LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
1 State Police, Illinois File Date: 12/27/2022
Original Filing – 12/27/2022: FY23, Qtr 3, Item# 1
Harvey Thomas' services can only be procured through the vendor Levi,Ray,and Shoup,Inc. (LRS). Harvey Thomas
is the only one who has the technical expertise needed to support the mainframe. ISP has no one on site with the
skill set required for this support.
The Illinois State Police (ISP) intends to procure emergency contractual services from Levi,Ray & Shoup (LRS) for
Harvey Thomas support hours.The business need for this procurement is the annual maintenance and support of
the Harvey Thomas Access Method (HTAM) as it relates to the mainframe. The mainframe was previously
supported by a temporary services employee (retired ISP employee) who quit without notice. The mainframe is
scheduled to be decommissioned on March 31,2023. The mainframe is used to process payroll for all ISP personnel
and cannot go unsupported. The mainframe is an outdated technology and there are no longer many persons who
have the technical knowledge to support it.
This Emergency Purchase has an expected start date of 12/22/2022 through 03/21/2023 with an Original Estimated
Cost of $135,750.00.
Signed By: Christophe Campbell, Deputy Director
Vendor: Levi, Ray, and Shoup, Inc. Notary Date: 12/27/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $135,750.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
2 Emergency Management Agency File Date: 1/26/2023
Original Filing – 01/26/2023: FY23, Qtr 3, Item# 2
IEMA sought to purchase 23 vehicles and 3 trucks via the spot market, including compact Sedans or SUVs,
Midsize Sedans, Passenger Minivans, and potentially Midsize SUVs. Section 20-30(d) of the Illinois Procurement
Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency
method of source selection may be used to make a "quick purchase" in situations when "items are available on the
spot market or at discounted prices for a limited time so that good business judgment mandates a "quick purchase"
immediately to take advantage of the availability and price". The emergency spot market method of procurement
was chosen over a competitive solicitation because of the amount of time a competitive selection could take and
given the current market environment, vehicle dealerships are unlikely to hold several vehicles on their lots without a
guarantee of award.
IEMA first contacted VIP Motors which is a BEP Vendor. The dealership's inventory consisted of pre-owned
vehicles not new vehicles.
IEMA contacted Morrow Brother Fords. This entity held the State Master Contract and was able to secure
2023 Ford Interceptors. The Ford Interceptors are basic pursuit vehicles. These vehicles fit the agency's need
because the basic model does not come with a console which allows for the agency to equip each vehicle with the
light, siren, customized console for radios, control package which mirrors the rest of IEMA's fleet. All 23 Ford
Interceptors are identical. The entity also has all parts in stock to outfit each vehicle. The total vehicle price is:
$55,210 per vehicle which includes the customization and lighting package as well as shipping to the CMS Garage in
Springfield, IL. The vehicles will be delivered within 90 days.
IEMA inquired if the entity had 3 Ford F350 Trucks. We were informed that they had some red trucks that
were on their lot that could meet those specs. The entity put together a quote with package for the trucks that
were in stock. Each truck is $74,091 which includes delivery.
IEMA conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that 2023
Ford Interceptors would be acceptable for the IEMA fleet, which was affirmed by CMS.
The dealership also has three (3) Ford F-350s. Upon review of the specifications of the vehicle, it was
determined that the vehicles would be able to pull the Emergency Management Trailers that are equipped with
Rapid Shelter, Power and Utility Systems. The agency is proceeding with the purchase.
IEMA conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that 2023
Ford Interceptors would be acceptable for the IEMA fleet, which was affirmed by CMS.
The dealership also has three (3) Ford F-350s. Upon review of the specifications of the vehicle, it was
determined that the vehicles would be able to pull the Emergency Management Trailers that are equipped with
Rapid Shelter, Power and Utility Systems. The agency is proceeding with the purchase.
EMA was able to acquire 26 Vehicles:
23 - 2023 Ford Police Interceptor Utility AWD Base (K8A) with the
Wheelen Control system which includes the lights, siren, spot light and custom console for the radios
3 - 2022
Ford F-350 4x4 SD Crew Cab 6.75" box 160" WB SRW XL
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
A Search of the BEP database yielded one BEP Vendors for vehicles under NIGP Codes:
071-04 Automobiles
071-80 SUV Type Vehicles
072-00 Trucks
VIP Motors was contacted. The vendor had inventory that was
pre-owned. Agency also contacted Sutton Ford which was the CMS Police Pursuit Master and they did not have
any vehicles available to purchase.
Sedans - Compact: No JPMC Contract
Sedans - Midsize: No JPMC Contract
JPMC Police Pursuit SUV's and
SSV
P-41049 - JPMC for law agencies
Hybrid and Gasoline Ford Interceptor (Cut off date to order 9/9/2022)
Minivans -7 Passenger: Model Year 2023
P-40356 - JPMC Vans - 7 Passenger
Gasoline - Chrysler Pacifica
Touring
IEMA executed an Order Against Master Contract P-40356, Release# 7, for (20) Chrysler Pacifica
Touring Vans. The order was approved by CMS and the SPO, and sent to the vendor on 11/30/22. The vendor
accepted the order, but reached out on 12/01/22 to confirm that Chrysler was no longer providing any vehicles for
government ordering. The contract was canceled effective 12/5/22.
Trucks - Class 3 Model Year 2022
P-29479
JPMC Light Medium and Heavy Duty Trucks
Ford 350 Super Duty
IEMA executed an Order Against Master
Contract P-29479, Release# 103, for (3) 2022 Ford 350 Super Duty Trucks. This release was approved by CMS
and the SPO, and sent to the vendor on 1/16/2023. The vendor responded that they would be unable to fulfill the
order by the end of the Fiscal Year and cancelled the order
This Emergency Purchase has an expected start date of 01/27/2023 through 04/26/2023 with an Original Estimated
Cost of $1,492,103.00, using Federal and State Funds and State Grant Funds.
Signed By: Tricia Leezer, APO
Vendor: Morrow Brothers Ford Notary Date: 1/26/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,492,103.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
3 Elections, State Board of File Date: 1/9/2023
Original Filing – 01/09/2023: FY23, Qtr 3, Item# 3
8 physical servers with pre-installed Nutanix software, installation and migration support services. The SBE’s
current infrastructure consists of HP Proliant servers configured with Nutanix software, which serves as the
operating platform for the servers. However, the implementation of several new services, the amount of voter
registration data, and the storage of election related materials, all of which are necessitated by Illinois statute, has
put us close to maxing out our systems in terms of both performance and storage capacity. The 2022 Gubernatorial
election process and all of the resulting data has pushed the infrastructure to the edge of what industry standards
would consider best practice for ensuring data integrity and business continuity. If the SBE does not add new
servers to the infrastructure soon, it may lose the ability to store incoming voter registration data and/or perform
state mandated services for the public. The products chosen match the current environment and the software
integration component of the hardware offers the quickest and most efficient setup scenario. The exclusion of the
preconfigured elements of this purchase is likely to result in additional expense of contracting in-house technicians
and consultants to set it all up to work with the existing equipment. That would also lead to a delay in installation
waiting for the availability of those professionals. The SBE has now filled the last available server storage slots with
hard drives. In a couple of months, those drives to be maxed out as well if data rates remain the same. When the
newest drives have filled up, the SBE will lose the ability to store any new information. This will be in violation of
Federal law, Illinois Statute, and potentially negative effects on public citizens and be considered a violation of
constitutional rights.
This Emergency Purchase has an expected start date of 01/09/2023 through 04/08/2023 with an Original Estimated
Cost of $967,691.00, using State Grant Funds .
Signed By: Bernadette Matthews, Exec Dir
Vendor: CDW Government LLC Notary Date: 1/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $967,691.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
4 Transportation, Department of File Date: 12/2/2022
Original Filing – 12/02/2022: FY23, Qtr 3, Item# 4
The emergency contract will allow for efficient ordering and quicker processing of invoices. Due to the volume of
orders, the contract order will allow phone or e-mail orders to be placed.This contract will have a 2-hour response
time and parts can also be ordered and delivered 24 hours a day which a great need of the District.Emergency
delivery of parts during the winter season is of great need to IDOTD1.
The existing contract will not allow IDOT to get required parts 24/7.This emergency allows for 24/7 access to parts
that is required for the winter season of road clearing
This Emergency Purchase has an expected start date of 11/17/2022 through 02/15/2023 with an Original Estimated
Cost of $1,800,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Genuine Parts Co. Notary Date: 12/2/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,800,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
5 Capital Development Board File Date: 2/2/2023
Original Filing – 2/2/2023: FY23, Qtr 3, Item# 5
The scope of work provides for replacing the existing 150kW diesel engine generator set located outside Locust
Cottage, which served all loads to Locust Cottage and Recreation Hall Buildings. This will include a new generator
pad, automatic transfer switches and life safety distribution panel at each building. Existing lighting, access control,
and fire alarm systems, as well as some new lighting will be connected to the new life safety panelboards. The new
generator will be protected by a new gated chain link 8-foot-high fence.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the A/E of record, and quote provided by Camp Electric & Engineering Services, P.C.
Services provided under this procurement should not exceed $552,000.00, prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work with
its own staff. Work with own staff includes direct labor and supervision, as well as material purchases where the
material is installed by the contractor.
Additionally, Governor Pritzker has issued Executive Orders 2023-01 containing additional mitigations to address
the COVID-19 pandemic. This includes an indoor mask requirement and vaccinations for those working at Illinois
Department of Human Services (IDHS) facilities. These requirements apply to this project.
This Emergency Purchase has an expected start date of 02/02/2023 through 05/02/2023 with an Original Estimated
Cost of $552,000.00.
Signed By: Chris Miles, Exec II
Vendor: Camp Electric & Engineering Serv Notary Date: 2/2/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $552,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
6 Public Health, Department of File Date: 12/29/2022
Original Filing – 12/29/2022: FY23, Qtr 3, Item# 6
Illinois has a robust perinatal regionalization system that includes 10 Administrative Perinatal Centers that
supervise nearly 100 obstetric hospitals in Illinois. This regionalized network of hospitals helps to provide quality
care to perinatal patients in Illinois. To monitor the hospitals and the quality of care they provide to perinatal
patients in Illinois, the Office of Women’s Health declares emergency to procure a 90-day emergency contract with
JEMM Technologies for annual licenses, storage and ongoing maintenance of the system. More specifically, JEMM
Technologies will provide database development services for the proprietary ePeriNet MIS system. This
management information system allows the State to collect data from network hospitals serving mothers and infants
at risk of experiencing poor health outcomes. Access to this data increases the State's capacity to monitor and
provide technical assistance to improve the quality of care provided these populations during the birthing process.
Failure to enter into emergency contract could have a significant negative impact on the State's ability to monitor and
provide assistance to hospitals, and subsequently, place mothers and infants at additional risk. There are no other
venues to provide this service between the time the current contract ends and a new RFP contract begins.
OWHFS is working on the Request for Proposal solicitation. Unfortunately, the review and approval process for
the new contract will not be completed in enough time to prevent a disturbance to data collection and the quality
monitoring process.
This Emergency Purchase has an expected start date of 01/15/2023 through 04/14/2023 with an Original Estimated
Cost of $54,750.00, using Federal Funds.
Signed By: Nicole Hildebrand, APO
Vendor: JEMM Tech Notary Date: 12/29/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 3
Federal Cost: $54,750.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
7 Natural Resources, Department of File Date: 12/22/2022
Original Filing – 12/22/2022: FY23, Qtr 3, Item# 7
The Illinois Department of Natural Resources (DNR) requires emergency services at Des Plaines Propagation
Center located in Will County. Three (3) furnaces & AC units have failed at the Des Plaines Game Propagation
Center Main Office Building. One (1) unit had previously failed but with the remaining two (2) units working, the
single unit failure was not deemed to be an immediate priority of the Agency given other Emergency Criteria
projects at the Propagation Buildings. However, with the onset of colder weather in December, the remaining two
(2) units have now completely failed. All three (3) units were over 25 years old and had long outlived their
anticipated life expectancy and replacement parts have become difficult to find.
The Des Plaines Game Propagation Center Main Office Building currently has no heat. Without working
furnaces, there exists a threat to public health and safety (Illinois Procurement Code - 30 ILCS 500/20-30, Criteria
A); site staff are unable to work in the building (they have been told to work from home). Furthermore, immediate
expenditure is necessary for repairs to State property in order to protect against further damage to the State
property (Illinois Procurement Code - 30 ILCS 500/20-30 – Criteria B); frozen water pipes will burst and damage
the building necessitating costly repairs to the pipes, walls, and possibly require mold remediation if left long
enough.
The Agency would like to move forward with replacing all three (3) furnaces for the Des Plaines Game
Propagation Center Main Office Building (approximately 4,000 SF). The three (3) furnaces work in tandem and it is
critical for a properly installed system that all three (3) units are compatible. Replacing only the two (2) recently
failed furnaces will result in a system that will put undue strain on the system and result in expedited failure of the
units. Furthermore, there is an efficiency in replacing the entirety of the failed system (reduced mobilization and
installation cost). Lastly, replacing all three (3) of the furnace units with the same make and model will provide for
easier maintenance in the future (and in the event of failure, allow parts to be salvaged – an unfortunate necessity
but one that buys time for future replacements). Associated work to replace the furnace units includes: recovering
existing refrigerant, removal and disposal of old equipment per EPA regulations, releveling exterior equipment pads,
installation of three (3) new heat kits, three (3) new 5-ton heat pumps, three (3) new thermostats, three (3) new
low-ambient kits, start-up, and one (1) hour of training for site staff.
IDNR was unable to include contractors certified under the Business Enterprise Program in this emergency purchase
due to having a very limited timeframe to address imminent loss of or damage to state property. Temperatures on
December 22nd – December 24th will be between negative 20 and 30 degrees. IDNR had no choice but to source a
known contractor who could act immediately.
This Emergency Purchase has an expected start date of 12/21/2022 through 3/21/2023 with an Original Estimated
Cost of $30,000.00.
Signed By: Dale Brockamp, Division Manager
Vendor: D. Erzinger Mechancial Serv Notary Date: 12/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
State Cost: $30,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
8 Natural Resources, Department of File Date: 12/22/2022
Original Filing – 12/22/2022: FY23, Qtr 3, Item# 8
The Illinois Department of Natural Resources (DNR) requires emergency services at Moraine Hills State Park
located in McHenry County. One (1) furnace & AC unit has failed at the Moraine Hills – Main Office Building &
Visitor’s Center. The unit was over 25 years old and had long outlived their anticipated life expectancy and
replacement parts have become difficult to find.
The Moraine Hills – Main Office & Visitor’s Center currently has no heat. Without a working furnace, there exists a
threat to public health and safety (Illinois Procurement Code - 30 ILCS 500/20-30, Criteria A); site staff are unable
to work in the building (they have been told to work from home). Furthermore, immediate expenditure is necessary
for repairs to State property in order to protect against further damage to the State property (Illinois Procurement
Code - 30 ILCS 500/20-30 – Criteria B); frozen water pipes will burst and damage the building necessitating costly
repairs to the pipes, walls, and possibly require mold remediation if left long enough.
The Agency would like to move forward with replacing the 140,000 BTUH furnace Moraine Hills – Main Office &
Visitor’s Center (approximately 4,500 SF). Associated work to replace the furnace unit includes: installation of a
new condensing unit (including new concrete pad and new low-ambient kit), connect new furnace to existing
ductwork (including new metal as required to form an air-tight system), install new fileter rack, reconnect all power
and control wiring, install new evaporator coil, install new freon line set, and provide new power and control wiring
as needed. All old equipment shall be removed and disposed of per relevant EPA regulations. The project will also
include as-built drawings for DNR’s records and one (1) hour of training for proper operation and maintenance of
thesystem for site staff.
IDNR was unable to include contractors certified under the Business Enterprise Program in this emergency purchase
due to having a very limited timeframe to address imminent loss of or damage to state property. Temperatures on
December 22nd – December 24th will be between negative 20 and 30 degrees. IDNR had no choice but to source a
known contractor who could act immediately.
This Emergency Purchase has an expected start date of 12/21/2022 through 3/21/2023 with an Original Estimated
Cost of $17,500.00.
Signed By: Dale Brockamp, Div. Manager
Vendor: Temperature Doctors Heating & Cooling Notary Date: 12/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $17,500.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
9 Human Services, Department of File Date: 1/9/2023
Original Filing – 1/19/2023: FY23, Qtr 3, Item# 9
DHS has multiple contracts for the leasing of Xerox Multi-functional machines statewide. The Master Contract is
ending and a new Master Contract is currently being reviewed/approved with the same vendor. DHS needs to
bridge the gap between the ending of the current Master Contract and the execution/approval of the new Master
Contract.
Leasing Xerox multi-functional machines statewide for DHS.
DHS intends to continue to utilize the Master Contract when the new contract is executed. The current Master
Contract has a 6% BEP goal and it is expected the new Master Contract will also include a BEP goal. DHS is unable
to pursue a BEP goal for this emergency as it is a temporary bridge to continue using equipment currently covered
by the Master Contract.
This Emergency Purchase has an expected start date of 01/16/2023 through 04/15/2023 with an Original Estimated
Cost of $257,254.83, using both Federal Funds and State Appropriated Funds.
Signed By: Jean Sandstrom, APO
Vendor: XEROX Corp Notary Date: 1/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $257,254.83 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
10 Corrections, Department of File Date: 12/22/2022
Original Filing – 12/22/2022: FY23, Qtr 3, Item# 10
The agency previously awarded a contract to new vendor but the contract had to be terminated. The current vendor
was a previous incumbent with direct experience with the agency and manages the current network system so there
will be no disruption of services.
Network Maintenance, Video Visitation, Tablet Access, Personal Entertainment, Learning Opportunities
The BEP vendor search under the NIGP code (83992) for this procurement yielded no matches.
This is a $0.00 dollar contract. All expenses are incurred by the individuals in custody.
This Emergency Purchase has an expected start date of 12/24/2022 through 03/23/2023 with an Original Estimated
Cost of $00, using incurred dollars by the individuals in custody.
Signed By: Sandy Robinson, PM
Vendor: Global Tel Link Corp Notary Date: 12/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
11 Corrections, Department of File Date: 10/4/2022
Original Filing – 10/4/2022: FY23, Qtr 3, Item# 11
Tempus Labs, Inc. will 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.
The Illinois Department of Corrections requested approval from BEP to assign an 11% goal to this emergency
procurement.
This Emergency Purchase has an expected start date of 09/28/2022 through 12/23/2022 with an Original Estimated
Cost of $3,000,000.00, using American Rescue Plan Funds (ARPA)
Signed By: Jacenta Wilson, APO
Vendor: Tempus Labs, Inc. Notary Date: 10/4/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,000,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
12 University of Illinois Chicago File Date: 12/16/2022
Original Filing – 12/16/2022: FY23, Qtr 3, Item# 12
VIP Services is the current vendor providing valet services to our patients and visitors. The services are needed
while the university completes the RFP process. The university conducted a competitive solicitation
(RFP#PPA005) and received responses. However, during the evaluation process it was determined that the scope of
services was not clearly defined. The university will issue a new RFP with a more detailed scope of services that
will ensure adequate competition and that the integrity of the procurement process is not compromised.
Valet Services, LLC will provide valet services for the patients and visitors of UI Health at the Specialty Care
Building.
This Emergency Purchase has an expected start date of 12/15/2022 through 03/15/2023 with an Original Estimated
Cost of $250,000.00, using Institutional Funds.
Signed By: Debra D. Matlock, Exec Dir.
Vendor: VIP Sevices Inc. Notary Date: 12/16/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
13 University of Illinois Chicago File Date: 1/6/2023
Original Filing – 1/6/2023: FY23, Qtr 3, Item# 13
The vendor has provided general electrical and engineering services, including repair and replacement of motor
control center panels that are used throughout the campus. The campus Building 919 located at 900 S. Ashland
experienced a failure of the motor control center panels due to flooding that was a result of the hazardous sub-zero
cold weather that occurred between December 24, 2022 through December 27, 2022. The inclement weather caused
HVAC evaporator coils to freeze that then caused water pipes to burst, flooding the motor control center panels.
The vendor was immediately able to dispatch specialized repair staff and provide parts necessary to complete the
repairs that are necessary to protect against further loss or damage caused by hazardous cold weather. Please note
the repair and replacement consistent with the total failure experienced at Building 919 are not within the scope of
work typically performed by University employees.
Vendor is providing repair and replacement to the effected motor control center panels and related systems that are
necessary to allow for the HVAC system to provide adequate heat.
This Emergency Purchase has an expected start date of 1/2/2023 through 04/02/2023 with an Original Estimated
Cost of $150,000.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Dir
Vendor: Mc.Williams Elec Co. Inc. Notary Date: 1/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
14 University of Illinois Chicago File Date: 1/6/2023
Original Filing – 01/6/2023: FY23, Qtr 3, Item# 14
Anchor Mechanical provides HVAC-related services, including repair and replacement of industrial evaporator coils
that are used throughout the campus. The campus Building 919 located at 900 S. Ashland experienced a failure in
the HVAC industrial evaporator coils that was a result of the hazardous sub-zero cold weather between December
24, 2022 through December 27, 2022. The vendor was immediately able to dispatch specialized repair staff and
provide the parts necessary to repair State property to protect against further loss or damage caused by hazardous
cold weather. The inclement weather caused the coils to freeze, causing the heating system to fail. The repair and
replacement consistent with the total failure experienced at Building 919 are not within the scope of work typically
performed by University employees.
Vendor is providing repair and replacement to the effected evaporator coils and related systems that are necessary
to allow for the HVAC system to provide adequate heat.
This Emergency Purchase has an expected start date of 01/02/2023 through 04/02/2023 with an Original Estimated
Cost of $400,000.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Dir
Vendor: Anchor Mechanical Incorp Notary Date: 1/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
15 University of Illinois Chicago File Date: 1/6/2023
Original Filing – 01/02/2023: FY23, Qtr 3, Item# 15
he University experienced a series of flooding disasters that were a result of the hazardous sub-zero cold weather
that occurred between 12/24/22 - 12/27/22. The inclement weather caused water pipes to burst in three campus
buildings located at 1919 W. Taylor, 900 S. Ashland and 912 S. Wood Street. The extent of the damage to each
building varies, but all required immediate water remediation services to prevent further damage from occurring. The
vendor provides disaster remediation services including water extraction, mold prevention, and flood-related
sanitation. The services required are not within the scope of work typically performed by university employees.
The vendor can immediately dispatch an adequate number of staff (approximately 18-20 persons) and provide
equipment necessary to complete requested services, which are necessary to repair State property to protect against
further loss or damage from flooding events caused by hazardous cold weather.
Vendor is providing water extraction, mold prevention, debris removal, and sanitation services - consistent with
standard disaster remediation protocols. Vendor will only provide services necessary for remediation of flooding and
will not provide additional reconstruction of goods or services.
This Emergency Purchase has an expected start date of 01/02/2023 through 04/02/2023 with an Original Estimated
Cost of $300,000.00, using Self-Supporting Funds.
Signed By: Debra Matlock,
Vendor: BMS Enterprises/BMS Cat of IL Notary Date: 1/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
16 Central Management Services, Department of File Date: 2/14/2023
Original Filing – 02/14/2023: FY23, Qtr 3, Item# 16
The vendor, Tech Electronics, is being utilized for this emergency procurement because they have familiarity with
the DuQuoin facility, and they have indicated they are able to quickly provide this service.
All labor and materials to replace existing fire suppression cylinder with new cylinder containing 475 pounds of
FM-200 suppression agent.
Utilizing a BEP vendor is not feasible for this emergency as there are only 2 certified BEP Vendors registered for
NIGP Code 93609. One is 3 hours away, and the other is 5 hours away.
The Vendor selected is only 1.5 hours
away and is familiar with the system.
This Emergency Purchase has an expected start date of 02/08/2023 through 05/09/2023 with an Original Estimated
Cost of $19,500.00.
Signed By: Mary Matheny, APO
Vendor: Tech Electronics Notary Date: 2/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $19,500.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
17 University of Illinois Chicago File Date: 1/20/2023
Original Filing – 01/20/2023: FY23, Qtr 3, Item# 17
Vendor provides HVAC-related services, including repair and replacement of air handling units, automation
controllers, and steam to hot water exchanges that are used throughout the campus. Repair and or replacement
consistent with the total failure experienced at Building 919 are not within the scope of work typically completed
by university employees. Vendor was able to dispatch specialized repair staff immediately after the flood to begin
assessing damage. As a result of that assessment, the vendor has provided a proposal to provide services and
supply parts necessary to complete requested repairs that are necessary to repair State property to protect against
further loss or damage caused by hazardous cold weather.
The Molecular Biology Research Building (MBRB | BLDG 919) located at 900 South Ashland Avenue, Chicago,
Illinois 60612 experienced a failure of various air handling units, automation controllers, and steam to hot water
exchanges due to flooding that was a result of the hazardous sub-zero cold weather that occurred between December
24, 2022 and December 27, 2022. The inclement weather caused HVAC evaporator coils to freeze that then caused
water pipes to burst, flooding 11 air handling units, automation controllers, and steam to hot water exchanges.
Vendor is providing repair and replacement to the equipment and related systems that are necessary to allow for the
HVAC system to provide adequate heat.
This Emergency Purchase has an expected start date of 01/20/2023 through 04/19/2023 with an Original Estimated
Cost of $300,000.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Director
Vendor: Inspiring Technologies Corp Notary Date: 1/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
18 Central Management Services, Department of File Date: 12/30/2022
Original Filing – 12/30/2022: FY23, Qtr 3, Item# 18
22-416CMS-BOPM4-P-29871, Engineering Svcs J0200 MABB had an initial term of 7-21-2017 through 6-30-
2022. Amendment 2 extended the end date to 12-31-2022. P-29871 is an Invitation for Bid (IFB) contract with
Anchor Mechanical, Inc. This procurement will result in Anchor Mechanical Inc. continuing to provide stationary
engineers from the International Union of Operating Engineers Local 399 in Chicago. Due to the time constraints the
agency needs to declare the emergency and use the Vendor, Anchor Mechanical, Inc., that is most familiar with the
project needs
This is a 90 day Emergency Contract. The vendor shall provide seven (7) stationary engineers for 24 hour, seven
day per week operation including holidays. Services include routine and preventative maintenance of the HVAC
mechanical equipment, system, and operations, additional labor for emergency projects as requested by CMS.
Additional labor for emergency projects, and shadow training to CMS Engineering staff at the Michael A. Bilandic
Building.
This Emergency Purchase has an expected start date of 01/01/2023 through 04/01/2023 with an Original Estimated
Cost of $375,349.50.
Signed By: Rick Rogers, SSM/ Facilities Portfolio
Vendor: Anchor Mechanical, Inc. Notary Date: 12/30/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $375,349.50 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
19 Central Management Services, Department of File Date: 1/26/2023
Original Filing – 01/26/2023: FY23, Qtr 3, Item# 19
This vendor specializes in water clean-up and is closest to the location G1306, 1391 S. Washington St. in Du Quoin,
IL 62832.
All labor and materials for: Water clean-up of all areas Main Entry, Dispatch area, Kitchen, Entry way,
Communication Room and Bathroom. On 01/25/23 there was a Halon Gas leak which caused the Fire Suppression
System to activate and soak everything.
NIGP 91024 Fire and or Water Damage Restoration Services was used to see what BEP Vendors are available.
There are only 2 registered BEP Vendors under this NIGP code and they are located in Skokie and Chicago which
are in the northern part of the state and not close to the building where the service is needed.
This Emergency Purchase has an expected start date of 01/25/2023 through 04/24/2023 with an Original Estimated
Cost of $15,000.00.
Signed By: Martha Blackwell, Manager
Vendor: R & L Restoration LLC dba Servpro Notary Date: 1/26/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $15,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
20 Natural Resources, Department of File Date: 2/22/2023
Original Filing – 2/22/2023: FY23, Qtr 3, Item# 20
Vendor is local, familiar with the area and mine-related incidents that occur in the area, familiar with the scope of
work, and has recently completed a similar project for IDNR/OMM in the immediate area.
DNR will procure the services of a contractor to furnish and install a steal beam and perform other related work for
the purpose of supporting a portion of a residential structure that has been undermined by suddenly occurring mine-
related pit subsidence. A steel beam is to be installed to provide support to the floor joists of the partially
collapsed structure. Beam installation is prudent to prevent additional collapse of the structure.
The majority of the BEP vendors listed under the NIGP code used were all up in Northern Illinois or Chicago area.
The damage was severe to the residential home and contractor needed to stabilize the damage right away. The
vendor selected is local and familiar with the area and mine-related incidents that occur in the area.
This Emergency Purchase has an expected start date of 02/20/2023 through 05/20/23 with an Original Estimated
Cost of $28,000.00, using Federal Funds.
Signed By: JeanLance Range, AML Division Manager
Vendor: Gensini Excavating Notary Date: 2/22/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 23 3
Federal Cost: $28,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
21 Natural Resources, Department of File Date: 2/7/2023
Original Filing – 2/7/2023: FY23, Qtr 3, Item# 21
The Illinois Department of Natural Resources (DNR) requires emergency services at Fort Massac State Park located
in Massac County. Significant portions of the existing HVAC system at the Visitor’s Center have failed. The
HVAC system has long outlived its anticipated life expectancy and replacement parts are not easy to find; existing
controls are obsolete and will also need to be replaced.
The Fort Massac State Park – Visitor’s Center currently has no heat. Without working boilers, there exists a threat
to public health and safety (Illinois Procurement Code - 30 ILCS 500/20-30, Criteria A). Site staff are unable to
work in the building (they have been told to work from home) and the building has been closed to the public.
Furthermore, immediate expenditure is necessary for repairs to protect against further damage to the State property
(Illinois Procurement Code - 30 ILCS 500/20-30 – Criteria B); frozen water pipes will burst and damage the
Visitor’s Center necessitating costly repairs to the pipes, walls, and possibly require mold remediation if left long
enough.
The Agency is also concerned about irreplaceable artifacts on display at the Visitor’s Center.
The Agency would like
to move forward with replacing two (2) 199,000 BTUH boilers at the Visitor’s Center (approximately 7,000 SF).
Associated work to replace the two (2) boiler units also includes removal and installation air handlers located in the
Visitor’s Center attic, hot water coils, condensate pans, dual stage condensing units, return air ducts, existing
thermostats. Additionally, the project will include connecting to existing hot water lines, removal of old refrigerant,
installation of new refrigerant, air ductwork, filter grilles, and return air devices. Lastly, the project will include
removal of failed equipment & construction debris (per relevant EPA regulations), repairs to the damaged museum
celling (including finish-and-paint to match), and an hour of training for site staff on how to maintain the new
system.
IDNR contacted Heartland Mechanical Contractors, Inc. with a list of BEP vendors within 50 miles of the project
site for the Vendor to contact to subcontract. At this time, a BEP Subcontractor has not been identified to work on
this project. The Vendor will continue to attempt to work with the State of Illinois to identify a possible BEP firm
to meet this requirement.
This Emergency Purchase has an expected start date of 02/07/2023 through 05/08/2023 with an Original Estimated
Cost of $160,000.00.
Signed By: Erick Huck, Div Manager
Vendor: Heartland Mechanical Contractors Notary Date: 2/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $160,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
22 Commerce and Economic Opportunity, Department of File Date: 2/9/2023
Original Filing – 2/9/2023: FY23, Qtr 3, Item# 22
Membership with the Delta Regional Authority (DRA) a State-Federal partnership established by Congress to
address poverty assistance to 16 distress counties in IL. This organization works to improve the lives of the 10
million people that live in the Delta Region. There will be a significant economic loss of State funds of $1.5 million if
this membership isn't paid.
This is annual association/membership dues. The Delta Regional Authority (DRA or Authority) is a state-federal
partnership of which Illinois is a member state. The Authority was established by Congress to address poverty in
the Mississippi Delta region. The organization is governed by delegates appointed by the member state governor.
The objective of the Delta Regional Authority is to help economically distressed communities leverage other federal
and state programs which are focused on basic infrastructure
development and transportation improvements, business development, and job training. As a key part of its effort
to improve the lives of Delta residents, the DRA operates a grant program in the eight states it serves. The Delta is
a unique region that suffers common and chronic economic barriers. These barriers have been identified and are being
removed in a comprehensive, systematic manner. Congress was seeking a sustainable institution to eliminate
poverty in the Delta, and the Delta Regional Authority is a critical
component of the solution. The economic benefit for this procurement approach will result in the addition of $1.5
million dollars to the State. The Delta Regional Authority has assisted in creating and retaining, approximately
36,000 jobs, which will generate more than $1 billion in salaries; it has also helped 23,000 families to get running
water and sewerage. The 252 counties and parishes covered by the Authority make up the most distressed area of
the country. The disparities between the Delta region and the nation as a whole are stark. Of the 252 counties
served, 250 have per capita income levels at or below the national average. The poverty rate in the region is 55
percent higher than the national rate. The Authority has launched a major diabetes awareness and prevention
program, serving people in all 252 counties and parishes of the region. Information technology and transportation
are other areas of emphasis as the Authority works to improve the region's economy. From asphalt highways to the
information superhighway, the Authority is working to come up with a comprehensive economic development plan
for the region. A regional Delta Leadership Institute is being conducted in coordination with the University of
Alabama.
The total value of this procurement was $117,229.31. This emergency contract is only $58,614.66 and half of the
total procurement cost because the membership cost is divided between IDOT and DCEO, which is above the small
purchase threshold. The other agency has paid their portion of the membership fee. DCEO needs to pay the
balance of $58,614.66
Membership dues are exempt. There is no other method available to the State at this time. The State will lose the
opportunity to obtain $1.5 million dollars of funding, a huge impact on the State. The Delta Regional Authority was
established by Congress and Federal funds are not accessible through any other means, therefore, it is imperative
for Illinois to participate with the Authority to address poverty in the Mississippi Delta region.
This Emergency Purchase has an expected start date of 02/09/2023 through 05/09/2023 with an Original Estimated
Cost of $58,614.66
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Signed By: Candyce Thompson, APO
Vendor: Delta Regional Authority Notary Date: 2/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $58,614.66 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
23 Capital Development Board File Date: 2/9/2023
Original Filing – 2/9/2023: FY23, Qtr 3, Item# 23
The scope of work provides for expedited design services to assess the IDPH Oakland Street Laboratory Roof to
include recommendations, short term repair options if feasible, as well as cost estimates and material lead time. The
scope of work may also include design services for short term roofing repair work and/or roofing replacement work,
subject to CDB approval in consultation with the CPO office.
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 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 02/09/2023 through 05/09/2023 with an Original Estimated
Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: Architechniques, Ltd Notary Date: 2/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
24 Capital Development Board File Date: 2/15/2023
Original Filing – 2/15/2023: FY23, Qtr 3, Item# 24
The scope of work provides for expedited construction services to assess the power outages at Joliet Treatment
Center and provide repair work to include resetting of fuse(s), walking the affected buildings to inspect major
electrical components to ensure they are in working order, purchase new generator batteries and test the generator(s)
for operation, and work with ComEd to ensure the main distribution power has been returned to service.
Additionally, the scope provides for the testing and rerouting of cables where needed, and re-energizing of
transformer(s) when deemed safe. A detailed report of findings, actions and recommendations shall be provided.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Services
provided under this procurement should not exceed $73,000, which is a place-holder prior to entering into a
Construction Contract, without prior authorization from the Capital Development Board in consultation with the
Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work with
its own staff. Work with own staff includes direct labor and supervision, as well as material purchases where the
material is installed by the contractor.
On Saturday, February 11, 2023, the Chief Procurement Office provided written authorization to move forward by
contacting a high voltage contractor to assess and provide repair work at Joliet Treatment Center under an
emergency declaration.
This Emergency Purchase has an expected start date of 02/15/2023 through 05/15/2023 with an Original Estimated
Cost of $73,000.00.
Signed By: Chris Miles, Exec II
Vendor: Block Co. Elec, Inc. Notary Date: 2/15/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $73,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
25 Southern Illinois University File Date: 3/1/2023
Original Filing – 03/01/2023: FY23, Qtr 3, Item# 25
University Athletics was in dire need of additional ground transportation due to current aging fleet issues. At this
time vehicles are generally unattainable, or are outrageously marked up in price. The SIUE Athletics department has
been diligently working to find vehicles that meet the department's budgetary requirements and are available for
immediate purchase. This vehicle is available to government purchasers, meets pricing, and meets specifications.
2023 Ford Starcraft Executive Shuttle
This Emergency Purchase has an expected start date of 02/28/2023 through 03/01/2023 with an Original Estimated
Cost of $114,110.00, usinguniversity Self Supporting Funds.
Signed By: Matt Brown, Dir of Purchases
Vendor: Midwest Transit Equipment Incorp. Notary Date: 3/1/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $114,110.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
26 Corrections, Department of File Date: 3/3/2023
Original Filing – 3/3/2023: FY23, Qtr 3, Item# 26
Vendor has previously provided correctional facilities with temporary boiler units and had availability to
immediately respond with the necessary equipment to quickly provide a temporary unit until boiler repairs or
replacement can be completed.
Vendor shall provide a 350HP boiler to Lawrence Correctional Center to provide heat in housing unit where current
boiler is inoperable and will be repaired or replaced. Temporary boiler will provide heat in housing units for
individuals in custody and staff which is required due to outside temperatures.
Need for heating is immediate in the housing unit at Lawrence Correctional Center. BEP participation was not
feasible due to the lack of heat in the housing unit. BEP will be used if needed to procure additional services.
This Emergency Purchase has an expected start date of 02/27/2023 through 05/27/2023 with an Original Estimated
Cost of $187,232.52.
Signed By: Sandy Robinson, II, Purchasing Manager
Vendor: Aggreko, LLC Notary Date: 3/3/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $187,232.52 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
27 Corrections, Department of File Date: 3/1/2023
Original Filing – 3/1/2023: FY23, Qtr 3, Item# 27
The Illinois Department of Corrections (IDOC) mission is to provide safe detention and active parolee monitoring
throughout the State. This effort provides safety to all communities. IDOC operates 24 hours per day, 365 days
per year and quick action is required at all times to manage a situation and transporting individuals back into
protective custody upon probationary violations when necessary.
Parole Officers must cover full range of the
State and transport individuals from municipal/and federal incarceration centers.
Employee vehicles are not safe
for this manner of transport as they do not have the safety features, such as, containment bars, emergency lighting,
and radio devices. When a vehicle is not available to transport individuals they must remain in custody of another
agency who is forced to cover the cost of incarceration.
Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is
incredibly difficult for the State. While there are vehicles on Joint Purchase Master Contract (JPMC), the
contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts and
other materials to build the vehicles. Prices have escalated dramatically, and manufacturers have canceled many of
the State's large orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order vehicles at the
increased pricing for the new model year (2023). In addition, the time that ordering windows for fleet vehicles are
open have been decreased dramatically (some as little as two weeks for the entire 2023 model year) so State agencies
cannot place orders.
IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans or mid-sized SUVs.
Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code
1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a "quick
purchase" in situations when "items are available on the spot market or at discounted prices for a limited time so
that good business judgment mandates a "quick purchase" immediately to take advantage of the availability and
price". The emergency spot market method of procurement was chosen over a competitive solicitation because of
the amount of time a competitive selection could take and given the current market environment, vehicle dealerships
are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.
The sole Business Enterprise Program Certified Vendor, Sutton Ford, Inc., did not have new or used police vehicles
in stock and was unable to provide any of the needed vehicles. IDOC then contacted John Jones Chevrolet in
Salem, Indiana, who was also unable to provide any vehicles.
IDOC conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that
vehicles available at Veto Enterprise, Inc. in Chicago, Illinois would be acceptable for the IDOC fleet, which was
affirmed by CMS. IDOC then contacted Veto Enterprise Inc. in Chicago, Illinois who was able to provide the
vehicles to IDOC.
IDOC conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that vehicles
available at Veto Enterprise, Inc. in Chicago, Illinois would be acceptable for the IDOC fleet, which was affirmed by
CMS. IDOC then contacted Veto Enterprise Inc. in Chicago, Illinois who was able to provide the vehicles to
IDOC.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
IDOC will acquire 40 police vehicles (mid-size sedans and mid-size SUVs.) These vehicles will include the needed
accessories that will include light kits, security cages, radio decks.
This Emergency Purchase has an expected start date of 02/27/2023 through 05/26/2023 with an Original Estimated
Cost of $680,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Veto Enterprises, Inc. Notary Date: 3/1/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $680,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
28 Children and Family Services, Department of File Date: 12/27/2022
Original Filing – 12/27/2022: FY23, Qtr 3, Item# 28
DCFS was able to acquire 34 vehicles, 8 (25%) of which are Hybrid (HEV) compact SUVs (38 City/38 Hwy/38
Combined MPG). The 26 remaining vehicles are gasoline powered:
5 Compact Sedans - 33 City/42 Hwy/37 Combi MPG
3 Midsize Sedans - 28 City/38 Hwy/32 CombineMPG
18 Compact SUVs: 11 at 30 City/35 Hwy/32 Combined MPG and 7 at 29 City/33 Hwy/31 Combined MPG
A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:
071-04 Aubiles
071-80 SUV Type Vehicles
Of the three BEP Certified Vendors, only one is a dealer of new and unused vehicles, Sutton Ford, Inc. The
remaining two are a used car dealer and the other performs fabrication of vehicle bodies.
Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract (JPMC) vendor for Police
Pursuit SUVs and was the first vendor contacted by DCFS. Sutton Ford was unable to provide any of the needed
vehicles.
Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:
Sedans – Compact: No JPMC Contra
Sedans – Midsize: No JPMC Contract
SUVs – Compact: Model Year 2023 Order Cut-off passed
P-37575 - JPMC Passenger Sport Utility Vehicles (SUV) - Landmark Ford
Electric (BEV) - Ford
Mustang Mach-E
P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Escape SE
Plug-In Hybrid (PHEV) - Ford Escape SE
SUVs – Midsize: Model Year 2023 Order Cut-off has passed
P-37576 - JPMC Passenger Sport Utility
Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Explorer Limited
Flex Fuel - Ford
Explorer Base
Minivans – 7 Passenger: Model Year 2023 Order Cut-off has passed
P-40356 - JPMC Vans - 7 Passenger
Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L
Gasoline - Chrysler Pacifica Touring
This Emergency Purchase has an expected start date of 12/27/2022 through 03/27/2023 with an Original Estimated
Cost of $100,000.00.
Signed By: Will Blount-Stephens, APO
Vendor: Green Lincoln dba Green Hyundai Notary Date: 12/27/2022
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
29 Central Management Services, Department of File Date: 11/17/2022
Original Filing – 11/17/2022: FY23, Qtr 3, Item# 29
In order to meet statutory requirements, it has been determined that replacement of the entire system is in the best
interest of the State. Based on the lack of success in replacing the satellite controller, IOCI contacted the vendor
who installed the current satellite transmission equipment in the early 1990s to request a quote. The vendor was
able to access their records and has a good understanding of the location of the equipment and what is needed to
meet the State's needs and the vendor was willing to provide a quote for the new equipment.
The BEP goals calculated at 0% as there are no BEP vendors certified under NIGP Codes:
726-54
Ground Stations, Satellite: Transmit/Receive and Receive Only (Including Antennas)
840-20 Broadcast Equipment, Television
840-45 Satellite Receiver Dish (Video)
Due to the recently recognized requirement of a crane being needed to remove the original satellite as well as
installing the new satellite once the construction has been completed and the previous Emergency contract extension
was not executed, we are doing a new Emergency which includes the estimated cost of the crane. It is estimated as
we are unsure how many days it will actually be needed. The cost of the satellite itself will be paid under the old
Emergency P-41130 and cost of the removal, installation and crane will be covered under this new Emergency.
Civil Engineering:
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:
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.
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 frame.
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, quantity 2.
5. Forced air (or equivalent) dish deicing system with local and remote
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
controls.
6. System design, checkout, performance analysis, warranty.
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 grounding kit.
10. Crane will be
brought in for 1-2 days to remove the original unit and then brought in again for another 1-2 days to install the new
equipment once the construction is completed.
NIGP 72654 yielded no BEP Vendors registered with the State of Illinois. Therefore, no opportunity presents
itself for BEP participation.
This Emergency Purchase has an expected start date of 11/16/2022 through 02/14/2023 with an Original Estimated
Cost of $144,766.00.
Signed By: Martha Blackwell, Manager
Vendor: Comm & Power Industries LLC/Satcom & Antenna Tech Notary Date: 11/17/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $144,766.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
30 Human Services, Department of File Date: 2/17/2023
Original Filing – 2/17/2023: FY23, Qtr 3, Item# 30
Another vendor was already on site to remove flood water and saturated carpet, but that vendor was already
committed elsewhere, and was unable to commit to any of the work still needing to be done. Several vendors were
called by our Chief Engineer but were unavailable or never returned calls. Only Stone Group was able to come out
and continue the work needed immediately. Bid was not published prior as emergent nature of incident were as
such that specifics as to services and costs to what would be needed to complete the repairs and renovations after
the flooding were not known prior to incident, and facility was unaware of State Emergency Purchase Guidelines
requiring submission of procurement within 3 days rather than upon receipt of invoice.
Emergency remediation/ renovation services - Kilbourne North End : Removal of the carpet glue on terrazzo floors
in all affected offices and hallways, sealing of the floors, replacement of Vinyl base and floor boards, and painting of
all the rooms and hallways affected. : In FTP Program building Library - Saturated Carpet tear out and disposal,
Carpet glue removal, VCT tile replacement, 6 Vinyl Base replacement, and Shelving disassembly and reassembly.
Several other Vendors were called by the Chief Engineer but were either unavailable or didn't respond.
This Emergency Purchase has an expected start date of 12/27/22 through 03/28/2023 with an Original Estimated
Cost of $1160,483.44.
Signed By: Jean Sandstrom, APO
Vendor: Stone Group Notary Date: 2/17/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $160,483.44 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
31 Central Management Services, Department of File Date: 3/14/2023
Original Filing – 3/14/2023: FY23, Qtr 3, Item# 31
The vendor was chosen due to their extensive past work, familiarity and expertise with the sytem involved and
proximity to the location. The vendor was the contract holder under P-16276, Chiller HVAC Svcs MABB, Chicago
Med Center until the contract expired on 2-28-2023. The vendor is located within 5 miles on the facility where
emergency repair is required. We have JPMC contracts for HVAC and Chiller routing for execution but cannot wait
for them.
Estimated cost equipment and labor to repair the compressor in the computer server room at the Michael A Bilandic
Building.
Statewide, there are 11 BEP vendors under NIGP Code 910-36. However, we need an immediate repair as the
temperature is reaching critical stage of shut-down, we did not believe using a BEP vendor who is not familiar with
the massive system was the correct choice. We did not believe we had the time to spare to call around and find
someone. We chose The Stone Group due to their experience in the repair of the MABB HVAC system from P-
16276.
This Emergency Purchase has an expected start date of 03/14/2023 through 06/12/2023 with an Original Estimated
Cost of $25,000.00.
Signed By: Martha Blackwell, FP Manager
Vendor: The Stone Group Notary Date: 3/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
32 Capital Development Board File Date: 3/13/2023
Original Filing – 3/13/2023: FY23, Qtr 3, Item# 32
The boilers were part of the original construction in 2001. Two of the operational boilers have patches on them
which are not holding,and water is leaking heavily out of the bottom of the boilers. The other two boilers have been
condemned. Heavy corrosive buildup and the decay on the copper components within the tanks on the hot water
heaters have caused them to not work properly which recently caused portions of the Individuals in Custody to go
without showers for several days. With the heavy corrosion of calcium, the circulation pumps do not work
properly, and the facility has spent over $65,000 since October 2022 to correct the water circulation issue and has
not been successful. The piping valves no longer work correctly which is compounding the issue to get hot water to
all the housing units.
Therefore, IDOC has requested CDB's assistance to replace all necessary equipment in the boiler houses under an
emergency declaration. 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/ replacement work under the existing processes would likely not begin for several months. For
this reason, an emergency purchase is necessary to provide expedited engineering services to support the
repair/replacement of all necessary equipment in the boiler houses
as quickly as possible in order to provide proper heat and hot water to the cell houses. Additionally, to alleviate
calcium concerns at the facility, CDB is in the process of providing water softeners under CDB Project No.: 120-
295-018.
Clark Dietz, Inc., located in Champaign, IL, was selected because they have experience working with CDB and IL
Dept. of Corrections with the mechanical expertise to provide the design services for the project, and they have the
resources to provide expedited design services
The scope of work provides for expedited design services to assess and replace the heating boilers, and associated
controls, pumps, selected piping, insulation, and accessories. Additionally, the scope includes the replacement of
domestic water heaters, storage tanks, controls, pumps, selected piping, insulation, and accessories. Associated
Electrical, General, and/or other supporting work may be required. The A/E is also to determine whether any
immediate temporary repairs can be implemented.
The A/E will need to determine if any components of this project are eligible for a utility company or other energy
grant or rebate and will be responsible for preparing and submitting the grant application if the project qualifies for
the rebate.
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 section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
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 03/13/2023 through 06/10/2023 with an Original Estimated
Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Clarke Dietz, Inc. Notary Date: 3/13/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
33 State Police, Illinois File Date: 3/8/2023
Original Filing – 3/8/2023: FY23, Qtr 3, Item# 33
This vendor is already been in contact with CMS
Ordering of 17 2023 Chevrolet Equinox SUV's
A 0% goal was calculated and approved by BEP for this procurement.
This Emergency Purchase has an expected start date of 03/08/2023 through 06/05/2023 with an Original Estimated
Cost of $170,800.00.
Signed By: Col. Kelly Walter, Deputy Director
Vendor: Miles Chevrolet Notary Date: 3/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $170,800.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
34 Natural Resources, Department of File Date: 3/14/2023
Original Filing – 3/14/2023: FY23, Qtr 3, Item# 34
Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.
IDNR submitted multiple requisitions to Central Management Services (CMS) to purchase 40+ trucks off of this
contract however CMS denied them and Morrow Brothers was unable to confirm if current orders would be
fulfilled.
On March 6, 2023 IDNR procurement contacted Morrow Brothers Ford to inquire about current lead times on
trucks. They advised that that severe supply chain constraints still exist and that Ford has not scheduled build
dates for a large amount of trucks ordered by multiple state agencies.
IDNR procurement in consultation with the Office of Law Enforcement identified Two (2) F-150's available at
Heller Ford Sales, Inc in El Paso, IL that would partially meet the need and quickly started conversations to secure
them.
Two (2) Ford F-150's
There are two (2) Ford F-150's currently on the Vendor's lot. There is no opportunity to include Business
Enterprise Program contractors on this purchase. The current Master Contract did not contain a BEP
subcontracting goal requirement nor is the one (1) BEP vendor registered under NIGP Code 072-02, Class 2 Trucks,
a dealership.
This Emergency Purchase has an expected start date of 03/11/2023 through 05/31/2023 with an Original Estimated
Cost of $99,094.52.
Signed By: Eric Michael, Procurement Manager
Vendor: Heller Ford Sales Notary Date: 3/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $99,094.52 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
35 Corrections, Department of File Date: 3/15/2023
Original Filing – 3/15/2023: FY23, Qtr 3, Item# 35
The Illinois Department of Corrections (IDOC) mission is to provide safe detention and active parolee monitoring
throughout the State. This effort provides safety to all communities. IDOC operates 24 hours per day, 365 days
per year and quick action is required at all times to manage a situation and transporting individuals back into
protective custody upon probationary violations when necessary.
Parole Officers must cover full range of the
State and transport individuals from municipal/and federal incarceration centers.
Employee vehicles are not safe
for this manner of transport as they do not have the safety features, such as, containment bars, emergency lighting,
and radio devices. When a vehicle is not available to transport individuals they must remain in custody of another
agency who is forced to cover the cost of incarceration.
Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is
incredibly difficult for the State. While there are vehicles on Joint Purchase Master Contract (JPMC), the
contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts and
other materials to build the vehicles. Prices have escalated dramatically, and manufacturers have canceled many of
the State's large orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order vehicles at the
increased pricing for the new model year (2023). In addition, the time that ordering windows for fleet vehicles are
open have been decreased dramatically (some as little as two weeks for the entire 2023 model year) so State agencies
cannot place orders.
IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans, mid-sized SUVs and
passenger vans. Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill.
Adm. Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a
"quick purchase" in situations when "items are available on the spot market or at discounted prices for a limited
time so that good business judgment mandates a "quick purchase" immediately to take advantage of the availability
and price". The emergency spot market method of procurement was chosen over a competitive solicitation because
of the amount of time a competitive selection could take and given the current market environment, vehicle
dealerships are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.
The sole Business Enterprise Program Certified Vendor, Sutton Ford, Inc., did not have new or used passenger
vans in stock and was unable to provide any of the needed vehicles. The JPMC contract holder Landmark Ford,
Inc. did not have any vehicles in stock. IDOC conferred with the Central Management Services Division of Vehicles
(CMS DOV) to confirm that vehicles available at Isringhausen Imports in Springfield, IL. would be acceptable for
the IDOC fleet, which was affirmed by CMS. IDOC then contacted Isringhausen Imports in Springfield, Illinois
who was able to provide the vehicles to IDOC.
IDOC will acquire one (1) passenger vans. These vehicles will include the needed safety locking features to prevent
individuals from exiting the vehicles without permission and have space accessories that will include light kits,
security cages, radio decks.
The Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIPG
Codes:
071-92 - Vans, Passenger, Regular and Handicap Equipped
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Landmark Ford, Inc. (Landmark) is the current CMS Joint Purchase Master Contract (JPMC) vendor for
Passenger and Cargo Vans and was the first vendor contacted by IDOC. Landmark was unable to provide any of
the needed vehicles.
This Emergency Purchase has an expected start date of 03/15/2023 through 06/13/2023 with an Original Estimated
Cost of $80,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Isringhausen Imports Notary Date: 3/15/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $80,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
36 Central Management Services, Department of File Date: 3/20/2023
Original Filing – 3/20/2023: FY23, Qtr 3, Item# 36
The vendor was chosen due to familiarity of the complex system and proximity to the location. The vendor was the
contract holder under P-33681, Fire Sprinkler Repair J0205 JRTC until the contract expired on 06/03/22. The
vendor has a location in Chicago and due to their familiarity of the complex system, they would be able to provide
immediate service without delay.
The repairs will be to a leaking pipe that is part of the Fire Pump System which maintains the integrity to the
existing Fire Suppression System that provides 24/7 Fire Protection for the entire JRTC. If not corrected quickly
this could cause the entire sprinkler system to go off soaking everything.
Statewide, there are 50 BEP Registered Vendors in Illinois, with 12 having a Chicago address. However, due to the
immediate need of repair, we selected the Vendor who was already familiar with the system and did not need time to
familiarize itself to the system which could have potentially left the building without a Fire Suppression System
during the downtime or extensive damage if the sprinklers went off.
This Emergency Purchase has an expected start date of 03/18/2023 through 03/16/2023 with an Original Estimated
Cost of $20,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Johnson Controls Fire Protection LP Notary Date: 3/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $20,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
37 Corrections, Department of File Date: 3/14/2023
Original Filing – 3/14/2023: FY23, Qtr 3, Item# 37
Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is incredibly
difficult for the State. While there are vehicles on Joint Purchase Master Contract (JPMC), the contracted vendors
are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts and other materials to
build the vehicles. Prices have escalated dramatically, and manufacturers have canceled many of the State's large
orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order vehicles at the increased pricing for
the new model year (2023). In addition, the time that ordering windows for fleet vehicles are open have been
decreased dramatically (some as little as two weeks for the entire 2023 model year) so State agencies cannot place
orders
IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans, mid-sized SUVs and
passenger vans. Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill.
Adm. Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a
"quick purchase" in situations when "items are available on the spot market or at discounted prices for a limited
time so that good business judgment mandates a "quick purchase" immediately to take advantage of the availability
and price". The emergency spot market method of procurement was chosen over a competitive solicitation because
of the amount of time a competitive selection could take and given the current market environment, vehicle
dealerships are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.
The sole Business Enterprise Program Certified Vendor, Sutton Ford, Inc., did not have new or used passenger
vans in stock and was unable to provide any of the needed vehicles. The JPMC contract holder Landmark Ford,
Inc. did not have any vehicles in stock.
IDOC conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that vehicles
available at Morrow Brothers Ford, Inc. would be acceptable for the IDOC fleet, which was affirmed by CMS.
IDOC then contacted Morrow Brothers Ford, Inc. in Greenfield, Illinois who was able to provide the vehicles to
IDOC.
IDOC will acquire four (4) transit passenger vans. These vehicles will include the needed safety locking features to
prevent individuals from exiting the vehicles without permission and have space accessories that will include light
kits, security cages, radio decks.
The Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIPG
Codes:
071-92 - Vans, Passenger, Regular and Handicapped Equipped
Landmark Ford, Inc. (Landmark) is the
current CMS Joint Purchase Master Contract (JPMC) vendor for Passenger and Cargo Vans and was the first
vendor contacted by IDOC. Landmark was unable to provide any of the needed vehicles.
Landmark Ford, Inc (Landmark) is the current CMS Joint Purchase Master Contract (JPMC) vendor for Passenger
and Cargo Vans and was the first vendor contacted by IDOC. Landmark was unable to provide any of the needed
vehicles. 22-416CMS-BOSS4-P-40355
This Emergency Purchase has an expected start date of 03/14/2023 through 06/12/2023with an Original Estimated
Cost of $287,520.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Signed By: Jacenta Wilson, APO
Vendor: morrow Brothers Ford Notary Date: 3/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $287,520.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
38 Southern Illinois University File Date: 3/23/2023
Original Filing – 3/23/2023: FY23, Qtr 3, Item# 38
FP #M012218, PO 129870, awarded Otis Elevator Company elevator maintenance and repair from July 1, 2018 to
June 30, 2023.
Emergency brakes for traction elevators. 'Ascending car over speed protection device' installation for eleven
elevators in the Towers (Mae Smith 5,6,8, Neely 1,2,3,4, and Schneider 1,2,3,4.
One of the elevators went through the top floor without stopping, causing damage to the building.
RFP #M012218 awards Otis Elevator Company elevator maintenance and repair for SIU - Carbondale. The state
contract does not use a vendor who presently works on, or is familiar with, the Universities elevators.
This Emergency Purchase has an expected start date of 05/22/2023 through 08/22/2023 with an Original Estimated
Cost of $136,598.00, using Non-appropriated sources, with ultimate funding from residential hall funds.
Signed By: Susan Zamora, Director
Vendor: Otis Elevator Company Notary Date: 3/23/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $136,598.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
39 Corrections, Department of File Date: 3/20/2023
Original Filing – 03/20/2023: FY23, Qtr 3, Item# 39
Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is incredibly
difficult for the State. While there are vehicles on Joint Purchase Master Contract (JPMC), the contracted vendors
are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts and other materials to
build the vehicles. Prices have escalated dramatically, and manufacturers have canceled many of the State's large
orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order vehicles at the increased pricing for
the new model year (2023). In addition, the time that ordering windows for fleet vehicles are open have been
decreased dramatically (some as little as two weeks for the entire 2023 model year) so State agencies cannot place
orders.
IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans or mid-sized SUVs.
Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code
1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a "quick
purchase" in situations when "items are available on the spot market or at discounted prices for a limited time so
that good business judgment mandates a "quick purchase" immediately to take advantage of the availability and
price". The emergency spot market method of procurement was chosen over a competitive solicitation because of
the amount of time a competitive selection could take and given the current market environment, vehicle dealerships
are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.
The sole Business Enterprise Program Certified Vendor, Sutton Ford, Inc., did not have new or used police
vehicles in stock and was unable to provide any of the needed vehicles.
IDOC conferred with the Central
Management Services Division of Vehicles (CMS DOV) to confirm that vehicles available at Bob Ridings, Inc would
be acceptable for the IDOC fleet, which was affirmed by CMS. IDOC then contacted Bob Ridings, Inc. who was
able to provide the vehicles to IDOC.
IDOC will acquire 50 police vehicles (mid-size sedans and mid-size SUVs.) These vehicles will include the needed
accessories that will include light kits, security cages, radio decks.
The Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIPG
Codes:
071-04 - Automobiles
Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract
(JPMC) vendor for Police Pursuit SUVs and was the first vendor contacted by IDOC. Sutton Ford was unable to
provide any of the needed vehicles.
Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract (JPMC) vendor for Police Pursuit
SUVs and was the first vendor contacted by IDOC. Sutton Ford was unable to provide any of the needed vehicles.
22-416CMS-BOSS4-P-41049
This Emergency Purchase has an expected start date of 03/20/2023 through 06/16/2023 with an Original Estimated
Cost of $850,000.00.
Signed By: Jacenta Wilson, APO
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Vendor: Bob Ridingd Inc. Notary Date: 3/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $850,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
40 Corrections, Department of File Date: 3/20/2023
Original Filing – 3/20/2023: FY23, Qtr 3, Item# 40
IDOC sought to purchase 30-40 vehicles via the spot market, including mid-sized Sedans or mid-sized SUVs.
Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code
1.2030(c)] provide that the use of the Emergency method of source selection may be used to make a "quick
purchase" in situations when "items are available on the spot market or at discounted prices for a limited time so
that good business judgment mandates a "quick purchase" immediately to take advantage of the availability and
price". The emergency spot market method of procurement was chosen over a competitive solicitation because of
the amount of time a competitive selection could take and given the current market environment, vehicle dealerships
are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.
The sole Business Enterprise Program Certified Vendor, Sutton Ford, Inc., did not have new or used police
vehicles in stock and was unable to provide any of the needed vehicles.
IDOC conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that vehicles
available at Landmark Ford, Inc. would be acceptable for the IDOC fleet, which was affirmed by CMS. IDOC then
contacted Landmark Ford, Inc. who was able to provide the vehicles to IDOC.
IDOC will acquire 50 police vehicles (mid-size sedans and mid-size SUVs.)
The Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIPG
Codes:
071-04 - Automobiles
Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract
(JPMC) vendor for Police Pursuit SUVs and was the first vendor contacted by IDOC. Sutton Ford was unable to
provide any of the needed vehicles.
Sutton Ford, Inc. (Sutton) is the current CMS Joint Purchase Master Contract (JPMC) vendor for Police Pursuit
SUVs and was the first vendor contacted by IDOC. Sutton Ford was unable to provide any of the needed vehicles.
22-416CMS-BOSS4-P-41049
This Emergency Purchase has an expected start date of 03/20/2023 through 06/16/2023 with an Original Estimated
Cost of $850,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Landmark Ford Notary Date: 3/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $850,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
41 Natural Resources, Department of File Date: 3/20/2023
Original Filing – 3/20/2023: FY23, Qtr 3, Item# 41
Morrow Brothers Ford, Inc holds the Master Contract for Light, Medium and Heavy Duty Trucks (21-416CMS-
BOSS4-P-29479). IDNR was unable to secure 2023 model year trucks off of this contract due to a delay in
processing as well as supply chain and manufacturing constraints at Ford, Inc. Morrow Brothers Ford has secured
eight (8) 2022 F-150's for IDNR but they are only available for a limited time. Multiple state agencies are
purchasing vehicles where ever they can be found under emergency authorization and IDNR needs to act quickly to
ensure the department receives them.
Eight (8) Ford F-150's.
There are eight (8) Ford F-150's currently on the Vendor's lot. There is no opportunity to include Business
Enterprise Program contractors on this purchase. The current Master Contract did not contain a BEP
subcontracting goal requirement nor is the one (1) BEP vendor registered under NIGP Code 072-02, Class 2 Trucks,
an authorized dealership.
IDNR has been unable to secure vehicles for three plus years due to supply chain constraints caused by the
Covid19 pandemic which continue today. The window to place orders for model year 2023 trucks has closed and
Ford, Inc has notified Morrow Brothers Ford that current orders are being canceled. Morrow Brothers Ford has
secured eight (8) model year 2022 F-150's for IDNR but they are not available at the Master Contract pricing.
This Emergency Purchase has an expected start date of 03/20/2023 through 05/31/2023 with an Original Estimated
Cost of $412,080.00, using both State and Federal Funds.
Signed By: Eric Michael, Procurement Manager
Vendor: Morrow Brothers Ford, Inc. Notary Date: 3/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $412,080.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
42 Military Affairs, Department of File Date: 2/16/2023
Latest Filing - 02/16/2023: FY23, Qtr 3, Item# 42
An Actual Total Cost of $64,657.10 was reported in the same filing quarter.
Original Filing – 12/28/2022: FY23, Qtr 3, Item# 200
Vendor has performed similar services for this unit in the past and was available to respond upon contact to assess
the situation at the facility. It was crucial for work to begin immediately to prevent further damage to the facility.
Water mitigation to prevent further damage and mold build-up from water line break. Vendor will relocate contents
from affect area. Asbestos testing will be conducted on adhesive. All carpeted areas will be extracted and treated
with anti-microbial solution. 24 inches of affected walls will be removed and humidifiers and air movers set up to
dry out the affected areas.
This Emergency Purchase has an expected start date of 12/27/2022 through 03/24/2023 with an Original Estimated
Cost of $75,100.00, using Federal Funds.
Signed By: Scott Eldridge, Exec 1
Vendor: Servicemaster Notary Date: 12/28/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 3
Federal Cost: $75,100.00 $64,657.10
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
43 Capital Development Board File Date: 3/20/2023
Latest Filing - 03/20/2023: FY23, Qtr 3, Item# 43
An Actual Total Cost of $30,349.50 was reported in the same filing quarter.
Original Filing – 12/20/2022: FY23, Qtr 3, Item# 205
The scope of work provides for expedited construction services for temporary roofing protection/shoring work at
Building C0202-Detention Bldg.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and design
documents provided by the A/E of record. Services provided under this procurement should not exceed
$100,000.00, 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 2022-23 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 12/19/2022 through 03/18/2023 with an Original Estimated
Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Sterling Commercial Roofing Notary Date: 12/20/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $30,349.50 $30,349.50 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
44 Capital Development Board File Date:
Second Filing - 03/07/2023:FY23, Qtr 3, Item# 44
An Emergency Purchase Extension was received on March 7, 2023 in the same filing quarter, requesting an extension
for dates starting 03/19/2023 to 07/30/2023. The extension expenditure is not assessed and will be charged for time
only.
Original Filing – 12/20/2022: FY23, Qtr 3, Item# 207
The scope of work provides for expedited construction services to replace 3 boiler feedwater pumps, including
ancillary electrical,piping and asbestos abatement work, at Dixon Correctional Center. Work shall also include a 3
month rental of a stand-by pump, should complete failure of the existing pumps occur.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and design
documents provided by the A/E of record. Services provided under this procurement should not exceed
$360,000.00, 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 2022-23 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 12/20/2022 through 03/19/2023 with an Original Estimated
Cost of $360,000.00.
Signed By: Chris Miles, Exec II
Vendor: Commercial Mechanical Inc Notary Date: 12/20/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $360,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
45 Corrections, Department of File Date: 2/2/2023
Latest Filing – 02/02/2023: FY23, Qtr 3, Item# 45
An Actual Total Cost of $45,200.00 was reported in the same filing quarter.
Original Filing – 10/25/2022: FY23, Qtr 3, Item# 214
Vendor is familiar with Stateville CC and had availability to immediately respond with the necessary equipment to
quickly provide a temporary fix until boiler repairs can be conducted.
he rental of two 16-Stall Shower trailers. The boiler system providing hot water to Stateville CC has gone down.
The water temperatures are hovering around 60 degrees Fahrenheit. This is not enough to properly sanitize dietary
utensils nor is hot enough for the men to clean themselves.
Situation is immediate and dire and BEP participation was not feasible at this time.
This Emergency Purchase has an expected start date of 10/24/2022 through 01/20/2023 with an Original Estimated
Cost of $159,600.00.
Signed By: Jacenta Wilson, APO
Vendor: Pro Kleen Notary Date: 10/28/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $159,600.00 $45,200.00 $45,200.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
46 Innovation & Technology, Department of File Date: 3/14/2023
Second Filing - 3/14/2023: FY23, Qtr 3, Item #46
On March 14, 2023, an Emergency Purchase Extension was received in the same filing quarter, reporting an
extension for dates starting 3/19/2023 to 09/15/2023 at an additional estimated cost of $5,000,000.00, revising the
total estimated cost to $7,000,000.00.
Original Filing – 12/15/2022: FY23, Qtr 3, Item# 215
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
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.
This Emergency Purchase has an expected start date of 12/19/2022 through 03/18/23 with an Original Estimated
Cost of $2,000,000.00.
Signed By: Van P Austin, APO
Vendor: Com Mircofilm Co. Notary Date: 12/15/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $7,000,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
47 University of Illinois Chicago File Date: 1/9/2023
Latest Filing – 01/09/2023: FY23, Qtr 3, Item# 47
An Actual Total Cost of $160,675.00 was reported in the same filing quarter.
Original Filing – 12/22/22: FY23, Qtr 3, Item# 222
A fully refurbished/reconditioned Biacore T200 unit with warranty is only available on the spot market and not
currently available from any other vendor. Purchasing a refurbished unit will cost about 50% less than a new unit.
At this time, a refurbished/reconditioned unit is only available from Certified Genetool Incorporated.
The Surface Plasmon Resonance (SPR) is needed for characterizing and measuring the interactions between emerging
viral surface proteins with their ligands (aptamer, antibody, nanobody, etc.).
This Emergency Purchase has an expected start date of 12/22/2022 through 12/22/2022 with an Original Estimated
Cost of $160,675.00.
Signed By: Aaron Finder, Asst Director of Purchasing
Vendor: Certified Genetool Incorp Notary Date: 12/22/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $160,675.00 $160,675.00 $160,675.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
48 Central Management Services, Department of File Date: 3/7/2023
Latest Filing – 03/07/2023: FY23, Qtr 3, Item# 48
An Actual Total Cost of $16,500.00 was reported in the same filing quarter.
Original Filing – 01/11/2023: FY23, Qtr 3, Item# 225
Owens Abatement, LLC (Owens) is the recommended vendor provided by the vendor (Farmers Environmental
Services) that provided the initial Mold Inspection Report on September 28, 2022. Owens provided a quote on
October 6, 2022 for remediation services based upon the mold remediation needs that were known at that time. On
September 20, 2022 the entire facility was vacated, therefore, the estimated cost of this emergency contract exceeds
the October 6, 2022 quote because the scope of this solicitation is to perform the remediation based on the October
6, 2022 quote and to perform a facility wide inspection and subsequent mold remediation services if more mold is
discovered.
All labor and materials for mold remediation services at 1154 Shawnee College Road, Ullin, IL 62992
Estimated
to include set up and isolation of infected areas High Efficiency Particulate Air vacuuming of tiles, walls floors,
furniture and furnishings Wet microbial wipe cleaning of all surfaces. Cleaning of carpets Removal and Disposal
There are 38 Vendors under NIGP 92678 and all are in Cook, Will, or DuPage counties, except those out of the State
of Illinois. As Ullin is in Pulaski county at the bottom of the state, the vendor chosen was the best choice.
This Emergency Purchase has an expected start date of 01/07/2023 through 04/07/2023 with an Original Estimated
Cost of $65,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Owens Abatement Notary Date: 1/11/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $65,000.00 $16,500.00 $16,500.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
49 Central Management Services, Department of File Date: 3/10/2023
Latest Filing – 03/10/2023: FY23, Qtr 3, Item# 49
An Actual Total Cost of $147,170.00 was reported in the same filing quarter.
Original Filing – 1/30/2023: FY23, Qtr 3, Item# 228
CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide all
necessary vehicles to the different state agencies.
Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is incredibly
difficult for the State. While there are vehicles on Joint Purchase Master Contract (JPMC), the contracted vendors
are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts and other materials to
build the vehicles. Prices have escalated dramatically, and manufacturers have canceled many of the State's large
orders for model years 2021 and 2022 vehicles, forcing State
agencies to re-order vehicles at the increased pricing for the new model year (2023). In addition, the time that
ordering windows for fleet vehicles are open have been decreased dramatically (some as little as two weeks for the
entire 2023 model year) so State agencies cannot place orders against the JPMCs for the model year if the ordering
window has opened and closed and must seek other means to procure the needed vehicles.
DOV and CMS BOSS have been scrambling for vehicles, including compact Sedans or SUVs, Midsize Sedans,
Passenger Minivans, large passenger vans and Midsize SUVs. The fleet has been diminished so much that we were
forced to look for vehicles on lots that are deliverable immediately. Section 20-30(d) of the Illinois Procurement
Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency
method of source selection may be used to make a "quick purchase" in situations when "items are available on the
spot market or at discounted prices for a limited time so that good business judgment mandates a "quick purchase"
immediately to take advantage of the availability and price". The emergency spot market method of procurement
was chosen over a competitive solicitation because of the amount of time a competitive selection could take and
given the current market
environment, vehicle dealerships are unlikely to hold vehicles on their lots without a guarantee of award.
CMS gave preference to Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid (PHEV) vehicles* offered by dealerships.
There are currently not any Business Enterprise Program Certified Vendors registered for new and unused vehicles.
Sutton Ford previously had this certification but does not at this time. CMS contacted Landmark Ford, Inc, Sutton
Ford, Bob Ridings Taylorville and Morrow Brothers Ford who hold state contracts for specific types of vehicles.
CMS was able to acquire 2 15 passenger vans for Department of Corrections
These 15 passenger vans are 3.5L PFDi V6 Flex-Fuel vehicles in order to comply with 30 ILCS 500/25-75.
A search of the BEP database yielded one BEP Vendor for vehicles under NIGP Codes:
071-91 VANS
The BEP Certified Vendor is not a dealer of new and unused vehicles. They are a transport service for non-
emergency medical services.
Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:
22-416CMS-BOSS4-P-40355- Landmark Ford
JPMC Vans- Passenger and Cargo
MY2023 orders are closed and vans will not be available until MY2024
CMS reached out to Landmark before anyone else for inventory. They were unable to supply 15 passenger vans at
this time.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Signed By: Mary Matheny, APO
Vendor: Morrow Brothers Ford, Inc. Notary Date: 1/30/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $147,170.00 $147,170.00 $147,170.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
50 Transportation, Department of File Date: 3/13/2023
Latest Filing – 03/13/2023: FY23, Qtr 3, Item# 50
An Actual Total Cost of $7,193.59 was reported in the same filing quarter.
Original Filing – 2/10/2023: FY23, Qtr 3, Item# 231
Bodine electric has the only electric motor rebuild/rewind facility in central Illinois. This is the first of 2 emergency
services. Bodine electric rebuilt one of the two electric motors to keep the pump house running on one pump until
both pumps and motors can be replaced under the second emergency purchase which we have not received the
estimate for yet.
The pump and motors at the Mt Pulaski pump house are failing. These pumps keep the viaduct on IL 121 from
flooding. If this location floods, there is no good detour to get around it. Services are needed to repair/replace the
pumps and motors.
This Emergency Purchase has an expected start date of 02/07/2023 through 05/05/2023 with an Original Estimated
Cost of $10,000.00.
Signed By: Steven Beran, Operations Engineer - Dist 6
Vendor: Bodine Electric of Decatur Notary Date: 2/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $7,193.59 $7,193.59 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
51 Corrections, Department of File Date: 3/1/2023
Second Filing - 12/18/2020: FY23, Qtr 3, Item #51
An Emergency Purchase Extension was received on March 1, 2023 in the same filing quarter, requesting an extension
for dates starting 03/2/2023 to 06/30/2023 at an additional estimated cost of $4,666,666.68, revising the total
estimated cost to $8,166,666.60.
Original Filing – 12/05/22: FY23, Qtr 3, Item# 233
Favorite Healthcare Staffing Inc has been providing multiple skill levels of nursing staff for the Illinois Department
of Corrections statewide.
The Illinois Department of Corrections assigned a BEP Goal of 8% to the emergency to assist with the inclusion of
Business Enterprise Program vendors.
The incumbent vendor Wexford Health Sources, Inc. has been unable to effectively recruit and fill nursing vacancies.
This has left the agency with critically low staffing levels at each of its correctional facilities.
This Emergency Purchase has an expected start date of 12/03/2022 through 03/02/2023 with an Original Estimated
Cost of $3,500,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Favorite Healthcare Staffing Inc. Notary Date: 12/5/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $3,500,000.00 $8,166,666.60 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
52 Central Management Services, Department of File Date: 3/2/2023
Latest Filing – 03/2/2023: FY23, Qtr 3, Item# 52
An Actual Total Cost of $34,405.00 was reported in the same filing quarter.
Original Filing – 1/20/2023: FY23, Qtr 3, Item# 237
CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide all
necessary vehicles to the different state agencies.
There are currently no Business Enterprise Program Certified Vendors registered for new and unused vehicles.
Sutton Ford previously had this certification but does not at this time. CMS contacted Landmark Ford, Inc, Sutton
Ford and Bob Ridings Taylorville who hold state contracts for specific types of vehicles. Bob Ridings holds the
contract for small and midsize SUV's which they had none available that met the contract specifications. However
they did have other cars that could meet the states immediate need. This was a ProMaster City Cargo Van.
CMS was able to acquire one (1) 2022 ProMaster City Cargo Van
A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:
071-04 Automobiles
071-80 SUV Type Vehicles
071-01 Class 1 Trucks (6,000 lb. GVWR or less)
071-02 Class 2 Trucks (6,001 - 10,000 lb. GVWR)
071-03 Class 3 Trucks (10,001 - 14,000 lb. GVWR)
Of the three BEP Certified Vendors, none are a dealer of new and unused vehicles.
Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:
Sedans – Compact: No JPMC Contra
Sedans – Midsize: No JPMC Contract
SUVs – Compact: Model Year 2023 Order Cut-off has passed
P-37575 - JPMC Passenger Sport Utility Vehicles (SUV) - Landmark Ford
Electric (BEV) - Ford Mustang Mach-E
P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV)
- Ford Escape SE
Plug-In Hybrid (PHEV) - Ford Escape SE
SUVs – Midsize: Model Year 2023 Order Cut-off has passed
P-37576 -
JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Explorer Limited
Flex Fuel - Ford Explorer Base
Minivans – 7 Passenger: Model Year 2023 Order Cut-off has passed
P-40356 - JPMC Vans - 7 Passenger
Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L
Gasoline - Chrysler Pacifica Touring
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Trucks- Light and Medium Duty- Order Cut Off 8-26-2023 for MY 2023
21-416CMS-BOSS4-P-29479- JPMC Trucks Light Medium and Heavy Duty
Gasoline Ford Ranger
Flex Fuel F150
Flex Fuel F250
Flex Fuel F350
This Emergency Purchase has an expected start date of 01/20/2023 through 04/20/2023 with an Original Estimated
Cost of $344,050.00.
Signed By: Mary Matheny, AAPO
Vendor: Bob Riding Ford Inc. Notary Date: 1/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $34,405.00 $34,405.00 $34,405.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
53 Central Management Services, Department of File Date: 2/28/2023
Latest Filing – 02/28/2023: FY23, Qtr 3, Item# 53
An Actual Total Cost of $1,141,810.00 was reported in the same filing quarter.
Original Filing – 1/19/2023: FY23, Qtr 3, Item# 238
CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide all
necessary vehicles to the different state agencies.
CMS gave preference to Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid (PHEV) vehicles* offered by dealerships. In
the event the Agency's needs were not met with Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid (PHEV) vehicles,
CMS considered gasoline vehicles to cover the unmet needs. As such, CMS requested a Motor Vehicle Exemption
from the Chief Procurement Officer per 30 ILCS 500/25-75.
CMS was able to acquire 23 vehicles
9 small SUV's - Escapes AVG MPG 28
1 Midsize SUV - 20 City/26 Hwy/22 Combined MP
13 Pick up Trucks-F150's V8 16 City/ 22 highway/ 18 combined, F150 Ecoboost 17 City/ 23 Highway/ 19
Combined
A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:
071-04 Automobiles
071-80 SUV Type Vehicl
072-01 Class 1 Trucks (6,000 lb. GVWor less)
072-02 Class 2 Trucks (6,001 - 10,000 lGVWR)
072-03 Class 3 Trucks (10,001 - 14,000 lb. GVWR)
Of the three BEP Certified Vendors, none are a dealer of new and unused vehicles.
Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:
Sedans – Compact: No JPMC Contract
Sedans – Midsize: No JPMC Contract
SUVs – Compact: Model Year 2023 Order Cut-off has passed
P-37575 - JPMC Passenger Sport Utility
Vehicles (SUV) - Landmark Ford
Electric (BEV) - Ford Mustang Mach-E
P-37576 - JPMC
Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Escape SE
Plug-In Hybrid (PHEV) - Ford Escape SE
SUVs – Midsize: Model Year 2023 Order Cut-off has passed
P-37576 - JPMC Passenger Sport Utility
Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Explorer Limited
Flex Fuel - Ford
Explorer Base
Minivans – 7 Passenger: Model Year 2023 Order Cut-off has passed
P-40356 - JPMC Vans - 7 Passenger
Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L
Gasoline - Chrysler Pacifica Touring
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Trucks- Light and Medium Duty- Order Cut Off 8-26-2023 for MY 2023
21-416CMS-BOSS4-P-
29479- JPMC Trucks Light Medium and Heavy Duty
Gasoline Ford Ranger
Flex Fuel F150
Flex Fuel F250
Flex Fuel F350
This Emergency Purchase has an expected start date of 01/20/2023 through 04/20/2023 with an Original Estimated
Cost of $1,141,810.00.
Signed By: Mary Matheny, AAPO
Vendor: Landmark Ford, INC Notary Date: 1/19/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,141,810.00 $1,141,810.00 $1,141,810.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
54 Central Management Services, Department of File Date: 3/2/2023
Latest Filing – 03/2/2023: FY23, Qtr 3, Item# 54
An Actual Total Cost of $201,845.00 was reported in the same filing quarter.
Original Filing – 1/20/2023: FY23, Qtr 3, Item# 239
CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide all
necessary vehicles to the different state agencies.
CMS was able to acquire four (4) 2022 Ford Explorers.
A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:
071-04 Automobiles
071-80 SUV Type Vehicl
071-01 Class 1 Trucks (6,000 lGVWR or less).
071-02 Class 2 Trucks (6,001 - 10,000 l GVWR)
071-03 Class 3 Trucks (10,001 - 14,000 lb. GVWR)
Of the three BEP Certified Vendors, none are a dealer of new and unused vehicles.
Current Relevant CMS JPMC Vehicle Contracts and the ordering status of each:
Sedans – Compact: No JPMC Contrac
Sedans – Midsize: No JPMC Contract
SUVs – Compact: Model Year 2023 Order Cut-off has passed
P-37575 - JPMC Passenger Sport Utility
Vehicles (SUV) - Landmark Ford
Electric (BEV) - Ford Mustang Mach-E
P-37576 - JPMC
Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Escape SE
Plug-In Hybrid (PHEV) - Ford Escape SE
SUVs – Midsize: Model Year 2023 Order Cut-off has passed
P-37576 - JPMC Passenger Sport Utility
Vehicles (SUV) - Bob Ridings Ford
Hybrid (HEV) - Ford Explorer Limited
Flex Fuel - Ford
Explorer Base
Minivans – 7 Passenger: Model Year 2023 Order Cut-off has passed
P-40356 - JPMC Vans - 7 Passenger
Plug-In Hybrid (PHEV) - Chrysler Pacifica Touring L
Gasoline - Chrysler Pacifica Touring
Trucks- Light and Medium Duty- Order Cut Off 8-26-2023 for MY 2023
21-416CMS-BOSS4-P-
29479- JPMC Trucks Light Medium and Heavy Duty
Gasoline Ford Ranger
Flex Fuel F150
Flex Fuel F250
Flex Fuel F350
This Emergency Purchase has an expected start date of 01/20/2023 through 04/20/2023 with an Original Estimated
Cost of $201,845.00.
Signed By: Mary Matheny, AAPO
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Vendor: Sutton Ford Inc. Notary Date: 1/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $201,845.00 $201,845.00 $201,845.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
55 Human Services, Department of File Date: 2/21/2023
Latest Filing – 02/21/2023: FY23, Qtr 3, Item# 55
An Actual Total Cost of $307,300.00 was reported in the same filing quarter.
Second Filing - 08/31/2022: FY:23, Qtr 3, Item # 246
An Emergency Purchase Extension was received on August 8, 2022 requesting an extension for dates starting
09/25/2022 to 12/24/2022 at an additional estimated cost of $121,800.00, revising the total estimated cost to
$307,300.00
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 $307,300.00 $307,300.00 $307,300.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
56 Innovation & Technology, Department of File Date: 12/28/2022
Second Filing - 12/28/2022: FY23, Qtr 3, Item 56
An Emergency Purchase Extension was received on December 28,2022 requesting an extension for dates starting
12/30/2022 to 06/27/2023 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to
$36,000,000.00.
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 3
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
Federal Cost: $0.00 $0.00
57 Human Services, Department of File Date: 3/3/2023
Latest Filing – 03/03/2023: FY23, Qtr 3, Item# 57
An Actual Total Cost of $355,325.00 was reported in the same filing quarter.
Second Filing - 11/03/2022: FY23, Qtr 3, Item #248
An Emergency Purchase Extension was received on November 3, 2022 requesting an extension for dates starting
11/18/2022 to 12/31/2022. The extension expenditure is not assessed and will be charged for time only.
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 $355,325.00 $355,325.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
58 Innovation & Technology, Department of File Date: 2/21/2023
Second Filing - 02/21/2023: FY23, Qtr 3, Item #58
An Emergency Purchase Extension was received on February 21, 2023 requesting an extension for dates starting
2/26/2023 to 08/25/2023 at an additional estimated cost of $140,000.00, revising the total estimated cost to
$420,000.00.
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 $420,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
59 Innovation & Technology, Department of File Date: 12/21/2022
Second Filing - 12/21/2022: FY23, Qtr 3, Item # 59
An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates starting
12/28,2022 to 03/27/2023 at an additional estimated cost of $3,750,000.00, revising the total estimated cost to
$7,500,000.00.
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
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
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 $7,500,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
60 Innovation & Technology, Department of File Date: 12/21/2022
Second Filing - 12/21/2022: FY23, Qtr 3, Item # 60
An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates starting
12/27/2022 to 03/26/2023 at an additional estimated cost of $4,000,000.00, revising the total estimated cost to
$6,000,000.00.
Original Filing – 4/1/2022: FY22, Qtr 4, Item# 10
This vendor can provide the support for Radio services, maintenance, and services needed by DoIT to support
Emergency radio services. This Vendor previously implemented and supported DoIT and other state agencies with
Radio Maintenance 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 risk and exposure during negotiations. The administrative review
process has previously been completed with this vendor, including financial discloser and BEP utilization plan.
Bringing in a new vendor for such a large and complicated implementation would take months as the maintenance of
radio service is required for emergency service personnel throughout the state and loss of this service could disrupt
emergency radio communications if not properly maintained.
This contract will be a JPMC available to governmental units or qualified not-for-profit for the products categories
below -
Statewide Radio Maintenance and support services provides State of Illinois entities (Illinois State
Police, Local Law Enforcement, Emergency Medical Services, Department of Corrections, Department of
Transportation) the ability to procure radio maintenance and support services for invaluable emergency
communications equipment used by emergency communication agencies throughout the state. The support
services include radio support, repair, installation, radio tower site infrastructure for life saving communication
services. These services provide an essential support service to the State of Illinois valuable emergency services
communication using radio and if not supported would cause loss of life or injury.
This Emergency Purchase has an expected start date of 4/1/2022 through 06/29/2022 with an Original Estimated
Cost of $2,000,000.00.
Signed By: Dante Watson, APO
Vendor: Motorola Solutions Inc Notary Date: 4/1/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $6,000,000.00 $0.00 $0.00 23 3
Federal Cost: $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
January 1, 2023 through March 31, 2023
61 Capital Development Board File Date: 3/15/2023
Latest Filing – 3/15/2023: FY23, Qtr 3, Item# 61
An Actual Total Cost of $4,485.00 was reported in the same filing quarter.
Second Filing - 06/07/2022: FY23, Qtr 3, Item #252
An Emergency Purchase Extension was received on June 6, 2022 requesting an extension for dates starting
07/11/2022 to 12/31/2022. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/4/2022: FY22, Qtr 4, Item# 24
The Capital Development Board ("CDB") has been made aware by Central Management Services ("CMS") that the
chiller that provides air conditioning for the Peoria Regional Office Building has failed and is no longer in operation.
The chiller is over 25 years old and is now beyond it's useful life. CMS has attempted procuring the services of a
local contractor to provide heat exchangers in order to repair the chiller. However, due to long lead times on
material,the heat exchangers are not available until at least June 2022.
A CDB project to, among other things, replace the chiller has been requested but not funded to date. Therefore,
CDB and CMS feel that temporary cooling measures need to be implemented prior to summer conditions.
This project began through the emergency selection of an Architect/Engineer ("A/E");this exempts the selection
from a 14-day solicitation required through Qualifications-Based Selection ("QBS"). Considering the time frames
needed for the selection,negotiation and execution of an A/E contract followed by bidding and award procedures, an
assessment, design services and the implementation of temporary cooling measures under the existing processes
would likely not begin for several months. For this reason, an emergency purchase is necessary to provide a
temporary chiller as quickly as possible in order to provide air conditioning to the Peoria Regional Office Building
until such time a project to repair or replace the chiller can take place.
Keith Engineering Design,Inc.,located in Peoria,IL, was selected because they are relatively in close proximity to the
site,they have the expertise and experience to complete the work, and they can respond immediately to this request
for emergency services.
The scope of work provides for an assessment and design services if needed to install a properly sized temporary
chiller, and all necessary ancillary equipment, at Central Management Services' Peoria Regional Office 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 i