergency Purchase has an expected start date of 01/04/2021 through 04/03/2021 with an Original Estimated

  Cost of $215,000.00.

   Signed By:  Monique Wantland, APO

       Vendor:  Synapse Energy Economics, Inc.                                                  Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $215,000.00                                        $304,840.00           $304,840.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  62     Human Services, Department of                                                                 File Date:  10/13/2021

  Latest Filing – 10/14/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 19 is $126,846.00 with dates of 2/1/2021 - 5/1/2021.

 

  Original Filing - 01/26/2021:

  The Department of Human Services used them for large file transfers, moves, and other projects when the scope

   of work is too large for our Maintenance Equipment Operators to perform. Since the onset of the pandemic,

  DHS has relied heavily on the transport of PPE throughout the State. This Emergency Purchase has an expected

  start date of 01/11/2021 through 04/11/2021 with an Original Estimated Cost of $150,000.00.

   Signed By:  Jean Sandstrom, Procurement Officer

       Vendor:  Midwest Moving & Storage, Inc.                                                  Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $150,000.00                                        $126,846.00           $126,846.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  63     University of Illinois - Spfld                                                                        File Date:  10/6/2021

  Final Cost

  Latest Filing – 10/06//2021:

  The Actual Total Federal Funds Costs of FY22, Qtr 2, Item# 20 is $.00. with term of contract 4/14/2021 -

  07/13/2021.

 

 

  Original Filing - 04-14-2021; FY21, Qtr 4, Item #31

  Axilon will provide the following, including design, fabrication, installation, and commissioning of these custom

  items.

1) Side bounce monochromator (SBM), including its motion control system.

2) Double

  Crystal/Multilayer Monochromator (DCMM), including its motion control and cooling systems.

 

These items

  are X-ray optical components that will be installed in a new X-ray beamline that will be built at Sector 15 of the

  Advanced Photon Source at Argonne National Laboratory. This Emergency Purchase/ Quick Purchase was

  received with an expected start date of 04/14/2021 through 07/13/2021 with an Original Estimated Cost of

  $1,827,520.00.

   Signed By:  Debra Matlock, Executive Director

       Vendor:  Axilon AG                                                                                    Notary Date:   4/14/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                                                                               $0.00                      $0.00       22      2

    Federal             $1,827,520.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  64     Capital Development Board                                                                        File Date:  10/26/2021

  Second Filing - 10/26/2021 FY22, Qtr 2, Item #21,

  An Emergency Purchase Extension was received on October 26, 2021 requesting an extension for dates starting

  10/17/2021 to 01/312022/. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing - 04-01-2021; FY21, Qtr 4, Item #26:

  The scope of work provides for upgrades to the COVID isolation space in R1 to include BAS System

  Improvements, exhaust fan upgrades, replacement of existing Nurse Station TE in-line fan, providing new

  VAV’s at Nurses Station, adding EPA fan units in corridors and the completion of the generator connection as

  directed by the Architect/Engineer of record and approved by CDB.

  This Emergency Purchase has an expected start date of 04-01-2021 through 06-29-2021 with an Original

  Estimated Cost of $485,00.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Ujamaa Construction, Inc                                                             Notary Date:     4/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $485,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  65     Capital Development Board                                                                        File Date:  10/26/2021

  Second Filing - 10/26/2021:

  An Emergency Purchase Extension was received on October 26, 2021 requesting an extension for dates starting

  11/17//2021 to 01/31/2022. This extension has a Estimated Current Contract amount of $33,238.00 with

  extended time.

 

  Original Filing - 04-01-2021; FY21, Qtr 4, Item #28:

  The scope of work provides for design services for upgrades to the isolation space in R1 to include BAS System

   Improvements, exhaust fan upgrades, replacement of existing Nurse Station TE in-line fan, providing new

  VAV’s at Nurses Station, add HEPA fan units in corridors and completion of generator connections. This

  Emergency Purchase has an expected start date of 04/01/2021 through 06/29/2021 with an Original Estimated

  Cost of $32,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Rubinos and Mesia Engineers, Inc.                                               Notary Date:     4/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $32,000.00             $33,238.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  66     Capital Development Board                                                                        File Date:  10/4/2021

  Third Filing - 10/04/2021:

  An Emergency Purchase Extension was received on October 4, 2021 requesting an extension for dates starting

  10/19/21 to 1/31/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 05/21/2021: FY21, Qtr 4, Item# 68:

  An Emergency Purchase Extension was received on May 21, 2021, requesting an extension for dates starting

  05/20/2021 to 10/31/2021 at an additional estimated cost of $0.00, keeping the estimated cost at $955,000.00.

 

  Original Filing – 5-21-2021 FY21, Qtr 4, Item #73:

 

  The scope of services provides for the decommissioning and demolition of the existing failed boilers and the

  purchase and installation of five (5) 150 HP modular steam low pressure boilers as designed by the

  Architect/Engineer of record. Incorporated documents include the March 2009 Standard Documents for

  Construction & Supplement, the design and specifications provided by the Architect/Engineer

  of record and quote provided by The Stone Group, Inc. on April 12, 2021. Construction Services provided under

   this procurement should not exceed $955,000.00, 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 04/14/2021 through 07/12/2021 with an Original

  Estimated Cost of $955,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  The Stone Group, Inc.                                                                  Notary Date:   4/14/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $955,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  67     Capital Development Board                                                                        File Date:  10/19/2021

 

  Third Filing - 10/19/2021:

  An Emergency Purchase Extension was received on October 19, 2021 requesting an extension for dates starting

  10/19//2021 to 01/31/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 12/10/2020:

  An Emergency Purchase Extension was received on December 20, 2020, in the same filing quarter, requesting

  an extension to 10/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing - 10/15/2020:

  Central Management Services ("CMS") owns and operates the facility at 2121 W. Taylor, in the heart of the

  Chicago Medical Center Complex. The building is 5 stories and approximately 180,000 sf. The primary tenants

  are the University of Illinois Chicago (UIC) and the Illinois Department of Public Health (IDPH). Both tenants

  operate labs in the facility and perform critical testing. The scope of services provides for an evaluation of the

  boiler system, recommendations for temporary and permanent solutions, including cost estimates and lead times,

   and an expedited design of the replacement boiler(s) and all ancillary components. In addition, the scope also

  includes providing a temporary boiler, as a reimbursable item under the Architect/Engineer Professional Services

  Agreement, until the permanent boiler(s) can be installed. Asbestos abatement may be required. This Emergency

  Purchase has an expected start date of 10/15/2020 through 01/12/2021 with an Original Estimated Cost of

  $100,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Nest Builders, Inc.                                                                        Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  68     Capital Development Board                                                                        File Date:  10/7/2021

 

  Fourth Filing - 10/7/2021:

  An Emergency Purchase Extension was received on October 7, 2021 requesting an extension for dates starting

  10/7/2021 to 04/30/2022 revising the current contract amount to $98,060.00. The extension expenditure is not

  assessed and will be charged for time only.

 

  Third Filing: 05/21/2021; FY21, Qtr 4, Item #66:

  An Emergency Purchase Extension was received on May 21, 2021 requesting an extension for dates starting

  June 10, 2021 to 10/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 06/10/2020:

  An Emergency Purchase Extension was received on June 10, 2020, in the same filing quarter, requesting an

  extension for dates starting 06/30/2020 to 06/30/2022. The extension expenditure is not assessed and will be

  charged for time only.

 

  Original Filing - 04/16/2020:

  The Illinois Department of Corrections has requested that the Capital Development Board’ provide assistance in

  seeking emergency purchases for the expedited repair of certain electrical failures at Logan Correctional Center.

  During a storm on April 8, 2020, it is believed Logan Correctional Center received a power surge when thirty-

  two Ameren poles were damaged. This power surge blew apart a high voltage line in an electrical vault that

  supplies power to Housing Unit 14. During this explosion, another high voltage cable’s insulation was damaged

  that is currently supplying re-routed power to the Health Care Unit, Gymnasium and Vocational School at the

  facility. This damaged area in the loop has been isolated resulting in loss of power to Housing Unit 14. Currently

  all of the buildings are back on normal power except for Housing Unit 14 which is being powered by a rented

  generator. Additionally, the facility has concern about water filling up the vault and shorting the previously

  storm-damaged hot cables and causing further damage. There has been a temporary sump pump to remove

  water to prevent the water level from reaching the cable. Should another power failure occur, the facility would

  not be able to restore power to the loop as they have lost redundancy. This Emergency Purchase has an

  expected start date of 04/16/2020 through 07/14/2020 with an Original Estimated Cost of $75,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  Dewberry Engineers, Inc.                                                             Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $75,000.00             $98,060.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  69     Emergency Management Agency                                                               File Date:  10/14/2021

  Final Cost

  Latest Filing – 10/14/2021:

  The Actual Total Cost of FY22, Qtr2, Item# 26 is $1,683,219.91.

 

  Second Filing - 08/12/2020:

  An Emergency Purchase Extension was received on August, 2020 requesting an extension for dates starting

  09/03/2020 to 04/30/2021 at an additional estimated cost of $3,367,000.00, revising the total estimated cost to

  $5,403,000.00.

 

  Original Filing - 06/09/2020:

  Due to the Coronavirus Disease 2019 (COVID-19) pandemic beginning on January 20, 2020 that prompted

  Gubernatorial Proclamations covering the entire state of Illinois, the Illinois Emergency Management Agency

  (lEMA) requires a vendor to provide expertise and assistance to units of State and Local government impacted by

   COVID-19 with disaster recovery planning and related services. Services include but are not limited to the

  collection of, assistance of and preparation of documents for FEMA Grants, Coronavirus Relief Funds, and any

  other federal funds related to the COVID-19 pandemic of 2020 that State or local governments may be eligible

  for, that would flow through the Illinois Emergency Management Agency. The vendor will be required to turn

  over this supporting data and documentation as needed to meet FEMA and other federal agency deadlines, as

  directed by IEMA, and also at the conclusion of this contract. The data shall be in a format acceptable to the

  Federal Government. The vendor may be required to assist in the audits of those documents. This Emergency

  Purchase has an expected start date of 06/05/2020 through 09/03/2020 with an Original Estimated Cost of

  $2,036,000.00.

   Signed By:  Alicia Tate-Nadeau, Director

       Vendor:  Innovative Emergency Management Inc.                                      Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,036,000.00        $5,403,000.00      $1,683,219.91        $1,683,219.91       22      2

    Federal                           $0.00                                                                    $1,683,219.91


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  70     Capital Development Board                                                                        File Date:  10/28/2021

  Final Cost

  Latest Filing – 10/28/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 27 is $2,186,754.75 for a final term of contact 966 days.

 

  Seventh Filing - 03/29/2021:

  An Emergency Purchase Extension was received on March 29,, 2021 requesting an extension for dates starting

  04/15/2021 to 10/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 10/08/2020: Y19, Qtr 3, Item # 20:

  An Emergency Purchase Extension was received on October 8, 2020 requesting an extension for dates starting

  10/27/2020 to 05/30/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Fifth Filing - 03/02/2020: FY19, Qtr 3, Item # 20:

  An Emergency Purchase Extension was received on March 2, 2020, requesting an extension to 10/31/2020 and

  changing the estimated cost to $2,737,500.00.

 

  Fourth Filing - 08/19/2019: FY19, Qtr 3, Item# 20:

  On August 9th, 2019, Warden Sullivan expressed concerns regarding more frequent electrical issues in

  Residential Unit 4 (R4) and the effects a complete failure of the electrical system would have on the population of

   R4. R4 houses 347 Sexually Dangerous Persons (SDP), some of which require participation in various state

  mandated programs and therapy including but not limited to a Drug Treatment Program. Should a complete

  electrical failure occur, there are currently no available options for the transfer this population. Since February of

   2015, there has been a minimum of 21 events where branch circuits have failed, requiring IDOC to take action

  in the form of work orders. Currently, breakers are being tripped daily and exhaust fans in the A wing over cells

  61 & 62 cannot be reset due to a dead short. Additionally, the conduit in pipe chases are visibly rusted to the

  extent that wiring is exposed. Given the failures in R1, R2 and R3, and the similar signs of failure in R4, it is in

  the best interest of the State to now incorporate R4 into this emergency procurement to protect against the threat

   to safety for the inmates and staff, and to prevent or minimize serious disruption in critical State services.

  Additionally, given the current vendors knowledge and expertise and the fact that they are already mobilized in

  the other Residential units, it is fiscally prudent to move forward with electrical repairs to R4. The extension date

   for this extension remains at 04/30/2020.

 

  Third Filing - 05/22/2019: FY19, Qtr 3, Item# 20:

  On May 17, 2019, the D wing of R3 experienced an electrical short on the lighting branch circuit conductor for

  half of the second floor cells. Losing this branch circuit has caused DOC to relocate inmates in the affected area

  (15 cells) in order to meet safety and security guidelines for staff and inmates. With this recent development, it is

   recommended to incorporate Residential Unit 3 (R3) into this emergency procurement to safeguard the welfare

  of DOC staff and the inmates. Currently, F.W. Electric's current Not to Exceed contract totals $772,500.00 and

  is being paid on a Time and Material basis. A change Order for additional compensation related to renovating the

  electrical system in R3 is not needed at this time. The extension date for this extension is 04/30/2020.

 

  Second Filing - 03/21/2019: FY19, Qtr 3, Item# 20:

  An Emergency Purchase Extension was received on March 21, 2019, requesting an extension for dates starting

  04/09/2019 to 10/31/2019 at an additional estimated cost of $0.00, keeping the revised estimated cost at


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  $1,312,000.00.

 

  Original Filing - 02/07/2019: FY19, Qtr 3, Item# 20:

  Illinois Department of Corrections is requesting the Capital Development Board's assistance in seeking an

  emergency procurement for the expedited repair of the electrical system in the residential housing unit #2 at Big

  Muddy Correction Center. Recently the electrical system in this housing unit has become noticeable faulty,

  which has put the Department's operations in jeopardy. The scope of work will be to provide construction

  services for replacing all of the underground wiring for lights, receptacles and miscellaneous loads using new

  conduits above grade in residential unit R2. This Emergency Purchase has an expected start date of 02/0/2019

  through 05/04/2019 with an Original Estimated Cost of $1,3120,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  F. W. Electric, Inc.                                                                        Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,312,000.00        $2,737,500.00      $2,186,754.75        $2,186,754.75       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  71     Capital Development Board                                                                        File Date:  10/28/2021

  Final Cost

  Latest Filing – 10/28/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 28 is $101,062.19 with a final total term of contract -968 days.

 

  Seventh Filing - 03/29/2021:

  An Emergency Purchase Extension was received on March 29, 2021 requesting an extension for dates starting

  04/15/2021 to 10/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 10/08/2020: FY19, Qtr 3, Item # 19:

  An Emergency Purchase Extension was received on October 8, 2020 requesting an extension for dates starting

  10/27/2020 to 05/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Fifth Filing - 03/02/2020: FY19, Qtr 3, Item # 19:

  An Emergency Purchase Extension was received on March 2, 2020, requesting an extension to 10/31/2020

  keeping the estimated cost of $250,000.00

 

  Fourth Filing - 08/19/2019: FY 19, Qtr 3, Item #19:

  On August 9th, 2019, Warden Sullivan expressed concerns regarding more frequent electrical issues in

  Residential Unit 4 (R4) and the effects a complete failure of the electrical system would have on the population of

   R4. R4 houses 347 Sexually Dangerous Persons (SDP), some of which require participation in various state

  mandated programs and therapy including but not limited to a Drug Treatment Program. Should a complete

  electrical failure occur, there are currently no available options for the transfer this population. Since February of

   2015, there has been a minimum of 21 events where branch circuits have failed, requiring IDOC to take action

  in the form of work orders. Currently, breakers are being tripped daily and exhaust fans in the A wing over cells

  61 & 62 cannot be reset due to a dead short. Additionally, the conduit in pipe chases are visibly rusted to the

  extent that wiring is exposed. Given the failures in R1, R2 and R3, and the similar signs of failure in R4, it is in

  the best interest of the State to now incorporate R4 into this emergency procurement to protect against the threat

   to safety for the inmates and staff, and to prevent or minimize serious disruption in critical State services.

  Additionally, given the current vendors knowledge and expertise and the fact that they are already mobilized in

  the other Residential units, it is fiscally prudent to move forward with electrical repairs to R4. The extension date

   for this extension remains at 04/30/2020.

 

  Third Filing - 05/22/2019: FY19, Qtr 3, Item# 19:

  On May 17, 2019, the D wing of R3 experienced an electrical short on the lighting branch circuit conductor for

  half of the second floor cells. Losing this branch circuit has caused DOC to relocate inmates in the affected area

  (15 cells) in order to meet safety and security guidelines for staff and inmates. With this recent development, it is

   recommended to incorporate Residential Unit 3 (R3) into this emergency procurement to safeguard the welfare

  of DOC staff and the inmates. Currently, MHCE's current Not to Exceed contract totals $250,000.00 and is

  being paid on a Time and Material basis. A contract modification for additional compensation related to

  renovating the electrical system in R3 is not needed at this time. The extension date for this extension is

  04/30/2020.

 

  Second Filing - 03/21/2019:FY19, Qtr 3, Item# 19:

  An Emergency Purchase Extension was received on March 21, 2019, requesting an extension for dates starting


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  04/09/2019 to 10/31/2019 at an additional estimated cost of $0.00, keeping the revised estimated cost at

  $250,000.00.

 

  Original Filing - 02/04/2019: FY19, Qtr 3, Item# 19:

  The Illinois Department of Corrections is requesting the Capital Development Board’s assistance in seeking an

  emergency procurement for the expedited repair of the electrical system in the residential housing unit #2 at Big

  Muddy Correctional Center. Recently the electrical system in this housing unit has become noticeably faulty,

  which has put the Department’s operations in jeopardy. The scope of work will be to conduct an assessment of

  the electrical in residential units R1, R2, R3 and R4 and to complete the design work for replacing all of the

  underground wiring for lights, receptacles and other miscellaneous loads using new conduits above grade in

  residential unit R2. If the assessments determine that this work is also necessary in residential units R1, R3 and

  R4, it may be included in this project. Incorporated documents include the March 2009 Standard Documents for

  Construction & Supplement and the March 2009 Design and Construction Manual & Supplement. This

  Emergency Purchase has an expected start date of 02/04/2019 through 05/04/2019 with an Original Estimated

  Cost of $250,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  McCoy and Howard Consulting Engineers, Inc.                           Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $250,000.00                                        $101,062.19           $101,062.19       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  72     University of Illinois - Spfld                                                                        File Date:  11/2/2021

  Total Cost

  Latest Filing – 11/03/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 29 is $627,725.16 with the final total term of contract ending

  9/28/2021.

 

  Original Filing – 7/01/2021 FY22, Qtr 1, Item #27:

  Innovista Health Solutions, is our current vendor for the management of services for processing the in network

  and out of network claims and payments for Campuscare program, BCBS HMOI, Blue Advantage and Blue

  Precision plans. The University did not include the appropriate funds for out-of-network claims in the original

  RFP award #MEC218. We need an Emergency while we appropriately amend the RFP# MEC218, during which

  time services must continue; there was an increase in out-of-network claims due to COVID-19 since students

  were sent home and unable to use in-network providers at UI Health which caused an exhaustion of awarded

  funds; Managed Care will be subject to penalties if they do not pay Innovista timely for their Managed Services

  responsibilities for adjudicating and paying claims.

 

  Innovista Health Solutions will administrative and manage services for CampusCare, a full risk self-funded

  student health plan, and for the Managed Care Blue Cross and Blue Shield of Illinois HMOs (BCBSIL HMOs)

  Risk agreement. The services will include payments to our out of network providers.

 

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $650,000.00.

   Signed By:  Debra Matlock, Exec. Dir., UIC Purchasing

       Vendor:  Innovista Health Solutions                                                            Notary Date:     7/1/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $650,000.00                                        $627,725.16           $627,725.16       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  73     University of Illinois - Spfld                                                                        File Date:  11/3/2021

  Final Cost

  Latest Filing – 11/03/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 73 is $124,738.00, with the final term of contract ending

  09/03/2021.

 

  Original Filing - 06-07-2021; FY21, Qtr 4, Item #32

  Lionheart maintains the hospital emergency generators. The hospital generator number 3 is leaking antifreeze. We

   are currently, putting 2 gallons of antifreeze weekly to keep the alarm from sounding off and also to ensure that

  generator number 3 will be able to run if necessary. The generators supply the hospital chillers 1 and 4, the

  condensate pump and other buildings, it is crucial that the leak is repaired. The leak must be repaired so that UIC

  will have an adequate supply of power for the duration of a long term outage, power loss from ComEd or the

  plant. The equipment is obsolete and the vendor has the expertise to provide the emergency service on the

  generators. Lionheart will provide a new radiator, fans, install, and supply the crain to remove the old radiator.

  The parts will have a lead time of 10 weeks. This Emergency Purchase has an expected start date of 07/7/2021

  through 09/03/2021 with an Original Estimated Cost of $128,138.00.

   Signed By:  Debra Matlock, Executive Director

       Vendor:  Lionheart Critical Power Specialists Inc                                        Notary Date:   6/15/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $128,138.00                                        $124,738.00           $124,738.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  74     Capital Development Board                                                                        File Date:  11/30/2021

  Latest Filing – 11/30/2021:

  The Actual Total Cost of FY22, Qtr 2 , Item# 74 is $137,586.35.

 

 

  Original Filing –09/08/2021 FY22, Qtr 1, Item #47

 

  The Illinois Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that the

  Rotunda Building roof has exceeded its life span and is currently leaking in multiple areas. The leaks are causing

  damage and mold in many of the offices in the Rotunda Building which means they need to be vacated for health

  and safety concerns. This is creating hardship on facility staff and their daily operations. Therefore, the IDOC is

  requesting emergency repairs be performed at select areas of the Rotunda Building roof which is allowing water

  infiltration inside the building and causing damage to masonry walls adjacent to these areas.

    This project began through the selection of an Architect/Engineer under the Qualifications Based Selection

  process to replace the entire roofing system. Although selected, the A/E is not currently under contract.

  However, because of the extensive leaks in the building, the A/E was procured under a separate small purchase

  to provide a quick assessment and recommendations for interim solutions until the

  overall project can be designed and bid through regular processes. CDB and IDOC feel that interim solutions to

  stop the leaks should be implemented prior to the onset of winter conditions to prevent further damage to the

  building. Therefore, an emergency declaration is necessary in order to provide interim solutions as recommended

   by the A/E to include repairs to select areas of the Rotunda Building's

  roof and masonry walls adjacent to these areas as soon as possible in order to prevent the threat to public safety,

   to prevent further loss or damage and to prevent serious disruption to critical State services.

    Seal Tight Exteriors, Inc., located in Steger, IL was selected to provide limited roofing work and masonry

  stabilization because they are relatively in close proximity to the site, have the expertise to provide the services

  being requested, and they can respond immediately to this request for emergency services.

 

  The scope of work provides for emergency repairs to the Rotunda Building to include limited roofing work and

  removal and/or stabilization of masonry walls as recommended by the Architect/Engineer of record.

  Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Services

   provided under this procurement should not exceed $185,000.00, 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 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 09/08/2021 through 12/06/2021 with an Original

  Estimated Cost of $185,000.00.

 

 

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  :

   Signed By:  Chris Miles, Exec II

       Vendor:  Seal Tight Exteriors, Inc.                                                              Notary Date:     9/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $185,000.00                                        $137,586.35           $137,586.35       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  75     University of Illinois - Spfld                                                                        File Date:  12/3/2021

  Latest Filing –12/03/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 75 is $.00 and Final total term of contract 0.

 

 

  Original Filing – 09/06/2021 FY22, Qtr 1, Item #43:

 

  This vendor has submitted a thorough proposal to perform the entire required scope of work and shows a

  detailed understanding of the requirements and ancillary support systems (boiler pumps and insulation

  installation). This vendor knows the campus mechanical systems very well and have a reputable standing in

  central Illinois regarding work well done. Inclusive costs are less than bids from alternate vendor when pump

  and boiler scope was included.

 

  Disconnect and remove 3 existing boilers that provide the only heat source for climate control and hot water for

  the primary educational facility on campus. Provide and install three (3) new condensing boilers. Revise and

  install all required hot water, drain, and gas piping. New hot water piping layout for primary/secondary operation

  with new primary pump installation of one (1) per boiler. Provide and install all required piping insulation. Provide

   and install new vent and combustion piping as needed. Provide startup and check out.

 

  This Emergency Purchase has an expected start date of 10/01/2021 through 10/29/2021 with an Original

  Estimated Cost of $152,998.00.

   Signed By:  Jill Menezes, Dir. Of Purchase

       Vendor:  Henson Robinson Co.                                                                  Notary Date:     9/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $152,998.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  76     University of Illinois - Spfld                                                                        File Date:  11/8/2021

 

  Latest Filing – 11/08/2021:

  The Actual Total Cost of FY22, Qtr2, Item# 76 is $142,400.00.

 

 

  Original Filing – 7/21/2021 FY22, Qtr 1, Item #26:

 

  R.B. Hayward is the preferred vendor by the Hospital due to their knowledge and compliance of the Joint

  Commission standards and recordings. The inspection and testing of 263 fire dampers is required by the Joint

  Commission to keep the Hospital in compliance. We must have all 263 dampers inspected before the end of the

  calendar year. The vendor is prepared to complete the inspection and testing within the Hospital's timeline before

  the compliance lapses at end of this calendar year.

   Inspection and testing of 263 fire dampers on floors 2, 5, 7 and 8 of the hospital with patient care access and

  infection control standards applied. Testing will include removing the link and cycling each damper to make sure

  there are no obstructions, visual inspection of the blades and retaining angles, replacement of fusible links as

  necessary, installation of retaining angles on floors 2 and 5, provide the pictures and report to Hospital

  Administration.

  This Emergency Purchase has an expected start date of 07/21/2021 through10/19/2021 with an Original

  Estimated Cost of $142,000.00.

   Signed By:  Debra Matlock, Exec Dir, UIC Purchasing

       Vendor:  R.B. Hayward                                                                               Notary Date:   7/21/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $142,000.00                                        $142,400.00           $142,400.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  77     Governors State University                                                                        File Date:  12/8/2021

  Latest Filing – 12/08/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 77 is $826,446.57

  University, local funds

 

  Fourth Filing - 11/19/2019:

  An Emergency Purchase Extension was received on November 19, 2019, requesting an extension for dates

  starting 01/01/2020 to 12/31/2020 at an additional estimated cost of $416,000.00, revising the total estimated

  cost to $797,998.00.

 

  Third Filing - 08/08/2019:

  An Emergency Purchase Extension was received on August  08, 2019, requesting an extension for dates starting

  09/02/2019 to 12/31/2019 at an additional estimated cost of $150,999.00, revising the total estimated cost to

  $381,998.00.

 

  Second Filing - 06/20/2019:

  An Emergency Purchase Extension was received on June 20, 2019, requesting an extension for dates starting

  07/08/2019 to 09/01/2019 at an additional estimated cost of $80,000.00, revising the total estimated cost to

  $230,999.00.

 

  Original Filing - 04/09/2019:

  Immediate action was needed to prevent the disruption of University services related to legal matters. The

  University will be using University Local Funds. This Emergency Purchase has an expected start date of

  04/08/2019 through 07/07/2019 with an Original Estimated Cost of $150,999.00 using University local funds.

   Signed By:  Tracy Sullivan, Assistant Vice President

       Vendor:  Burke, Burns & Pinelli Ltd.                                                          Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $150,999.00           $797,998.00         $826,446.57           $826,446.57       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  78     Innovation & Technology, Department of                                                 File Date:  11/5/2021

  Latest Filing – 11/05/2021:

  The Actual Total Cost of FY22, Qtr 2, Item#78 is $935,648.90.

 

 

  Original Filing: 04-01-2021 FY21, Qtr 4, Item #10:

  The Department of Innovation and Technology is declaring an emergency for continued services under the same

   terms and conditions of the current contract, until new master contract is executed with Oracle Software

  Maintenance and Support is negotiated.  This Emergency Purchase has an expected start date of 04-01-2021

  through 05-31-2021 with an original estimated cost of $2,000,000.00.

   Signed By:  Dante Watson, Procurement Officer

       Vendor:  Mythics, Inc.                                                                                Notary Date:   3/30/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,000,000.00                                        $935,648.90           $935,648.90       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  79     Natural Resources, Department of                                                             File Date:  11/17/2021

 

  Second Filing -11/17/2021:

  An Emergency Purchase Extension was received on November 17, 2021 requesting an extension for dates

  starting 12/09/2021 to 06/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing –09/07/2021 FY22, Qtr 1, Item #62:

 

  Ruyle is a small business vendor and is certified by the State of Illinois Fire Marshall for Boilers and Pressure

  Vessel Safety.  Ruyle was contacted as the maintenance contractor to repair the boiler.  When it was determined

  that the boiler could not be repaired and needed to be replaced, Ruyle was able to inspect and give an quote

  immediately on site, avoiding any delays.

 

  Lockout/tagout and disconnect electrical and gas supply, disconnect supply and return lines, stack and flue,

  remove unrepairable boiler and dispose of, supply and set new energy efficient hot water natural gas boiler,

  supply sheet metal to reconnect stack and flue, repipe the supply and water return lines to new boiler, reconnect

  electrical and gas supply, start boiler and analyze the boiler/burner for best operating efficiency, contact the State

   Fire Marshall's office for initial inspection. There is an approximate 12 week lead time to get the boiler due to

  shipping and production issues. An emergency needs declared to place the order, allow time for

  shipping/production of the boiler and installation before cold winter weather arrives and pipes can freeze.  This

  Emergency Purchase has an expected start date of 09/10/2021 through 12/09/2021 with an Original Estimated

  Cost of $112,400.00.

   Signed By:  Diane Shasteen, Site Manager I

       Vendor:  Ruyle Mechanical Services                                                           Notary Date:     9/7/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $112,400.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  80     Employment Security, Department of                                                        File Date:  12/16/2021

  Second Filing - 12/16/2021 FY22, Qtr 2, Item# 80

  An Emergency Purchase Extension was received on December 16, 2021 requesting an extension for dates

  starting 12/19/2021 to 09/18/2022 at an additional estimated cost of $4,355,541.00, revising the total estimated

  cost to $4,855,541.00.

 

 

  Original Filing – 09/18/2021: FY22, Qtr 1, Item# 75

 

  IDES currently has an Emergency Contract with KeyBank National Association ("KeyBank") for benefit banking

  services that will expire on December 31, 2021 ("current Emergency Contract") and it is unlikely that KeyBank

  will agree to another extension.  IDES cannot be without benefit banking services as these are critical to the

  Agency's mission. A competitive RFP has yet to be completed, and with the current emergency contract ending

  soon, IDES was left with no other option than to pursue a new emergency contract. IDES completed a goal

  setting worksheet for determining if the emergency contract would require a Business Enterprise Program (BEP)

   goal. After review and consultation with CMS BEP, it was determined that no goal would be required.

   

 

In an effort to have as much competition as possible, on August 17, 2021, IDES contacted five vendors

  about possibly providing the benefit banking services beginning January 1, 2022. The five vendors contacted are

  Conduent Bank, US Bank, Central Bank, Wells Fargo, and JP Morgan Chase Bank. IDES did not receive a

  response from Wells Fargo or Central Bank. Conduent Bank responded that there would not be enough time to

  implement the system, and therefore they would not be submitting a quote. US Bank and JP Morgan Chase Bank

  did provide a response.

   

 

Regarding the Quote submitted by US Bank, IDES does not believe that US Bank is able to implement all the

  required benefit banking services by December 31, 2021. Especially, since we are already in the window of US

  Bank’s proposed timeline. Hence, there would be a high probability of a gap in benefit banking services if IDES

  accepts the Quote submitted by US Bank. 

   

 

Regarding the Quote submitted by JPMC, JPMC did not offer debit card services but did offer check

  writing services that can be implemented by December 31, 2021.  Under the current Emergency Contract, JPMC

   serves as a subcontractor providing LockBox Services including, but not limited to, maintaining all required

  IDES accounts, demand deposit and investment accounts, lockbox processing, archive digital images of lockbox

   materials, and staff online banking related portal and reporting ("LockBox Services"). Since JPMC is currently

  administering IDES' Lockbox Services, there will be no need to implement a new lockbox solution (i.e. no gap in

   Lockbox Services). While IDES prefers debit card services over check writing services, IDES is willing to

  accept the check writing services to avoid a gap in services.  

 

  The benefit banking services include two core components: (1) a Benefit Payment Component for the

  distribution of unemployment insurance benefits to eligible claimants; and (2) a Lockbox Component for the

  administration of the lockbox operations. 

   

 

Under the Benefit Payment Component, the vendor is required, in part, to provide eligible claimants with

  access to their benefit payments by direct deposit or checks. In addition, the Benefit Payment Component

  includes, but not limited to, Automated Clearing House (ACH) transfers from individuals’ accounts, issuance of

  employer refunds via check or ACH, other funds disbursements, the acceptance of benefit reimbursement

  repayments, fraud prevention and detection services, claimant customer support services, secure portal for IDES

   staff, and transaction information analysis and reporting.   Further, the vendor must implement the check

  writing/printing services before December 31, 2021.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  This Emergency Purchase has an expected start date of 09/20/2021 through 12/18/2021 with an Original

  Estimated Cost of $500,000.00, using Federal Funds.

   Signed By:  Kristin Richards, Acting Director

       Vendor:  JP Morgan Chase Bank                                                                 Notary Date:   9/18/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal             $4,855,541.00                                                                                  $0.00

  81     Human Services, Department of                                                                 File Date:  12/7/2021

  Final Cost

  Latest Filing – 12/07/2021:

  The Actual Total Cost of FY22, Qtr 2, Item# 81 is $210,561.90. with the final contract term ending within the

  90 days.

 

 

  Original Filing – 06/28/2021 FY22, Qtr 1, Item #65:

  This was the only vendor contacted that can provide these titles for all the State of Illinois 24/7 facilities and

  schools.

  DHS intends to procure under an emergency contract temporary staffing assistance for non-medical staff such

  as housekeeping, dietary, laundry and data entry staff for the Department's 24/7 facilities in the Division of

  Developmental Disabilities and schools in  the Division of Rehabilitative Services.

  This Emergency Purchase has an expected start date of 07/01/2021 through 09/28/2021 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  John Baumgartner, Exec I

       Vendor:  Favorite Healthcare Staffing                                                         Notary Date:   6/28/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $350,000.00                                                   $0.00                      $0.00       22      2

    Federal                                                                                                                      $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  82     Transportation, Department of                                                                  File Date:  12/21/2021

 

  Final Cost

  Latest Filing – 12/21/2021:

  The Actual Total Cost of FY22, Qtr2, Item# 82 is $211,625.81..

 

  Original Filing – 7/08/2021 FY22, Qtr 1, Item #19:

  Informal bids were solicited from 6 contractors who have done similar work in McLean County. One bid was

  received from Stork Excavating for $177,779.00. Therefore Stark was selected to do the work.  Overnight June

  25 to 26, 2021 a significant rain event caused flood damage at Structures 057-0160 and

  057-0159, the dual structures carrying l-55 over Timber Creek just north of the Funks Grove Rest Area. This led

   to damage of the shoulders and floodplains under the bridges.

 

  This Emergency Purchase has an expected start date of 07/06/2021 through 10/04/2021 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Kensil Garnett, CPO

       Vendor:  Stark Excavating                                                                           Notary Date:     7/8/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $300,000.00                                        $211,625.81           $211,625.81       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  83     Abraham Lincoln Presidential Library and Museum                                File Date:  11/30/2021

  Second Filing - 11/30/2021:  FY22, Qtr 2, Item #83

  An Emergency Purchase Extension was received on November 30, 2021 requesting an extension for dates

  starting 01/01/2022 to 09/30/2022. The extension expenditure is not assessed and will be charged for time only. 

  This ia a revenue generating concessions contact, so no state expenditures will be incurred.

 

 

  Original Filing - 04-16-2021; FY21, Qtr 4, Item #29.

  Event Networks, INC. will continue to operate the ALPLM gift shop and provide revenue sharing to continue

  supporting the ALPLM. There is NO COST. This Emergency Purchase has an expected start date of 04-16-2021

   through 06-30-2021 with an Original Estimated Cost of $0.  $116,400.00 estimated value to vendor.

   Signed By:  Brett Cox, CFO/APO

       Vendor:  Event Network, INC.                                                                    Notary Date:     4/6/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  84     Capital Development Board                                                                        File Date:

 

  Eighth Filing - 09/23/2021:

  An Emergency Purchase Extension was received on September 23, 2021 requesting an extension for dates

  starting 09/21/2021 to 04/30/22. The extension expenditure is not assessed and will be charged for time only. 

 

  Seventh Filing - 05-21-21:

  An Emergency Purchase Extension was received on May 21, 2021 requesting an extension for dates starting

  05/20/2021 to 07/15/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 11/300/2020:

  An Emergency Purchase Extension was received on November 30, 2020 requesting an extension until

  03/31/2021. The extension expenditure is not assessed and will be charged for time only.

 

  Fifth Filing - 10/20/2020:

  An Emergency Purchase Extension was received on October 20, 2020 requesting an extension until 12/31/2020.

  he extension expenditure is not assessed and will be charged for time only.

 

  Fourth Filing - 05/29/2020:

  An Emergency Purchase Extension was received on May 29, 2020 requesting an extension for dates starting

  06/18/2020 to 09/30/2020 revising the current contract amount for Brown Electric, Inc. $255,286.59 and WRF

  Engineers to $51,500.00, for a total amount of $306,786.59. The extension expenditure is not assessed and will

  be charged for time only.

 

  Third Filing - 03/02/2020: FY20, Qtr 2, Item# 29:

  An Emergency Purchase Extension was received on March 2, 2020, requesting an extension for dates starting

  04/08/2020 to 06/30/2020 at an additional estimated cost of $0.00, keeping the estimated cost at $470,000.00.

 

  Second Filing - 01/09/2020: FY20, Qtr 2, Item# 29:

  On January 9, 2020 and Emergency Purchase Statement was received to include Brown Electric, Inc.. Brown

  Electric will provide construction services for the replacement of the employee duress system at Chester Mental

  Health Center as directed by the architect/engineer of record. Some abatement is possible. Incorporated

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

  provided by the Architect/Engineer of record and approved by CDB. This Emergency Purchase has an expected

  start date of 01/09/2020 through 04/07/2020 with an Original Estimated Cost of $370,000.00, revising the

  estimated cost to $470,000.00

 

  Original Filing - 12/23/2019: FY20, Qtr 2, Item# 29:

  On August 20, 2019, a survey of the employee duress system at the Chester Mental Health Center was

  conducted to determine if necessary actions were needed to prevent or minimize a serious disruption of the

  system. The Chester Mental Health Center is a 28 building maximum security facility established in 1975. The

  survey indicates the current system is over 24 years old, the original manufacturer is no longer in business, and

  repair parts are extremely difficult to locate or do not exist. The duress system is used to alert security and

  medical personnel that additional staff are required at an area immediately to protect both staff and patients and

  allows for rapid response to any critical situation throughout the facility. An emergency could consist of anything


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

   from a staff assault, patient assault, or even a medical emergency. The scope of work provides for the

  investigation and assessment of the employee duress system in this 28 building facility and to provide design

  services for its entire replacement. Some abatement is possible. Incorporated documents include the March 2009

   Standard Documents for Construction & Supplement and the March 2009 Design and Construction Manual &

  Supplement. WRF Engineers is authorized to proceed with the scope of work outlined in this Emergency

  Purchase Statement. The cost for Professional Services provided under this procurement is estimated not to

  exceed $100K. The contract amount is not to be exceeded without prior authorization from the Capital

  Development Board in consultation with the Chief Procurement Office. This Emergency Purchase has an

  expected start date of 12/23/2019 through 03/21/2020 with an Original Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Executive II

       Vendor:  WRF Engineers & Brown Electric, Inc.                                        Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00           $306,786.59                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  85     Capital Development Board                                                                        File Date:  11/1/2021

 

  Final Cost

  Latest Filing - 11/1/2021:

  A Final Cost was received on November 11/2021, that the Actual Total Cost is $534,696.51. Final cost for

  Laverdiere Construction at $394,134.31 and Bailey Edward Design, Inc. at $140,562.20

 

  Second Filing - 03/29/2021:

  An Emergency Purchase Extension was received in the same filing quarter, on March 29, 2021,  requesting an

  extension for dates starting 01/27/2021 to 09/30/2021. The extension expenditure is not assessed and will be

  charged for time only.

 

  Original Filing - 02/16/2021:

  The scope of services provides for a written assessment, to include recommendations and cost estimates, as

  well as design services to replace the roof, provide mold remediation and repair work to interior damage caused

  by water infiltration if deemed critical. Also, the scope of services provides for immediate temporary repairs to

  the roof, to be followed by the replacement of the roof and all ancillary components as designed by the

  Architect/Engineer of record. Additionally, the scope of work may include mold remediation, and repair work to

  interior damage caused by water infiltration if deemed critical. Incorporated documents include the March 2009

  Standard Documents for Construction & Supplement, and the design and specifications provided by the

  Architect/Engineer of record. This Emergency Purchase has an expected start date of 02/16/2021 through

  05/16/2021 with an Original Estimated Cost of $100,000.00 for Bailey Edward Design, Inc.; and, $300,000.00

  for Laverdiere Construction, Inc..

   Signed By:  Chris Miles, Executive II

       Vendor:  Bailey Edward Design, Inc. and Laverdiere Construction, Inc.     Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $400,000.00                                        $534,696.51           $534,696.51       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  86     Capital Development Board                                                                        File Date:  12/16/2021

  Eighth Filing - 12/16/2021 FY22, Qtr2, Item #86

  An Emergency Purchase Extension was received on December 16, 2021 requesting an extension for dates

  starting 12/16/2021 to 06/30/2022 revising the current contract amount to $8,742,959.00. The extension

  expenditure is not assessed and will be charged for time only.

 

  Seventh Filing - 12/16/2020:FY 19, Qtr 3, Item # 18:

  An Emergency Purchase Extension was received on December 16, 2020 requesting an extension for dates

  starting 01/06/2021 to 12/31/2021 revising the current contract amount to $8,742,629.00. The extension

  expenditure is not assessed and will be charged for time only.

 

  Sixth Filing - 04/10/2020:FY 19, Qtr 3, Item # 18:

  An Emergency Purchase Extension was received on April 10, 2020 requesting an extension for dates starting

  04/24/2020 to 01/31/2021 revising the current contract amount to $7,900,000.00. The extension expenditure is

  not assessed and will be charged for time only.

 

  Fifth Filing - 10/21/2019: FY 19, Qtr 3, Item # 18:

  A revised Scope was received on 10/21/2019. The scope of work provides for various water distribution

  upgrades to Residential Buildings R1, R2, R3, R4, R5, Chapel, Prince Home, Support Buildings S1 and S2, Lake

  and Command Building CI as described in dbHMS’s memorandum dated March 26, 2019. The scope of work is

  to include shower mixing valves, point of use lavatory/sink mixing valves, master circulating digital mixing valves

   at the water heaters, to assign site flushing hydrants for the campus, evaluate and replace boiler systems as

  required for buildings R1 through R4, S1 & S2, point-of-entry filters, point-of-use filters, goose-neck faucets,

  hot water heater systems, flushing hydrants at known dead-legs, bollus injection ports, increase distribution

  temperatures, upgrade hot water return system balancing loop, design building/site piping plans, design

  Civil/Architectural scopes to support eliminating seldom used fixtures and dead legs, and any other work

  described under Tier 1 Intervention requirements. The current design includes limited automatic data collection

  and no automatic line flushing as part of Tier 1. The scope is for dates 02/04/2019 through 04/30/2020 at an

  additional estimated cost of $670,959.00, bringing the revised total estimated cost to 1,120,959.00.

 

  Fourth Filing - 05/02/2019: FY 19, Qtr 3, Item # 18:

  On May 2, 2019, CDB issued an Emergency Purchase Extension for dates through 04/30/2020 with a revised

  estimated cost placeholder of $100,000.00 for Nest Builders, Inc. and $100,000.00 for Chas F. Bruckner &

  Sons, Inc.

 

  Third Filing - 02/28/2019: FY 19, Qtr 3, Item # 18:

  On March 28, 2019, CDB issued a revision to the Emergency Purchase stating for dates 2/4/2019 through

  05/04/2019 with an estimated cost of $100,000.00 for Nest Builders, Inc. and $200,000.00 for Chas F. Bruckner

   & Sons, Inc.

 

  Second Filing - 02/11/2019: FY 19, Qtr 3, Item # 18:

  On February 11, 2019, a second vendor was included for this emergency purchase. Chas F. Bruckner & Sons,

  Inc. will provide installation of new flush hydrants and point-of-use mixing valves. In addition, point of entry

  filtration needs to be added to filter bacteria from the water, goose-neck faucets need to be added to sinks to

  facilitate the implementation of PALL filter devices and maintain the plumbing code standards. "Hot taps" are


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  required to boost disinfection of the incoming water and bolus injection cart equipment. Also requested, is

  installation of point of use filters on water fixtures, and an underground utility locater is needed to identify and

  terminate dead leg plumbing. Incorporated documents include the March 2009 Standard Documents for

  Construction & Supplement and the design and specifications provided by the A/E of record and approved by

  CDB. This vendor has an expected start date of 02/11/2019 through 05/04/2019 with an Original Estimated Cost

  of $100,000.00, increasing the Revised State Estimate to $350,000.00

 

  Original Filing - 02/04/2019: FY 19, Qtr 3, Item # 18:

  On January 8, 2019, a sole case of Legionellosis was detected in a resident who lived at the Manteno Veterans'

  Home. The Department of Veterans’ Affairs requests that the Capital Development Board procure vendors under

  emergency purchases to provide various upgrades to the facility's water distribution system to alleviate further

  cases of Legionellosis. The scope of work provides for installing new flush hydrants and point-of-use mixing

  valves. In addition point of entry filtration needs to be added to filter bacterial from the water, goose-neck

  faucets need to be added to sinks to facilitate the implementation of PALL filter devices and maintain the

  plumbing code standards. "Hot taps" are required to boost disinfection of the incoming water and bolus injection

  cart equipment. Also requested is installation of point of using filters on water fixtures, and an underground

  utility locater is needed to identify and terminate dead leg plumbing. Incorporated documents include the March

  2009 Standard Documents for Construction & Supplement and the March 2009 Design and Construction Manual

   & Supplement. This Emergency Purchase has an expected start date of 02/01/2019 through 05/01/2019 with an

   Original Estimated Cost of $250,000.00 Nest Builders, Inc.

   Signed By:  Chris Miles, Executive II

       Vendor:  Nest Builders, Inc. & Chas F. Bruckner & Son, Inc.                     Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $250,000.00        $8,742,959.00                    $0.00                      $0.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021

  87     Human Services, Department of                                                                 File Date:  10/13/2021

 

  Final Cost

  Latest Filing – 10/13/2021

  The Actual Total Cost of FY22, Qtr 2, Item# 87 is $140,850.00

 

  Original Filing - 10/5/2020:

  Crisis Prevention Training focuses on skill and team response techniques to decreases the likelihood of patient

  and staff injury.  The Joint Commission and Centers for Medicare & Medicaid Services (CMS) require staff to

  be trained in prevention strategies as well as physical skill techniques in order to maintain accreditation and

  certification standards.  All DMH direct care staff are required to receive Crisis Prevention training upon initial

  hire and annually by a certified CPI trainer.  This training is designed to teach best practices for managing violent

   individuals using verbal, non-verbal and advanced physical techniques.  There are currently 35 staff who must 

  become certified instructors within the Division of Mental Health. 

As of October 16th, DHS will no longer

  have a certified CPI trainer on staff, which will cause the Agency to lose accreditation and certification

  standards. Without accreditation and certification, the mental health centers will need to close, displacing

  hundreds of long term residents from their care. The vendor is immediately available to offer training to DHS;

  DHS is familiar with their curriculum; and CPI can accommodate the delivery of training during this time of

  social distancing. This Emergency Purchase has an expected start date of 10/16/2020 through 01/14/2021 with

  an Original Estimated Cost of $150,000.00.

   Signed By:  Jean Sandstrom, Agency Procurement Officer

       Vendor:  Crisis Prevention Institute, Inc.                                                     Notary Date:

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $150,000.00                                        $140,850.00           $140,850.00       22      2

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                 October 1, 2021 through December 31, 2021