LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
1 Agriculture, Department of File Date: 3/20/2023
Original Filing – 3/20/2023: FY23, Qtr 4, Item#1
Paulette's catering is the previous contract holder who has provided the service for the last 4 years. This
vendor currently has all of their kitchen equipment in the building. If we were to ask another vendor to provide
service, the current vendor would have to remove all equipment during peak season this causing a delay in
services and collection of State funds.
REVENUE GENERATING: Du Quoin State Fair is seeking a professional concessionaire vendor to provide high
quality concessions (Food and Non-Alcoholic Beverages) for public Non-Fair Events held at the Southern
Illinois Center (SIC) Building located at the Du Quoin State Fairgrounds in Du Quoin, Illinois. The SIC building
is a 115,000 square foot building consisting of $4,700 seats, three
(3) concession areas, a ticket office,
restrooms, heat and air conditioning and circulation areas. There is a kitchen area, but all equipment( except
range hoods) must be provided by vendor. These services exclude any private events held at the SIC and all
other areas of the fairgrounds. Historically, there are over 25 Non-Fair events held each year.
The services is requested in Southern Illinois at the DuQuoin State Fairgrounds. All registered BEP vendors are
located in Northern Illinois and would not be able to provide the services on a daily, weekly basis due to
location.
Revenue Generating contract and no expense to the State.
This Emergency Purchase has an expected start date of 03/20/2023 through 06/18/2023 with an Original
Estimated Cost of $288,000.00, using Revenue Generating Funds.
Signed By: Michelle Grimsley, SPSA
Vendor: Paulette's Food Service Notary Date: 3/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $288,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
2 State Police, Illinois File Date: 3/21/2023
Original Filing – 3/21/2023: FY23, Qtr 4, Item# 2
This vendor has a UPP contract that expires 4/10/23. This vendor has agreed to do a one time sale of the M500
camera system at the contract price of the old 4RE . The 4RE camera system cannot be delivered in a timely
manner for install into the new incoming cars, and the 4RE system will be discontinued in the near future. This
purchase will result in an approximate savings of $674,103.75
(335) M500 complete in car camera systems for the new FY23 cars and to install in the Troop 8 cars to remove
the old CD based camera systems. 90days of cloud video storage is included in this price.
The purchase is using the vendor that is under the current UPP contract with the State of Illinois.
This Emergency Purchase has an expected start date of 03/29/2023 through 06/26/2023 with an Original
Estimated Cost of $1,963,100.00.
Signed By: Col. Kelly Walter, Deputy Dir. Statewide 911
Vendor: Watchguard/Motorola Solutions Notary Date: 3/21/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,963,100.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
3 Natural Resources, Department of File Date: 3/27/2023
Original Filing – 3/27/2023: FY23, Qtr 4, Item# 3
On Saturday, March 18, 2023 IDNR solicited an emergency purchase for immediate repairs to the levee
embankment at Carlyle Lake State Fish & Wildlife Area. IDNR performed a search of registered vendor's
within 50 miles of the site and solicited vendor's potentially capable of performing this work via email. IDNR
gave them until 2:00 PM on Tuesday, March 21st to respond. Lake Contracting, Inc was the only vendor to
provide a bid. Lake Contracting, Inc is a well known vendor who has performed multiple projects for IDNR
and their bid was fair and reasonable. They were given the Notice to Proceed on Friday, March 24th.
Provide and install 900 tons of R-6 rip rap with non-woven filter fabric. Their contract includes the purchase,
delivery, and placement of rip rap along the embankment of the Kaskaskia River.
As previously stated IDNR solicited registered vendors via email which included both Business Enterprise
Program (BEP) and Non-BEP vendors. During the solicitation period one (1) BEP vendor , 3 Sisters Logistics,
reached out stating they could perform the delivery of the Rip Rap but not the installation. IDNR put 3 Sisters
Logistics in contact with Lake Contracting, Inc who was able to subcontract that portion of the project to them.
This Emergency Purchase has an expected start date of 03/24/2023 through 04/30/2023 with an Original
Estimated Cost of $84,150.00.
Signed By: Dale W. Brockamp, Manager
Vendor: Lake Contracting, Inc. Notary Date: 3/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $84,150.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
4 Central Management Services, Department of File Date: 3/27/2023
Original Filing – 3/27/2023: FY23, Qtr 4, Item# 4
The vendor was chosen due to familiarity and proximity to the location. The vendor was the contract holder
under P-11011 which expired 06/30/2022. We are in the process of establishing JPMC contracts but as yet
none have been executed in the region. Due to the possible damage we needed to get in someone familiar with
the system who could get there as fast as possible.
Estimated cost equipment and labor to repair a leaking isolation valve on the circulating pump that also provides
heat to the James R Thompson Center (JRTC).
Statewide, there are 10 BEP vendors under NIGP Code 910-36, with the closest being over 26 miles away and
none located in the city of Chicago proper. The chosen vendor is not a BEP vendor but due to their experience
and familiarity of the HVAC system from P-11011and the immediate need, they were chosen as they could get
there within minutes.
This Emergency Purchase has an expected start date of 03/24/2023 through06/22/2023 with an Original
Estimated Cost of $42,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Anchor Mechanical Notary Date: 3/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $42,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
5 Central Management Services, Department of File Date: 3/29/2023
Original Filing – 3/29/2023: FY23, Qtr 4, Item# 5
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.
Fire suppression system has a leak. The leak is coming from a rust spot in the sprinkler line on the Concourse.
It is located in the AA fan room. This is a high pressure line with an 8 inch rust spot. The engineers are afraid to
touch it because with the leak being in the middle of a rust spot, if they touch it the potential for a more
extreme leak is possible. The repairs will be to a leaking pipe 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 down flooding various parts of the building and compromising the entire
systems functionality. The sprinkler line that is leaking is a high pressure line that could rupture at any time. If
the leak isn’t repaired, it could potentially rupture and activate the entire fire suppression system, flooding all
spaces. In addition, water damage from a rupture could potentially harm other mechanical equipment and office
spaces causing closure to the facility and displacement of employees who provide critical services to the State
of Illinois. The end result would be a loss in the fire suppression system for the JRTC building.
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 03/29/2023 through 06/26/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Johnson Control Fire Protection LP Notary Date: 3/29/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
6 Public Health, Department of File Date: 3/29/2023
Original Filing – 3/29/2023: FY23, Qtr 4, Item# 6
Incumbent vendor that can continue services until the pending RFP evaluation and award are finalized.
The Illinois HIV,STD and Viral Hepatitis Hotline is required by Illinois statute (20 ILCS 2310/2310-315) and
serves to answer inquiries from professionals and the public about HIV disease, sexually transmitted diseases
(STD) and viral hepatitis (VH) symptoms, transmission,prevention,diagnosis,treatment,support and linkage to
needed services.
The current contract does not have a BEP goal and ends 3/31/2023. The pending RFP does have a 17% BEP
goal.
This Emergency Purchase has an expected start date of 04/01/2023 through 06/29/2023 with an Original
Estimated Cost of $88,686.99.
Signed By: Pamela Sherrick, Procurement Rep
Vendor: Center on Halsted Notary Date: 3/29/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $88,686.99 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
7 Human Services, Department of File Date: 3/29/2023
Original Filing – 3/29/2023: FY23, Qtr 4, Item# 7
Vendor currently has a contract providing the service. IDHS is attempting to secure a contract via a sole
economically feasible source procurement, which requires review by Federal CMS. NTT Data State Health
Consulting, LLC (NTT) was selected and engaged by DoIT during the pandemic to manage the Refresh.
IDHS/DoIT requires a Program Management Office (PMO) vendor to continue coordinating the State’s
executive leadership in managing and overseeing efforts related to the IES Tech Refresh project. IES
determines eligibility for programs such as Medicaid, the Supplemental Nutrition Assistance Program (SNAP),
and the Temporary Assistance for Needy Families program (TANF) in Illinois. The Tech Refresh Project will
upgrade the hardware and system software of the State's data center. The refresh project will reduce security
threats, system downtime and compatibility issues. The IES system is critical to the uninterrupted service of
these programs to those in need.
NTT will continue its role, allowing work to continue without interruption. NTT was selected by DoIT to
manage the performance refresh of the Integrated Eligibility System (IES), due to multiple pandemic-related
programmatic changes and increasing system demands. Continued oversight on the IES Tech Refresh project
is essential to ensure the needed system upgrades are performed in an accurate, coordinated and timely manner.
These system upgrades are needed to reduce security vulnerabilities, reduce system downtime and comply with
federal CMS' Authority to Connect (ATC) compliance findings. The PMO will support DHS by responding to
request for reports for information about IES by various federal or state related entities.
NTT PMO will provide the most economical way of continuing the management of multiple, concurrent
activities relating to the IES System, including the technical refresh of IES, without compromising the level of
quality necessary for the successful management of that system and completing pandemic priorities.
The Vendor has been advised that there is potential for 13% of the contract to be conducted by BEP Vendors.
This Emergency Purchase has an expected start date of 05/01/2023 through 07/29/2023 with an Original
Estimated Cost of $628,492.74.
Signed By: Jean Sandstrom, APO
Vendor: NTT Data State Health Consulting Notary Date: 3/29/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $628,492.74 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
8 Chicago State University File Date: 3/30/2023
Original Filing – 3/30/2023: FY23, Qtr 4, Item# 8
Chicago State University (CSU) has utilized a Central Management Services (CMS) award to Constellation New
Energy for many years for electricity service. That award has expired. Do to unforeseen delays in the
finalization of the CMS award, CSU must utilize an emergency purchase to secure continued electricity service
to campus to avoid shutting down.
Electricity service (commodity)
This Emergency Purchase has an expected start date of 03/28/2023 through 06/28/2023 with an Original
Estimated Cost of $550,000.00. Using Local Income Funds
Signed By: Kent Clapsaddle, Dir Procurement Services
Vendor: Constellation New Energy Notary Date: 3/30/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $550,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
9 Transportation, Department of File Date: 3/30/2023
Original Filing – 3/30/2023: FY23, Qtr 4, Item# 9
After contacting multiple firms, we received estimates and lead times from 2 firms for pump replacement.
Henson Robinson Company quoted $114,966 with an 8-10 week lead time
Pump Repair Specialists, Inc. quoted $123,965 with a 10-12 week lead time.
Henson Robinson has been selected based on estimated cost and lead time.
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. The initial repair work completed in February has enabled the pump house to continue
functioning until pump replacement can be completed.
This Emergency Purchase has an expected start date of 03/30/2023 through 06/27/2023 with an Original
Estimated Cost of $175,000.00.
Signed By: Steven Beran, Operations Engineer -D6
Vendor: Henson Robison Co. Notary Date: 3/30/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $175,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
10 Corrections, Department of File Date: 3/31/2023
Original Filing – 3/317/2023: FY23, Qtr 4, Item# 10
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.
Sutton Ford, Inc., did not have new 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 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 twenty (20) passenger vehicles. These vehicles will include the needed safety locking
features to prevent individuals from exiting the vehicles without permission.
he Illinois Department of Corrections searched the BEP directory of certified vendors for vehicles under NIGP
Codes:
071-04 - Automobiles
This Emergency Purchase has an expected start date of 03/31/2023 through 06/28/2023 with an Original
Estimated Cost of $937,800.00.
Signed By: Jacenta Wilson, APO
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
Vendor: Morrow Brothers Ford Notary Date: 3/31/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $937,800.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
11 Environmental Protection Agency File Date: 4/4/2023
Original Filing – 4/4/2023: FY23, Qtr 4, Item# 11
Illinois Environmental Protection Agency (IEPA) Office of Site Evaluation (OSE) is the major investigative
program within the Bureau of Land (BOL). Annually, the OSE receives federal funds to complete environmental
investigations at potential Superfund Sites, Brownfield Sites, and Federal-lead Immediate Removal Sites. In
addition, the OSE conducts environmental investigations for the State's voluntary cleanup program (Site
Remediation Program - SRP) and the Leaking Underground Storage Tank (LUST) Section, with an emphasis on
redevelopment for cities and municipalities. Thorough investigation of these sites requires characterization of
surface and subsurface conditions and materials. This includes the collection and analysis of soil, soil gas,
groundwater, and waste samples. The OSE is in need of this truck to haul a track mounted drill rig which is a
vital tool in satisfying program requirements. This piece of equipment is transported on an open trailer. At this
moment the OSE does not have an efficient and safe means of transporting this unit. The OSE is in need of a
truck to transport the trailer. Without the use of this truck the OSE will not have the ability to transport and
investigate sites in a timely matter.
OSE currently has federal grant money to be used for this purchase. IEPA has tried to purchase this vehicle
through multiple avenues. First, we did a release off of the master contract with Morrow Brothers Ford, Inc.
(See P-29479:73) to order a 2023 model. However, in February, Morrow Brothers informed us that we would
likely not be receiving the vehicle and should seek alternate options.
We then worked with Landmark Ford who assured us that they could order the 2023 model and have it to
us within a few months. However, Landmark has not been responsive for our requests to sign a contract and
commit to providing a vehicle.
Given that this purchase will be paid with federal grant money and is a critical piece to several other
purchases that IEPA OSE is working on, we have no choice but to move forward looking for a used vehicle
option that meets our needs. We most recently tried to purchase a vehicle from Willowbrook Ford, but the
vendor would not agree to the State of Illinois' contract terms.
IEPA is now pursuing a purchase with Morrow Brothers Ford who currently has a 2022 F-450 on their lot
that meets all of our needs. Morrow Brothers Ford already has contracts with the State of Illinois, so this
ensures us that they are aware of the state's terms and we will not run into the same issues with them.
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. The only contracted vendor who can meet our needs (Morrow
Brothers Ford) has told us to seek other options. 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 a vehicle on their
lots without a guarantee of award.
2022 F-450 Chassis 4x4 SD Crew Cab 203" WB DRW XL (W4H)
IEPA OSE requires a truck with a high enough towing capacity to haul the equipment. Therefore, we looked at
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
the following NIGP codes:
NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GV WR)
NIGP 07205: Class 5 Trucks (16,001 - 19,500 lb. GVWR)
There are no certified BEP vendors under these NIGP codes.
This Emergency Purchase has an expected start date of 04/04/2023 through 07/02/2023 with an Original
Estimated Cost of $76,910.00.
Signed By: Jake Poeschel, CFO
Vendor: Morrow Brothers Ford Notary Date: 4/4/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 4
Federal $76,910.00 $0.00
12 University of Illinois Chicago File Date: 4/4/2023
Original Filing – 4/4/2023: FY23, Qtr 4, Item# 12
There was a fire in our Residence Hall on 3/30/23, and we were directed by Risk Management to contact BMS
Cat for immediate mitigation. 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 will provide disaster remediation services including water extraction, mold prevention, and flood-
related sanitation at the Marie Robinson Hall (MRH) Residence Hall located 811 W. Maxwell Street.
This Emergency Purchase has an expected start date of 03/31/2023 through 06/28/2023 with an Original
Estimated Cost of $125,000.00.
Signed By: Debra Matlock, Exec Dir
Vendor: BMS Cat Notary Date: 4/4/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $125,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
13 Natural Resources, Department of File Date: 4/5/2023
Original Filing – 4/5/2023: FY23, Qtr 4, Item# 13
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 04/05/2023 through 05/31/2023 with an Original
Estimated Cost of $98,916.52.
Signed By: Eric Michael, Procurement Manager
Vendor: Heller Ford Sales Notary Date: 4/5/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $98,916.52 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
14 Innovation & Technology, Department of File Date: 4/7/2023
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 14
Zscaler Private Access offers the fastest, most secure access to private apps, services, and OT devices with the
industry’s only next-gen zero trust network access (ZTNA) platform. Zscaler Private Access applies the
principles of least privilege to give users secure, direct connectivity to private applications while eliminating
unauthorized access and lateral movement. A cloud native service, ZPA can be deployed in hours to replace
legacy VPNs and remote access tools with a holistic zero trust platform.
ZScaler is a Gartner Magic Quadrant leader in the Security Service Edge leader. Zscaler natively integrates
with State of Illinois enterprise identity and security solutions including Microsoft Active Directory, OKTA,
Crowdtrike and Splunk and is part of the enterprise security stack for State of Illinois Devices. ZScaler is
operable for systems which process controlled data including FBI Criminal Justice Information and Federal
Taxpayer Information regulated by IRS Special Publication 1075.
Carahsoft is an authorized reseller of Zscaler products and services. DoIT has previously purchased similar
products and services from Carahsoft and the vendor can quickly deliver goods & services which are needed
given the short period of time. DoIT has to remediate issues identified in a confidential security audit.
12,000 Zscaler private access licenses, support & implementation services to meet the deadline imposed by the
recent Audit.
BEP goal has been set at 0% percent for the contract based on the fact that historically the State has not placed
BEP participation goals on packaged software, licensing and software security procurements. All products for
cybersecurity and other IT related content procured through this JPMC emergency will be delivered
electronically. Digitally delivered software is not the type of product that can be broken up over multiple
vendors and due to having only 3 weeks to complete the required updates, there is no opportunity to develop a
SOW for subcontracting. This emergency is related to B-35994 which has approximately 80% BEP
participation.
This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original
Estimated Cost of $2,297,883.40.
Signed By: Van P Austin, APO
Vendor: Carahsoft Technology Corp Notary Date: 4/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,297,883.40 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
15 Innovation & Technology, Department of File Date: 4/7/2023
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 15
The vendor has been involved with networking engineer work for Department of Innovation and Technology
(DoIT) on contract CIT3031006 to support VoIP Enterprise infrastructure and support services for VoIP
networking solutions for video, voice and data services. The States Illinois Century Network (ICN) currently
requires IT Network Engineers to provide additional IT Engineer resources, software and consultation support.
The IT Network Engineers employed by Presidio have knowledge of the ICN network and support solutions in
place currently on ICN through VoIP and Video solutions. The vendor engineers have already been through
security compliance and approvals with DoIT. The vendor would be able to provide the IT Network Engineer
resources needed to complete Network Infrastructures re-platforming of virtual servers and additions to
complete and resolve server re-platforming needs that store FTI data for agencies DoIT supports ( Department
of Human Services, Health and Family Services, Department of Employment Services, Department of Revenue),
as well as DoIT. The resources needed require high level technicians who understand the State's network
routing and firewall that include multi factor authentication on virtual networks and servers. The vendor
technicians already provide this type of support at the VoIP network level. DoIT needs additional IT network
engineers to re-platform 380 virtual servers from legacy ESXI to new Virtual Servers. These virtual servers
need completed to comply with standards and security of the DoIT infrastructure and be in line with FTI
requirements for all agencies. DoIT is required to compete the 380 virtual servers re-platform initiative in 30
days, if this is not completed in 30 days DoIT will lose the FTI data on the servers that are used to support
agencies and the State of Illinois public who rely on services from these agencies. This is a time sensitive
project and requires the experience of this vendor's engineers to support DoIT Security Team. Presidio has
previously completed documents for vendor and financial disclosures and Standards Certifications on another
contract CIT3031006.
Attempting to bid a solicitation for IT Network Engineers would delay the critical security project which is
on a 30 day completion clock to keep services active for agencies on the network. The work being requested is
time sensitive and protects the State's agencies data as well as the State of Illinois Public data on the State's
network. If the servers are out of compliance the FTI data will be removed and services could be lost to
residents of Illinois as well as agencies losing state or federal funding for these services.
DoIT is requesting to purchase 5200 labor hours for (10) IT Network Technicians from the vendor to work
with the DoIT infrastructure engineers in the re-platforming, move and build out of new servers to protect and
support security of the DoIT Network. If this service is not procured services will be lost, delayed or denied to
agencies not being able to view FTI data for state claimants within the servers. DoIT is also requesting to
purchase Software licenses from the vendor to assist with zero trust compliance.
This Emergency Purchase has an expected start date of 04/05/2023 through 07/04/2023 with an Original
Estimated Cost of $4,000,000.00.
Signed By: Van P Austin, APO
Vendor: Presidio Notary Date: 4/7/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $4,000,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
16 Innovation & Technology, Department of File Date: 4/7/2023
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 16
The ease of use and reliability of the YubiKey is proven to reduce password support incidents by 92%. These
devices are more secure and user friendly than SMS and many other methods. They are also phishing-resistant.
CDW Government is a authorized reseller, and they are a vendor that we have used in the past to purchase a
small amount of the YubiKeys. We have also used CDW Government to procure project managers in the past
using their subcontractor, Revere Consulting, a registered CMS BEP firm.
Qty of 2,000 YubiKey 5 NFC FIPS Series which is a hardware based authentication solution that provides
superior defense against phishing, eliminates account takeovers, and enables compliance requirements for strong
authentication. 2,500 project management hours to manage remediation efforts.
An IFB for Yubikeys is currently posted and once evaluated, awarded, negotiated, and executed will provide
a long term contract vehicle to purchase more Yubikeys to expand protection of state devices and network.
All of the project management hours will be completed by a BEP vendor. The value of this emergency is
approximately 20/80% goods/services. 100% of the services are provided by Revere, a registered CMS BEP
firm. Therefore, this emergency is estimated at 80% BEP
This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original
Estimated Cost of $743,000.00.
Signed By: Van P Austin, APO
Vendor: CDW Government Notary Date: 4/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $743,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
17 Central Management Services, Department of File Date: 4/11/2023
Original Filing – 4/11/2023: FY23, Qtr 4, Item# 17
The vendor was chosen due to familiarity with the fire suppression system at the location. The vendor
performed fire pump system repair under P-48920 dated 3-23-2023 and fire sprinkler repair under P-33681
dated 2-04-2022.
Estimated cost equipment and labor to repair the fire suppression system at the James R. Thompson Center.
Statewide, there are 3 BEP vendors under NIGP Code 936-09 located in Lombard, Sidney and Ottawa, Illinois.
However, due to the emergency condition and the vendor's experience in the repair of the fire suppression
system at the JRTC, we went with a non-BEP Vendor.
This Emergency Purchase has an expected start date of 04/11/2023 through 07/10/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Martha Blackwell, FPM
Vendor: Johnson Controls Fire Protection LP Notary Date: 4/11/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
18 Central Management Services, Department of File Date: 4/11/2023
Original Filing – 4/11/2023: FY23, Qtr 4, Item#18
Repair gas leak on main gas line that feeds boilers and tune north boiler because it is burning yellow. May be
necessary to replace 4" gas line. Failure to repair the gas leak will cause the building to have to shut down and
will affect State operations.
Statewide there are two (2) BEP vendors registered for NIGP code 910-63 and both of these vendors are
located in the Chicago area, which is over 4 hours away. Therefore, due to the emergency condition, we feel it
is better to use a local vendor who is familiar with the system.
This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original
Estimated Cost of $2,000.00.
Signed By: Martha Blackwell, manager
Vendor: Henson Robinson Co. Notary Date: 4/11/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
19 Central Management Services, Department of File Date: 4/13/2023
Original Filing – 4/13/2023: FY23, Qtr 4, Item#19
The vendor was chosen due to familiarity and proximity to the location. The vendor was the contract holder for
similar work at this location under P-39957 SP Emergency RTU Repair J0160 DOIT. The vendor is located in
the same city (Springfield) as the facility where emergency repair is required. Without the compressor running
there will be no A/C and the temperature is due to be in the 80's and computers don't work in the heat. This
could shut down some servers.
Estimated cost equipment and labor to repair the compressor in the data center room at J0160, 120 West
Jefferson Street, Springfield, IL
There are 10 SBSA Vendors and they are located in the counties of Cook, Douglas, DuPage, Kane, Stephenson,
and Will. All are located over 3 hours away from Springfield. Therefore, due to the emergency condition, we
are using Henson Robinson which is located in Springfield and can be on sight within the hour.
This Emergency Purchase has an expected start date of 04/12/2023 through 06/11/2023 with an Original
Estimated Cost of $2,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Henson Robinson Co. Notary Date: 4/13/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
20 Central Management Services, Department of File Date: 4/17/2023
Original Filing – 4/17/2023: FY23, Qtr 4, Item# 20
The Bureau of Property Management (BoPM) reached out to the 2 JPMC Vendors on contract: Reicher
Industries stated they do not have the manpower needed to do the repairs and Angstrom stated they currently do
not have emergency services in place but will work to provide in the future. Therefore, we reached out to the
vendor who held the previous HVAC contract for CMC as they are most familiar with the units.
We have several HVAC issues at the Chicago Med Center (CMC) in Chicago.
1) 2121 W. Taylor: IDPH Bldg
J0210 -the supplemental cooling unit for Labs 254, 266 & 267 are not working. This lab provides Newborn
Screening Testing which must provide reports within 24 hours.
2) 1151 S. Wood Street ICRE-W - the walk-in
cooler that refrigerates food for the e Deaf & Blind is not operating and the Main Chiller located in the basement
will not start.
3) 1026 S. Damen: DCFS - the existing chiller is operating at half capacity. The Trane Chiller
has 2 motors but only one is working.
Statewide, there are 10 BEP vendors under NIGP Code 910-36 with only 3 registered in the BidBuy system. The
chosen vendor is not a BEP vendor, but was chosen due to the emergency condition and their experience in the
repair of the CMC HVAC system from P-16276.
BoPM reached out to the 2 JPMC Vendors on contract: Reicher Industries stated they do not have the
manpower needed to do the repairs and Angstrom stated they currently do not have emergency services in place
but will work to provide in the future.
This Emergency Purchase has an expected start date of 04/14/2023 through 07/13/2023 with an Original
Estimated Cost of $99,000.00.
Signed By: Martha Blackwell, Manager
Vendor: The Stone Group Notary Date: 4/17/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $99,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
21 Military Affairs, Department of File Date: 4/20/2023
Original Filing – 4/20/2023: FY23, Qtr 4, Item# 21
Vendor is the only vendor in the area that works on aircraft hangar doors. Several vendors were contacted.
None of them work on hangar doors only garage doors and small roll up type doors.
Labor and materials to replace defect door motor and gear box.
All BEP vendors for this commodity code to make door repairs are in the Chicago area and quick response was
required for security of aircraft.
This Emergency Purchase has an expected start date of 04/20/2023 through 05/31/2023 with an Original
Estimated Cost of $38,000.00 using Federal Funding.
Signed By: Scott Eldridge, Exec 1
Vendor: Christy Foltz Inc. Notary Date: 4/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 23 4
Federal $38,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
22 Human Services, Department of File Date: 4/18/2023
Original Filing – 4/18/2023: FY23, Qtr 4, Item# 22
Using both Federal and State funding.
DHS has multiple contracts for the leasing of Xerox Multi-functional machines statewide. The Master Contract
ended 1/15/2023 and an Emergency 90 Day contract B-34145 was established to cover 1/16/23 to 4/15/23. The
new procurement for a Joint Purchase Master Contract (B-34764) was due on 4/14/23. Once that contract is
awarded and available for use, IDHS intends to utilize it.
Engaging a different vendor at this point would
involved the relocation and system set up of hundreds of machines. The time required for equipment
replacement and programming would lead to significant up front costs to secure such a contract as opposed to
waiting to use the contract competitively solicited.
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 04/16/2023 through 07/14/2023 with an Original
Estimated Cost of $260,046.66 using both Federal and State Funding.
Signed By: Jean Sandstrom, APO
Vendor: Xerox Corporation Notary Date: 4/18/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $260,046.66 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
23 University of Illinois Chicago File Date: 4/20/2023
Original Filing – 4/20/2023: FY23, Qtr 4, Item# 23
Using Self-Supporting Funds
The University is experiencing overcrowding at the Paulina Street Parking Structure, which is one of the
primary parking facilities adjacent to the university medical complex. The overcrowding is causing serious
disruption to critical healthcare services as employees are unable to report to their positions in a timely and
scheduled manner. These delays are causing cascading effects across the healthcare operations, which have
begun to impact patients. To correct this issue, the University plans to institute a shuttle bus service between the
Harrison Street Parking Structure and the Hospital so that employees who park in the Paulina Street Parking
Structure may be temporarily relocated. Immediately establishing shuttle bus services, as a component of our
larger infrastructure initiatives, will help us to ensure that critical medical services are not interrupted and
provide accessible parking options for our patients. Ensuring timely conveyance of these medical services will
prevent serious disruption to critical operations that affect public health. In recognition of long-term need to
correct this unforeseen impact to critical services operations, the University is drafting a solicitation to procure
shuttle bus services. This solicitation will allow the University the ability to stabilize parking operations and
provide additional time to address infrastructure needs that will ultimately be necessary to correct this
imbalance. The vendor was selected by University parking services professionals as they are able to
immediately begin providing requested services, supply an appropriate vehicle, guarantee staff, and offer pricing
that the department believes to be appropriate.
Vendor shall provide one (1) 25-passenger minibus and two (2) drivers to operate shuttle service between
Harrison Street Parking Structure (1100 W Harrison ST, Chicago, IL 60607) and University of Illinois Hospital
(1740 W Taylor ST, Chicago, IL 60612), from 5:00am to 8:00pm, Monday through Friday.
This Emergency Purchase has an expected start date of 05/1/2023 through 07/28/2023 with an Original
Estimated Cost of $154,440.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Dir UIC Purchasing
Vendor: United Bus Incorp Notary Date: 4/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $154,440.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
24 Transportation, Department of File Date: 5/2/2023
Original Filing – 5/2/2023: FY23, Qtr 4, Item# 24
The following vendors were contacted and their respective bids are noted below:
Keeley & Sons, Inc $50,000.00
Kamadulski Excavating $55,600.00
Stutz Excavating $61,275.00
Keeley & Sons, Inc was selected based on their low bid and their ability to perform the work. Keeley & Sons,
Inc has the expertise, manpower, and equipment to be able to successfully complete the required removal within
the desired time frame.
The salt dome in the yard at Wood River has failed due to the recent high winds which has resulted in the upper
portion of the dome sagging, rotating, and crushing some of the lower members. The bottom section of the
dome has sunk inward while the top half appears to have folded forward over the entryway. We don't believe a
repair is in the Department’s best interest, we would request the following work to be performed: removal and
dispose of the wooden dome/entry, installation of a tarp configured in a manner to allow us to use the capacity
of the dome walls to store salt.
This Emergency Purchase has an expected start date of 05/03/2023 through 08/03/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Joseph Monroe, District 8 Operations Engineer
Vendor: Keeley & Sons, Inc. Notary Date: 5/2/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
25 Natural Resources, Department of File Date: 5/3/2023
Original Filing – 5/3/2023: FY23, Qtr 4, Item# 25
IDNR was unable to secure 2023 model year trucks off of the Light, Medium and heavy Duty Truck Master
Contract with Morrow Brothers Ford, Inc (21-416CMS-BOSS4-P-29479) due to a delay in processing as well
as supply chain and manufacturing constraints at Ford, Inc. In addition to the master contract issues finding
one-ton trucks available with dealers willing to contract with the State of Illinois has been a challenging process
on its own. After weeks of searching IDNR found one (1) available from Victory Lane Motors and needs to act
quickly to secure it.
One (1) 2023 Ford F-350
There is one (1) Ford F-350 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 3
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. Victory Lane Motor
has one (1) F-350 available but it is not at Master Contract pricing.
This Emergency Purchase has an expected start date of 05/04/2023 through 06/30/2023 with an Original
Estimated Cost of $69,902.00.
Signed By: Eric Michael, AAPO
Vendor: Victory Lane Motors Notary Date: 5/3/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $69,902.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
26 Veterans Affairs, Department of File Date: 5/5/2023
Original Filing – 5/5/2023: FY23, Qtr 4, Item# 26
Vendor has provided inspection and testing services in the past for the using agencies fusible link spring
operated fire dampers and the vendor has the correct licensing for the inspection and testing of the facilities
motorized fire and smoke dampers under the new Illinois Legislation Act 102-0426 which took affect January 1,
2022.
Inspection and testing of facilities motorized fire and smoke dampers. Per NFPA 105
Illinois Veterans Home of Chicago bid this service out 4 times to both small and large vendors with negative
results. No bids were received.
This Emergency Purchase has an expected start date of 05/04/2023 through 05/17/2023 with an Original
Estimated Cost of $45,430.00.
Signed By: Leah Thomas, Deputy Procurement Manager
Vendor: Aero Building Solutions Notary Date: 5/5/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $45,430.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
27 Human Services, Department of File Date: 5/5/2023
Original Filing – 5/5/2023: FY23, Qtr 4, Item# 27
Security Sitter Services has been bid out several times, over the years we have found that of those vendors
who provide guard services, most do not provide one on one psychiatric unarmed monitoring in a hospital
setting in the Chicagoland or suburban Chicagoland area. The one other company we have used in the past,
Elgin MHC has previously reported for leaving a patient unattended. TriStone is a newer local company willing
to provide the services required, in the locations we need, and is already SBSA State of Illinois Certified.
Unarmed Security Sitter Services to monitor Elgin Mental Health Center Psychiatric Patient while at UIC
Hospital (University of Illinois Chicago) located at 1740 W. Taylor St. Chicago, IL., 60612. ( Must be able to
provide 2 officers per shift to cover breaks/lunches as the patient cannot be left alone for any amount of time)
from May 3rd through June 30th, 2023.
This vendor is State of Illinois vendor certified SBSA in the Illinois Procurement Website. The vendor is BEP
certified.
This Emergency Purchase has an expected start date of 05/03/2023 through 06/30/2023 with an Original
Estimated Cost of $111,360.00.
Signed By: Jean Sandstrom, APO
Vendor: TriStone Security Consultants Notary Date: 5/5/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $111,360.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
28 Transportation, Department of File Date: 5/8/2023
Original Filing – 5/8/2023: FY23, Qtr 4, Item# 28
O'Brien Civil Works, Inc was selected to perform this work based on their low bid and the availability to
perform the work.
Below are the contractors contacted and their bid price:
O’Brien Civil Works $74,360.00
Martin Excavating $101,897.00
Sjostrom & Sons $129,828.00
Helm Civil $132,396.00
Culvert collapse on Pump Factory Rd (south side) at US 30 over the roadside ditch in Lee County,
approximately 5 miles south of Dixon. The top slab of the culvert failed due to advanced age and deterioration.
The failed top slab of the culvert will be removed and replaced. The selected contractor will remove the existing
top slab, brace the walls of the culvert and pour a new top slab. Due to the increased thickness of the top slab
the contractor will also place HMA pavement to transition the new roadway surface elevation to the existing
road surface.
This Emergency Purchase has an expected start date of 05/09/2023 through 08/07/2023 with an Original
Estimated Cost of $250,000.00.
Signed By: Trisha Thompson, Dist #2 Operation Engineer
Vendor: O'Brien Civil Works, Inc Notary Date: 5/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
29 Innovation & Technology, Department of File Date: 5/9/2023
Original Filing – 5/9/2023: FY23, Qtr 4, Item# 29
This procurement is to provide reliable and efficient metro Ethernet services to provide wide area network
(WAN) connectivity between state offices and Illinois Century Network (ICN) Point of Presence (POP) sites
located in the State of Illinois. Vendor will provide metro-ethernet point to point transport services between state
offices and the ICN POP locations. Frontier North is selected since they have had service at all 71 locations for
the past 5 years. When the renewal date was missed, all locations still needs to have Internet service. Vendor
has been providing the vital service since the previous contract expired on 11/30/2022. This emergency contract
is needed at this point so there is no loss of service for all the locations that utilize these services.
Frontier North will provide 71 locations with Ethernet. Each of the 71 locations are in need of continued Internet
in order to perform their necessary, daily functions. Services to be provided include 24/7, 365 Internet with
quality of service (QoS) tagging between the customer premise equipment (CPE) and the ICN interconnect
point.
The service need is not offered by a BEP vendor and there is no other part of this service that can be subbed out
to a BEP vendor.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/05/2023 with an Original
Estimated Cost of $314,700.00.
Signed By: Van P Austin, APO
Vendor: Frontier North Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $314,700.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
30 Toll Highway Authority, Illinois State File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 30
Procurements are funded through toll revenue.
This vendor has been performing this scope of work for several years and has worked with the Tollway hand in
hand to develop appropriate solutions for the DeKalb Data Center, which is a very unique and highly sensitive
facility. ThermFlo has both the material and labor capability as well as the electrical engineering skills
appropriate for the services required. They also hold the current small purchase with emergency conditions
contract that is due to expire 05/10/2023. The Tollway issued an Invitation for Bid (IFB) on 04/28/2023 for a
competitively bid, longer term contract, but that contract could not be awarded. The Tollway will rebid the IFB
and will revise the specifications to more clearly define the Tollway's needs.
This is a critical service for the
Tollway’s DeKalb Data Center. If a backup generator is not available during a power outage, the Tollway's
backup data would be in jeopardy.
- Provide (rental) one 275kW generator as backup for UPS system and one 80kW UPS system, including any
and all required cables and tails, associated power equipment, ongoing maintenance and monitoring, required
fueling, and 24/7 availability for 1-hour emergency
service as needed to include labor, parts, and material at no
additional cost.
- Fuel as required for 500 gallon fuel tank and ongoing maintenance and monitoring for Tollway-owned
100kW generator, and 24/7 availability for 1-hour emergency service as needed to include labor, parts, and
material at no additional cost.
- Service agreement for remote monitoring of CRAC units on site including, but not limited to, temperature
monitoring not to exceed 72 degrees on site, ensuring unit power demand does not exceed building capacity,
cleaning and servicing of equipment, and 24/7 availability for 1-hour emergency service as needed to include
labor, parts, and material at no additional cost.
- Service agreement for remote monitoring of ground-mounted 30 ton AHU including, but not limited to,
bimonthly comprehensive maintenance unit inspections and 24/7 availability for 1-hour emergency service as
needed to include labor, parts, and material at no additional cost.
Actions were not taken to include BEP certified vendors in this emergency purchase because it is in the
State’s/Tollway’s best interest to contract with ThermFlo to prevent any disruption of these important services.
The Tollway does not operate on State-appropriated funds. Procurements are funded through toll revenue.
This Emergency Purchase has an expected start date of 05/11/23 through 08/02/2023 with an Original
Estimated Cost of $95,000.00, Procurements are funded thought toll revenue.
Signed By: Eric Occomy, APO
Vendor: ThermFlo, Inc Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
State Cost: $95,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
31 Comptroller - Fiscal Officer, Office of the File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 31
Using Other Funds Not Stated
This emergency contract is to replace the roof membrane at 325 W. Adams Street, Springfield, IL. The
emergency replacement is necessary due to recent leak damage. Currently, emergency sand bags have been
placed to keep the roof membrane from flying off. Water leaks continue to be an issue due to rain and high
winds. A total roof replacement is required.
There is no existing contract for these services. A search of roofing vendors was pulled from the IL
Procurement Gateway. There were no registered small business vendors located in Springfield. Henson
Robinson Company is located in Springfield, IL and answered the call to replace the roof and schedule the work
immediately. The vendor specializes in membrane roofing and is able to provide an immediate project start date.
This roof replacement project requires consideration of the Liebert cooling towers located on the room.
These cooling systems maintain the temperature in highly sensitive operational areas throughout the building.
The vendor has proposed a safe and secure approach to maintain the required office environment throughout the
roof replacement project. This will ensure the office is fully operational throughout the duration of the project
and staff are not exposed to potential dust and/or debris.
Costs of materials and labor to replace the membrane roof at 325 W. Adams Street, Springfield, IL.
Statewide, there are 9 BEP vendors under NIGP Code 910-66. None of these vendors are located in the
Springfield area. Due to the proximity and urgency of the repair, Henson Robinson Company was chosen for
the work to complete this emergency project.
This Emergency Purchase has an expected start date of 05/03/2023 through 07/30/2023 with an Original
Estimated Cost of $451,253.00, using Other Funds not stated.
Signed By: Megan Seitzinger, CPO
Vendor: Henson Robinson Co Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $451,253.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
32 Environmental Protection Agency File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 32
As of March 2023, Morrow Brothers states they have our order, however Morrow Brothers nor Ford will
guarantee that our order is built. There is no timeline commitment and no promises made to the IEPA that our
order will come through.
These vehicles are critical pieces to the Office of Emergency Response, therefore we have no choice but to
move forward looking for a vehicle option that meets our needs.
IEPA is pursuing a purchase with Jansen Chevrolet who currently has a three 2023 Dodge Ram 2500 on
their lot that meet all of our needs. Jansen Chevrolet is already in the State of Illinois BidBuy system, so this
ensures us that they are aware of the state's terms and we should not run into issues with them.
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. The only contracted vendor who can meet our needs (Morrow
Brothers Ford) cannot guarantee our order which we have placed each fiscal year for the last three. 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 a vehicle on their lots without a guarantee of award.
3 - 2023 2500 Tradesman Crew Cab 4x4 (169" WB, 96" Box)
We looked at the following NIGP codes:
NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GR)
NIGP 07205: Class 5 Trucks (16,001 - 19,500 lb. GVR)
There are no certified BEP vendors under these NIGP codes.
This Emergency Purchase has an expected start date of 04/26/2023 through 06/30/2023 with an Original
Estimated Cost of $172,400.00.
Signed By: Jake Poeschel, Chief Financial Officer
Vendor: Jansen Chrysler Dodge Jeep Ram Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $172,400.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
33 Transportation, Department of File Date: 5/16/2023
Original Filing – 5/16/2023: FY23, Qtr 4, Item# 33
Illinois Valley Paving, Truman Flatt, and P. H. Broughton were contacted to supply bids for this work.
There was only one bid received from Illinois Valley Paving for $285,430.49.
Description of services and/or supplies to be provided:
Milling damaged pavement to bare concrete and overlaying the concrete pavement up to the original surface
elevations in order to repair the pavement damaged during the traffic accident on Interstate 55 on Monday May
1, 2023 including pavement striping.
This Emergency Purchase has an expected start date of 05/22/2023 through 08/20/2023 with an Original
Estimated Cost of $285,430.49.
Signed By: Steven Beran, Operations Engineer - Dist 6
Vendor: Il Valley Paving a Division of UCM Notary Date: 5/16/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $285,430.49 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
34 University of Illinois Chicago File Date: 5/17/2023
Original Filing – 5/17/2023: FY23, Qtr 4, Item# 34
Student fees associated with the purchase of dining plans
Chartwells is currently in place as our dining services partner and their current contract is expiring June 30,
2023. The RFP to solicit and select a new dining service partner was canceled and will be re-issued. We are
requesting an emergency to allow us to continue working with Chartwells while the RFP is re-issued.
Continuing to use Chartwells for the services they currently provide is necessary to prevent serious disruption to
these critical university services.
Board plan dining services for students on meal plans, retail dining operations in multiple locations around
campus, catering services and operation of retail convenience stores.
This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original
Estimated Cost of $975,000.00, using Student fees associated with the purchase of dining plans.
Student fees associated with the purchase of dining plans.
Signed By: Debra Matlock, Exec Director
Vendor: Compass Group USA (Chartwells Division) Notary Date: 5/17/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $975,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
35 Transportation, Department of File Date: 5/9/2023
Original Filing – 5/9/2023: FY23, Qtr 4, Item# 35
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central Management Services is not providing master contracts and IDOT has an IFB in process of being
published to get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not have any means of procuring this material
for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: McLean Co. Asphalt, Inc. Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
36 Transportation, Department of File Date: 5/9/2023
Original Filing – 5/09/2023: FY23, Qtr 4, Item# 36
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Aundra Williams, Bureau chief
Vendor: Piatt Co. Service Co. Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
37 Transportation, Department of File Date: 5/9/2023
Original Filing – 5/09/2023: FY23, Qtr 4, Item# 37
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 09/24/2023 with an Original
Estimated Cost of $45,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Illini FS, Inc Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $45,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
38 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 38
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $50,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Heritage FS Notary Date: 5/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
39 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 39
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $2,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Growmark, Inc Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
40 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 40
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $10,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: G Cooper Oil Company inc Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
41 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 41
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is
currently in process of awarding some location on a master contracts and will be rebidding the non-awarded
locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of
keeping the roads and highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $950.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Conserv FS, Inc. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $950.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
42 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 42
The selected vendor is able to provide the needed fuel. IDOT lacks adequate coverage for fuel currently on
recently executed contracts and is a vital necessity for daily operations.
Fuel for daily operations of IDOT vehicles, both on and off highway.
Central Management Services is currently in process of awarding some location on a master contracts and
will be rebidding the non-awarded locations at a later date.
If this emergency procurement is not approved, IDOT will not have any means of keeping the roads and
highways safe for the public.
IDOT were previously utilizing these vendors on past contracts and are in locations where the service is needed
for this emergency.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $61,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Evergreen FS, Inc. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $61,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
43 Capital Development Board File Date: 5/17/2023
Original Filing – 5/17/2023: FY23, Qtr 4, Item# 43
The scope of work provides for replacing approximately 400 feet of existing clay tile storm sewer as designed
by the Architect/Engineer of record. This line runs under the BNSF Railroad and is subject to permitting and
design approval. This work also includes, but is not limited to, investigating, and locating all other utilities under
the railroad for permitting by BNSF and the installation of a utility conveyance duct for future utility needs.
Additionally, the scope of work provides for a new domestic water service from the City of Quincy to the
Cemetery. The new service is replacing the old service that previously ran underneath the railroad.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provide by the Architect/Engineer, and Rees Construction Company of Quincy’s quote dated May 8,
2023. Services provided under this procurement should not exceed $1,580,000.00, prior to entering into a
Construction Contract, without prior authorization from the Capital Development Board. Final Actual Costs will
be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/17/2023 through 08/14/2023 with an Original
Estimated Cost of $1,580,000.00.
Signed By: Chris Miles, Exec II
Vendor: Rees Construction Co. Notary Date: 5/17/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,580,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
44 Natural Resources, Department of File Date: 5/18/2023
Original Filing – 5/18/2023: FY23, Qtr 4, Item# 44
Using Federal & State Funding
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. The Master Contract
Vendor has advised that the fulfillment of future contract orders is unknown.
IDNR procurement in consultation with the Office of Resource Conservation and Office of Mines and
Minerals identified Four (4) F-150's available locally at Landmark Ford in Springfield, IL that would partially
meet the need and moved quickly to secure them.
Four (4) 2023 Ford F-150's
There are four (4) Ford F-150's currently on the Vendor's lot. There is no opportunity to include Business
Enterprise Program contractors on this purchase. The current Master Contract did not contain a BEP
subcontracting goal requirement nor are there any BEP vendors registered under NIGP Code 072-02 describing
the provision of class 2 trucks.
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. IDNR has been
sourcing vehicles from dealerships that have supply available.
This Emergency Purchase has an expected start date of 05/18/2023 through 06/30/2023 with an Original
Estimated Cost of $213,740.00, using Federal and State Funds.
Signed By: Eric Michael, AAPO
Vendor: Landmark Ford Trucks Notary Date: 5/18/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $213,740.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
45 Transportation, Department of File Date: 5/19/2023
Original Filing – 5/19/2023: FY23, Qtr 4, Item# 45
This vendor is currently working on site for another project, and provided the lowest cost for the work to be
completed,
Repair the metal roof and walls that were damaged to an equipment storage shed at the Wyoming Maintenance
Facility on May 8, 2023.
This Emergency Purchase has an expected start date of 05/22/2023 through 08/20/2023 with an Original
Estimated Cost of $75,000.00.
Signed By: Anna Ghidina, APO
Vendor: CAD Construction & Design Notary Date: 5/19/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $75,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
46 Capital Development Board File Date: 5/25/2023
Original Filing – 5/25/2023: FY23, Qtr 4, Item# 46
The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air
conditioning units as directed by the Architect/Engineer of record. Any ancillary items, such as electrical power
improvements or other necessary work needed for temporary installation, is considered part of the scope. The
contractor is also responsible for any needed trouble-shooting throughout the cooling season, should issues
arise.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $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 section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 05/25/2023 through 08/22/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: JB Contracting Corp. Notary Date: 5/25/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
47 Central Management Services, Department of File Date: 5/25/2023
Original Filing – 5/25/2023: FY23, Qtr 4, Item# 47
This emergency contract will be with The Stone Group. They were the contracted vendor on P-16276 Chiller
HVAC Services MABB Chi Med Ctr for the period of 3/24/2020 - 3/28/2023. Given the Stone Group's proximity
to the Chicago medical Center and their experience performing Chiller/HVAC repair at the Chicago Medical
Center, they were contacted, and replied they could perform the work immediately.
Estimated cost to provide and install a temporary chiller within the HVAC system at the Chicago Medical Center
located at 1151 S. Wood Street Chicago, IL 60612
Statewide, there are 10 BEP vendors listed under NIGP code 910-36, none are located in the city of Chicago.
Given the Stone Group's proximity to to the Chicago Medical Center and their experience performing
Chiller/HVAC repair at the Chicago Medical Center, we did not believe using a BEP vendor who is not familiar
with the they HVAC system at the Chicago Medical Center was the correct choice. We did not believe we had
the time to spare to call around and find someone.
This Emergency Purchase has an expected start date of 05/25/2023 through 08/23/2023 with an Original
Estimated Cost of $65,000.00.
Signed By: Rick Rogers, SSM
Vendor: The Stone Group Notary Date: 5/25/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $65,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
48 Central Management Services, Department of File Date: 5/31/2023
Original Filing – 5/31/2023: FY23, Qtr 4, Item# 48
The vendor was chosen due to familiarity with the fire suppression system at the location. The vendor
performed fire pump system repair under P-48920 dated 3-23-2023, the fire sprinkler repair under P-33681
dated 2-04-2022, and another fire sprinkler repair under P-51802 dated 4-11-2023. We contacted the JPMC
Plumbing Vendors on contract; however, none of them wanted to touch the repair on the ancient system as they
felt they may cause further damage.
Estimated cost equipment and labor to repair the leak in the sprinkler line in the Old Lottery Space on the
concourse in the JRTC building.
Statewide, there are 56 BEP vendors under NIGP Code 914-68. However, due to the severity of the need for the
repair and the age of the system, while the chosen vendor is not a BEP vendor, due to their experience in the
repair of the JRTC Fire Sprinkler system, we feel they are the best vendor for this job.
This Emergency Purchase has an expected start date of 05/31/2023 through 08/28/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Johnson Control Fire Protection LP Notary Date: 5/31/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
49 Innovation & Technology, Department of File Date: 5/31/2023
Original Filing – 5/31/2023: FY23, Qtr 4, Item# 49
The State of Illinois Department of Innovation and Technology ("DoIT") seeks to procure a one-year
Emergency license agreement for the Siteimprove, Inc. website accessibility and quality scanning service,
including user education and support services. This service is necessary for the State to continue to ensure that
its websites are in compliance with the Illinois Information Technology Accessibility Act (30 ILCS 587) and the
Americans with Disabilities Act (ADA) and to assist the State in improving the accessibility and usability of
Illinois websites for Illinois residents.
There was a technical issue with the SPO-signed copy of the Sole Source Justification Form that was not
discovered until the 14th day of being posted. Since this document is for the benefit of public transparency and
was not available to the public, the CPO’s office elected to have it reposted for an additional 14 days. This
caused an unexpected delay in the SS process, which means the new timeline for the Sole Source and contract
execution now extends beyond the current license expiration which caused DoIT to initiate an Emergency to
compensate and ensure uninterrupted contract coverage and software service operation.
Siteimprove, Inc. is used to automatically scan State of Illinois websites to measure, report on, and ensure
compliance with State and Federal accessibility requirements, including the Illinois Information Technology
Accessibility Act (30 ILCS 587) and the Americans with Disabilities Act (ADA). Siteimprove, Inc. is integrated
in to the State's new enterprise-standard web content management platform, Adobe Experience Manager
(AEM), which is used for all DoIT-managed State of Illinois agency websites. Interruption of the use of the
Siteimprove, Inc. service would make it impossible for the State to effectively monitor the compliance of State
websites with State and Federal accessibility laws and put the State at increased risk legal and/or Federal action
for failure to comply with accessibility laws.
If this software is shutoff by the vendor all citizens and staff that reply on this accessibility software to
access their government services or perform their duties will have difficulty doing so, which will cause the state
to be out of compliance with numerous accessibility requirements and expose the state to complaints and
potential punitive actions. The emergency is for 1-year of licenses as the vendor already reluctantly worked
with DoIT to extend their previous contract with the understanding that this year's Sole Source for FY24
licenses would be completed by the end of the extension. The vendor is not interested in providing another
prorated quote. Quote price includes a one-time reinstatement fee of $10,000.
This Emergency Purchase has an expected start date of 05/29/2023 through 08/27/2023 with an Original
Estimated Cost of $459,917.61.
Signed By: Van P Austin, APO
Vendor: SiteImprove, Inc. Notary Date: 5/31/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $459,917.61 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
50 Natural Resources, Department of File Date: 6/1/2023
Original Filing – 6/1/2023: FY23, Qtr 4, Item# 50
Using Federal & State Funding
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.
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. They also advised that Ford would not be supplying fleet
trucks to Illinois for the remainder of 2023 and that 2024 was questionable.
IDNR procurement in consultation with the the Forestry Division identified six (6) F-350's available at Via
Carlita, DBA Hawk Ford of St. Charles that would partially meet the needs of IDNR and quickly started
conversations to secure them.
Six (6) 2022 Ford F-350's
IDNR completed Business Enterprise Program (BEP) and Veteran Business Program (VBP) goal setting
procedures utilizing NIIGP Code 07203 describing the provision of Class 3 Trucks. There are no registered
firms under this code.
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.
This Emergency Purchase has an expected start date of 06/01/2023 through 07/31/2023 with an Original
Estimated Cost of $470,705.00, using Federal & State Funds.
Signed By: Eric Michael, AAPO
Vendor: Via Carlita, LLC dba Hawk Ford of St Charles Notary Date: 6/1/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $470,705.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
51 Natural Resources, Department of File Date: 6/2/2023
Original Filing – 6/2/2023: FY23, Qtr 4, Item# 51
Using Federal Funding
Biomarine, Inc. is the sole source provider of the BioPak240R self contained breathing apparatus.
According to law, the Illinois Department of Natural Resources, Office of Mines and Minerals must
maintain four mine rescue stations to serve the coal fields of the state (225 ILCS 705). Each station must be
equipped with every emergency rescue device that might be needed in the event of a mine disaster or
emergency.
The primary piece of equipment utilized when responded to mine disasters/emergencies is a self-contained
breathing apparatus (SCBA). This units are worn by mine rescue team members when entering bad
atmospheres.
The SCBAs at the department's Lively Grove and Sahara Woods Mine Rescue Stations are over 15 years
old and need to be replaced to ensure the safety of the state's mine rescue team members. Failure to do so
could result in severe injury or death to those wearing the apparatus.
The department is seeking the purchase of 24 BioMarine, BioPak 240 Revolution 4-hour rebreathers to
replace antiquated units at its Lively Grove and Sahara Woods Mine Rescue Stations. The State of Illinois has
chosen to seek this brand due to the fact that it maintains such units at its other rescue stations (Benton and
Springfield) and state personnel are trained in how to operate and maintain this particular rebreather. The
BioPak 240 Revolution has fewer parts than other rebreathers, thus, allowing for quick servicing of the units.
In order to maintain consistency in the state’s mine rescue services, it is imperative that the rebreathers
purchased for the Lively Grove and Sahara Woods Mine Rescue Stations be BioMarine.
24 BioPak 240R, NI/OTS/G/p
24 One for One Trade in Credi
24 NIOSH PRO PP Mask
24 Hard Equipment Case
24 Spare Ice Canister
24 NIOSH Green Oxygen Cylinder
The Illinois Department of Natural Resources (IDNR) performed Business Enterprise Program (BEP) goal
setting utilizing NIGP Code 34580 describing the provision of Respiratory Protection Equipment which resulted
in a 0% BEP subcontracting goal.
This Emergency Purchase has an expected start date of 06/01/2023 through 08/28/2023 with an Original
Estimated Cost of $222,505.20, using Federal Funds.
Signed By: Eric Michael, AAPO
Vendor: Biomarine, Inc. Notary Date: 6/2/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 4
Federal $222,505.20 $0.00
52 Capital Development Board File Date: 6/6/2023
Original Filing – 6/6/2023: FY23, Qtr 4, Item# 52
The scope of work provides for the rental, installation, piping, maintenance, and eventual removal of a properly
sized temporary chiller,to serve the East Moline Correctional Center Administration Building through November
1, 2023 as directed by the Architect/Engineer of record.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $350,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/06/2023 through 09/04/2023 with an Original
Estimated Cost of $350,000.00.
Signed By: Chris Miles, Exec II
Vendor: Ragan Mechanical, Inc. Notary Date: 6/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $350,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
53 Transportation, Department of File Date: 6/2/2023
Original Filing – 6/2/2023: FY23, Qtr 4, Item# 53
Kara Company Inc is currently the only authorized Distribution Partner within the state of Illinois. The
equipment must be Leica specific, to make the District whole and operate with existing software and network
coverage previously procured for the existing equipment.
Kara Company Inc provides all warranty repairs on the Department's Leica Survey and GPS products statewide.
This includes hardware warranties, firmware upgrades, software maintenance, associated network coverage,
and repairs for all survey and GPS Equipment located in the Survey Units and Construction Sections statewide.
If survey equipment is not fully functional, it can either not be used or will lead to errors in the field. This
results in lost productivity, increased man-hour costs for issue resolution or re-work, potential safety concerns
for additional surveyor field exposure, inaccurate surveys and construction field quantities, and perhaps the
missing of project lettings and loss of federal funding. Ultimately, the traveling public can be adversely affected
as the condition and safety of our transportation system is directly impacted.
Kara Company Inc is currently the only authorized Distribution Partner within the state of Illinois.
This Emergency Purchase has an expected start date of 06/05/2023 through 09/04/2023 with an Original
Estimated Cost of $192,588.03.
Signed By: Omolara Erewele, Acting APO
Vendor: Kara Company Inc. Notary Date: 6/2/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $192,588.03 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
54 Toll Highway Authority, Illinois State File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 54
Using Tollway Revenue. The Tollway does not operate on State-appropriated funds. Procurements are funded
through toll revenue.
This vendor has been performing this scope of work for several years and has worked with the Tollway hand in
hand to develop appropriate solutions for the DeKalb Data Center, which is a very unique and highly sensitive
facility. ThermFlo has both the material and labor capability as well as the electrical engineering skills
appropriate for the services required. They also hold the current small purchase with emergency conditions
contract that is due to expire 05/10/2023. The Tollway issued an Invitation for Bid (IFB) on 04/28/2023 for a
competitively bid, longer term contract, but that contract could not be awarded. The Tollway will rebid the IFB
and will revise the specifications to more clearly define the Tollway's needs.
This is a critical service for the Tollway’s DeKalb Data Center. If a backup generator is not available during a
power outage, the Tollway's backup data would be in jeopardy.
- Provide (rental) one 275kW generator as backup for UPS system and one 80kW UPS system, including any
and all required cables and tails, associated power equipment, ongoing maintenance and monitoring, required
fueling, and 24/7 availability for 1-hour emergency
service as needed to include labor, parts, and material at no
additional cost.
- Fuel as required for 500 gallon fuel tank and ongoing maintenance and monitoring for Tollway-owned
100kW generator, and 24/7 availability for 1-hour emergency service as needed to include labor, parts, and
material at no additional cost.
- Service agreement for remote monitoring of CRAC units on site including, but not limited to, temperature
monitoring not to exceed 72 degrees on site, ensuring unit power demand does not exceed building capacity,
cleaning and servicing of equipment, and 24/7 availability for 1-hour emergency service as needed to include
labor, parts, and material at no additional cost.
- Service agreement for remote monitoring of ground-mounted 30 ton AHU including, but not limited to,
bimonthly comprehensive maintenance unit inspections and 24/7 availability for 1-hour emergency service as
needed to include labor, parts, and material at no additional cost.
Actions were not taken to include BEP certified vendors in this emergency purchase because it is in the
State’s/Tollway’s best interest to contract with ThermFlo to prevent any disruption of these important services.
This Emergency Purchase has an expected start date of 05/11/2023 through 08/02/2023 with an Original
Estimated Cost of $95,000.00, using Tollway Revenue. The Tollway does not operate on State-appropriated
funds. Procurements are funded through toll revenue. .
Signed By: Eric Occomy, APO
Vendor: ThermFlo, Inc. Notary Date: 5/10/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $95,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
55 Capital Development Board File Date: 6/8/2023
Original Filing – 06/08/2023: FY23, Qtr 4, Item# 55
The scope of work provides for the replacement of approximately 6,000 sf of roof, to include the removal of
the existing shingles and underlayment, ridge vent and valleys, and replacement with new shingle roofing, ice
and water shield, ridge vent and valley flashing. The scope also includes the installation of roof vents as directed
by the Architect/Engineer and agreed to CDB. Existing gutters and downspouts to remain.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $150,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/08/2023 through 09/05/2023 with an Original
Estimated Cost of $150,000.00.
Signed By: Chris Miles, Exec II
Vendor: J.L. Adler Roofing & Sheet Metal Notary Date: 6/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
56 Capital Development Board File Date: 6/8/2023
Original Filing – 6/8/2023: FY23, Qtr 4, Item# 56
The scope of work provides for an assessment and any testing required to determine the structural integrity of
the column(s) at the ISP Franklin Building.
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
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/08/2023 through 09/04/2023 with an Original
Estimated Cost of $100,000.00.
Signed By: Chris Miles, Exec II
Vendor: Kuhn & Trello Consulting Eng Notary Date: 6/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
57 Capital Development Board File Date: 6/9/2023
Original Filing – 6/9/2023: FY23, Qtr 4, Item# 57
The scope of work provides for immediate shoring and repair work to structural concrete members of the
underground parking garage at the William G. Stratton Building, as directed by the Architect/Engineer of record.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this procurement should not
exceed $340,000.00, which is a place-holder prior to entering into a Construction Contract, without prior
authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final
Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 06/09/2023 through 09/06/2023 with an Original
Estimated Cost of $340,000.00.
Signed By: Chris Miles, Exec II
Vendor: Western Waterproofing Co. Notary Date: 6/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $340,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
58 Natural Resources, Department of File Date: 6/9/2023
Original Filing – 06/09/2023: FY23, Qtr 4, Item# 58
Using Federal Funding
The State of Illinois is unable to obtain vehicles from the Master Contract established by Central Management
Services (CMS). This issue has been on going for the past three years ultimately beginning due to the
COVID19 pandemic.
The Illinois Department of Natural Resources (IDNR) is unable to wait any longer due to it aging fleet and
has been securing vehicles on dealer lots on a first come first serve basis.
IDNR recently found four (4) F-150's and two (2) Explores on Uftring Ford, Inc.'s lot in East Peoria, IL
and is declaring an emergency procurement to secure them before they are sold to other parties.
Four (4) 2023 Ford F-150's and Two (2) 2023 Ford Explorers.
The Illinois Department of Natural Resources (IDNR) performed Business Enterprise Program (BEP) goal
setting utilizing NIGP Code 07202 describing the provision of class 2 trucks and 07180 describing the provision
of SUV type vehicles. There are no BEP firms registered under these codes thus no BEP subcontracting
opportunities.
Morrow Brothers Ford holds the State of Illinois Master Contract for light, medium and heavy duty trucks. The
Illinois Department of Natural Resources has been trying to secure vehicles for over three years but due to
COVID19 and chip shortages causing severe supply chain constraints Ford has advised that they are limiting the
production of fleet vehicles. Previous orders are being canceled and the Master Contract vendor has advised
that the future in unclear.
This Emergency Purchase has an expected start date of 06/05/2023 through 07/31/2023 with an Original
Estimated Cost of $302,590.00, using Federal Funds.
Signed By: Eric Michael, AAPO
Vendor: Uftring Ford Notary Date: 6/9/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 4
Federal $302,590.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
59 Commerce and Economic Opportunity, Department of File Date: 6/8/2023
Original Filing –6/8/2023: FY23, Qtr 4, Item# 59
Using both State & Federal Funding
The Vendor was awarded a contract 22-420DCEO-STRTC-P-32126 after a competitive solicitation. However,
the Vendor failed to meet the BEP goal during the initial term of the contract in order to be eligible for renewal.
The Vendor is being retained on an emergency basis until competitive solicitation 23-420DCEO-STRTC-B-
35050 can be awarded.
A statewide call center to supplement in-person client intake and to provide an alternative mode for low-income
clients to request services for the Low-Income Home Energy Assistance Program (LIHEAP) and Community
Services Block Grant (CSBG) program through its Help Illinois Families call center announced by the Governor
in June 2020 during the height of the global pandemic. There will continue to be a critical and increased need to
safely provide utility bill assistance and other essential services in the future. Affording clients the option to start
the pre-application process for LIHEAP and CSBG remotely and with the assistance of a live call center agent
will increase accessibility, outreach and capacity to broadly serve many more eligible households efficiently and
effectively in the long-term. Implementing a statewide call center to support Help Illinois Families will extend
much-needed support to OCA grantees and local intake sites in handling the peak demand periods for LIHEAP
and CSBG services. This should prospectively minimize the delay of application review as best practices are
developed and assimilated to the ongoing circumstances in the best interest of prioritizing and serving the
vulnerable populations in Illinois.
FH Cann & Associates was selected among 11 Bidders after an Invitation For Bid 22-420DCEO-STRTC-B-
21385 was duly processed. A continuance of service is critical to maintain operations until the new solicitation
is awarded.
This Emergency Purchase has an expected start date of 06/07/2023 through 09/04/2023 with an Original
Estimated Cost of $400,000.00, using both State and Federal Funds.
Signed By: Candyce Thompson, APO
Vendor: FH Cann & Assoc. Notary Date: 6/8/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 23 4
Federal $400,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
60 Environmental Protection Agency File Date: 6/12/2023
Original Filing – 06/12/2023: FY23, Qtr 4, Item# 60
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. The only contracted vendor who can meet our needs (Morrow
Brothers Ford) cannot guarantee our order which we have placed each fiscal year for the last three. 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 a vehicle on their lots without a guarantee of award.
2023 CHEVROLET SIL VERADO 1500 LT (3)
Vin#
1 GCPDDEK7PZ240950
1GCPDDEK4PZ243952
1 GCPDDEK4PZ244020
We looked at the following NIGP codes:
NIGP 07204: Class 4 Trucks (14,001 - 16,000 lb. GVWR)
NIGP 07205: Class 5 Trucks (16,001 - 19,500
lb. GVWR)
There are no certified BEP vendors under these NIGP codes.
P-29479 JPMC Trucks Light Medium and Heavy Duty with Morrow Brothers Ford is the only master contract
with items to meet our needs. We already tried to utilize that contract to order a vehicle, but due to market
conditions and restrictions from the manufacturers, we are unable to order the vehicle through this contract.
This Emergency Purchase has an expected start date of 06/11/2023 through 06/30/2023 with an Original
Estimated Cost of $148,656.00.
Signed By: Jake Poeschel, Chief Financial Officer
Vendor: Jansen Chevolet Notary Date: 6/12/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $148,656.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
61 Revenue, Department of File Date: 6/14/2023
Original Filing – 6/14/2023: FY23, Qtr 4, Item# 61
The Lottery has been needing and searching for vehicles for our Lottery Sales Representatives who must be able
to travel throughout the State. The fleet has been diminished so much that we were forced to look for Lottery
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 multiple vehicles
on their lots without a guarantee of award.
The Lottery contacted Hendershot Chrysler Dodge Jeep and Ram who had 6 vehicles that could meet the
Lottery's immediate need.
Lottery will be able to purchase Five 2023 Chrysler Pacifica Minivans and One 2022 Chrysler Pacifica Minivan.
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.
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
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 F250Flex Fuel F350
This Emergency Purchase has an expected start date of 06/12/2023 through 9/10/2023 with an Original
Estimated Cost of $252,531.56.
Signed By: Ignacio Cuevas, APO
Vendor: Hendershot Chrysler Dodge Jeep Ram Notary Date: 6/14/2023
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $252,531.56 $0.00 $0.00 23 4
Federal $0.00 $0.00
62 Central Management Services, Department of File Date: 6/12/2023
Original Filing – 06/12/2023: FY23, Qtr 4, Item# 62
The vendor was chosen as the were performing the inspection on the system and were already on-site when
they found the problem that needed to be immediately repaired.
Materials, equipment, and labor to repair the fire sprinkler system at the Dickson Mounds Museum in
Lewistown, Illinois.
Statewide, there are 5 BEP vendors under NIGP Code 93633. The chosen vendor is not a BEP vendor;
however, due to their being on site and their capability in doing the repair as well as the emergency need, we
used Getz Fire Equipment.
This Emergency Purchase has an expected start date of 06/12/2023 through 09/10/2023 with an Original
Estimated Cost of $5,283.10.
Signed By: Martha Blackwell, Manager
Vendor: Getz Fire Equipment Co Notary Date: 6/12/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $5,283.10 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
63 Central Management Services, Department of File Date: 6/14/2023
Original Filing – 6/14/2023: FY23, Qtr 4, Item# 63
The vendor was chosen due to familiarity with the quality of their work and their ability to arrive at the location,
and begin work promptly. The vendor is SBSA. The vendor was the contract holder under P-51083 Tree
Removal J0141 Springfield.
Estimated cost equipment and labor for emergency removal of a sweet gum tree that dropped a large branch
onto the data line between the Tailor Shop and the Quartermaster Building at G0904, 3740 E Lakeshore Drive,
Springfield, IL 62707.
Statewide, there are 6 BEP vendors under NIGP Code 988-87. None which are located in Springfield. Given the
previous vendor work history, and their SBSA status, the state felt it did not have the time required to reach out
to BEP vendors.
This Emergency Purchase has an expected start date of 6/14/2023 through 09/11/2023 with an Original
Estimated Cost of $6,000.00.
Signed By: Rick Rogers, SS Manager
Vendor: By Design Landscaping Notary Date: 6/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $6,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
64 Natural Resources, Department of File Date: 6/12/2023
Original Filing – 6/12/2023: FY23, Qtr 4, Item# 64
The World Shooting Recreational Complex has shooting events scheduled year round, running out of targets will
cause a serious disruption with the cancellation of events. This would be a hardship to the participants and
public which have made travel arrangements as well as the State of Illinois in the loss of revenue through state
and local tourism dollars. G Pare Inc. has in stock, all of the standard and special targets immediately needed
to keep from canceling any events. Through this purchase, IDNR can fill our emergency request for both
public shooting as well as special events until such time a formal IFB contract can be published and finalized. G
Pare Inc. stocks the identical targets required by the ATA for their sanctioned shoots including the Grand
American held at our facility which by standardizing targets will eliminate the amount of labor required to
remove, repack and store while losing targets to breakage in all of our targets out of the trap houses. Revenue
from shooting events are approximately $250,000.00 annually.
Because OLM has now taken over half of our
West Target Barn and half of our Maintenance Building, there isn't much room for target storage therefore the
shipments will be staggered by delivering in three semi loads in order to meet needs while maintaining storage
capacity. Currently there is a procurement being drafted for additional storage containers.
White Flyer Clay targets for shooting sport at the Sporting Clays and Trap/Skeet Ranges.
There are currently no BEP registered vendors that provide clay targets.
This Emergency Purchase has an expected start date of 06/14/2023 through 09/11/2023 with an Original
Estimated Cost of $84,475.65.
Signed By: Cheryl Smith, Exec Director
Vendor: G Pare Inc. Notary Date: 6/12/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $84,475.65 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
65 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 65
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $25,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: P.H. Broughton & Sons Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $25,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
66 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 66
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $90,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Tazewell County Asphalt Co. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $90,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
67 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 67
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $40,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Gallagher Asphalt Corp Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
68 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 68
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $20,000.00.
Signed By: Aundra Williams, Bureau chief
Vendor: Howell Asphalt Co. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $20,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
69 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 69
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $40,000.00.
Signed By: Aundra Williams, Bureau Chief
Vendor: Jax Asphalt Co Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
70 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 70
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $30,000.00.
Signed By: Aundra Williams, Burear Chief
Vendor: Charles E. Mahoney Co. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $30,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
71 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 71
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to
get vendors under a term contract (B35662)
If this emergency procurement is not approved, IDOT will not
have any means of procuring this material for necessary road repairs.
This product requires that the vendor be within a certain distance from where the product is needed; therefore,
we are utilizing all of our previously used vendors that have had IDOT bit mix contracts in the past.
This Emergency Purchase has an expected start date of 05/08/2023 through 08/09/2023 with an Original
Estimated Cost of $180,000.00.
Signed By: Aundra Williams, Bureau chief
Vendor: Christ Bros Asphalt, Inc. Notary Date: 5/10/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $180,000.00 $0.00 $0.00 23 4
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
April 1,2023 through June 30, 2023
72 Transportation, Department of File Date: 5/10/2023
Original Filing – 5/10/2023: FY23, Qtr 4, Item# 72
The selected vendor is able to provide the needed bituminous mixtures. Some of the mixtures are temperature-
sensitive and cannot be transported over far distances. The locations of the vendor's plants will reduce the risk
of temperature sensitivity and facilitate the timeliness of required road repairs. IDOT lacks adequate coverage
for bituminous mixtures currently on recently executed contracts.
Bituminous mixture for maintenance use, hot mix binder, hot mix surface, and cold mix.
Central
Management Services is not providing master contracts and IDOT has an IFB in process of being published to