LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  1       Corrections, Department of                                                                        File Date:  4/22/2022

  Original Filing – 4/22/2022: FY23, Qtr 1, Item# 1

 

  To provide COVID-19 testing, either nasal PCR or saliva PCR, for both staff and incarcerated individuals at

  IDOC facilities.  IDOC staff includes, but is not limited to, vendor staff, security staff, health care workers,

  mental health workers, dietary workers, administrative and engineering staff, facility management and program

  staff, educational staff, volunteers, and clerical workers.  Testing will include specimen collection, analysis of

  specimen, reporting of test results and tracking of testing data.  Tempus Labs’ services are required as IDOC

  being a congregate setting requires periodic testing of its staff and incarcerated individuals to properly respond to

   the COVID-19 pandemic.

 

  This Emergency Purchase has an expected start date of 04/22/2022 through 07/21/2022 with an Original

  Estimated Cost of $3,000,000.00. Funding thru American Rescue Plan Funds.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Tempus Labs, Inc.                                                                        Notary Date:   4/22/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $3,000,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  2       Transportation, Department of                                                                  File Date:  6/15/2022

  Original Filing – 6/15/2022: FY23, Qtr1, Item# 2

 

  Seiler Instrument provides all warranty repairs on the Department's Trimble Survey and GPS products statewide.

   This includes hardware warranties, firmware upgrades, software maintenance, associated network coverage,

  and repairs for all survey and GPS Equipment located in the Survey Units and Construction Sections statewide. 

  If survey equipment is not fully functional, it can either not be used or will lead to errors in the field. This results

  in lost productivity, increased man-hour costs for issue resolution or re-work, potential safety concerns for

  additional surveyor field exposure, inaccurate surveys and construction field quantities, and perhaps the missing

  of project lettings and loss of federal funding. Ultimately, the traveling public can be adversely affected as the

  condition and safety of our transportation system is directly impacted.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/29/2022 with an Original

  Estimated Cost of $551,005.10.

   Signed By:  Aundra Williams, APO

       Vendor:  Seiler Instrument                                                                          Notary Date:   6/15/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $551,005.10                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  3       Innovation & Technology, Department of                                                 File Date:  6/22/2022

 

  Original Filing – 6/22/2022: FY23, Qtr 1 Item# 3

 

  PremierOne Mobile™ including PremierMDC™ Server and PremierMDC™ Clients licenses for the Motorola

  Premier Mobile Data Client (MDC) client and server software to facilitate the access to the Law Enforcement

  Agency Data System (LEADS) to Illinois Law Enforcement Officers operating remotely from their vehicles or in

   the field.  This system provides LEADS access to users across 246 Local and State Law Enforcement agencies.

    This access allows law enforcement access to State and Federal law enforcement systems, such as Hot Files

  (Wanted, Warrants, Stolen Vehicles, Missing Persons, etc.), Secretary of State driver and vehicle information,

  Illinois' Criminal History system, Firearm Owner information, Concealed Carry information, National Crime

  Information System (NCIC) and National Law Enforcement Telecommunication System (NLETS).  Without

  these licenses LEADS access would no longer be available.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/28/2022 with an Original

  Estimated Cost of $1,440,400.00.

   Signed By:  Van P Austin, APO

       Vendor:  Motorola Solutions, Inc.                                                               Notary Date:   6/22/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,440,400.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  4       Human Services, Department of                                                                 File Date:  6/27/2022

  Original Filing – 6/27/2022: FY23, Qtr 1, Item# 4

 

  A.W. Holdings, LLC d/b/a Benchmark Human Services, an external consulting firm, agrees to provide a

  comprehensive independent assessment of The Ann Kiley’s Center’ facility operations and regulatory

  compliance, assistance with developing a systems improvement plan to address findings and recommendations

  from the comprehensive assessment, training of staff in specific areas, and monitoring successful

  implementation of the plan and satisfaction of the requirements in the Directed Plan of Correction (DPOC). We

  contacted 2 vendors who provide the services needed and met with both vendors.  Corporate resumes were

  reviewed and this vendor was determined to have the experience and expertise to address our needs. This project

   will consist of both onsite and offsite activities conducted by A.W. Holdings, LLC ‘s teams, with a continuous

  need for services after 90 days for the vendor to implement system changes from their in-depth analysis, policy

  change recommendation and re-training.  We anticipate requesting a 6-month extension.

 

  FY22 90 day consultation and technical assistance. This Emergency contract is required due to the threat of

  decertification and potential resulting disruption in services that will affect the health and safety of the individuals

  served at Kiley Center as well as having substantial State revenue impact.

 

  This Emergency Purchase has an expected start date of 06/27/2022 through 09/24/2022 with an Original

  Estimated Cost of $185,500.00.

   Signed By:  Brittney Chitwood, IFA

       Vendor:  A.W. Holdings, LLC dba Benchmark Human Services                Notary Date:   6/27/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $185,500.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  5       Human Services, Department of                                                                 File Date:  6/28/2022

  Original Filing – 6/28/2022: FY23, Qtr 1, Item# 5

 

  Compass is the current Food Services vendor at ICRE-Roosevelt & ICRE-Wood facilities with the contract

  ending June 30, 2022 for the last 3 years. It is in the best of the State and the facilities to have Compass to

  continue to provide the Food Services for the short duration ( 3 months) without creating any interruptions with

  providing on-site meal preparations for children with phsyical disabilities and Adult customers who are blind,

  visual impaired and deaf at the 2 facilities.

 

  To provide nutritional cooked meals on site to ICRE-R students with physical disabilities and ICRE-Wood Adult

  customers who are blind, 

visually impaired and deaf blind. Both facilities operates 24 hours residential program

   and vocational training program who will need meals while in the program.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/28/2022 with an Original

  Estimated Cost of $94,100.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  Compass Group USA Inc                                                             Notary Date:   6/28/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $94,100.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  6       Capital Development Board                                                                        File Date:  6/28/2022

  Original Filing – 6/28/2022: FY23, Qtr 1, Item# 6

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the chiller that provides cooling for the Administration Building at East Moline Correctional Center

  has failed and is currently no longer in operation. The chiller provided cooling for the Health Care Unit, Pharmacy

   and Medical Offices.

 

  The scope of work provides for an assessment,recommendations, cost estimates, and design services if needed,

  to support the installation of a properly sized temporary chiller, and all necessary ancillary equipment, at East

  Moline Correctional Center's Administration Building through November 1, 2022

  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 Order 2022-14 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 06/28/2022 through 09/25/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Valdes Engineering Co.                                                                Notary Date:   6/28/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  7       Transportation, Department of                                                                  File Date:  6/30/2022

  Original Filing – 6/30/2022: FY23, Qtr 1, Item# 7

 

  Once the Roadside Maintenance Manager was made aware that the contracted vendor would no longer be

  providing services, the State Use coordinator was contacted to determine if there were any other State Use

  vendors in the location of the Great Sauk Trail Rest Area.  An analysis had been done when the original contract

  was put into place that determined that utilizing a State Use sheltered workshop over a commercial vendor

  provided a cost savings to the State of Illinois.

 

 

Sertoma was chosen as they have multiple other rest area and district janitorial contracts and have continued

  to provide sufficient service to the Agency.  They agreed to maintain the current contracts scope and cost for

  this emergency, which had previously already been approved by the State Use Committee.

 

  Services include maintaining a clean, safe rest area for the traveling public at the Great Sauk Trail Safety Rest

  Area.  This shall include building and grounds contained in the area from the edge of the interstate shoulder to the

   access control fence and extending longitudinally from the taper of the entrance ramp to the tamper of the exit

  ramp.  Vendor shall routinely clean the buildings, care for the grounds within the rest area, including mowing,

  trash and litter pickup, and maintenance of flower beds, shrub beds, and other planted materials and removal of

  sticks from the grounds, litter and debris pickup in the parking area and ramps, along with the placement and

  cleanup of oil absorbent materials, and snow and ice removal as desired.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/29/20221 with an Original

  Estimated Cost of $105,679.62.

   Signed By:  Aundra Williams, APO

       Vendor:  Sertoma Center, Inc.                                                                     Notary Date:   6/30/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $105,679.62                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  8       Capital Development Board                                                                        File Date:  6/30/2022

  Original Filing – 6/30/2022: FY23, Qtr 1, Item# 8

 

  The Capital Development Board ("CDB") was notified by the Illinois Department of Corrections ("IDOC") that

  the boiler controls in the Boiler House have stopped functioning in most cases and the facility cannot tell the

  status at any given time. It is reported that many of the probes, meters, gauges,and sensors throughout the

  system are currently not operable.These controls require consistent adjustment and calibration to ensure the

  existing boilers, are operating efficiently. The controls on two water tube boilers have not been calibrated since

  they were installed causing each boiler to run inefficiently. The existing boiler controls have been in operation

  since they were installed in 1994. Maintenance personnel are only able to monitor internal temperatures,

  pressures, and output factors by "sight & sound only" causing a life & safety issue.

 

  The scope of work provides for expedited design services to support repair work at the Boiler House to include a

   bid package for limited and temporary roofing, window and lighting repair work, and separate design documents

   for upgrades to the boilers and controls.

  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 Order 2022-14 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 06/27/2022 through 09/24/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Ross & Baruzzini, Inc.                                                                 Notary Date:   6/30/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  9       Corrections, Department of                                                                        File Date:  7/1/2022

  Original Filing – 7/1/2022: FY23, Qtr 1, Item# 9

 

  Gibson Oil will provide the required diesel full to keep the temporary generator system running for the duration

  of the electrical system repair process.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/29/2022 with an Original

  Estimated Cost of $52,085.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Gibson Oil                                                                                    Notary Date:     7/1/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $52,085.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00

  10     Corrections, Department of                                                                        File Date:  7/5/2022

  Original Filing –7/5/2022: FY23, Qtr 1, Item# 10

 

  Engel Electric was chosen as the contractor due to their knowledge of Dixon Correctional Center electrical

  layout, electrical switch gear and experience in 4160 high-voltage wiring.

 

  Vendor will repair the damages caused by the fire at the facilities Powerhouse.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/29/2022 with an Original

  Estimated Cost of $68,294.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  McGinn & McGinn dba Engel Electric                                         Notary Date:     7/5/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $68,294.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  11     Innovation & Technology, Department of                                                 File Date:  7/7/2022

  Original Filing – 7/7/2022: FY23, Qtr 1, Item# 11

 

  SHI was the previous NASPO reseller. There are no BEP resellers available.  Pricing is consistent with the

  previous and current master contract schedule.  Failure to secure this product leaves the agency and entire data

  center vulnerable to the kind of security threats this product helps protect against.  DoIT is in the process of

  completing a release off the NASPO multiple award master contract for these services which will replace this

  emergency once completed. 

 

  13 Core Modules User License Recorded Future - Part#: RF-Core-M

 

2 Integration Category 3 Recorded Future - Part#: Int-at-3

 

2 Recorded Future Cyber Security Application. Hosted 1 year subscription license Recorded Future - Part#:

  RF-CYBER-1-US

 

119719 Recorded Future - Technical support - phone consulting - 24x7 Recorded Future - Part#: Sup-Prem

 

  This Emergency Purchase has an expected start date of 07/03/2022 through 08/31/2022 with an Original

  Estimated Cost of $496,023.12.

   Signed By:  Van P Austin, APO

       Vendor:  SHI International Corp.                                                                Notary Date:     7/7/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $496,023.12                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  12     Capital Development Board                                                                        File Date:  7/7/2022

  Original Filing –7/7/2022: FY23, Qtr 1, Item# 12

 

  The Illinois Department of Military Affairs ("DMA") has notified the Capital Development Board that the Dixon

  Armory is experiencing multiple leaks as a result of a failing roofing system. The leaks are causing interior

  damage to the newly renovated interior.

  The leaks are coming from the perimeter "trough" below the main four-sided hipped standing seam roof that

  provides the drainage for the building. This area needs to be completely removed and replaced. The new

  membrane will need to be installed under the existing standing seam roof.It does not appear that the roof has

  enough roof drains, and it is recommended to add 4 additional drain heads. There is a steel catwalk on the north

  side of the building that will have to be temporarily removed and reinstalled. Core samples have been taken and

  sections of underlayment are completely saturated.The condition of the roof is beyond repair.

  The scope of work provides for expedited design services to support the removal and replacement of

  approximately 1,450 square feet of low-slope roofing membrane and insulation on the perimeter roof below the

  building's main standing seam roof.Included in the work will be replacing all metal cap and counter flashing and

  replacing all necessary roof accessories. Four additional drain heads will need to be added.

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

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

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

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

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

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

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

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

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

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

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

 

  This Emergency Purchase has an expected start date of 07/07/2022 through 10/04/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Larson & Darby, Inc.                                                                   Notary Date:     7/7/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $50,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  13     Human Services, Department of                                                                 File Date:  7/15/2022

  Original Filing –7/15/2022: FY23, Qtr 1, Item# 13

 

  This vendor has been awarded multiple contracts in the past and has been reliable to meet our needs quickly. 

  They are the closest HVAC vendor to our facility and are very familiar with our setting and needs.  They have

  provided these services satisfactorily in the past and are very responsive to our needs.  We needed a quick

  turnaround on this due to the extreme high temperatures we have been experiencing lately.

 

  We need the replacement of two non functioning AC systems in the Clinical Services Building of Choate Center.

 

 

  This Emergency Purchase has an expected start date of 07/14/2022 through 10/11/2022 with an Original

  Estimated Cost of $32,883.00.

   Signed By:  Pamela Enno, APO

       Vendor:  Gurley & Sons Heating & Air Conditioning                                 Notary Date:   7/15/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $32,883.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  14     Capital Development Board                                                                        File Date:  7/19/2022

  Original Filing – 7/19/2022: FY23, Qtr 1, Item# 14

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the chiller that provides cooling for the Administration Building at East Moline Correctional Center

  has failed and is currently no longer in operation. The chiller provided cooling for the Health Care Unit, Pharmacy

   and Medical Offices. IDOC has acquired emergency refrigeration trailers through IEMA for the pharmacy only,

  specifically for medications that require a certain degree of cooling. There were medications that had to be

  discarded because of the lack of cooling. Floor and wall-mount cooling units are also being utilized for the Health

   Care Unit and Offices.

 

  The scope of work provides for the rental,installation,piping, maintenance, and eventual removal of a properly

  sized temporary chiller and supporting temporary rental generator, to serve the East Moline Correctional Center

  Administration Building through November 1, 2022 as directed by the Architect/Engineer of record.

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

  design documents provided by the A/E of record. Services provided under this procurement should not exceed

  $350,000.00, which is a place-holder prior to entering into a Construction Contract,without prior authorization

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

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

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

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

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

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

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

  Additionally,Governor Pritzker has issued Executive Order 2022-16 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 07/19/2022 through 10/16/2022 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Ragan Mechanical, Inc.                                                                Notary Date:   7/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $350,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  15     Capital Development Board                                                                        File Date:  7/19/2022

  Original Filing –7/19/2022: FY23, Qtr 1, Item# 15

 

  The Capital Development Board ("CDB") was notified by the Illinois Department of Human Services ("IDHS")

  that during the monthly testing of the emergency generators at the Shapiro Developmental Center ("Shapiro") the

  switchgear did not operate properly. The manufacturer of the switchgear notified Shapiro that parts are no

  longer available and that the switchgear will need to be replaced. With the switchgear not operating properly and

  should a power outage occur, Shapiro would be without emergency backup power for half their campus.

  Shapiro is home to over 450 individuals with developmental disabilities and 100 of them require extensive medical

   needs. Four residential homes and the central dietary would not have emergency power if there were a power

  outage.

  The scope of work provides for an assessment of the current medium voltage switchgear arrangement, and

  design services for temporary backup power solutions such as the bypassing of the failed switch (and possibly

  both switches) to allow the generators to beconnected during a long term outage in order to provide emergency

  backup power.

  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 Order 2022-16 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Human Services (IDHS) ities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 07/19/2022 through 10/16/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  WSP USA Building, Inc.                                                               Notary Date:   7/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  16     University of Illinois - Chicago                                                                   File Date:  7/19/2022

  Original Filing – 7/19/2022: FY23, Qtr 1, Item# 16

 

  AFMFA FUNDING

 

  On 3/15/22, the existing 4,200 gallon hot water expansion tank in the Physical Education Building (PEB)

  experienced a major leak causing water to come in close contact with an MCC located directly beneath, further

  damaging an already deteriorated MCC. Building engineers protected electrical equipment with plastic sheeting

  and were able to contain the leak and direct water to a nearby floor drain. The Office of Planning, Sustainability,

  and Project Management (PSPM) immediately engaged a retainer design engineer to produce emergency bid-level

   pricing. On 4/16/22, the tank experienced a catastrophic failure and flooded the adjacent pool equipment room.

  The entire facility, including physical education facilities, classrooms, offices, and teaching labs were without

  means for heat and domestic hot water. On 4/19/22 UIC procured a temporary replacement tank which was

  installed later that week to restore heat to the facility.

 

  Mechanical: Capping and disconnects of hot water expansion tank and installation of new bladder expansion

  tanks; installation of valves for future equipment install; mechanical system accessories and insulation.

  Contractors have completed the installation of future valves for the new bladder tanks and made the existing

  expansion tank safe for demolition.

 

 

Electrical: Installation of new distribution panel (DP), main 480 feeder interception, and transference of

  electrical loads off of failed motor control center (MCC) and onto new DP; installation of new combination

  motor starter/disconnects for all loads connected to MCC; installation of new lighting and fire alarm system

  devices in newly converted electrical closet. The electrical contractor has procured all equipment and ship dates

  indicate equipment will begin arriving in late July, 2022.

 

 

Controls: Relocation of controls cabinets in floor space needed for new bladder tanks; relocation of controls

  relays from MCC to new motor starter locations and integration with controllers.

 

 

General: All demo scope (mechanical and electrical, in addition to general items); project logistics for ingress

  and egress of materials through area wells, exterior fencing and protection/restoration of landscaping; masonry

  wall restoration proceeding tank demolition; architectural modification to storage space to convert to an electrical

   closet including partition wall construction, door and hardware replacements - the architectural modification is

  required now to reconstruct the MCC in compliance with current building codes. Major Demolition is mobilizing

  7/20 and will take 2 weeks. General conditions to create a pathway for demo and new material is completed;

  temporary enclosures are erected on the north side of the facility and temporary power has been installed for

  hoisting equipment and cutting equipment.

 

This new Part 1 Form revision was initiated to continue this emergency work due to the Part 2 date extension

  for the original Part 1 Form was unable to get an extension hearing scheduled / conducted in time to meet the

  Procurement Code requirements.  Work commenced via verbal communication from the University with the

  formal contract being routed for signatures at this time. 

 

  FUNDING WILL BE USED THRU THE ACADEMIC FACILITIES MAINTENANCE FUN ASSESSMENT

  (AFMFA)

 

  This Emergency Purchase has an expected start date of 07/25/2022 through 10/23/2022 with an Original

  Estimated Cost of $434,000.00.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

   Signed By:  Paul Ellinger, CFO

       Vendor:  International Quality Contracting, Inc.                                          Notary Date:   7/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $434,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00

  17     Public Health, Department of                                                                     File Date:  7/19/2022

  Original Filing – 7/19/2022: FY23, Qtr 1, Item# 17

 

  The laboratory currently uses the IConnect Lab Web Portal for COVID-19 sample submissions.   Due to the

  increasing demand for monkey pox molecular testing, the lab has an emergent need to expand this on line web

  portal to allow providers to order the testing electronically.   This eliminates data entry errors, staff over time for

  hand entry, and reduces turn around time delays from  manual data entry.

 

  This request is for a 90-day emergency contract to expand the existing Lab Web Portal (LWP) to include the

  ability to order monkeypox testing through an Electronic Testing, Ordering and Reporting Portal (ETOR).

 

  This Emergency Purchase has an expected start date of 07/18/2022 through 10/16/2022 with an Original

  Estimated Cost of $119,500.00.

   Signed By:  Nicole Hildebrand, Chief Financial Officer

       Vendor:  Iconnect Consulting                                                                      Notary Date:   7/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $119,500.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  18     Corrections, Department of                                                                        File Date:  7/21/2022

  Original Filing – 7/21/2022: FY23, Qtr 1, Item# 18

 

  The vendor will provide a large grade gas operated generator to run the power at Pinckneyville Correctional

  Center while power is being restored due to fire damage.

 

  This Emergency Purchase has an expected start date of 07/16/2022 through 10/13/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  F.W. Electric, Inc.                                                                         Notary Date:   7/21/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  19     Innovation & Technology, Department of                                                 File Date:  7/25/2022

  Original Filing – 7/25/2022: FY23, Qtr 1, Item# 19

 

  Vendor previously implemented and supported DoIT Voice over IP (VoIP) solutions during initial 10 year

  contract term and additional 2 year window involving extensions and emergency request. DoIT has previously

  been able to successfully negotiate contracts with this vendor and the existing contract terms will be used for the

   Emergency period. In addition, the Department must maintain a secure system which requires regular software

  patching which if improperly performed could generate significant service disruptions affecting ISP, DCFS,

  DHS, DES, DPH, HFS and many other agencies.

 

 

DoIT issued a new solicitation for these services and is in the evaluation phase, once awarded it will replace

  this emergency.  However, contract negotiations with a new vendor could take several weeks or more creating

  significant risk and exposure during negotiations. The administrative review process has previously been

  completed with this vendor, including financial disclosures and BEP utilization plan. Bringing in a new vendor for

   such a large and complicated implementation would take months as the configuration and design for the contact

  center and voice routing are very complex.  Additionally, since the State has switched to VOIP for telephone

  service, not continuing these services could potentially shut down all VOIP telephones without a backup land line

   or cell coverage.  Since potentially shutting down all VOIP telephone service is not an option, the Department is

  required to continue service with the current vendor until a new vendor is chosen, contract is executed, and

  service is transfered, which would cost significantly more than continuing coverage with this provider until a

  replacement solicitation is awarded.

 

  The system currently supports 40,000+ phones, 350 Video Conferencing Systems and multiple Contact Centers

  (26), some operating 24/7/365 and supporting critical Public Safety services provided by the State of Illinois.

  The existing contract supports Cisco Webex Conferencing as well which provides the State of Illinois a powerful

   service to conduct real-time meetings, webinars and events on line. In addition to the previously mentioned

  services the contract enables texting service which are being used by several agencies which include IDPH,

  IDES and IDHS COVID-19 public notifications.  

 

  This Emergency Purchase has an expected start date of 07/27/2022 through 10/24/2022 with an Original

  Estimated Cost of $12,000,000.00.

   Signed By:  Van P Austin, APO

       Vendor:  Presidio                                                                                        Notary Date:   7/25/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:   $12,000,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  20     Capital Development Board                                                                        File Date:  7/28/2022

  Original Filing – 7/28/2022: FY23, Qtr 1, Item# 20

 

  The project scope provides for an assessment of the existing conditions, by a firm experienced in utility tunnel

  repair projects. This assessment should include an evaluation of different construction methods for safe removal

  of the deficient portion of the top slab, selecting the best available option considering time, cost and safety, and

  reconstructing the top slab to be safely supported by the existing tunnel and resulting in a smooth line and grade

  for the sidewalk to be used by visually impaired students.

  The construction will consist of removal and replacement of the deteriorated sections of the top slab as

  recommended by the AE, and repair to surface damages directly related to this effort. Replacement of the top

  slab will be performed with either cast-in-place or precast concrete, with a positive connection made between

  the slab and vertical walls of the tunnel. The slab will be of sufficient structural strength to resist current and

  anticipated loads from both vehicular and pedestrian use. Adjustments will be made as necessary to ensure the

  top of slab is continuous with the vertical alignment of the remainder of the sidewalk.

  Work must be completed prior to August 14,2022 in which students will be returning to campus. If it is

  determined the ceiling slab and sidewalk are unable to be repaired before August 14,2022, due to design or

  construction constraints, a separate walkway will be constructed in a separate or adjacent location in order to

  provide a safe walkway for ISVI students.

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

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

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

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

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

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

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

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

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

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

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

  contractor.

 

  This Emergency Purchase has an expected start date of 07/28/2022 through10/26/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Amber Evans, Capital Program Analyst

       Vendor:  Hurst Roche Engineers, Inc.                                                         Notary Date:   7/28/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $50,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  21     Natural Resources, Department of                                                             File Date:  7/29/2022

  Original Filing – 7/29/2022: FY23, Qtr 1, Item# 21

 

  All historic window restoration work shall be furnished and installed in accordance with the "Secretary of the

  Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings," US Dept. of Interior,

  National Park Service, Preservation Assistance Division, Washington D.C.

 

 

 

Included in the supplies and services to be provided is the full restoration for the sashes, interior stops,

  parting beads, balance system, and hardware. In addition, we have included preforming the field work consisting

   of removal and reinstallation of the sashes, trims, balance system, and hardware.

 

 

 

The window sash and trims will be removed and picked up from the job site by Restoration Works, Inc. The

   assigned window number will be embossed on the side of the stile of each sash and on the backside of the trim

  so that these window parts can be returned to the same opening from which they were removed.

 

 

 

The original glass will be removed from the sash and salvaged and restored. Any remaining putty in the

  glazing channel will be removed.

 

 

 

The window sash and trims will be stripped to bare wood to reveal all of the infirm wood, to remove any

  lead based paint, and to allow for an eventual smooth finish.

 

 

 

The wood will be restored with epoxy. Epoxy is a two step method of consolidation and fill that forms a

  permanent bond with the wood. There are three rounds of epoxy restoration; for structural, aesthetic, and fine

  line considerations. The structural round of epoxy addresses all of the large flaws such as dry rot and

  deteriorated parts. At this stage, the sash is disassembled and the joinery inspected. After any needed corrections

  are done, the sash is reassembled using epoxy consolidant , then squared and pinned. Any required dutchman

  will be of the same wood species and will be attached with epoxy. The old kerf cut at the bottom rail is filled

  with epoxy. The second round of epoxy addresses such imperfections as gouges, holes, splinters, worn edges,

  checking, and worn profiles. Any worn profiles will be sculpted with epoxy and sanded back to shape. The third

   round is the fine line and is done after glazing. Any small hairline cracks are filled with epoxy. All epoxy

  restoration work is done to the 100% level.

 

 

 

Milling. Any missing or rotted wood sections on any window components will be milled to exactly duplicate

  that part.

 

 

 

The sash will be sanded using our 5 step sanding method until all of the epoxy work is blended and the

  surfaces are smooth.

The restored salvaged glass will be glazed in place using glazing sealant and a custom

  milled Genuine Mahogany wood glazing bead which mocks the old putty line and is mechanically fastened. Putty

  glazing can be used if desired for glazing single glass. There is less maintenance required if wood stops are used.

   All lites will remain true divided lites.

 

 

 

The sashes will be primed and painted on the interior with one color, and primed and painted on the exterior

  to match the color of the other existing windows. We can also stain the interior surfaces if this is desired. We

  use a spray paint booth to apply our finishes. With our special equipment, we are able to produce a high end

  factory finish on our restored windows.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

 

 

 

The glass will be given a final cleaning and the restored sash returned to the job site for reinstallatio

 

  This Emergency Purchase has an expected start date of 07/26/2022 through 10/21/2022 with an Original

  Estimated Cost of $57,300.00.

   Signed By:  Erick O Huck, Div. Manager of Statewide Operations

       Vendor:  Restoration Works, Inc.                                                                Notary Date:   7/29/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $57,300.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  22     Corrections, Department of                                                                        File Date:  7/31/2022

  Original Filing – 7/31/2022: FY23, Qtr 1, Item# 22

 

  The Illinois Department of Corrections (IDOC) discovered that it had issues with water quality in some of the

  correctional facilities.  Upon investigation the matter was deemed an immediate health issue so the Department

  reached out to the Illinois Department of Public Health (IDPH) and the Capital Development Board (CDB).  In

  those discussions IDOC was given the parameters of what type of company they should reach out to help with

  the matter.  Three companies through IDPH were recommended, those companies were Andrews Engineering,

  Specialty Consultants, Inc and Phigenics LLC.   IDOC consulted with each company to see if they had

  experience in large scale water systems testing and remediation services.  Of the three vetted companies only

  Phigenics LLC were able to respond to the request.  As this is a matter of pending litigation it was imperative that

   the vendor be immediately retained so services can start to prevent further consumption of less than quality

  water in the correctional centers.

 

  Phigenics LLC will test incoming water lines, faucets, and community water systems within the correctional

  facilities to map out which lines are producing the dangerous level of particulates to establish a plan for

  immediate remapping of water sources and treatment of lines to remove the concerning materials to ensure water

   is safe for human consumption.

 

  The Illinois Department of Corrections did look at the two BEP registered vendors, BPI Testing, LLC and

  Chlorinating LTD Inc.  One of the BEP vendors does not provide statewide services and the emergency facility

  is out of their service region.  The second vendor is a HVAC building testing service that would not be applicable

   to the project.

 

  This Emergency Purchase has an expected start date of 07/27/2022 through 10/24/2022 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Phigenics, LLC                                                                             Notary Date:   7/31/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $180,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  23     Corrections, Department of                                                                        File Date:  7/31/2022

  Original Filing – 7/31/2022: FY23, Qtr 1, Item# 23

 

  Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services for

  offenders at specified State correctional centers. Under the direction of the IDOC Medical Director and the

  IDOC Chief of Mental Health Services and according to the program definitions and specifications as outlined in

  this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local hospitals,

  outpatient facilities and consultative physician offices. Agency recognizes that methods of delivery of these

  services may differ from methods used to provide services to members of the general public, but the care and

  services Vendor provides should be similar. It is the intent of Agency for all offenders to receive adequate and

  medically necessary health care services regardless of place of assignment or disciplinary status. Vendor will

  provide these services at the following correctional centers beginning with the effective date of this contract: Big

  Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Elgin, Graham, Hill, Illinois River, Jacksonville, Joliet

  Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,

  Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Stateville (including the

  Reception & Classification Center), Taylorville, Vandalia, Vienna, and Western Illinois.

 

The vendor will

  continue to supply medical, dental, vision, audiology, pharmaceutical and mental health services for individuals in

   custody at the specified correctional centers. The Illinois Department of Corrections is in the final phases of

  RFP review before publicly posting.

 

  The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains

  the 15% BEP goal established under this emergency. 

Boswell Pharmacy Services, LLC, Affinity Pharmacy

  Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical

  Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,

  Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC

 

  This Emergency Purchase has an expected start date of 07/30/2022 through 10/27/2022 with an Original

  Estimated Cost of $40,000,000.00.

   Signed By:  Jacenta Wilson, APO

       Vendor:  Wexford Health Sources, Inc.                                                      Notary Date:   7/31/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:   $40,000,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  24     Innovation & Technology, Department of                                                 File Date:  8/2/2022

  Original Filing – 08/02/2022: FY23, Qtr 1, Item# 24

 

  There is no existing master contract for Quest licenses and services.  Novanis is a CMS certified BEP vendor

  and authorized reseller for Quest licenses and services.  Novanis successfully provided these licenses and

  services last year via an emergency purchase.  DoIT is working on a replacement solicitation/contract for these

  licenses and services, however we've been unable to get contract executed in time for this renewal. 

 

  1) QUEST ENTERPRISE REPORTER SUITE PER MANAGED PERSON 24X7 TERM LICENSE/MAINT Q-

  1407357

 

2) QUEST CHANGE AUDITOR FOR AD PER MANAGED PERSON 24X7 TERM LICENSE/MNT

 

3) QUEST RECOVERY MANAGER FOR ACTIVE DIRECTORY DISASTER RECOVERY EDITION PER

  MANAGED PERSON 24X7 TERM LICENSE/MAINT

 

4) QUEST & BINARY TREE ACTIVE DIRECTORY MIGRATION SUITE W/FILE SERVERS 24X7

  MAINTENANCE RENEWAL PACKQ-1532095

 

5)BTM-BNT-FF BINARY TREE MICROSOFT ACTIVE DIRECTORY MIGRATION FIXED FEE

  ENGAGEMENT 1: Project Deliverable 5

 

6)MCM-MLX-FF METALOGIX CONTENT MATRIX CONSULTING FIXED FEE ENGAGEMENT 1:  

  Project Deliverable 5

 

7)AAL-BNT-PP BINARY TREE MICROSOFT MIGRATION AS A SERVICE ENGAGEMENT 1: Project

  Deliverable 5

 

8)BTM-BNT-FF BINARY TREE MICROSOFT ACTIVE DIRECTORY MIGRATION FIXED FEE

  ENGAGEMENT 1: Project Deliverable 5

 

9)MCM-MLX-FF METALOGIX CONTENT MATRIX CONSULTING FIXED FEE ENGAGEMENT 1: 

  Project Deliverable 5

 

10)AAL-BNT-PP BINARY TREE MICROSOFT MIGRATION AS A SERVICE ENGAGEMENT 1: Project

  Deliverable 5

 

11)BTM-BNT-FF BINARY TREE MICROSOFT ACTIVE DIRECTORY MIGRATION FIXED FEE

  ENGAGEMENT 2: Project Deliverable 5

 

12)BTM-BNT-FF BINARY TREE MICROSOFT ACTIVE DIRECTORY MIGRATION FIXED FEE

  ENGAGEMENT 2: Project Deliverable 8

 

  This Emergency Purchase has an expected start date of 08/01/2022 through 10/30/2022 with an Original

  Estimated Cost of $1,451,949.60.

   Signed By:  Van P Austin, APO

       Vendor:  CTG Inc. of Illinois dba Novanis                                                 Notary Date:     8/2/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,451,949.60                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  25     Human Services, Department of                                                                 File Date:  8/3/2022

  Original Filing – 08/03/2022: FY23, Qtr 1, Item# 25

 

  This vendor originally won the bid for the sidewalk repairs on campus. This is now an emergency, when the

  vendor came to perform the services they removed some concrete over a tunnel which caused a hole exposing

  asbestos.  The asbestos has now been contained but the hole is still exposed causing safety issues to students

  and staff on campus.

 

  They will replace the cap and sidewalk above the tunnel.

 

  This Emergency Purchase has an expected start date of 08/08/2022 through 10/14/2022 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  CSD Environmental Services                                                        Notary Date:     8/3/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $40,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  26     Central Management Services, Department of                                          File Date:  8/17/2022

  Original Filing – 8/17/2022: FY23, Qtr 1, Item# 26

 

  Satellite Equipment:

 

 

1. 5.0-meter KU band uplink antenna w/motorized azimuth , elevation, and polarization.  Minimum 3 ports (2

  RX, 1 TX).

 

2. Mount for above antenna for roof load frae

 

3. Antenna control unit (RCI4500 or equivalent), controller to be mounted in interior equipment rack with

  contactor and local control assembly at the antenna. ACU must be capable of integrating with Crystal M&C

  software.  Serial or IP interface (IP preferred).

 

4. Ku-band low noise block downconverter, quantit2.

 

5. Forced air (or equivalent) dish deicing system with local and remotcontrols

 

6. System design, checkout, performance analysis, waanty

 

7. Removal of current non-functional antenna.

 

8. Assembly of antenna on customer supplied roof interface. Install feed, waveguide, and remote-control cable,

   maximum of 100 ft, includes IFL cable connectors and crane.

 

9. Lightning groundingit

 

 

 

Civil Engineering - will be conducted as a small purchase with emergency conditions and will be awarded to

  an Illinois BEP Certified Vendor:

 

1. Vendor shall provide all necessary drawings to provide for modification of

   roof load frame to support the new CPI Satcom 4.8 meter antenna.

2. The load frame shall support the weight

   of the antenna assembly and all motors and control equipment for motorized azimuth, elevation, and polarization.

   

3. The load frame shall be of sufficient strength to allow the antenna to be capable of surviving 125 mph

  winds minimum.

4. If possible, the load frame shall be modified in a way that does not require removal of the

  current antenna.

5. The load frame shall be designed to place the antenna center position at the necessary

  azimuth to allow the greatest view of North American satellites.

 

Construction- will be conducted as a small

  purchase with emergency conditions and will be awarded to an Illinois BEP Certified Vendor:

 

1. The vendor

  shall be responsible for the modification of the roof load frame in accordance with the drawings provided by the

  structural engineer.

2. The vendor shall be responsible for the addition, subtraction, or substitution of steel

  members in accordance with the design of the structural engineer.

3. The vendor shall perform any necessary

  modifications to the roof structure, if necessary, in accordance with the design of the structural engineer.

4.

  The vendor shall perform any required fireproofing to interior steel members, ifnecessary, in accordance with

  the design of the structural engineer.

5. The vendor shall paint all external steel members in accordance with

  the design of the structural engineer.

6. The vendor shall be responsible for obtaining all necessary

  construction permits.

 

  This Emergency Purchase has an expected start date of 08/17/2022 through 11/15/2022 with an Original

  Estimated Cost of $324,475.00.

   Signed By:  Will Stephens, APO

       Vendor:  CPI Satcom & Antenna Technologies, Inc.                                   Notary Date:   8/17/2022


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $324,475.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00

  27     University of Illinois - Chicago                                                                   File Date:  8/17/2022

  Original Filing – 08/17/2022: FY23, Qtr 1, Item# 27

 

  The HVAC Fan stopped producing Air-flow to the space. We called in the only vendor that we are aware of in

  our area that works on this specialized type of fan (Variable Axis Fan).  MVB Mechanical Vibration & Balancing

  has been instrumental in performing repairs to this fan in the past to supply Air-Flow to Building 948. The fan

  blew out a viber-stop, pushing and collapsing the Variable Blades which catastrophically damaged itself by

  blowing apart and sending aluminum blades slamming into each other.  This is an emergency repair because we

  have no unit to supply Air-Flow to Building 948. By the university not having the proper equipment repaired and

  ready to go is failure on UIC Heat, Light & Power division.

 

  Vendor will rebuild and or replace hub and all parts. Vendor will order new complete wheel & components,

  remove the old parts & hub

from motor shaft; remove motor from housing so housing can be repaired; replace

  motor in fan housing and make sure motor is secure. Repair all cracks reinforce structure as needed. When new

  parts (new wheel and components) arrive, vendor will install in the unit.

Calibrations will be reset once repairs

  are completed. Vendor will test and balance the unit. a complete report will be sent after repairs are complete. All

   old parts will be removed from building.  The vendor has indicated the lead time for the parts will be 18 to 20

  weeks.

 

  This Emergency Purchase has an expected start date of 08/12/2022 through11/10/2022 with an Original

  Estimated Cost of $115,000.00.

   Signed By:  Debra Matlock, Exec Dir

       Vendor:  MVB Mechanical Vibration & Balancing                                     Notary Date:   8/17/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $115,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  28     Human Services, Department of                                                                 File Date:  8/18/2022

  Original Filing – 08/22/2022: FY23, Qtr 1, Item# 28

 

  This procurement is the result of a court order requiring McFarland to begin receiving forensic residents and to

  accommodate their unique needs, a secure fence is required.  Two vendors attended a pre-bid walk-through to

  review size and scope of the project.  The selected vendor demonstrated knowledge and capacity to complete

  project requirements at the lowest cost.

 

  Vendor will install new poles, concrete, fencing and gates for anti-climb fence, New concrete is to be poured

  beneath each new gate for added security and to prevent digging under gate while providing a hole for drop rods,

   Approximately 750 feet of Curved perimeter fencing is to be installed.

 

  The vendors were educated on the importance of BEP utilization and were informed that the facility would

  request vendors to use BEP vendors where feasible.  The selected vendor was notified of the BEP goal for this

  project and asked if BEP vendors would be utilized. 

 

  This Emergency Purchase has an expected start date of 08/22/2022 through 11/18/2022 with an Original

  Estimated Cost of $1,500,000.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  E.L. Pruitt Co.                                                                               Notary Date:   8/18/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $1,500,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  29     Central Management Services, Department of                                          File Date:  8/24/2022

  Original Filing – 8/24/2022: FY23, Qtr 1, Item# 29

 

  The vendor was chosen due to familiarity and proximity to the location.  The SNROB building (J0951) has 2

  sump pumps in the crawl space of the building. One had gone out earlier this year and an RFE 051622 ScarpA

  was submitted but never approved before the end of fiscal year as a result it was canceled.  The second sump

  pump failed over the weekend.  The water level in the pit is at floor level and will overflow if there is any more

  rain.  This will pose a potential moisture, humidity and mold problem at SNROB if the crawl space becomes

  flooded. 

 

  Replace 4 Inch Sump Pump In Crawl Space - Replace existing 5 HP pump with 1-Weil Pump Co. Model 2547

  Submersible 4 inch NPT Discharge Ejector with 5 HP, 1750 RPM, 3 phase, 460v motor.  Pump will have the

  same hydraulic performance as the existing & includes 25 ft power cable.  Also, replace 4 inch flanged check

  valve, all necessary gaskets, 4 in x 10 ft discharge pipe.

 

  This Emergency Purchase has an expected start date of 08/22/2022 through 11/01/2022 with an Original

  Estimated Cost of $14,740.00.

   Signed By:  Martha Blackwell, Manager

       Vendor:  Traynor Plumbing                                                                         Notary Date:   8/24/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $14,740.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  30     Central Management Services, Department of                                          File Date:  8/24/2022

  Original Filing – 08/24/2022: FY23, Qtr 1, Item# 30

 

  CMS has released three solicitations for parking in downtown Chicago with the downtown Chicago area divided

  into three zones:

 

 

Zone 1, Geographical parameters:  Wacker Drive on the west; Wacker Drive on the north; Washington Street

   to the south and State Street to the east

 

 

Zone 2, Geographical parameters: West Lake Street to the north; Van Buren Street to the south; North/South

  Halsted Street on the west and South Wacker Drive to the east

 

 

Zone 3, Geographical parameters: State Street to the west; Randolph Street to the north; Van Buren Street to

  the south and Columbus Drive on the east.

 

 

          21-416CMS-BOSS4-B-20492 (for Zone 2 only) – bids opened 09/01/2021 and no bids were received.

 

          22-416CMS-BOSS4-B-25789 (for Zone 2 only) – bids opened 01/07/2022 and no bids were received.

   

        22-416CMS-BOSS4-B-27729 (for all Zones) – bids opened 04/07/2022 with a single bidder for Zone 3 only.

 

 

555 W Monroe is a new State of Illinois facility in Zone 2, where there is not a current contract for parking,

  which houses many of the occupants who were moved from the James R. Thompson Center at 100 W

  Randolph St in Zone 1 due to its sale.

 

 

The current contracts for parking in Zones 1 and 3 (18-416CMS-BOSS4-P-1586 and 18-416CMS-BOSS4-

  P-2724) were extended through 12/31/2022 to allow time for completion of a new competitive process.

 

 

CMS requested quotes for secure parking spaces for 200 State-owned vehicles from multiple vendors near

  the State facility at 555 W Monroe Street in Chicago.  CMS negotiated, but could not come to terms with, a

  parking facility at 500 W Monroe St who provides parking at 500 W Monroe St for the Illinois Treasurer's

  Office.  Subsequently, CMS began negotiations with the contracting vendor and was able to reach an agreement

  for up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N Halsted St in

  Chicago.

 

  Vendor will provide up to 90 secure parking spaces split between parking facilities at 32 S Jefferson St and 1 N

  Halsted St in Chicago.

 

  This Emergency Purchase has an expected start date of 09/01/2022 through 11/29/2022 with an Original

  Estimated Cost of $71,550.00.

   Signed By:  Will Stephens, APO

       Vendor:  LAZ Parking Chicago, LLC                                                          Notary Date:   8/24/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $71,550.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  31     Central Management Services, Department of                                          File Date:  8/30/2022

  Original Filing – 08/30/2022: FY23, Qtr 1, Item# 31

 

  The current contract P-11585 is for 5 Day Janitorial services at J0200 MABB located at 160 N LaSalle St,

  Chicago, IL.  The current contract is set to expire 08/31/22 and the next State Use Meeting is set to convene on

  09/07/22.  The new contract is to be approved at that meeting; however, it will not be effective until 10/01/22 so

   the building would be without janitorial service for the month of September 2022, if we do not process an

  emergency contract.  As this is the Vendor who is currently servicing the building and will be the Vendor on the

  new contract, it makes sense to continue services with this Vendor for the one month period.

 

  The Vendor will provide 5 day janitorial services for the building which includes cleaning all restrooms, stocking

  paper supplies as needed, vacuuming carpets, mopping floors, removing waste, cleaning entryways, picking up

  litter and debris from entryways and sidewalks in front of the building, cleaning elevators, washing windows on

  first floor and dusting blinds.

 

  This Emergency Purchase has an expected start date of 09/01/2022 through 09/30/2022 with an Original

  Estimated Cost of $39,915.00.

   Signed By:  Martha Blackwell, Manager

       Vendor:  Sertoma Centre Inc.                                                                      Notary Date:   8/30/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $39,915.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  32     Innovation & Technology, Department of                                                 File Date:  8/23/2022

  Original Filing – 08/23/2022: FY23, Qtr 1, Item# 32

 

  The LRS Mainframe print products are proprietary and only available from LRS.  We have utilized LRS

  Mainframe Print products for over 20 years because the effort, expense and retraining effort to utilize another

  product would be cost prohibitive as well as take several years to convert.

 

  This procurment is to renew to product license for critical print software from LRS for the state of Illinois

  mainframe.  Products Include: Internet Protocol Printer Support TCP/IP, VTAM Printer Support System,

  VPC/PCL, and Dynamic Report System Software with run on the two production Mainframes at the data center.

 

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/28/2022 with an Original

  Estimated Cost of $420,480.07

   Signed By:  Van P Austin, APO

       Vendor:  Levi, Ray & Shoup Inc.                                                                Notary Date:   8/23/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $420,480.07                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  33     Capital Development Board                                                                        File Date:  8/23/2022

  Original Filing – 8/23/2022: FY23, Qtr 1, Item# 33

 

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

  is experiencing multiple leaks in the Visitors Center, located in the Administration Building, and in the Training

  Building as a result of failing roofing systems. Attempts at repairs have been made but have been unsuccessful.

  The leaks are causing disruption to daily operations and damaging parts of the buildings and equipment.

  In the Administration Building, rainwater and or snow melt comes down through the ceiling tile, down the walls

  and pools on the floor and on the furniture. During heavy rains, a large amount of the visiting booths are

  unusable which impacts the ability for the facility to manage visitors who are there to see Individuals in Custody.

 

  In the Training Building, rainwater or snow melt stream down through the metal ceiling into the various

  classrooms. This causes heavy flooding depending on the amount of rain.

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

  bidding and award procedures, the implementation of at least reliable long term temporary repairs, followed by

  the design and construction of the replacement roofing systems, under the existing processes would likely not

  begin for several months. For this reason, an emergency purchase is necessary in order to protect against the

  threat to public health and safety, to protect against further loss or damage and to prevent or minimize serious

  disruption in critical State services.

  Sterling Commercial Roofing Company, Inc., located in Sterling, IL was selected to provide emergency

  construction services to repair/replace the roofing systems because they provided the lowest responsive and

  responsible quote and can respond immediately to this request for emergency services. This project was bid

  publicly, followed by the declaration of an emergency in order to expedite construction services.

 

  The project consists of the repair/replacement of existing roofing, insulation, and associated sheetmetal and trim,

  including gutters, downspouts, trim, and roof drains at the Visitor's Center and Training Building at Pontiac

  Correctional Center.

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

  documents provided by the Architect/Engineer of record and quote received by Sterling Commercial Roofing,

  Inc. Services provided under this procurement should not exceed $636,575.00 prior to entering into a

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

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

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

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

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

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

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

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

  Additionally, Governor Pritzker has issued Executive Order 2022-17 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 08/23/2022 through 11/20/2022 with an Original

  Estimated Cost of $636,575.00.


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

   Signed By:  Chris Miles, Exec II

       Vendor:  Sterling Commercial Roofing, Inc.                                               Notary Date:   8/23/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $636,575.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  34     Capital Development Board                                                                        File Date:  8/24/2022

  Original Filing – 8/24/2022: FY23, Qtr 1, Item# 34

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the sewage treatment plant primary clarifier at Dixon Correctional Center has failed and is in need

  of repairs as soon as possible. The sewage treatment plant primary clarifier collects 100 % of wastewater flow

  from Dixon Correctional Center. The clarifier is a 45 - foot diameter 12-foot deep, 143,000 - gallon settling tank

  “flow through” system that allows heavy material, such as raw sludge, grit, and waste solids entering the tank to

   settle to the bottom floor, collected by mechanical scrapers to a sump basin then transferred to a sludge pump

  pit. The lighter floating particles are collected by a skimmer arm on top of water surface and sent to the sludge

  pit. The separated wastewater flow is circulated through a roughing trickling filter and to the second treatment

  stage. Correctional Maintenance staff has performed numerous repairs on this clarifier in the past 5 years.

  The main 8 - inch drive shaft from the driver gear box on top of the catwalk to the scraper collector arms on the

   bottom floor broke in half causing the scraper mechanism to stop turning and unable to collect sludge on the

  bottom of the tank. The failure was not initially noticed since the break was below operating water level and the

  top continued turning. The Operators noticed rising sludge levels in the clarifier tank and low sludge

  accumulation to the sludge pit. On August 16, 2022, the Operators began pumping down the clarifier and noticed

   the damaged shaft. The tank will need to be pumped completely down and an inspection of the shaft and sludge

  collector arms for any additional damage. The gear box, shaft, skimmer arm, and collector arms will need to be

  removed, repaired/replaced and reinstalled.

  Without the capability of collecting and removing the raw sludge in this tank, the sludge will accumulate,

  overflow to the second and third final stage treatment process, eliminating any viable treatment of the

  wastewater and violating all parameters of the NPDES permit including fecal coliform. The discharge of the

  wastewater treatment plant effluent is in a high recreation area of the Rock River for boating, skiing, swimming,

  fishing, and kayaking.

  This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the selection

  from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the time frames

  needed for the selection, negotiation and execution of an A/E contract followed by bidding and award

  procedures, design and construction services for repair work under the existing processes would likely not begin

   for several months. For this reason, an emergency purchase is necessary to provide engineering services to

  support repair work as quickly as possible in order to provide proper sewage treatment and avoid any

  contamination of the nearby Rock River.

  IMEG Corp., located in Ottawa, IL, was selected because they are currently working on a CDB project at the

  facility, they were givenauthority under a small purchase to provide a quick assessment of the situation, they

  have knowledge of the facility and the qualifications to perform the work, and they can respond immediately to

  this request for emergency services.

  The scope of work provides for design services to repair the sewage treatment plant primary clarifier at Dixon

  Correctional Center. Work shall include pumping the sludge out of the clarifier and disinfecting so that it is safe

  for workers to enter. The sludge can be dumped into the digestor on site to keep that process active. The gear

  box, shaft, skimmer arm, and collector arms will need to be removed, repaired/replaced and reinstalled. Remove

  the torque tube and fabricate a new one. Make modifications to put less stress on the torque tube. Service the

  gear box and torque release mechanism. Additionally, an emergency backup pumper truck should be on retainer

  in case of heavy rain that could potentially overflow the system.

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

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


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  procurement should not exceed $50,000.00, which is a place-holder prior to the negotiation of a Professional

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

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

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

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

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

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

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

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

  Additionally, Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 08/24/2022 through 11/21/2022 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  IMEG Corp                                                                                   Notary Date:   8/24/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $50,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  35     Capital Development Board                                                                        File Date:  8/24/2022

  Original Filing – 8/24/2022: FY23, Qtr 1, Item# 35

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Corrections

  ("IDOC") that the sewage treatment plant primary clarifier at Dixon Correctional Center has failed and is in need

  of repairs as soon as possible. The sewage treatment plant primary clarifier collects 100 % of wastewater flow

  from Dixon Correctional Center. The clarifier is a 45 - foot diameter 12 - foot deep, 143,000 - gallon settling

  tank “flow through” system that allows heavy material, such as raw sludge, grit, and waste solids entering the

  tank to settle to the bottom floor, collected by mechanical scrapers to a sump basin then transferred to a sludge

  pump pit. The lighter floating particles are collected by a skimmer arm on top of water surface and sent to the

  sludge pit. The separated wastewater flow is circulated through a roughing trickling filter and to the second

  treatment stage. Correctional Maintenance staff has performed numerous repairs on this clarifier in the past 5

  years.

  The main 8 - inch drive shaft from the driver gear box on top of the catwalk to the scraper collector arms on the

   bottom floor broke in half causing the scraper mechanism to stop turning and unable to collect sludge on the

  bottom of the tank. The failure was not initially noticed since the break was below operating water level and the

  top continued turning. The Operators noticed rising sludge levels in the clarifier tank and low sludge

  accumulation to the sludge pit. On August 16, 2022, the Operators began pumping down the clarifier and noticed

   the damaged shaft. The tank will need to be pumped completely down and an inspection of the shaft and sludge

  collector arms for any additional damage. The gear box, shaft, skimmer arm, and collector arms will need to be

  removed, repaired/replaced and reinstalled.

  Without the capability of collecting and removing the raw sludge in this tank, the sludge will accumulate,

  overflow to the second and third final stage treatment process, eliminating any viable treatment of the

  wastewater and violating all parameters of the NPDES permit including fecal coliform. The discharge of the

  wastewater treatment plant effluent is in a high recreation area of the Rock River for boating, skiing, swimming,

  fishing, and kayaking.

  This project began through the emergency selection of an Architect/Engineer (“A/E”); this exempts the selection

  from a 14-day solicitation required through Qualifications-Based Selection (“QBS”). Considering the time frames

  needed for the selection, negotiation and execution of an A/E contract followed by bidding and award

  procedures, design and construction services for repair work under the existing processes would likely not begin

   for several months. For this reason, an emergency purchase is necessary to provide engineering services to

  support repair work as quickly as possible in order to provide proper sewage treatment and avoid any

  contamination of the nearby Rock River.

  River City Construction LLC, located in East Peoria, IL, was selected because they have the qualifications and

  manpower to perform the work, and they can respond immediately to this request for emergency services.

  The scope of work provides for construction services to repair the sewage treatment plant primary clarifier at

  Dixon Correctional Center as directed by the A/E of record. Work shall include pumping the sludge out of the

  clarifier and disinfecting so that it is safe for workers to enter. The sludge can be dumped into the digestor on

  site to keep that process active. The gear box, shaft, skimmer arm, and collector arms will need to be removed,

  repaired/replaced and reinstalled. Remove the torque tube and fabricate a new one. Make modifications to put

  less stress on the torque tube. Service the gear box and torque release mechanism. Additionally, an emergency

  backup pumper truck should be on retainer in case of heavy rain that could potentially overflow the system.

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

  design documents provided by the A/E of record. Services provided under this procurement should not exceed

  $200,000.00, which is a place-holder prior to entering into a Construction Contract, without prior authorization


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

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

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

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

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

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

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

  Additionally, Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 08/24/2022 through 11/21/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  River City Construction, LLC                                                       Notary Date:   8/24/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  36     University of Illinois - Chicago                                                                   File Date:  8/24/2022

  Original Filing – 08/24/2022: FY23, Qtr 1, Item# 36

 

  The Biomedical Health and Information Sciences Department (BHIS) has found Embanet/Compass (EC) to be

  the preeminent full-service provider of on line learning services for not-for-profit universities and colleges.  EC’s

  ability to attract and retain students has been critical to the success of BHIS and UIC in growing, sustaining, and

  delivering high quality on line degree programs.  EC currently supports over 120 degree programs across 36

  university partners including 7 AAU institutions (Association of American Universities) and over 20 of the top

  200 U.S. News and World Report Nationally Ranked Universities in 2013.  EC has been a provider of these

  services for more than 20 years and serves more than twice as many degree programs as its nearest competitor

  in the industry, which has approximately five years less experience and supports only 5 top 20 institutions.

 

 

  We are requesting an emergency because our contract with Pearson expired on 2/22/22.

  We need to continue services with Pearson until the students they recruited into our programs have graduated

  per terms in the agreement. After graduation we are no longer continuing with Pearson and will be working with

  Extended Campus. Pearson provides invoices based on enrollment reports that are ran 10 days after the start of

  each semester and 4 weeks at the end of each semester. The first set of invoices will be sent mid-September and

   we need to have a procurement method in place. We are currently pursuing a sole economically feasible source.

  Eliminating EC from this equation risks diminishing program quality, the maintenance of which is exceedingly

  important to very vocal and visible professional student and alumni groups.

  The EC approach is flexible and specific to each program they support.  They have a core set of packaged

  services, and importantly, work with each university to develop a customized partnership solution that meets the

  specific needs and goals for each online program being supported.  This has been accomplished over a 5 year

  period and has resulted in unparalleled programmatic success within the entire University of Illinois system. 

  BHIS has built a reputation in the health informatics and information technology industry for educational

  opportunities as a result of the EC partnership. Service fees will include marketing and website management,

  student recruiting, student registration and re-enrollment support, student advisement and course selection

  recommendations, student retention support, and faculty administrative support.

 

  This Emergency Purchase has an expected start date of 08/22/2022 through 11/20/2022 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Debra Matlock, Exec Dir

       Vendor:  NCS Pearson Inc.                                                                         Notary Date:   8/24/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $400,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  37     Labor, Department of                                                                                 File Date:  8/26/2022

  Original Filing – 08/26/2022: FY23, Qtr 1, Item# 37

 

  IBA encourages its 217 participating statewide radio members to participate in airing the campaigns and

  providing those participating IBA-member stations with traffic instructions for run-dates and requested

  frequency minimums for volunteer airplay, IBA licensed software then tracks airplay and provides quarterly

  reports to its sponsors reflecting the total airplay and perceived value of that airplay when combined with IBA’s

  services extended to sponsor in association with the campaign.  IBA will secure estimated Nielsen audience

  measurement reports for IDOL.

 

   ILDOL seeks help distributing and promoting the On-Site Safety and Health non-commercial sustained

  announcement (NCSA) radio commercial. The goal is to have the NCSA commercials: Polish, Spanish and

  English played for 5-weeks statewide. The Illinois Broadcasters Association has agreed to handle the promotion

  and distribution for this allotted time. 

 

  IBA is a conglomerate that partners with 100s of radio stations throughout the entire State of IL, which will

  allow us to reach the largest audience possible under the time constraints. Per market research, there are two

  conglomerates capable of reaching an audience that covers the entire state.  IBA was able to give a discounted

  price and is able to deliver the message within the scheduled time frame without a lapse of federal funds.

 

  This Emergency Purchase has an expected start date of 08/29/2022 through 09/30/2022 with an Original

  Estimated Cost of $121,428.60, using State and Federal Funds.

   Signed By:  Molly Kershaw, CFO

       Vendor:  IL Broadcasters Assoc                                                                  Notary Date:   8/26/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $121,428.60                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  38     Elections, State Board of                                                                             File Date:  8/30/2022

  Original Filing – 08/30/2022: FY23, Qtr 1, Item# 38

 

  Democracy Live has more experience deploying and supporting secure, accessible remote balloting solutions

  than any other provider in the market. Democracy Live pioneered and deployed the first remote absentee

  balloting system in 2008. To date, the Democracy Live Omni Ballot system has been reviewed, selected and

  deployed in more elections than all other remote accessible balloting solutions combined in the U.S. They are

  regarded as the industry leader for the services they provide. Democracy Live offers the most secure platform as

   they are partnered with Amazon AWS, the largest secure cloud provider in the U.S. AWS has been approved by

  the Department of Defense, CIA, NSA, FBI and Department of Homeland Security, which no other vendor

  offering these services has obtained.

 

  10 ILCS 5/19A-2.6(b) requires the State Board of Elections to provide a certified remote accessible vote by mail

  system for the November 2022, General Election through which a vote by mail ballot can be delivered

  electronically to voters with disabilities and through which voters with disabilities can mark and verify their

  ballots using assistive technology. Democracy Live will be providing the Board with a platform that is compliant

  with Section 19A-2.6(b) and the ADA which includes:  Statewide OmniBallot Accessible Balloting Portal

  (including an Accessible Absentee System), Self-Administered outbound voter email, support, and training.

 

  This Emergency Purchase has an expected start date of 08/30/2022 through 11/27/2022 with an Original

  Estimated Cost of $119,950.00.

   Signed By:  Eric Bolinger, CFO

       Vendor:  Democracy Live                                                                           Notary Date:   8/30/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $119,950.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  39     Chicago State University                                                                           File Date:  8/31/2022

  Original Filing – 8/31/2022: FY23, Qtr 1, Item# 39

  Chicago State University (CSU) has made necessary personnel adjustments within theInformation Technology

  Department (ITD) on campus that requires immediate engagement with an outside vendor for interim leadership

  and project management. EC-United has partnered with CSU in the past on various projects and has the requisite

  personnel and skill set to address this emergency need for the University.

 

  EC-United will provide CSU with personnel including a full-time interim Chief Information Officer (CIO),a full-

  time interim deputy CIO, a A Banner DBA and others. EC-United will also be managing projects for CSU during

  the emergency term utilizing both CSUITD personnel,EC-United personnel,and will contract with outside

  vendors as subcontractors as necessary to provide necessary services to

  campus.

 

  This Emergency Purchase has an expected start date of 09/01/2022 through 11/29/2022 with an Original

  Estimated Cost of $675,000.00, using Local Income Funds.

   Signed By:  Craig Duetsch, CFO

       Vendor:  Exec Consultants United LLc dba EC-United                               Notary Date:   8/31/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $675,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  40     Innovation & Technology, Department of                                                 File Date:  8/31/2022

  Original Filing – 08/31/2022: FY23, Qtr 1, Item# 40

 

  Terabyte Holdings LLC is the current vendor for the state Directory Services.  Terabyte Holdings was originally

  selected through competitive bid process. Terabyte Holdings, LLC dba Consolidated Call Center Services

  operates the State of Illinois Directory Assistance and Informational Services for State users that may need to

  connect to a Directory Services Operator to inquire about State of Illinois services.  DoIT has previously been

  able to successfully negotiate contracts with this vendor and the existing contract terms will be used for the

  Emergency period. Contract negotiations with a new vendor could take several weeks creating significant

  implementation issues during negotiations. The administrative review process has previously been completed

  with this vendor, including a financial discloser and BEP utilization plan. Bringing in a new vendor for such a

  large and complicated implementation would take months to re-establish.

 

  Terabyte Holdings, LLC dba Consolidated Call Center Services operates the State of Illinois Directory Assistance

  and Informational Services for State users that may need to connect to a Directory Services Operator to inquire

  about State of Illinois services.

 

  This Emergency Purchase has an expected start date of 08/30/2022 through 11/27/2022 with an Original

  Estimated Cost of $140,000.00.

   Signed By:  Van P Austin, APO

       Vendor:  Terabyte Holdings LLCdba Consolidated Call Ctr Serv                Notary Date:   8/31/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $140,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  41     Public Health, Department of                                                                     File Date:  9/1/2022

  Original Filing – 9/1/2022: FY23, Qtr 1, Item# 41

 

  IDPH had a contract for EM Vaccine software with this vendor during FY22. Any new vendor would create a

  large disruption to services and staff would need retrained.

 

  IT software package EM Vaccine Track Software to assist with COVID and MPX Vaccine response.

 

  This is the only vendor capable of meeting our needs at this time, this is also being purchased with Federal

  Funds, so there were no BEP goals set for this purchase.

 

  This Emergency Purchase has an expected start date of 09/01/2022 through11/29/2022 with an Original

  Estimated Cost of $141,123.00, using Federal Funds.

   Signed By:  Nicole Hildebrand, CFO

       Vendor:  ESI Acquisition                                                                            Notary Date:     9/1/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:                   $0.00                                                   $0.00                      $0.00       23      1

    Federal                $141,123.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  42     Toll Highway Authority, Illinois State                                                        File Date:  9/1/2022

  Original Filing – 9/1/2022: FY23, Qtr 1, Item# 42

 

  Chicago Cook Workforce Partnership (CCWP) was the selected respondent under Tollway Contract 17-0057:

  Workforce Development Technical Assistance Initiative (WDTAI) (B-28294). CCWP administers on behalf of

  the Tollway the ConstructionWorks program,an innovative training, placement and development program to

  create a qualified pipeline of diverse men and women ready to enter careers in the heavy highway and related

  construction industry.

 

  Allowed for under the original contract terms, a Contract Renewal was approved by the Tollway Board, but was

  not executed prior to the expiration of their current Contract 17-0057. This Vendor has experienced staff

  available to perform the work for the Tollway, their fee has been established in the original solicitation and their

  performance has been satisfactory since 2018. Through ConstructionWorks, participants are provided career

  and pre-apprenticeship training partners throughout Northern Illinois and obtain customized construction industry

   preparation from experience training organizations. Participants receive access to key industry resources

  throughout the region, including construction contractors and regional transportation agencies. To better assist

  with longterm career success, the program also provides support services for participants after they attain

  employment such work attire, tools, transportation assistance and additional certifications as needed. This type

  of support is vital to securing and maintaining employment

  in the construction industry.

 

  An Emergency Contract with Chicago Cook Workforce Partnership is required so that the work may proceed to

  minimize serious disruption to the administration of the Tollway's ConstructionWorks program for workforce

  training, development and placement construction projects. The ConstructionWorks program is integrated in the

  the majority of existing construction projects as a pay item to facilitate the hiring and retention of workers in

  numerous trades. The program is a vital resource to enable construction contractors to meet their federally

  mandated Equal Employment Opportunity goals of 19.6% minority and 6.9% female work participation.

 

  Since the start of the ConstructionWorks Program 09/2018, 1001 participants have been enrolled into the

  program,with 722 placed into construction employment of which 554 are in the union trades. The

  ConstructionWorks program further facilitates the hiring and retention of candidates through bid credit incentives

   and employee payment reimbursement, encouraging CW candidate employment on Tollway contracts.

 

  Should services procured under Contract 17-0057:Workforce Development Technical Assistance Initiative

  (WDTAI) be discontinued, there would not be a targeted workforce resource available to construction

  contractors. This lack of services would have a negative domino effect that impact hiring, compliance to EEO

  goals, and ultimately construction project completion. F his program provides a pool of candidates that are

  diverse, ready for employment. These candidates have completed comprehensive training and coaching.It is vital

  that contractors and subcontractors have access to these candidates in order to complete projects in compliance

  with EEO requirements and on a timely basic.

 

  The WDTAI vendor has the sole responsibility and liability of overseeing and managing the WDTIA service

  delivery system throughout the Iollway systemwide service area. Ihe services include program administration,

  outreach, recruitment, training, engaging the construction industry, job placement and retention.

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  This Emergency Purchase has an expected start date of 09/01/2022 through 11/30/2022 with an Original

  Estimated Cost of $335,000.00.

   Signed By:  Eric Occomy, APO

       Vendor:  Chicago Cook Workforce Partnership                                          Notary Date:     9/1/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $335,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  43     Central Management Services, Department of                                          File Date:  9/2/2022

  Original Filing – 9/2/2022: FY23, Qtr 1, Item# 43

 

  The vendor, B & B Electric, Inc., has performed electrical work at this location since 1992.  They have a vast

  knowledge of the electrical infrastructure in this large complex.   They currently are working on (2) two multi

  million dollar Capitol Development Board projects at this location. They have a large amount of tools on site since

   those project started almost one year ago.  The state has had great relationships with the their staff,  and B & B

  Electric, Inc. has responded to previous emergencies within an hour with a full crew.  As this involved calling in

  the fire department in response to the smoke and possible fire involved, immediate services were required.

 

  All labor and materials for:

   

Emergency electrical repairs to failed buss duct between sub-station

   

Provision and installation of temporary cabling between sub-station

   

Dismantling of existing 3000 amp buss duct.

 

  This Emergency Purchase has an expected start date of 08/31/2022 through 11/29/2022 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Martha Blackwell, Manager

       Vendor:  B & B Electric                                                                              Notary Date:     9/2/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $30,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  44     Natural Resources, Department of                                                             File Date:  9/6/2022

  Original Filing – 09/06/2022: FY23, Qtr 1, Item# 44

 

  The Illinois Department of Natural Resources (IDNR) solicited bids for this service via B-28581and B-29051. B-

  28581 did not receive any bids and B-29051 received one bid from Nelson's Catering. IDNR contracted with

  Nelson's Catering who was also serving staff at the Illinois Military Academy. On August 25, 2022 Nelson's

  Catering advised IDNR that their contract with the Illinois Military Academy was expiring and that they would

  not be able to continue providing catering services to IDNR cadets for the 09/05/2022 -11/23/2022 class. Due to

   only receiving one (1) bid for these services IDNR was left scrambling to find another Vendor in a short amount

   of time. IDNR reached out to Arena Food Service who currently provides catering services to theIllinois State

  Police but they did not respond. IDNR then reached out to Fulgenzi's Trattoria, Inc. who was willing and able to

  provide the service.

 

  Fulgenzi's Trattoria,Inc will provide breakfast,lunch and dinner meals to approximately seventeen (17)

  conservation police cadets and advisors from September 5, 2022 through November 23, 2022.

 

  The IllinoisDepartment of Natural Resources searched for Business Enterprise Program <BEP) Vendor’s under

  NIGP Code 961-15 describing the provisions of Catering Services. That search resulted in twelve (12) vendors.

  All twelve (12) Vendor’s are located in the Chicago region. Due to the geographic location of the BEP Vendors it

  is not feasible to contract or subcontract any part of this emergency procurement at a reasonable cost.

 

  This Emergency Purchase has an expected start date of 09/05/2022 through 11/23/2022 with an Original

  Estimated Cost of $77,520.00

   Signed By:  Jed Whitchurch, Director

       Vendor:  Fulgenzi's Trattoris, Inc.                                                               Notary Date:     9/6/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $77,520.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  45     State Police, Illinois                                                                                     File Date:  9/2/2022

  Original Filing – 09/02/2022: FY23, Qtr 1, Item# 45

 

  This vendor was recently awarded a vehicle contract with CMS that is pending full execution. CMS bid number

  22-416CMS-BOSS4-27256 and its was a competitive procurement that has passed the protest period.  The Ford

  Manufacturer only allows orders for Police versions of their SUVs during certain windows and ISP was

  informed that the cutoff date for order is September 8, 2022 and CMS was not confident they would have the

  master contract fully executed by that date.

 

  Ordering of 157 2023 Ford Interceptor SUV's: 2023 Ford Police interceptors, administrative package, lighting

  package, aluminum wheels, rear lighting, lockable storage box, prisoner partition, push bumper, spotlight, light

  bars, gun rack, etc.

 

  Emergency procurements are not subject to the Business Enterprise Program.  A 0% goal was calculated and

  approved by BEP under the original CMS solicitation 22-416CMS-BOSS4-27256.

 

  This Emergency Purchase has an expected start date of 09/02/2022 through 12/01/2022 with an Original

  Estimated Cost of $8,047,701.80.

   Signed By:  Michael T. Yokley, Asst Deputy Director

       Vendor:  Sutton Ford                                                                                   Notary Date:     9/2/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $8,047,701.80                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  46     Capital Development Board                                                                        File Date:  9/8/2022

  Original Filing – 9/12/2022: FY23, Qtr 1, Item# 46

 

  The Capital Development Board ("CDB") was notified by the Illinois Department of Corrections ("IDOC") that

  the boiler controls in the Boiler House have stopped functioning in most cases and the facility cannot tell the

  status at any given time. It is reported that many of the probes, meters, gauges,and sensors throughout the

  system are currently not operable.These controls require consistent adjustment and calibration to ensure the

  existing boilers, are operating efficiently. The controls on two water tube boilers have not been calibrated since

  they were installed causing each boiler to run inefficiently. The existing boiler controls have been in operation

  since they were installed in 1994. Maintenance personnel are only able to monitor internal temperatures,

  pressures, and output factors by "sight & sound only" causing a life & safety issue.

  The Boiler House contains three natural gas fired boilers with boiler stacks through the roof. Boilers are 25+

  years old, are well beyond there expected useful life, and it is anticipated parts are no longer available.The boilers

  are also oversized to serve the campus and trip out.The existing steam whistle is used to relieve excess steam to

  prevent from tripping out.The exterior gas piping serving the boiler house has deteriorated insulation. Heating for

  the facility needs to be turned on by October 31, 2022, creating a need to repair the boilers in an expedited

  manner.

  Additionally,the Boiler House itself is dilapidated. The roof leaks when raining, causing water to fall on the boilers

   and controls.There are other reported structural issues to include cracks/loose interior and exterior bricks,

  shattered windows, clogged sanitary sewer drains, and lighting/electrical issues.

  This project started under an agreement that a modification would be issued to an existing  Architect/Engineer

  contract under CDB Project No.: 120-175-041 (Replace Heating & Ventilation Equipment) to conduct an

  assessment and provide recommendations for expedited solutions to make the Boiler House safe until such time a

   decision is made for a future project to replace the Boiler Plant. An assessment has been received and scope of

  work agreed upon. Therefore, a new project is to begin through the emergency selection of the same

  Architect/Engineer to provide expedited design services for various repairs to the facility;this exempts the

  selection from a 14-day solicitation required through Qualifications-Based Selection ("QBS"). Considering the

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

  processes,repairs to the Boiler House under the existing processes would likely not begin for several months.

  For this reason, emergency purchases are necessary to provide immediate repair work at Menard Correctional

  Center's Boiler House as quickly as possible to protect against the threat to public health and safety,to prevent or

  minimize serious disruption in critical State services and to protect the building from further damage.

 

  Because cooling season is rapidly approaching,there is an immediate need to provide a rental/temporary boiler for

   proper heating, until such time new permanent boilers/controls can be designed and procured,taking into

  account long lead times for equipment.

  Southern Illinois Piping Contractors,Inc.,located in Carbondale,IL, was selected to provide construction services

  for the rental of a temporary boiler for the Boiler House because they have the capabilities and resources needed

  to complete the work, they are familiar with and in close proximity to the site, and they can respond immediately

  to the request for emergency services.

 

  The scope of work provides for the rental,installation, maintenance, and eventual removal of a properly sized

  temporary boiler at Menard Correctional Center's Boiler House through April 30, 2023 as directed and specified

  by the Architect/Engineer of record. The scope also includes providing all necessary electrical

  requirements,extending natural gas and emergency back-up fuel lines, assessment of and repair of steam lines if


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  required,and extending the existing steam lines,extending domestic water supply and drain line piping,installing

  back-flow prevention to support the installation of the rental boiler. Additionally,installing a security fence to

  protect the temporary boiler is required.

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

  design documents provided by the architect/engineer of record. Construction Services provided under this

  procurement should not exceed $500,000.00, which is a place-holder prior to entering into a Construction

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

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

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

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

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

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

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

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

  Additionally,Governor Pritzker has issued Executive Order 2022-18 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Corrections (IDOC) facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 09/08/2022 through 12/06/2022 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Southern Illinois Piping Contractors, Inc.                                     Notary Date:     9/8/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $500,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  47     Innovation & Technology, Department of                                                 File Date:  9/7/2022

  Original Filing – 09/07/2022: FY23, Qtr 1, Item# 47

 

  As a result of DocuWare service issues, processing agency wide job postings is in a backlog. CMS is unable to

  process state-wide postings and the backlog is building up due to DocuWare becoming unavailable for use. As a

  result of job posting backlog building up, agencies positions may not be filled on time, impacting agencies' ability

  to provide services (a mission critical task), including services that affect health, safety, or collections of State

  revenues. Com-Microfilm is the software publisher and most recent vendor providing services to multiple

  agencies for several years. They have staff trained to handle specific agency needs and knowledge of the existing

   systems to keep them operational.

 

This Emergency is intended to be a Joint Purchase Master Contract (JPMC) available to all governmental units

  and qualified not-for-profit entities. “Governmental unit” means State of Illinois, any State agency as defined in

  Section1-15.100 of the Illinois Procurement Code, officers of the State of Illinois, any public authority which has

   the power to tax or any other public entity created by statute.  “Qualified not-for-profit agency” means any not-

  for-profit agency that qualifies under Section 45-35 of the Illinois Procurement Code and that either (1) acts

  pursuant to a board established by or controlled by a unit of local government or (2) receives grant funds from

  the State or from a unit of local government. The following governmental units use DocuWare under this

  contract: All agencies under the Governor and all other constitutional officers.

  *Contract to include all Docuware products and services provided under the recently expired JPMC Master

  Contract. 

More specifically, the products and services previously provided, include but are not limited to:

 

  *Document and drawing/scanning/imaging that comply with the State's Enterprise document archival

  requirements and controls.

*Transferring the scanned images to microfilm.

*Provide user agency document

  transportation, storage, and destruction.

*Storing images into the appropriate DocuWare file cabinets.

 

  *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.

*DoIT is

  seeking to acquire DocuWare brand imaging, storage and retrieval software licenses, add-on modules, and

  maintenance and support for DocuWare Version 7 and all later versions.

 

 

1: Create a test bed for DocuWare 7.x to work preliminarily and for future use by staff and those wishing to

   develop for the platform.

 

2: Build a new architecture to support DocuWare 7.x which includes support for workflow, intelligent indexing

   and other features not currently installed at shared services.

   

3: Audit and adjust all existing systems to reduce the documents no longer needed to move to DocuWare 7.x,

  adjust for newer functions of DocuWare 7.x.

   

4: Develop a plan for points of billing client agencies for the use of the DocuWare system as shared services

  moves forward.

 

5: Bring up to date all of the systems maintenance and licensing to the same level and consolidate billing and

  ownership of DocuWare to DoIT. Stabilizing maintenance of the DocuWare Systems licensing under DoIT.

   

6: Build out the DocuWare 7.x system on the new architecture and install new systems as listed below.

7:

  Train and move the users, systems staff and agencies to the new platform in a systematic and precise way as to

  not interrupt their productivity.

   

8: Prepare, train and assist DoIT personnel regarding the newly installed capabilities and possibilities for the

  uses of DocuWare to optimize the use of the product and maximize the cost savings it can provide.

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  Previous master contract expired on July 16th, 2021. IPB #17-448DOIT-APP44-P-300, Contract Number:

  DIT8032540. This contract was a JPMC.  We are seeking an emergency JPMC with this vendor to cover the

  license and services listed above.   This contract will be available to DoIT supported governmental units or

  qualified not-for-profit.

 

  This Emergency Purchase has an expected start date of 09/08/2022 through 12/06/2022 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Van P Austin, APO

       Vendor:  Com-Microfilm Co.                                                                      Notary Date:     9/7/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $2,000,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  48     Innovation & Technology, Department of                                                 File Date:  9/8/2022

  Original Filing – 09/08/2022: FY23, Qtr 1, Item# 48

 

  The Illinois Department of Innovation and Technology currently has an emergency contract with SEPS, Inc,

  CIT2030189 for critical power, generator, UPS, and maintenance needs. The existing contract ends September

  9, 2022. 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 and other 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.  This equipment

   support and backs up numerous critical state infrastructure.  Failure to properly maintain this equipment could

  result in catastrofic loss of functionality and data in the event of a power disruption. 

 

  This emergency contract will provide maintenance and support of existing infrastructure and allow DoIT to

  engineer, furnish and install replacement uninterrupted 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. An IFB is

  currently drafted and is working it's way through reviews before posting which will replace the goods and

  services provided by this emergency contract. 

 

  he goal setting worksheet and GSR recommended a 4% BEP goal for this emergency.  The vendor agreed to the

  4% BEP goal.

 

  This Emergency Purchase has an expected start date of 09/10/2022 through 12/08/2022 with an Original

  Estimated Cost of $3,500,000.00.

   Signed By:  Van P Austin, APO

       Vendor:  SEPS, Inc.                                                                                     Notary Date:     9/8/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $3,500,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  49     Innovation & Technology, Department of                                                 File Date:  9/14/2022

  Original Filing – 09/14/2022: FY23, Qtr 1, Item# 49

 

  AssetWorks has been the inventory management and online auction provider for CMS Surplus Property and iBid

  since 2015.  All business processes required for continued operations of State Surplus and GSA Federal Surplus

  rely upon this platform.  Without this platform surplus auctions will not be able to continue which affects the

  collection of substantial state revenue.

 

  Software as a service including website (online auction) hosting, platform maintenance, and technical support.

 

  AssetWorks is CMS' sole vendor for inventory management and online auction services since 2015, this

  procurement allows Surplus Property to continue operations while at the same time developing and publishing an

  RFP to acquire a replacement (or the same vendor) during the emergency extension of the current expired

  contract for these services.

 

  This Emergency Purchase has an expected start date of 09/1/2022 through 11/29/2022 with an Original

  Estimated Cost of $141,430.00.

   Signed By:  Van P Austin, APO

       Vendor:  AssetWorks                                                                                  Notary Date:   9/14/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $141,430.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  50     Innovation & Technology, Department of                                                 File Date:  8/25/2022

  Original Filing – 08/25/2022: FY23, Qtr 1, Item# 50

 

  DoIT procured these products and training in 2021 (FY22) via emergency purchase with Alert IT Solutions and

  the contract expired on 08/24/2022.  AlertIT is a CMS registered BEP vendor, and is the only registered BEP

  reseller for KnowBE4 products and services.  DoIT is currently working on a competitive solicitation to provide

  a long term replacement of these products and services, however was unable to get it issued or executed prior to

   the expiration of the current contract.  This is a one time purchase for annual products and services.  DoIT will

  have a competitive contract in place for next year's purchase. 

 

  KMSATD-N-K36-G- KnowBe4 Security Awareness Training Subscription Diamond (12 month term), Qty

  55,550  

   

PHISHER-N-K36-G- KnowBe4 PhishER Subscription (12 month term), Qty 5550   

   

Reinstatement fee for two SKU's at 10% Qty 111,100

 

  PhishER tools are utilized by DoIT’s Security Operations Center to manage reports and monitor all emails for

  potential risk which makes it a critical tool in the State's IT data security portfolio.  Diamond security training

  will allow DoIT information security to immediately commence proactive phishing training for State of Illinois

  Employees. This entitlement will also provide direct instructive feedback to employees to increase the security

  posture of State systems in response to increasingly severe and frequent ransomware attacks.  Ransomware and

  Cybercrime has escalated at a troubling rate in both severity and frequency. The impact from a successful

  ransomware attack could cost the State tens of millions of dollars and leave State Agencies unable to perform

  critical services to residents. With alignment and support from CPO, DoIT is executing this emergency purchase

   for ransomware defense to prevent such an outcome.

 

  This Emergency Purchase has an expected start date of 08/24/2022 through 11/21/2022 with an Original

  Estimated Cost of $376,073.50

   Signed By:  Van P Austin, APO

       Vendor:  Alert IT Solutions, Inc. dba Alert Healthcare Resources               Notary Date:   8/25/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $376,073.50                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  51     University of Illinois - Chicago                                                                   File Date:  9/16/2022

  Original Filing – 09/16/2022: FY23, Qtr 1, Item# 51

 

  Frank Bacon Machinery Sales Company has recently listed for sale a unique piece of used equipment that will

  meet anticipated needs of the High Bay Structures Laboratory, at significant discount as compared to purchasing

  the equipment new. New equipment costs $50,000 more and the University is receiving an additional 5%

  educational discount. This equates to an approximate 36% discount. They are also known in the industry to be a

  reputable vendor of used test equipment. The equipment is only on hold until September 21st.

 

  Used 55 KIP (250 kN) Capacity MTS, Model 370.50, Two Column Material Fatigue Testing Load Frame.

 

   

• MTS 55KIP, 3000 PSI Actuator with 6 in. Stroke & LVDT

• MTS/MOOG 15 GPM 252.5G-04 Servo Valve

  MTS/MOOG Model 256-09C 90 GPM 3-Stage Hi-Flow Servo Valve

• MTS 256/257 Poppet Control Manifold

  (Switch Between Servo Valves)

• MTS Model 293.22A-11 Hydraulic Service Manifold with High/Low Pressure

  Solenoids and MTS Piston Accumulators

• MTS 250kN (55 KIP) Model 661.22H-01 Fatigue Rated Load Cell

  S/N:10453357K

• MTS FlexTest 40 Controller Model 494.04 S/N 09045315_E with Computer System

 

 

 

New Set of Frank Bacon 250kN Fatigue Rated Hydraulic Wedge Action Grips

• (4) Sets of Flat Wedges Width: 45

  mm  

• (4) Sets of Vee Wedges Width: 45 mm   

 

    

 

Used MTS Hydraulic Grip Control Unit for Hydraulic Grips ( Includes System Hoses)

  NOTES

 

*MTS or MTS Sytems is the original equipment manufacturer

*MOOG is the valve manufacture (in

  partnership with MTS)

*LVDT is a type of displacement sensor (Linear Variable Differential Transformer)

 

  This Emergency Purchase has an expected start date of 09/21//2022 through 12/19/2022 with an Original

  Estimated Cost of $157,059.00.

   Signed By:  Debra Matlock, Exec Dir

       Vendor:  Frank Bacon Machinery Sales Co.                                                Notary Date:   9/16/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $157,059.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  52     Military Affairs, Department of                                                                 File Date:  9/19/2022

  Original Filing – 09/19/2022: FY23, Qtr 1, Item# 52

 

  Vendor is located in the close proximity of the area the State Active duty soldiers will be working.  Vendor is also

   $60k cheaper than other vendors quoted.

 

  Lodging and meals for State Active duty soldiers activated in response to Gubernatorial Proclamation 09142022.

   Asylum seekers arriving from Texas .

 

  BEP vendors were researched and there are only two in the state for the commodity codes.  One is in Peoria

  which is 3 hours from the work site in Elk Grove and the other is in Chicago over an hour from the work site

  with minimal traffic.  Soldiers/Airmen have to be to the work site on time, any delays would hinder the mission. 

  Multiple contractors in the vicinity of the work site were contacted and the selected vendor was the cheapest and

   most accessible for the services required.

 

  This Emergency Purchase has an expected start date of 09/17/2022 through 12/13/2022 with an Original

  Estimated Cost of $106,000.00.

   Signed By:  Scott Eldridge, Exec I

       Vendor:  Centric Hospitality dba Holiday Inn Elk Grove Village                Notary Date:   9/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $106,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  53     Central Management Services, Department of                                          File Date:  9/20/2022

  Original Filing – 09/20/2022: FY23, Qtr 1, Item# 53

 

  Vendor is the Incumbent for the contract in process which has depleted funding and can not be increased via

  change order, as it was procured as a professional and artistic agreement.

 

  These services allow CMS to properly assign departmental costs to professional licensure categories in a manner

   that is consistent with Federal and State government cost accounting guidelines. Once properly assigned, costs

  are recoverable from the professions' licensing fees that have been deposited into the appropriate fund designated

   to receive such fees. Services would also include developing various financial data, salary and wage analysis,

  and recommendations resulting from the cost allocation study.

 

  he prior agreement was run using  the NACIS code 541211,  comparable NIGP code is Offices of

  Certified Public Accountants 918-32 Certified Public Accountant (CPA) Services. CMS is re-running the BEP

  Goals for this emergency purchase order.

 

  This Emergency Purchase has an expected start date of 09/15/2022 through 12/14/2022 with an Original

  Estimated Cost of $195,000.00.

   Signed By:  Krysti Rinaldi, Asst Deputy Dir

       Vendor:  Maximus Consulting Servs, Inc                                                    Notary Date:   9/20/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $195,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  54     Military Affairs, Department of                                                                 File Date:  9/19/2022

  Original Filing –09/19/2022: FY23, Qtr 1, Item# 54

 

  Vendor is located in the close proximity of the area the State Active duty soldiers will be working.

 

  Lodging and meals for State Active duty soldiers activated in response to Gubernatorial Proclamation 09142022,

   Asylum seekers arriving from Texas .

 

  BEP Goal Setting form was completed and submitted to BEP.  The search of BEP firms on the Diversity website

   showed 0 vendors.  Therefore there is no BEP Goal for this procurement.

 

  This Emergency Purchase has an expected start date of 09/17/2022 through 12/13/2022 with an Original

  Estimated Cost of $124,440.00.

   Signed By:  Suzy Weatherly, Exec II

       Vendor:  Doubletree North Shore                                                                Notary Date:   9/19/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $124,440.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  55     Military Affairs, Department of                                                                 File Date:  9/20/2022

  Original Filing – 09/20/2022: FY23, Qtr 1, Item# 55

 

  This procurement was solicited previously as a small purchase (B32028) and two bids were received over the

  small purchase threshold.  Emergency procurement is now necessary to prevent the loss of federal funds if a

  contract is not executed by 30 Sept 2022.

 

  Vermeer AX17 Brush Chipper, used to properly dispose of brush, trees and other foliage.

 

  This Emergency Purchase has an expected start date of 09/20/2022 through12/13/2022 with an Original

  Estimated Cost of $128,820.75.

   Signed By:  Suzy Weatherly, Exec II

       Vendor:  American Verteran Solutions, LLC                                               Notary Date:   9/20/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $128,820.75                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  56     Capital Development Board                                                                        File Date:  9/22/2022

  Original Filing – 09/22/2022: FY23, Qtr 1, Item# 56

 

  The Capital Development Board ("CDB") has been made aware by the Illinois Department of Veterans Affairs

  ("IDVA") that at approximately noon on September 20, 2022, a vehicle crashed into the vestibule of the

  interconnect hallway (Bldg.# B1124) between residential units R3 and R4 at the Manteno Veterans Home.

  No staff, veterans, or visitors were injured.The driver was injured and evacuated by ambulance. The areas

  nearest the crash were evacuated and closed off to all persons. There were some fuel leakage from the vehicle

  and residue from the driver's airbag as well as from fire extinguishers inside the building which were damaged by

   the impact;there was no smoke or fire.

 

  IDVA contacted Ujamaa Construction,Inc.to clear the debris and provide temporary shoring work,including

  plywood sheeting at the interior and exterior of the corridor and the shoring of 3 damaged columns.The impacted

   area has been stabilized and secured. Ujamaa is also to perform associated electrical work and reconnect the

  baseboard heat system as part of their initial shoring work. Ujamaa also noted that the roof has shifted and will

  need further assessment. (The building is scheduled for shingle replacement under current project 040-020-

  071;SMT Architects/Filotto Roofing.)

  IDVA has requested CDB's assistance in providing more permanent repairs to the facility under an emergency

  declaration in order to restore this service corridor and allow residents access to the support and services

  provided throughout the building. Due to the damaged area, facility staff are having to isolate the residents of R3

  and R4 to their units, if they are unable to get outside on their own. Additionally,Meal and Supply deliveries have

  to be loaded on trucks and transported to the units rather than utilizing the interconnect hallways.

  This project began through the selection of an Architect/Engineer ("A/E"), utilizing the IDIQ (Indefinite

  Delivery/Indefinite Quantity) selection process. Considering the time frames needed for a standard A/E

  selection,negotiation and execution of an A/E contract followed by bidding and award procedures, design and

  construction services for repair work under the existing processes would likely not begin for several months.

  For this reason,an emergency purchase is necessary to provide construction services to support repair work as

  quickly as possible in order to restore the service corridor.

  Ujamaa Construction,Inc., was selected for construction services because they are currently working on a CDB

  project at the facility, they were given authority by IDVA to provide initial shoring services for the facility in

  order to prevent further damage and to prevent the threat to public safety for its residents and staff,they have

  knowledge of the facility and the qualifications to perform the work, and they can respond immediately to this

  request for emergency services.

 

  The scope of work is to provide construction services for repairs and reconstruction tasks to the vestibule and

  interconnecting hallway in Bldg.# B1124 between residential units R3 and R4 at the Manteno Veterans Home as

  outlined in the AE's inspection report dated September 21, 2022. All construction work provided by Ujamaa at

  the request of IDVA for immediate shoring/repair work prior to this emergency declaration is incorporated

  herein.

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

  Construction Services provided under this procurement should not exceed $200,000.00, which is a place-holder

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

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

  project close-out.

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


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

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

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

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

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

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

  contractor.

  Additionally,Governor Pritzker has issued Executive Order 2022-20 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Veterans' Affairs facilities. These requirements apply to this project.

 

  This Emergency Purchase has an expected start date of 09/20/2022 through 12/18/2022 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

       Vendor:  Ujamaa Construction, Inc.                                                            Notary Date:   9/22/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $200,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  57     Innovation & Technology, Department of                                                 File Date:  6/9/2022

  Original Filing – 6/9/2022: FY23, Qtr 1, Item# 57

 

  Motorola Solutions, Inc. owns and operates the Starcom21 communications network. It is the only statewide

  trunked, digital public safety communications network available in Illinois. It is the only statewide, trunked,

  digital voice radio network in Illinois that meets the design, function, and performance requirements of the State

  of Illinois.

 

 

There is no other statewide trunked, digital public safety communications network available in Illinois.

  STARCOM21 was built, tested, and is being operated according to specifications provided by the State of Illinois

   as a result of the original competitive bid. The network took 7 years to completely build out and pass acceptance

   testing. Motorola is the only vendor that has a network in place that meets the State's needs, and it has met the

  State's needs since implementation. Illinois’ Starcom21 system is utilized by over 69,000 users, including16,000

  state agency users, and any disruption in service would be devastating to all users and therefore devastating to

  public safety in Illinois.

   The system includes:

● Users – 69,000+ (16,000 State Agency Users)

● Talk Groups - 5834

● Zones - 4

● RF

  Sites – 327

● Dispatch Sites - 97

● Dispatch Operator Positions - 673

● 359 T1 Circuits

● 25 DS3 Circuits

● 53

  Microwave Circuits

● 30+ Satellites

● 40 4G (cellular backup)

 

  The State's need is to lease a statewide, trunked, digital voice radio network and purchase associated

  infrastructure equipment. Supplies and services to be supplied or delivered under the contract include the

  following components:

 

 

• Access to the System

• Network Infrastructure Services and Equipment

• Warranty and Maintenance

 

 

This includes Zone Controllers, RF equipment, towers, standby power, consoles, control stations and

  dispatch equipment, backhaul/transport, network access, software, system maintenance, training, and

  professional services.

   

 

The STARCOM21 network provides the day-to-day and emergency 2-way radio communication needs of

  over 69,000 subscribers, including state agency subscribers, public safety subscribers and public service

  subscribers from various governmental and non-governmental entities. The network allows the State to

  effectively address homeland security and interoperability concerns.  It also figures prominently in the Statewide

  Communications Interoperability Plan (SCIP) which identifies a statewide strategy in Illinois that focuses on

  establishing a single platform so all public safety agencies can share emergency information.  It is imperative for

  public safety that the State continue the use of this public safety network.

 

  This Emergency Purchase has an expected start date of 07/01/2022 through 09/28/2022 with an Original

  Estimated Cost of $3,750,000.00.

   Signed By:  Van P Austin, APO

       Vendor:  Motorola Solutions                                                                       Notary Date:     6/9/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:     $3,750,000.00                                                   $0.00                      $0.00       23      1


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

    Federal                           $0.00                                                                                  $0.00

 


 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  58     University of Illinois - Chicago                                                                   File Date:  8/3/2022

 

  Latest Filing - 08/03/2022:  FY23, Qtr 1, Item # 58

  A Final Cost Statement was received on 08/03/2022, reporting in the same filing quarter, that the Actual Total

  Cost is $194,883.00.

 

  Original Filing – 06/27/22: FY23, Qtr 1, Item# 4

 

  GE is the manufacturer and service provider of the magnetic resonance imaging (MRI) equipment, that became

  non-functional because of loss of heating, ventilation air conditioning (HVAC) at Outpatient Care Center (OCC)

  (948 Building).

 

  Service is needed from GE, to bring back the (MRI) equipment and make it operational. The 3T Coil needs to be

  replaced, which was damaged because of the extreme heat. This  is not covered by service contract, because the

   HVAC was non functioning as required by the equipment manufacturer.

 

  This Emergency Purchase has an expected start date of 06/24/2022 through 09/22/2022 with an Original

  Estimated Cost of $194,883.00.

   Signed By:  Debra Matlock, Exec Director

       Vendor:  GE Precision Healthcare, LLC                                                      Notary Date:   6/27/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $194,883.00                                        $194,883.00           $194,883.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  59     Transportation, Department of                                                                  File Date:  9/15/2022

  Latest Filing – 09/15/2022:

  The Actual Total Cost of FY23, Qtr 1, Item# 59 is $32,970.00 was reported in the same filing quarter.

 

 

  Original Filing – 7/22/2022: FY23, Qtr 1, Item# 20

 

  On 6/17/22, structure #012-0047 was hit by an oversized load on I-70 at the Indiana border resulting in 3 beams

  being damaged.  The structure carries a township road over I-70 and remains closed.  Now that we know what

  beams are required for the repair, we need to precure them immediately to allow for timely repair and reopening

  of the structure.  With supply shortages the response time for procurement has greatly increased.  Three W36 x

  150 steel bridge beams are required to repair the damaged structure.

 

  This Emergency Purchase has an expected start date of 07/21/2022 through 10/18/2022 with an Original

  Estimated Cost of $32,970.00.

   Signed By:  Amy J. Eller, Engineer of Operations

       Vendor:  GFG Supply Inc                                                                           Notary Date:   7/22/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $32,970.00                                          $32,970.00             $32,970.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  60     Capital Development Board                                                                        File Date:  8/11/2022

  Latest Filing - 08/11/2022: FY23, Qtr 1, Item #60

  A Final Cost Statement was received on 08/11/2022, reporting in the same filing quarter, that the Actual Total

  Cost is $0.00.

 

 

  Original Filing – 7/28/2022: FY23, Qtr 1, Item# 22

 

  The project scope provides for an assessment of the existing conditions, by a firm experienced in utility tunnel

  repair projects. This assessment should include an evaluation of different construction methods for safe removal

  of the deficient portion of the top slab, selecting the best available option considering time, cost and safety, and

  reconstructing the top slab to be safely supported by the existing tunnel and resulting in a smooth line and grade

  for the sidewalk to be used by visually impaired students.

 

  The construction effort will consist of removal and replacement of the deteriorated sections of the top slab as

  directed by the AE, and repairs to surface damage directly caused by these efforts. Replacement of the top slab

  will be performed with either cast-in-place or pre-cast concrete, with a positive connection made between the

  slab and vertical walls of the tunnel. The slab will be of sufficient structural strength to resist current and

  anticipated loads from both vehicular and pedestrian use. Adjustments will be made as

  necessary to ensure the top of slab is continuous with the vertical alignment of the remainder of the sidewalk.

  Work must be completed prior to August 14, 2022 in which students will be returning to campus. If it is

  determined the ceiling slab and sidewalk are unable to be repaired before August 14, 2022, due to design or

  construction constraints, a separate walkway will be constructed in a separate or adjacent location in order to

  provide a safe walkway for ISVI students.

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

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

  procurement should not exceed $100,000.00, which is a place-holder prior to the issuing of an Emergency Time

  and Material 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 7/28/2022 through 10/26/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Amber Evans, Capital Program Analyst

       Vendor:  S & W Contractors of Illinois                                                       Notary Date:   7/28/2022


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $100,000.00                                                   $0.00                      $0.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  61     Capital Development Board                                                                        File Date:  9/2/2022

 

  Latest Filing - 09/02/2022: FY23, Qtr 1, Item # 61

  A Final Cost Statement was received on 09/02/2022, reporting in the same filing quarter, that the Actual Total

  Cost is $9,806.90.

 

  Original Filing – 08/11/2022: FY23, Qtr 1, Item# 29

 

  The project scope provides for an assessment of the existing conditions, and for the replacement of the settled

  portions of the sidewalk to be used by visually impaired students.

 

  The construction effort will consist of removal and replacement of the deteriorated sections of the sidewalk.

  Adjustments will be made as necessary to ensure the repairs have correct vertical alignment of the remainder of

  the sidewalk. Work must be completed prior to August 14, 2022 in which students will be returning to campus

  in order to provide a safe walkway for ISVI students.

 

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

  design documents provided by the A/E of record. Services provided under this procurement should not exceed

  $20,000.00, which is a place-holder prior to entering into a Construction Contract, without prior authorization

  from the Capital Development Board in consultation with the Chief Procurement Office. Final Actual Costs will

  be reported upon project completion and project close-out.

 

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

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

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

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

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

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

  contractor.

  Additionally, Governor Pritzker has issued Executive Order 2022-17 containing additional mitigations to address

  the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at

  Illinois Department of Human Services (IDOC) facilities. These requirements apply to this project.

 

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

  Estimated Cost of $20,000.00.

   Signed By:  Chris Miller, Exec II

       Vendor:  EarthWorx Solutions, LLC                                                           Notary Date:   8/11/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $20,000.00                                            $9,806.90               $9,806.90       23      1


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  62     Central Management Services, Department of                                          File Date:  9/13/2022

 

  Latest Filing - 09/13/2022: FY23, Qtr 1, Item #62

  A Final Cost Statement was received on 09/13/2022, reporting in the same filing quarter, that the Actual Total

  Cost is $53,285.00.

 

  Original Filing – 08/17/2022: FY23, Qtr 1, Item# 30

 

  Central Management Services (CMS) was offered a free donation of approximately 355 workstations from the

  U.S. Department of Agriculture, if we can get them disassembled and moved out by 08/31/22 from a location at

  4300 Goodfellow Blvd., St. Louis, MO.  In order to meet the deadline, CMS is using the current JPMC Moving

  contract (22-416CMS-BOSS4-P-37123) vendor, Bloomington Moving, Inc., to begin immediately to organize the

   workforce.  The current JPMC Moving contract only allows for in-State moving services, and since the move

  starts in St. Louis, MO, interstate line charges are applicable.  If the donated workstations are not removed from

  the U. S. Department of Agriculture facility by 08/31/22, CMS, and the State of Illinois, will lose this donation

  and possibly future donations.  These workstations have an estimated value of approximately $500 per set,

  which would be a loss of approximately $177,000 for this donation alone, and the State would have to buy all

  new workstations which would have a much higher cost.

 

  The Vendor will go to the U.S. Department of Agriculture's 4300 Goodfellow Blvd address, using their own

  personnel and acquiring additional laborers through the St. Louis union to break down the workstations,

  including moving wall partitions and putting them in trash dumpsters, disconnecting the electrical power and

  loading them onto a truck to move to CMS Pana Warehouse, located at 2285 E. 350 North St, in Pana, IL.  At

  the warehouse in Pana they will unload the furniture and palletize and shrink-wrap all items.  The legs will be

  packed in cartons as well and all stored at the warehouse.

 

  As there is a specific time frame required to complete this move, we did not have the opportunity to research for

   BEP contractors. We are using the same Vendor who has the JPMC contract for moving services and they

  performed a good faith effort for 1 of their 2 contracts and have contracted for a partial goal on their 2nd

  contract.  The Vendor does try to use BEP where possible in their contracts and we feel that if they have they

  opportunity they will use a BEP vendor here as well. The current JPMC Moving contract only allows for in-State

   moving services, and since the move starts in St. Louis, MO, interstate line charges are applicable. 

 

  This Emergency Purchase has an expected start date of 08/15/2022 through 08/31/2022 with an Original

  Estimated Cost of $40,915.00.

   Signed By:  Martha Blackwell, Manager

       Vendor:  Bloomington Moving, Inc.                                                            Notary Date:   8/17/2022

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $40,915.00                                          $53,285.00             $53,285.00       23      1


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

    Federal                           $0.00                                                                                  $0.00

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

  Latest Filing – 06/30/2022: FY23. Qtr 1, Item # 63

  The Actual Total Cost of FY23, Qtr 1, Item# 63 is $143,656.00, with a final contract term ending 10/29/2021.

 

 

  Second Filing - 10/28/2021:  FY22, Qtr 4, Item #57

  An Emergency Purchase Extension was received on October 28, 2021 requesting an extension for dates starting

  10/30/2021 to 11/30/2021 at an additional estimated cost of $49,500.00, revising the total estimated cost to

  $198,000.00.

 

  Original Filing – 7/23/2021 FY22, Qtr 1, Item #17:

 

  The selected vendor has the current Boiler Repair and Maintenance contract at Elgin Mental Health Center--P-

  6649 which was competitively bid. The vendor is familiar with our boilers and can supply stationary engineers

  with the experience required to operate them.  Elgin Mental Health Center ("EMHC") is budgeted for 8 stationary

  engineers and 1 chief engineer. Five stationary engineer positions are currently vacant.  Engineers are working

  112 hours of overtime each, per month. This is due to the fact that EMHC has a Powerhouse that is required to

  be staffed 24 hours a day along with staff doing maintenance and repairs throughout our 104-acre facility.  The

  vacancies occurred over a period of time where our engineers were CMS employees and were transferred to

  DHS employment pursuant to Executive Order 2020-75.  As of July 1, 2021, all five vacancies have been posted

  but it will take several months to complete the hiring and training process.

 

Vendor will supply 3 stationary

  engineers to work 40 regular work hours per week for 90 days--12 weeks and 6 days.  That will total 1584

  hours at $93.75/hour.

 

  This Emergency Purchase has an expected start date of 07/26/2021 through 10/24/2021 with an Original

  Estimated Cost of $148,500.00.

   Signed By:  Jean Sandstrom, APO

       Vendor:  The Stone Group                                                                          Notary Date:   7/23/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:        $148,500.00           $198,000.00         $143,656.00           $143,656.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022

  64     Public Health, Department of                                                                     File Date:  7/5/2022

  Latest Filing –07/05/2022:

  The Actual Total Cost of FY23, Qtr 1, Item# 64  is $407,500.00, with a final contract term ending 6/30/2022.

 

  Second Filing - 2/23/2022: FY22, Qtr 3,  Item #70

  An Emergency Purchase Extension was received on 2/23/2022 requesting an extension for dates starting

  03/13/2022 to 06/30/22 at an additional estimated cost of $112,405.75, revising the total estimated cost to

  $194,113.75.

 

  Original Filing - 5-20-2021: FY21, Qtr4, Item #19:

  The DPH is declaring an emergency purchase due to a late start of the renewal of contract with Vendor, these

  services cannot lapse. The 24/7 Perinatal HIV Hotline service is mandated by the Illinois Perinatal HIV Prevention

   Act as the State of Illinois' official reporting.  This Emergency Purchase has an expected start date of 05-14-

  2021 through 08-13-2021 with an original estimated cost of $81,708.00.

   Signed By:  Sarina Omalley, Procurement Officer

       Vendor:  Mother and Child Alliance                                                           Notary Date:   5/18/2021

                                      Original                   Revised                Paid To                    Actual

                                     Estimate                 Estimate                     Date              Final Cost        FY   QTR

        State Cost:          $81,708.00           $194,113.75         $407,500.00           $407,500.00       23      1

    Federal                           $0.00                                                                                  $0.00


                                       LIST OF EMERGENCY PURCHASE STATEMENTS

                                 FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                                    July 1, 2022 through September 30, 2022