LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  1      Natural Resources, Department of                                                           File Date:  6/12/2023

  Original Filing – 6/12/2023: FY24, Qtr 1, Item# 1

 

  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.

 

  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, Interim Exec Dir

      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      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  2      Corrections, Department of                                                                    File Date:  6/20/2023

  Original Filing – 6/10/2023: FY24, Qtr 1, Item# 2

 

  The vendor has extensive experience in recruitment and staffing of medical field professionals in both private

  and government sectors.  This vendor will be able to maintain the current staff and prevent a loss of employees

  during the emergency period.  Due to the previous competitively sourced procurement being canceled for cause,

   this emergency procurement is needed while a new competitive solicitation is conducted.

 

  Healthcare Staffing Professionals, Inc. will be providing multiple skill levels of nursing staff for the Illinois

  Department of Corrections statewide. 

 

  The Illinois Department of Corrections assigned a BEP Goal of  7% to the emergency to assist with the

  inclusion of Business Enterprise Program vendors.

 

  This Emergency Purchase has an expected start date of 06/20/2023 through 09/18/2023 with an Original

  Estimated Cost of $2,700,800.00

   Signed By:  Jacenta Wilson, APO

      Vendor:  Healthcare Staffing Professionals                                                  Notary Date:           6/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,700,800.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  3      Financial and Professional Regulation, Department of                                  File Date:  6/21/2023

  Original Filing – 6/21/2023: FY24, Qtr 1, Item# 3

 

  $0 cost contract to the State and IDFPR.  Licensees pay the vendor directly via a per transaction fee set by

  statute.

 

  Catalis Regulatory & Compliance, LLC is the new owner of the incumbent vendor, Veritec Solutions, LLC, for

  these contractual services.  There was not enough time to execute a novation to officially transfer ownership of

  the existing contract from Veritec to Catalis prior to the current end term date of June 30, 2023.  The resources

  and technology solutions utilized by Veritec will now be owned and utilized by Catalis, making it a rather

  seamless transition to maintain continuity of these contractual services via this emergency purchase request.

 

  he Payday Loan Reform Act (815 ILCS 122 et seq.) ("Payday") and Consumer Installment Loan Act (205 ILCS

  670 et seq.) ("CILA") (together “the Acts”) requires the Department to establish a "commercially reasonable

  method of verification" or "certified database" which means a consumer reporting service database certified by

  the Department as effective in verifying that a proposed loan agreement is permissible under the Acts. The

  Vendor shall provide a hosted/cloud, managed, standard web-based enterprise solution featuring a comment

  foundation layer that incorporates a common customer account, common digital identity with authentication,

  search, reporting and analytics, and supporting technology. Vendor shall ensure the consumer reporting service

  database fully complies with all legal requirements including but not limited to the Consumer Installment Loan

  Act, Payday Loan Reform Act, and the Department’s implementing rules as of the Effective Date. See 815 ILCS

   122/1 et seq; 205 ILCS 670/1 et seq., 38 Ill. Admin Code 110.1 et seq.; 38 Ill. Admin Code 210.1 et seq.

 

The licensees pay the vendor directly via a per transaction fee set by statute.  This is a $0 cost contract to the

  state of Illinois and IDFPR.  Based on recent transaction volume, IDFPR is estimating the Vendor will receive

  around $30,000 per month from licensees utilizing this certified database.

 

  The incumbent contract had a 0% goal calculated and approved by BEP.  IDFPR collaborated with the Vendor

  to determine if there were any possible subcontracting opportunities available for this emergency purchase, but

  none could be identified.

 

  The current agreement expires June 30, 2023.  While renewal options were available, the ownership change

  with the Prime Vendor prevented us from properly executing the renewal (no novation could be executed in a

  timely manner, thus resulting in no ability to officially transfer ownership of the contract from Veritec to Catalis

  prior to the end date). 

This emergency purchase will mimic the existing contract's supplies and services

  required, deliverables, and staff requirements but the Vendor providing the services will be Catalis and not

  Veritec.

 

  $0 cost contract to the State and IDFPR.  Licensees pay the vendor directly via a per transaction fee set by

  statute.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $0.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  Brandon Purcell, APO

      Vendor:  Catalis Regulatory & Compliance, LLC                                          Notary Date:           6/21/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  4      Revenue, Department of                                                                        File Date:  6/22/2023

  Original Filing – 6/22/2023: FY24, Qtr 1, Item# 4

 

  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 Freedom Chevrolet Chrysler Dodge Jeep Ram Inc. who had 6 vehicles that could

  meet the Lottery's immediate need.

 

  Lottery will be able to purchase Six 2023 Chrysler Pacifica Minivans.

 

  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 F250

               Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/20/2023 through 09/17/2023 with an Original

  Estimated Cost of $265,318.56

   Signed By:  Ignacio Cuevas, APO

      Vendor:  Freedom Chevrolet Chrysler Dodge Jeep Ram                                  Notary Date:           6/22/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $265,318.56                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  5      Central Management Services, Department of                                            File Date:  6/26/2023

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 5

 

  We are currently in the process of resoliciting all vendors for JPMC HVAC Chiller contracts in this region.  The

  JPMC Primary and Secondary Vendors on contract did not respond within the requested time frame; therefore,

  Anchor Mechanical was chosen as they are very familiar with the system. 

 

  Conduct Emergency repairs to Pump #12 in order to provide HVAC for the JRTC located at 100 W. Randolph

  in Chicago, Illinois.

This pump is critical in order to provide cooling to the Attorney General's Server Room

  which stores all their data and back up. Estimated cost is $15000.00

 

  Statewide, there are 10 BEP vendors under NIGP Code 910-36. However, none of those BEP vendors are in the

   city of Chicago and the chosen vendor is not a BEP vendor, but they were selected due to their experience in

  the repair of the HVAC system at the JRTC.

 

  This Emergency Purchase has an expected start date of 06/26/2023 through 09/24/2023 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Anchor Mechanical                                                                   Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  6      Corrections, Department of                                                                    File Date:  6/26/2023

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 6

 

  Vendor has provided emergency services in the past to the Illinois Department of Corrections.  This vendor is

  willing and capable of providing products and services on an emergency basis as provided in the past. 

 

  This emergency contract will provide sliced bread that will be served to individuals in custody and staff at each

  meal in correctional facilities.  Pending solicitation B-36385 is being evaluated and once awarded, it will replace

  the emergency contract. 

 

  Vendor was awarded previous contract with a 13% BEP Goal and was deemed responsive and fulfilled the

  contract successfully.  The vendor has agreed to maintain the previous BEP participation goal for the emergency

   contract. 

 

  This Emergency Purchase has an expected start date of 06/24/2023 through 09/21/2023 with an Original

  Estimated Cost of $692,640.00.

   Signed By:  Sandy Robinson II, Purchasing Manager

      Vendor:  Good Source Solutions                                                               Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $692,640.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  7      Elections, State Board of                                                                        File Date:  6/26/2023

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 7

 

  Using State Grant Funding

 

  Dell Technologies is Microsoft's preferred to complete implementation services.  Dell is also able to complete

  this work within necessary timeline.

 

  Implement Azure Disaster Recovery adding business continuity ensuring agency can function in the of data loss

  or unplanned outage.  Currently our backup tapes are being stored at an offsite location in too close proximity to

   our location in violation of current disaster recovery best practices.  Convert aging reporting system and

  implement true business intelligence reporting and convert agency to Microsoft Office 365. SBE developers are

  creating convoluted reports and SQL queries for reporting request. This out dated process is not meeting the

  needs of the end users.  The existing program is being eliminated by SAP, thus leaving the agency without

  access to vital reports.  SBE is currently using Microsoft Office 2019 and does not have the skill set to

  implement Office 365 correctly leading to bugs with the program and operation instability.  This leads to

  occasional disruption in service which greatly impacts the end user and agency.  This procurement is not

  subject to the BEP program, however the agency does it's best to utilize BEP vendors when applicable. Because

  of the timeline of this purchase and the requirement to have the migration completed as soon as possible a BEP

  goal is unattainable.

 

  This Emergency Purchase has an expected start date of 06/28/2023 through 09/24/2023 with an Original

  Estimated Cost of $631,435.00, using State Grant Funds.

   Signed By:  Eric Bolinger, CFO

      Vendor:  Dell                                                                                      Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $631,435.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  8      Agriculture, Department of                                                                    File Date:  6/27/2023

  Original Filing – 6/27/2023: FY24, Qtr 1, Item# 8

 

  Using State Appropriated Funds & State Grant Funds.

 

 

  The agency was working with Grainger to solicit cabinets through the Grainger Master Contract.  AGR and

  Grainger had almost completed the process when CMS APO told all agencies that we were no longer allowed to

   utilize Grainger to solicit items not on contract.   The process immediately stopped.  The agency determined

  how long it would take to re-establish the specifications and would not be able to process a full solicitation

  through Bidbuy by the end of the Fiscal Year.  The Funds are only available for Cannabis this fiscal year to

  complete.

 

  The Division of Cannabis Regulation requires cabinets in the laboratory to move forward with the required

  laboratory renovations to establish the Cannabis Laboratory in the State of Illinois. This is necessary due to

  statutory mandate to provide for the regulation of independent testing labs and vital for our mission to ensure

  public and patient safety.

 

  This Emergency Purchase has an expected start date of 06/01/2023 through 08/30/2023 with an Original

  Estimated Cost of $463,417.83, using State Appropriated Funds & State Grant Funds.

   Signed By:  Michelle Grimsley, PSA

      Vendor:  Grainger                                                                                Notary Date:           6/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $463,417.83                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  9      Environmental Protection Agency                                                            File Date:  6/26/2023

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 9

 

  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#'s

1 GCPDDEK7PZ240950

1 GCPDDEK4PZ243952

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 Fin Officer

      Vendor:  Jansen Chevrolet                                                                      Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $148,656.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  11     Public Health, Department of                                                                  File Date:  6/28/2023

  Original Filing – 6/28/2023: FY24, Qtr 1, Item# 11

 

  The vendor was selected through a competitive disaster declaration request for proposal to assist the agencies

  COVID-19 response.  The vendor has a strong history and familiarity with the subject matter of public health

  and Illinois Department of Public Health (IDPH).

 

  The vendor would provide content calendar; post creations; graphic design as needed; and social community

  management.  If this project is not completed the IDPH social media sites will be unattended, non-responsive to

  inquiries, and unable to communicate meeting notices and public facing activities.  IDPH will be using this

  service to assist in the response to the Canadian wildfire poor air quality and any other future public health

  related concerns.

 

  This Emergency Purchase has an expected start date of 06/28/2023 through 09/26/2023 with an Original

  Estimated Cost of $15,000.00.

   Signed By:  Nicole Hildebrand, Chief Fiscal Officer

      Vendor:  Time Zone One                                                                        Notary Date:           6/28/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $15,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  13     Innovation & Technology, Department of                                                  File Date:  6/30/2023

  Original Filing – 6/30/2023: FY24, Qtr 1, Item# 13

 

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

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

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

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

  agencies.  This access allows law enforcement access to State and Federal law enforcement systems, such as

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

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

  National Crime Information System (NCIC) and National Law Enforcement Telecommunication System

  (NLETS).

   

 

Without this procurement, many Local and State Law Enforcement agencies in Illinois will not be able to

  acquire critical and time sensitive  access to State and Federal law enforcement systems, such as Hot Files

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

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

  Information System (NCIC) and National Law Enforcement Telecommunication System (NLETS).

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $599,510.00.

   Signed By:  Van P Austin, APO

      Vendor:  Motorola Solutions, Inc.                                                             Notary Date:           6/30/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $599,510.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  14     Capital Development Board                                                                    File Date:  6/27/2023

  Original Filing – 6/27/2023: FY24, Qtr 1, Item# 14

 

  In March of 2022, a tornado destroyed a Broadband/Training Class facility under the authority of Lincoln Trail

  College.

 

  The scope of work provides for expedited construction services to accommodate a rental modular unit(s) at

  Lincoln Trail College to include site preparation, grading, concrete flatwork/footings, fire alarm, electrical work,

  and any coordination needed to support the rented modular for operation, as directed by the Architect/Engineer

  of record. The scope also includes any necessary up front rental fees to secure the temporary unit.

 

  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 $200,000.00, which is a place-holder prior to entering into a Construction

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

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

 

  In accordance with 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 06/22/2023 through 09/19/2023 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Senco Construction, Inc.                                                             Notary Date:           6/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  15     Innovation & Technology, Department of                                                  File Date:  7/3/2023

  Original Filing – 07/03/2023: FY24, Qtr 1, Item# 15

 

  The vendor was chosen due to familiarity with the Governor's Mansion generator and they were able to

  respond.  The Facility manager reached out to another Vendor but due to the storms and power outages, Luby

  was the only one to respond quickly and able to get here within a couple hours.  Other vendors had no power

  themselves and were not able to respond due to the massive storms in Springfield.

 

  Estimated cost equipment and labor to repair the generator at the Governor's Mansion in Springfield.  A radiator

  has to be ordered and is expected to take a few weeks to come in.  They were able to get it running in the short

  term.

 

  Statewide, there are 0 BEP vendors under NIGP Code 93639.

 

  This Emergency Purchase has an expected start date of 06/29/2023 through 09/27/2023 with an Original

  Estimated Cost of $5,763.92.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Luby Equipment                                                                      Notary Date:           7/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,763.92                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  17     University of Illinois Urbana-Champaign                                                  File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 17

 

  Using Self-Supporting Funds.

 

  Submitted quote requests to maintained list of fleet vehicle dealerships as is standard. Quotes were received and

  Bloomington Ford-Lincoln Incorporated provided the lowest pricing.

 

Dodge and Ford are the only

  manufacturers for this size chassis. Dodge has not had any window open for this size vehicle since 2021 and

  there is no knowledge that they will open it at all or anytime soon.

 

  The pandemic has drastically altered vehicle ordering, production and delivery. The usual method for fleet

  vehicle procurement (developing specifications, evaluating quotes, placing order and accepting delivery) no

  longer exists. Most manufacturers are devoting limited production capacity to the individual consumer instead of

   fleet vehicle orders. P2162195 was placed in June 2021 for a similar vehicle and no orders have been accepted

  in the intervening 2-years. This vehicle has not yet been produced or delivered. Fleets were notified by Ford that

   the ordering window for these types of vehicles will only be open for 3 business days, July 24 - July 27. Once

  notified of the open ordering window, the university solicited request for quotes from 15 dealers and received 3

  competitive offers.

 

 

The University has two vehicles in critical need for replacement and are vital for or operations:

 

 

 

One is a 1999 garbage truck that has multiple issues with rust that are no longer repairable. The second F&S

   truck is a plow truck essential for snow removal as well as construction activities. This vehicle also has severe

  rust issues, including the cab floor board, which is hazardous to the operator.

 

  This Emergency Purchase has an expected start date of 07/25/2023 through 07/26/2023 with an Original

  Estimated Cost of $105,924.00, Using Self-Supporting Funds.

   Signed By:  Aaron Finder, Asst. Director of Purchasing

      Vendor:  Bloomington Ford-Lincoln Inc.                                                    Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $105,924.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  18     University of Illinois Urbana-Champaign                                                  File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 18

 

  Submitted quote requests to maintained list of fleet vehicle dealerships as is standard. Quotes were received and

  Bob Ridings Incorporated provided the lowest pricing.

 

Dodge and Ford are the only manufacturers for this

  size chassis. Dodge has not had any window open for this size vehicle since 2021 and there is no knowledge

  that they will open it at all or anytime soon.

 

  The pandemic has drastically altered vehicle ordering, production and delivery. The usual method for fleet

  vehicle procurement (developing specifications, evaluating quotes, placing order and accepting delivery) no

  longer exists. Most manufacturers are devoting limited production capacity to the individual consumer instead of

   fleet vehicle orders. P2162195 was placed in June 2021 for a similar vehicle and no orders have been accepted

  in the intervening 2-years. This vehicle has not yet been produced or delivered. Fleets were notified by Ford that

   the ordering window for these types of vehicles will only be open for 3 business days, July 24 - July 27. Once

  notified of the open ordering window, the university solicited request for quotes from 15 vendors and received 3

   competitive offers.

 

 

The University has two vehicles in critical need for replacement and are vital for major operations:

Both

  vehicles  to replace are from 2002 and have over 147,000 miles and are becoming very challenging to maintain.

  The Illinois Fire Service Institute uses these vehicles to tow large trailers to training sites across the state.

  Without these vehicles there is a significant risk that training to first responders could be reduced, delayed or

  canceled altogether.

 

  This Emergency Purchase has an expected start date of 07/26/2023 through 07/26/2023 with an Original

  Estimated Cost of $193,884.00, using Federal Funds.

   Signed By:  Aaron Finder, Asst Director of Purchasing

      Vendor:  Bob Riding Incorp                                                                    Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                                                                                 $0.00                   $0.00      24 1

   Federal               $193,884.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  19     Natural Resources, Department of                                                           File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 19

 

  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. 

 

 

 

CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide

  all necessary vehicles to the

different state agencies.  On March 8, 2023 CMS DOV issued a memo to state

  agencies under the jurisdiction of the Governor to allow them to purchase vehicles independently from CMS.

 

 

 

IDNR procurement in consultation with the Office of Water Resources located one (1) Ford F-550 available

   locally at Landmark Ford in Springfield, IL that would partially meet the need for IDNR's Heavy Duty Truck

  Fleet and moved quickly to secure it.

 

  One (1) 2023 Ford F-550

 

  There is one (1) 2023 Ford F-550 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 BEP Firms registered under NIGP Code 072-05 for Class 5

  Trucks a new vehicle dealership.

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

    IDNR and the Master Contract vendor have been unable to secure all of the vehicle needed over the past few

  years due to supply chain constraints.  Current guidance from both the Vendor and CMS state that the future in

  unknown.  Utilizing this master contract is currently not an option.

 

  This Emergency Purchase has an expected start date of 07/25/2023 through 08/31/2023 with an Original

  Estimated Cost of $87,656.26.

   Signed By:  Eric Michael, APO

      Vendor:  Landmark Ford Trucks, Inc                                                         Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $87,656.26                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  20     Natural Resources, Department of                                                           File Date:  7/14/2023

  Original Filing – 7/14/2023: FY24, Qtr 1, Item# 20

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

   

   

 

Morrow Brother's contacted IDNR the week of July 9, 2023 and advised that fifty (50) 2023 Interceptor F-

  150's were delivered unexpectedly.  If IDNR does not procure these as quickly as possible they will be sold to

  other units of governments leaving a law enforcement agency severely under equipped.   IDNR is making good

  business judgment and immediately taking advantage their availability.  Not securing these vehicles would cause

  a public safety concern and be a disservice to residents of Illinois.

   

 

Recent information from master contract holders and CMS has left the future unknown.  Supply chain

  constraints for fleet vehicles is expected to continue for the foreseeable future. 

 

  Twenty-Five (25) Interceptor F-150's

 

  There are fifty (50) Ford F-150 Interceptors 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. 

 

  Morrow Brothers Ford, Inc. holds the State of Illinois Master Contract for light, medium and heavy duty trucks.

    IDNR and the Master Contract vendor have been unable to secure all of the vehicle needed over the past few

  years due to supply chain constraints.  Current guidance from both the Vendor and CMS state that the future in

  unknown.

 

  This Emergency Purchase has an expected start date of 07/14/2023 through 09/30/2023 with an Original

  Estimated Cost of $1,500,000.00.

   Signed By:  Eric Michael, Procurement Manager

      Vendor:  Morrow Brothers Ford, Inc                                                          Notary Date:           7/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,500,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  22     Law Enforcement Training and Standards Board, Illinois                             File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 22

 

  Morrow Brothers Ford, Inc has held the Master Contract for Police Interceptor SUVs and currently have these

  vehicles available for ILETSB's purchase. ILETSB has been unable to secure 2023 model year SUVs off the

  contract (22-416CMS-BOSS4-P4109) with Sutton Ford due to delays in processing as well as supply chain and

  manufacturing constraints at Ford, Inc. Morrow Brothers Ford has secured four

  (4) 2023 Police Interceptor Utility AWD Base (K8A) for ILETSB but they are only available for a limited time.

  Multiple state agencies are purchasing vehicles wherever they can be found under emergency authorization and

  ILETSB needs to act quickly to ensure the department receives them.

 

  Four (4) Ford Police Interceptor Utility AWD Base (K8A)

 

  There are four (4) Ford Police Interceptor Utility AWD Base (K8A) 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 071-80 Police Interceptor Utility, an authorized dealership.

 

  LETSB has been unable to secure vehicles for two plus years due to supply chain constraints caused by the

  Covidl9 pandemic. The window to place orders for model year 2023 Police Interceptor Utility has closed and

  Ford, Inc has notified Morrow Brothers Ford that current orders are being canceled. Morrow Brothers Ford has

   secured four (4) model year 2023 Police Interceptor Utility AWD Base (K8A)

  for ILETSB but they are not available at the Master Contract pricing.

 

  This Emergency Purchase has an expected start date of 08/01/2023 through 10/27/2023 with an Original

  Estimated Cost of $221,420.00.

   Signed By:  Keith Calloway, Exec Dir

      Vendor:  Morrow Brothers Ford, Inc.                                                         Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $221,420.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  23     Transportation, Department of                                                               File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 23

 

  The vendor was selected due to having trucks on their lot that are available for immediate delivery.

 

  This emergency contract is for the one-time purchase of 5 GMC Sierra 1500 pickup trucks. 

 

  A search was done through CEI BEP Diversity Management System and there were no registered BEP vendors

  that were authorized dealers of vehicle manufacturers.

 

  IDOT currently has over 300 trucks ordered from truck contract P-29479. Due to supply chain shortages and

  constraints Ford Motor Company has not been able to build our trucks. 143 trucks were ordered in FY 22 and

  were canceled by the manufacturer. Those trucks were re-ordered in FY 23 along with our FY 23 truck

  requests. As of right now Ford is saying these may not be built due to a shortage of engines.   

 

  This Emergency Purchase has an expected start date of 07/24/2023 through 10/23/2023 with an Original

  Estimated Cost of $237,890.45.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Laura Buick GMC                                                                    Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $237,890.45                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  26     Central Management Services, Department of                                            File Date:  7/10/2023

  Original Filing – 7/10/2023: FY24, Qtr 1, Item# 26

 

  International Cleaning Services (ICS) was the contract vendor of the most recent contract.  As ICS is aware of

  the time and resources required to maintain these services and is already situated to continue with said services

  until such time as a new contract can be put in place, we are going to use them.

 

  Emergency Janitorial - Five day janitorial services at L6524, 831 W 119th St, Chicago 07/10/2023 - 10/07/2023

 

 

  This contract is for 5 Day janitorial services under the small business set-aside code of 91039.  There are 190

  registered BEP firms unders NIGP 91039; however, since the service was being provided by a female owned

  SBSA vendor we are going to use the same vendor that was already doing the work under the previous

  contract.

 

  This Emergency Purchase has an expected start date of 07/10/2023 through 10/07/2023 with an Original

   Signed By:  Martha Blackwell, Manager

      Vendor:  International Cleaning Service                                                      Notary Date:           7/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $12,822.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  27     Central Management Services, Department of                                            File Date:  7/11/2023

  Original Filing – 7/11/2023: FY24, Qtr 1, Item# 27

 

  We are currently in the process of resoliciting all vendors for JPMC HVAC Chiller contracts in this region.  The

  JPMC Primary and Secondary Vendors on contract did not respond within the requested time frame; therefore,

  Anchor Mechanical was chosen as they are very familiar with the system. 

 

  Conduct Emergency repairs to Pump #12 in order to provide HVAC for the JRTC located at 100 W. Randolph

  in Chicago, Illinois.

This pump is critical in order to provide cooling to the Attorney General's Server Room

  which stores all their data and back up. Estimated cost is $15000.00

 

  This Emergency Purchase has an expected start date of 07/11/2023 through 10/09/2023 with an Original

  Estimated Cost of $15,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Anchor Mechanical                                                                   Notary Date:           7/11/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $15,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  28     Capital Development Board                                                                    File Date:  7/26/2023

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 28

 

  The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized

  according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,

  various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The

  scope shall provide for any associated electrical work and patchwork

  necessary to accommodate the mechanical work.

 

  The A/E will need to determine if any components of this project are eligible for a utility company or other

  energy grant/rebate and will be responsible for preparing and submitting the grant application if the project

  qualifies for the rebate.

 

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

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

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

  Professional Services Agreement, without prior authorization from the Capital

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

  reported upon project completion and project close-out.

 

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

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

  than 40% of work with its own staff. Work with own staff includes direct labor and supervision, as well as

  material purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 07/26/2023 through 10/23/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechnics, Inc.                                                                    Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  32     Central Management Services, Department of                                            File Date:  7/31/2023

  Original Filing – 7/31/2023: FY24, Qtr 1, Item# 32

 

  The vendor was chosen due to familiarity and proximity to the location.  The vendor was the contract holder

  under P-16276, Chiller HVAC Svcs MABB, Chicago Med Center until the contract expired on 2-28-2023. The

  vendor is located within 5 miles on the facility where emergency repair is required.  The two vendors under

  JPMC contracts are not equipped to handle the chillers at this facility.

 

  Estimated cost equipment and labor to repair the the chillers at IDPH Office Lab Building located at 2121 W.

  Taylor St and the IL Center for Rehab & Ed located at 1950 W. Roosevelt, both at the CMC.

 

  This Emergency Purchase has an expected start date of 07/27/2023 through 10/25/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  The Stone Group                                                                      Notary Date:           7/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  33     Human Services, Department of                                                              File Date:  7/28/2023

  Original Filing – 7/28/2023: FY24, Qtr 1, Item# 33

 

  The State of Illinois has until September 30, 2023 to submit additional materials regarding the Count Question

  Reporting and the Post-Census Group Quarters Review. NORC has unique experience working with the City of

  Chicago -- Illinois Board of Higher Ed and Illinois Healthcare and Family Services on information for group

  quarters materials. NORC is also working with the city of Chicago on its Group Quarters appeal process, which

   is integral to the State of Illinois' larger appeal. The unique expertise of the person leading this project with the

  team at NORC is a recognized expert in census design and operations, population estimates, and longitudinal and

   cross-sectional data collections. Experience in designing and conducting large-scale, national household,

  establishment, and educational institution surveys; combining administrative data with survey data for policy

  relevant research; and conducting survey research in areas such as interviewing methods, questionnaire design,

  and survey automation. Led the design, research, planning and testing effort for the 2020 Census. During tenure

   at the Census Bureau, the Lead served in various senior executive positions including associate director of the

  Decennial Census Programs; director of the Office of Survey and Census Analytics; director of the Center for

  Administrative Records Research and Applications; director of the Governments Division; director of the

  Customer Liaison and Marketing Services Office, and deputy director for the American Community Survey

  Office. 

 

  The Dept. of Human Services intends to procure consultation services related to the Post-Census Group

  Quarters Review (PCGQR) of the 2020 Census. The  vendor will provide consultation services to the State of

  Illinois related to accuracy of the decennial census count.  The vendor will provide assistance with Post-Census

  Group Quarters Review and the Count Question Resolution program.  Correcting the 2020 Census group

  quarters counts is particularly important to the State of Illinois as it assesses the needs of its population for such

   essential services as Medicare, affordable housing, homeland security, among many others.  This review

  opportunity applies to the special case of counts of populations living in group quarters that temporarily

  relocated during the 2020 Census enumeration, potentially resulting in an undercount.  accuracy of the decennial

   census count ensures fairness in apportionment of Congress, determination of Congressional district

  boundaries, distribution of more than $675 billion in federal funds annually to state and local areas,1 and

  allocation of state income tax revenues.  While the deadline for the current CQR has already passed (June 30,

  2023), based on direction received from the Census Bureau, there is still opportunity for the State of Illinois to

  make any corrections to its submission. 

 

  This Emergency Purchase has an expected start date of 07/31/2023 through10/27/2023 with an Original

  Estimated Cost of $660,734.00.

   Signed By:  Pamela Enno, PO

      Vendor:  NORC                                                                                   Notary Date:           7/28/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $660,734.00                                           $0.00                   $0.00      24 1


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Federal                        $0.00                                                                   $0.00

  35     University of Illinois Urbana-Champaign                                                  File Date:  8/3/2023

  Original Filing – 8/3/2023: FY24, Qtr 1, Item# 35

 

  The University initially published sole source 1RMJ23R170565403 on July 25, 2023 to purchase and install three

   energy recovery wheels in HVAC system of Roger Adams Lab. Due to the size of the HVAC system, the

  energy recovery wheels for this lab are 13 feet in diameter. Thermotech wheels are patented and offer the most

  structurally sound construction for this application. Thermotech offers a 10 year warranty. While the university

  was aware of the need for replacement, it was not anticipated there would be a complete equipment failure that

  requires an immediate fix. Continued degradation of these wheels began enabling the carryover of harmful

  chemical exhaust into the supply air. While this system is down, facility access will be limited which delays

  sensitive ongoing research.

 

   

 

Additionally, these energy recovery wheels are estimated to save about $200,000 annually for this facility.

  The installation time for this project was quoted to take 10-14 days. Each day this system isn't operational is

  costing this facility additional energy costs. Extended down time may also negatively impact the Energy Services

   contract we have for that building which could result in a substantial penalty.

 

  Three Energy Recovery Wheels to be provided from the factory with factory crews to install them. 13 feet in

  diameter energy recovery wheels installed in Special Air Handling units for Roger Adams Lab building. The Air

  Handling Units provide heating-cooling-ventilation-exhaust and special supply air for fume hoods. 

 

  This Emergency Purchase has an expected start date of 08/03/2023 through 08/13/2023 with an Original

  Estimated Cost of $196,729.26.

   Signed By:  Aaron Finder, Asst. Dir.  Purchasing

      Vendor:  Thermotech Enterprises                                                              Notary Date:           8/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $196,729.26                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  36     Transportation, Department of                                                               File Date:  8/3/2023

  Original Filing – 8/3/2023: FY24, Qtr 1, Item# 36

 

  The vendor was selected due to having trucks on their lot that are available for immediate delivery.

 

  This emergency contract is for the one-time purchase of 2 utility body trucks. 

 

  A search was done through CEI BEP Diversity Management System and there was only 1 registered BEP

  vendor and they are not a  Manufacturer authorized dealer to sell new trucks. 

 

  Last FY IDOT was limited by the manufacturer to the number of these types of trucks we could purchase. We

  have recently be notified that we are allocated to only 26 for this year. IDOTs need is much greater than 26

  trucks.    

 

  This Emergency Purchase has an expected start date of 08/03/2023 through 10/31/2023 with an Original

  Estimated Cost of $134,869.01.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Lynch Truck Center                                                                  Notary Date:           8/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $134,869.01                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  37     Natural Resources, Department of                                                           File Date:  8/7/2023

  Original Filing – 8/7/2023: FY24, Qtr 1, Item# 37

 

  Using Federal 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.  IDNR's vehicle fleet is

  severely diminished thus the need to move quickly to secure vehicle is paramount.  IDNR has been unable to get

   highly needed vehicles for over 3 years and many operationally required vehicles have been sidelined preventing

  staff from efficiently performing their duties.

 

 

 

IDNR procurement in consultation with the Office of Resource Conservation identified one (1) Ford F-350

  available with the Master Contract Vendor, however, it is not available at Master Contract pricing. 

 

  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 072-03 describing

  the provision of class 3 trucks and authorized vehicle dealer.

 

  Ford, Inc canceled multiple orders placed off of the master contract in FY23.  Morrow Brothers has advised

  that supply chain constraints still exist and that the plausibility of 2024 orders is questionable.  Also, Central

  Management Services has yet to establish 2024 pricing on the master contract nor open the ordering window. 

  IDNR is unable to wait any longer for vehicles nor take the chance the Ford will cancel 2024 orders again. 

 

  This Emergency Purchase has an expected start date of 8/7/2023 through 09/30/2023 with an Original

  Estimated Cost of $78.977.00, using Federal Funds.

   Signed By:  Eric Michael, Temp Asst. APO

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           8/7/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal                 $78,977.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  38     Corrections, Department of                                                                    File Date:  8/7/2023

  Original Filing – 8/7/2023: FY24, Qtr 1, Item# 38

 

  This vendor can provide parts and labor required to repair the high voltage substation in a short time-frame

  without substantial loss of electrical power. 

 

  Shawnee Correctional Center needs three fuses, three fuse holders and six insulators replaced at the high voltage

   substation in order to provide power to the correctional center. 

 

  Project would have had a BEP goal of 21%; however, due to the urgent nature of the repairs a qualified vendor

  was chosen on an emergency basis and repairs are being completed promptly with minimal impact to the facility

   and individuals in custody. 

 

  This Emergency Purchase has an expected start date of 08/07/2023 through 11/02/2023 with an Original

  Estimated Cost of $125,000.00.

   Signed By:  Sandy Robinson II, Purchasing Manager

      Vendor:  BH Electric                                                                             Notary Date:           8/7/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  39     Employment Security, Department of                                                       File Date:  8/9/2023

  Original Filing –8/9/2023: FY24, Qtr 1, Item# 39

 

  Using Federal Funding

 

  The NoCheck Group, LLC ("NoCheck") will continue to provide an electronic Claimant Portal for

  unemployment insurance claimants to select the method of receiving their benefits; i.e., direct deposit or paper

  check during the period of 8/6/2023-11/2/2023. This Claimant Portal is required as a bridge between the

  Department's benefit funding system (IBIS) and JP Morgan Chase ("Chase"), the Department's benefit banking

  vendor under Emergency Contract #4100148165.

 

  This Emergency Purchase has an expected start date of 08/06/2023 through 11/02/2023 with an Original

  Estimated Cost of $69,600.00, using Federal Funds.

   Signed By:  Raymond Marchioro, Acting Director

      Vendor:  The NoCheck Group                                                                 Notary Date:           8/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal                 $69,600.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  40     University of Illinois Urbana-Champaign                                                  File Date:  8/10/2023

  Original Filing – 8/10/2023: FY24, Qtr 1, Item# 40

 

  The underground chilled water lines serving building 630 are compromised and leaking chilled water on to the

  heating lines underground. This is causing a life safety issue and building 630 has no cooling. The sidewalk and

  surrounding area of the leak, is causing the sidewalk temperature to be 160 degrees. The chilled water lines will

  be excavated and repaired. Restoration of the area will be completed when the job is finished.

 

  This Emergency Purchase has an expected start date of 08/09/2023 through 11/06/2023 with an Original

  Estimated Cost of $203,020.63.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Anchor Mechancial                                                                   Notary Date:           8/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $203,020.63                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00

  41     Transportation, Department of                                                               File Date:  8/8/2023

  Original Filing – 8/8/2023: FY24, Qtr 1, Item# 41

 

  The selected vendor is able to provide the street sweepers.  IDOT lacks the equipment to properly maintain the

  streets; therefore, renting sweepers is needed to keep the roads safe from debris.

 

  Four or five Street Sweeper, Self-Propelled, 4-Wheel, Mechanical, Conventional Cab rental units for 3 months

  each.

 

  This Emergency Purchase has an expected start date of 08/10/2023 through 11/08/2023 with an Original

  Estimated Cost of $253,500.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Standard Equipment Co.                                                             Notary Date:           8/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $253,500.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  42     Natural Resources, Department of                                                           File Date:  8/15/2023

  Original Filing – 8/15/2023: FY24, Qtr 1, Item# 42

 

  *** Revenue Generating Contract

 

  System Compatibility requires the use of old-technology proprietary software that is not compatible with

  modern systems for the operation of the access gates and payment systems in the parking garage. Mr. McCann

  is the only vendor who can both access and maintain the current parking and revenue collection system. 

 

  The Illinois Department of Natural Resources (IDNR) requires emergency concession services to operate and

  maintain  a 2 - level underground parking garage at 526 E. Adams St, Springfield, Illinois, with 452 parking

  spaces. The parking garage is open Monday through Friday 7:00 a.m. to 7:00 p.m. The vendor must maintain

  access control and collect parking fees from both daily visitors to the state historic sites and downtown

  businesses, and monthly parking permit holders who occupy many spaces.

   

 

Concessionaire's Responsibilities:

1.) Provide all supplies, labor, supervision, maintenance, equipment,

  tools, materials, and incidentals necessary to operate and maintain    the parking facility.

2.) Collection of

  parking fees.

3.) Waste removal/disposal and cleaning of the garage area, ramps, elevator and stairwells.

4.)

  Replacing ballasts and light bulbs.

5.) Paying electric utilities for the garage.

 

  IDNR researched the available registered BEP vendors in NIGP Codes 961-15 Concessions and 958-72 Parking

  Management Services and deemed that none of the available Vendors were close enough to the project location

  to fulfill any portion of the contract on an emergency basis.

 

   

 

Early in 2023, the Agency conducted a survey of available IT vendors who could install and maintain an

  upgraded Parking Access and Revenue Collection system that would meet our needs. The agency could not

  come to an agreement with those vendors on control of proprietary software systems and hardware.  In

  addition, the vendors could not provide acceptable contract terms and conditions after several rounds of

  negotiations.  The Agency has need to continue with the current vendor on an emergency basis until a

  competitive bidding process has been completed which will involve following all required BEP procurement

  processes.

 

  Revenue Generating Contract

 

  This Emergency Purchase has an expected start date of 08/11/2023 through 11/08/2023 with an Original

  Estimated Cost of $0.00, using Re.

   Signed By:  Amanda Long, APO

      Vendor:  James McCann dba Uptown Garage                                               Notary Date:           8/15/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Federal                        $0.00                                                                   $0.00

  43     Transportation, Department of                                                               File Date:  8/18/2023

  Original Filing – 8/18/2023: FY24, Qtr 1, Item# 43

 

  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 08/11/2023 through 11/05/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Heritage FS                                                                            Notary Date:           8/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  44     Transportation, Department of                                                               File Date:  8/18/2023

  Original Filing – 8/18/2023: FY24, Qtr 1, Item# 44

 

  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 08/11/2023 through 11/05/2023 with an Original

  Estimated Cost of $950.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Conserv FS                                                                             Notary Date:           8/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                            $950.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  45     Transportation, Department of                                                               File Date:  8/24/2023

  Original Filing – 8/24/2023: FY24, Qtr 1, Item# 45

 

  There are only a two vendors who can provide this asphalt in the area it is needed. We chose this vendor

  because they are willing to provide the asphalt and follow the guidelines set by the state as a vendor.

 

  1750 Tons of N70 Surface Hot Mix Asphalt 

 

  This Emergency Purchase has an expected start date of 09/18/2023 through 12/1/2023 with an Original

  Estimated Cost of $129,500.00.

   Signed By:  Linette Hughes, Procurement Specialist

      Vendor:  Builders Asphalt                                                                      Notary Date:           8/24/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $129,500.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  46     Innovation & Technology, Department of                                                  File Date:  8/24/2023

  Original Filing – 8/24/2023: FY24, Qtr 1, Item# 46

 

 

  AssetWorks has been the inventory management and online auction provider for CMS Surplus Property and iBid

   since 2015.  All business processes required for continued operations of State Surplus and GSA Federal

  Surplus rely upon this platform.  Without this platform surplus auctions will not be able to continue which

  affects the collection of substantial state revenue.

 

  Software as a service including website (online auction) hosting, platform maintenance, and technical support.

 

 

 

CMS/Bureau of Agency Service, Surplus Property Division is tasked to dispose of State and Federal Assets.

   In conjunction with Title 44, of the Administrative Code, the software and systems utilized under this contract

  are essential to the State of Illinois and Federal Surplus programs maintaining a revenue stream to otherwise

  fund these programs. Without this contract the mission of the State and Federal Surplus programs would be

  critically diminished. Surplus Property utilizes predominantly, the online auction site iBid for accomplishing this

  task. Asset Works is the vendor who provides the services (software, hosting, etc.) associated with iBid.

  Further, the iBid system, Federal and State Surplus Systems account for 3.5 to 4.5 million dollars annually for

  the tax payers of the State of Illinois. The contract is essential to the State and Federal Surplus programs

  maintain a revenue stream to fund the programs and to adhere to Title 44 of the Administrative Code.

 

  AssetWorks is CMS' sole vendor for inventory management and online auction services since 2015, this

  procurement allows Surplus Property to continue operations while at the same time developing and publishing an

   RFP to acquire a replacement (or the same vendor) during the emergency extension of the current expired

  contract for these services.

 

  This Emergency Purchase has an expected start date of 09/01/2023 through 11/29/2023 with an Original

  Estimated Cost of $155,573.00.

   Signed By:  Van P. Austin, APO

      Vendor:  AssetWorks                                                                            Notary Date:           8/24/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $155,573.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  47     Innovation & Technology, Department of                                                  File Date:  8/25/2023

  Original Filing – 8/25/2023: FY24, Qtr 1, Item# 47

 

  The Joint Purchase Master Contract (JPMC) with  Pluralsight expired.  This emergency will reestablish a JPMC

   for Pluralsight Enterprise Plan License subscriptions with Single Sign-on capability to be available to all

  governmental units and qualified not-for-profit agencies.

 

 

 

The State has procured these licenses via Master Contract CMT1198910 for multiple years. The demand

  within the State for these licenses continues to grow. Previous contracts (CIT9612400, CIT9246300,

  CIC8063040, CIC6981940 and CIC5898500) have been in place for Pluralsight allowing other agencies (i.e.

  CMS, DCFS, DOT, etc.) to utilize Pluralsight for years including the licenses that transferred from legacy

  CMS/BCCS to DoIT. Due to demand and the increase in DoIT's headcount (DoIT transformation of absorbing

  legacy client agency development staff) DoIT's Pluralsight license needs count grew from @70 (CMS/BCCS) to

   @500. Additionally, non-DoIT agencies, boards and commissions have reached out to DoIT in attempts to

  order Pluralsight licenses from a JPMC.

 

 

 

Any change in vendor would require a full solicitation to ensure the needs and compatibility that Pluralsight

  provided.  The master contract set up with Pluralsight (CMT1198910) in 2020 had renewal options that needed

  to be executed by 8/20/23.  Although the intent was to renew the master contract the deadline passed prior to

  executing the renewals. This emergency would allow operations to continue without interruption as a new

  competitive solicitation is processed.

 

   Pluralsight Enterprise Plan License subscriptions with Single Sign-on capability. 

 

  DoIT would forgo placing a BEP goal on the proposed transaction. The purchase is for licenses, the user

  software is already in place. The electronic purchase and delivery of licenses for the Pluralsight application does

  not allow for the development of a viable scope of work for a BEP vendor.  P-19891 was approved under DM

  in 2019.

 

  This Emergency Purchase has an expected start date of 08/25/2023 through 11/24/2023 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Pluralsight, LLC                                                                       Notary Date:           8/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  48     Capital Development Board                                                                    File Date:  8/28/2023

 

  Second Filing –11/14/2023: FY24, Qtr 21,  Item # 120

  An Emergency Purchase Extension was received on November 14, 2023 requesting an extension for dates

  starting 11/25/2023 to 09/30/2024 at an additional estimated cost of $1,600,000.00, revising the total estimated

  cost to $1,700,000.00.

 

 

  Original Filing – 8/28/2023: FY24, Qtr 1, Item# 48

 

  The Department of Corrections ("IDOC") has notified the Capital Development Board ("CDB") that several utility

   tunnels, specifically tunnels A, D, E, S, and P, have deteriorated to the point where there is a threat to public

  safety and the potential for further loss/damage to the facility. CDB Professional Services visited the site in

  January of 2023 and indicated that there is significant damage in the tunnels that are concerning due to the

  hazard to maintenance staff from continued falling concrete, and the potential disruption to utilities in the event

  of failure. It is reported that pieces of concrete fall from these tunnel ceilings on a regular basis, and have

  already caused damage to valves and utility lines. Should these conditions continue, failure of the top concrete

  slabs could cause injury or death, as well as disruption of utilities rendering several buildings uninhabitable.

 

  IDOC requested CDB's assistance to assess and provide recommendations for shoring and repair work

  necessary to provide a safe environment for staff, and to prevent further damage to the tunnels and its utilities.

  CDB engaged with the Central Region Indefinite Delivery/Indefinate Quantity ("IDIQ") Architect/Engineer to

  provide an assessment and recommendations for shoring/repair work under

  CDB Project No.: 120-050-061. A report dated April 17, 2023, concurred with CDB Professional Services that

  expedited design and construction services are necessary due to the severity of deterioration witnessed in the

  tunnels. Recommendations included immediate repairs to Tunnel E, if feasible, roofing replacement for Tunnel

  A, immediate shoring of the last 200 ft. of tunnels A, D, & S, and immediate shoring to tunnel P's roof,

  followed by replacement of the roofing structure. Additionally, it was advised that steel bollards be placed at the

  end of the road/parking lot to keep vehicles from crossing over tunnel P.

 

  This project (CDB Project No.: 120-050-062) began through the emergency selection of a contractor to provide

  any immediate shoring work deemed necessary by the Architect/Engineer of record. Considering the time

  frames needed for design, followed by regular bidding and award procedures, services for immediate shoring

  under the existing processes would likely not begin for several months. For this reason, an emergency purchase

  is necessary to provide expedited shoring services as quickly as possible in order to provide a safe working

  environment, to protect the utilities in the tunnels, and to prevent further damage.

 

  Sjostrom & Sons, Inc., located in Rockford, IL, was selected because they have experience working with CDB

  and IL Dept. of Corrections, they have the expertise to complete the work, and they have the resources to

  provide expedited construction services services under an emergency declaration.

 

  The scope of work provides for expedited construction services to provide any necessary shoring to the

  tunnels, specifically but not limited to utility tunnels A, D, E, S, and P, at East Moline Correctional Center. The

  scope of work also includes placing steel bollards at the end of the road/parking lot to keep vehicles from

  crossing over tunnel P.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

 

  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 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 08/28/2023 through 11/25/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Sjostrom & Sons, Inc.                                                                Notary Date:           8/28/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00        $1,700,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  49     Revenue, Department of                                                                        File Date:  8/23/2023

  Original Filing – 8/23/2023: FY24, Qtr 1, Item# 49

 

  CMS Department of Vehicles maintains the fleet for the State of Illinois. Currently DOV is unable to provide all

  necessary vehicles to the different state agencies.

   

 

It is very costly for the state to reimburse employees for their personal vehicle usage.  A large portion of

  the total travel costs incurred by the Agencies is to reimburse employees for their personal vehicle usage

  (currently $0.655 per mile), with the employee paying the costs for fuel and vehicle maintenance up front.

 

   

 

Due to the COVID-19 pandemic and other factors, including subsequent supply chain shortages resulting in

   a competitive retail market, 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 also having difficulties in obtaining the parts and other materials to build the vehicles.  Prices have

  escalated dramatically, and manufacturers have canceled many of the State's large orders for model years 2021

  and 2022 vehicles, forcing State agencies to re-order vehicles at the increased pricing for the new model year

  (2023).  In addition, the time that ordering windows for fleet vehicles are open have been decreased dramatically

   (some as little as two weeks for the entire 2023 model year) so State agencies cannot place orders against the

  JPMCs for the model year if the ordering window has opened and closed and must seek other means to procure

   the needed vehicles.

 

   

 

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 2 vehicles that could meet the

  Lottery's immediate need.

 

  Lottery will be able to purchase Two 2023 Chrysler Pacifica Touring Ls.

 

  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

              


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  Gasoline - Chrysler Pacifica Touring    Trucks- Light and Medium Duty- Order Cut Off 8-26-2023

           21-

  416CMS-BOSS4-P-29479- JPMC Trucks Light Medium and Heavy Duty

               Gasoline Ford Ranger

  

              Flex Fuel F150

               Flex Fuel F250

               Flex Fuel F350

  Sutton Ford is the only BEP-certified vendor at this time. Also, this emergency procurement is below $100,000.

 

 

  This Emergency Purchase has an expected start date of 08/22/2023 through 11/19/2023 with an Original

  Estimated Cost of $89,884.52.

   Signed By:  Ignacio Cuevas, APO

      Vendor:  Hendershot Chrysler Dodge Jeep Ram                                            Notary Date:           8/23/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $89,884.52                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  50     Comptroller - Fiscal Officer, Office of the                                                  File Date:  8/31/2023

  Original Filing – 8/31/2023: FY24, Qtr 1, Item# 50

 

  Alert IT Solutions, Inc. is a certified reseller of Rocket Software products that have been used by other State

  agencies.

 

  Alert IT Solutions, Inc. is a certified reseller of Rocket Software products. These products are mainframe

  utilities used by the IOC to support mainframe applications. TMON for CICS is a tool used to monitor the CICS

   environment. It assist with performance tuning and problem analysis.

 

 

 

The maintenance being procured entitles the user to continued uninterrupted use of the product, software

  upgrades and patches, and technical support via phone and web. Technical support is available 24-hours during

  the normal work week; emergency support is available 24-hours a day, seven days a week; online support is

  available 24-hours a day, seven days a week, including holidays.

 

  Rocket Software, formerly ASG Technologies, products are proprietary. The IOC has been working directly

  with Rocket Software to execute a 2-year contract however the company is in the process of registering with

  the State after acquiring ASG Technologies. Throughout this process the IOC became aware these products are

   offered by Alert IT Solutions, Inc., a certified reseller. The master contract will not be completed in time and

  there is not enough time to conduct bids. Alert IT Solutions, Inc. is BEP certified.

 

  This Emergency Purchase has an expected start date of 06/28/2023 through 06/27/2024 with an Original

  Estimated Cost of $159,748.69.

   Signed By:  Kendall Small, Stae Purchasing Officer

      Vendor:  Alert IT Solutions, Inc                                                               Notary Date:           8/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $159,748.69                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  51     Chicago State University                                                                       File Date:  9/1/2023

  Original Filing –9/1/2023: FY24, Qtr 1, Item# 51

 

  payment will come from the students' funding.

 

 

  Chicago State University is currently without a vendor to provide food service to support students,staff and

  faculty. Three (3] potential vendors expressed interest in providing food services. Two [2) of the three [3]

  arrived on campus to tour facilities [third vendor was from out of town and declined to reschedule] and

  provided quotes based on the parameters listed below. Love's Leafy Bean LLC is able to g

 

  Chicago State University requires engagement with a vendor to provide reliable,high-quality,and nutritious food

  service operations for the campus onan emergency basis from September 1 - November 29, 2023 for

  approximately 275 students.

 

  This is an immediate need to prevent or minimize serious disruption in critical State sen/ices.The IPHEC2134

  eCommerce Catering Services vendor has been contacted to seeif they could meet our future catering needs

  after November 29, 2023

 

  This Emergency Purchase has an expected start date of 09/01/23 through 11/29/23 with an Original Estimated

  Cost of $631,500.00, payments will come from the students' funding.

   Signed By:  Zalwaynaka Scott, President

      Vendor:  Love's Leafy Bean LLC                                                              Notary Date:           9/1/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $631,500.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  52     Environmental Protection Agency                                                            File Date:  9/18/2023

  Original Filing – 9/18/2023: FY24, Qtr 1, Item# 52

 

  The vendor is capable of running the EPA method that the State lab cannot and the pricing is competitive. This

  procurement is in response to an explosion occurring at ADM and time is of the essence.

 

  This purchase request is for sample testing (Per- and Polyfluoroalkyl Substances (PFAS)) that the state lab is

  unable to perform. PFAS Testing is required in response to an explosion at ADM on Thursday 8/14/23.

  Protecting Illinois drinking water is a top priority for IEPA. Perfluorooctyl Sulfonate (PFOS) and

  Perfluorooctanoic Acid (PFOA) are fluorinated organic Per and Polyfluoroalkyl (PFASs) chemicals that are part

  of a larger group of chemicals referred to as Per and Polyfluoroalkyl (PFASs). These chemicals are man-made

  and ubiquitous in the environment. PFAS testing is necessary to ensure an adequate supply of water that is safe

  in quality, clean, adequate in quantity, and of satisfactory mineral characteristics for ordinary domestic

  consumption.

 

  This Emergency Purchase has an expected start date of 09/14/2023 through 11/14/2023 with an Original

  Estimated Cost of $13,915.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Pace Analytical Services                                                             Notary Date:           9/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $13,915.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  53     Transportation, Department of                                                               File Date:  9/11/2023

  Original Filing – 9/11/2023: FY24, Qtr 1, Item# 53

 

  Samron Midwest Contracting was selected to perform this work based on their low bid and their availability to

  perform the work.

  Below are the contractors contacted and their bid price:

  Samron Midwest Contracting: $938,637.40

  E. T, Simonds Construction Company: $1,408,737.84

 

  A temporary support will be constructed under SN 039-0075, the eastbound bridge of IL 13 over the Big

  Muddy River, on the west bank of the river, adjacent to existing Pier 4. This is necessary to protect the bridge

  and keep the traveling public safe because a landslide has pushed Pier 4 towards the river. Also included is

  traffic control to temporarily divert traffic off the eastbound bridge, onto the westbound bridge, until the

  temporary support is in place.

 

  This Emergency Purchase has an expected start date of 09/12/2023 through 12/10/2023 with an Original

  Estimated Cost of $938,637.40.

   Signed By:  Robert Graeff, OPS Engineer

      Vendor:  Samron Midwest Contracting                                                       Notary Date:           9/11/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $938,637.40                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  55     University of Illinois Urbana-Champaign                                                  File Date:  9/19/2023

  Original Filing – 9/19/2023: FY24, Qtr 1, Item# 55

 

  ****Funding used by Auxiliary Enterprises/Self-Supporting Activities

 

  Siemens Medical Solutions has offered discounted pricing for a new interventional radiology machine if the new

  machine is bundled with an extended service agreement. The discount for the equipment is $225,878. The new

  interventional radiology machine will be covered under Cooperative 012JDR. The extended service agreement is

  not covered under the cooperative. The quotes for the equipment and extended service agreement expire on

  September 22, 2023.

 

  CentriCare Benchmark extended service agreement. With CentriCare, Interventional Radiology will be able to

  select the most convenient time period for company personnel to address non-urgent service requests. Doing so

   addresses the issue of existing service contracts frequently overlapping with operational hours. It's a problem

  that can result in preventive maintenance infringing on patient care.

 

  This Emergency Purchase has an expected start date of 09/22/2023 through 09/29/2023 with an Original

  Estimated Cost of $800,000.00, using Auxiliary Enerprises / Self-Supporting Activities.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  Siemens Medicals Solutions USA                                                  Notary Date:           9/19/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $800,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  56     Capital Development Board                                                                    File Date:  9/20/2023

  Original Filing – 9/20/2023: FY24, Qtr 1, Item# 56

 

  The scope of work provides for an immediate assessment of the power failure at Stateville

  Correctional Center, followed by the repair and/or replacement of approximately 30 feet of high voltage power

  cabling, associated switches, termination materials, and other ancillary materials required to ensure sufficient

  power is restored at the facility.

 

  The scope of work also provides for the removal and replacement of the faulty electrical cables that support the

  Back-End of the facility

 

  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 09/12//2023 through 12/10/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Block Electric Co. Inc.                                                               Notary Date:           9/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  57     Capital Development Board                                                                    File Date:  9/25/2023

  Original Filing – 9/25/2023: FY24, Qtr 1, Item# 57

 

  The scope of work provides for assessment assistance and repairs to the tile roof leaks, gutters, downspouts

  and an investigation of the roof deck and or truss system for possible structural failures including repairs. All

  work should be coordinated with Historic Preservation.

 

  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 thisprocurement should not exceed

   $100,000.00, which is a place-holder prior entering into a Construction Contract, without prior authorization

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

  be reported upon project completion and project close-out.

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 09/25/2023 through 12/23/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Kreiling Roofing Co.                                                                 Notary Date:           9/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  58     Capital Development Board                                                                    File Date:  9/25/2023

  Original Filing – 9/25/2023: FY24, Qtr 1, Item# 58

 

  The scope of work provides for assessments and repairs of the tile roof leaks, gutters, downspouts and an

  investigation of the roof deck and or truss system for possible structural failures including repairs. All work

  should be coordinated with Historic Preservation.

 

  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 09/25/2023 through 12/23/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Bauer Latoza Studio Ltd                                                             Notary Date:           9/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  10     University of Illinois Urbana-Champaign                                                  File Date:  10/7/2023

 

  Final Cost Statement

  Latest Filing – 10/06/2023: FY24, Qtr 2, Item # 124

  The Actual Total Cost of FY24, Qtr 2, Item# 124   is $5,202,451.89.

 

 

  Original Filing – 6/29/2023: FY24, Qtr 1, Item# 10

 

  using Hospital Institutional Funds.

 

  Medline Industries has pricing and supplier contracts in place that protect the Hospital from skyrocketing supply

   prices. The University has a Cooperative Purchase (627IDM) in place that expires on 6/30/23. This Emergency

  Purchase will be required while a new Cooperative Purchase is processed.

 

  Medline Industries will provide disposable medical and surgical supplies, such as gauze, bandages, iodine,

  alcohol, surgical glue and other numerous disposables.

 

  Using the Vizient contract for this Emergency Purchase gives the department a larger percentage back.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $6,000,000.00, using Hospital Institutional Funds.

   Signed By:  Debra Matlock, Executive Director

      Vendor:  Medline Industries                                                                    Notary Date:           6/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                 $5,202,451.89        $5,202,451.89      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  12     Human Services, Department of                                                              File Date:  11/8/2023

 

  Final Cost Statement

  Latest Filing – 11/08/2023: FY24, Qtr 2, Item # 133

  The Actual Total Cost of FY24, Qtr 2, Item# 133  is $44,775.00.

 

 

  Original Filing – 6/29/2023: FY24, Qtr 1, Item# 12

 

  Emergency procurement needed to provide a Medical Director for Chester Mental Health Center. This vendor is

  currently providing services for our Medical Director, but the current contract expires on 6/30/2023.

 

  Staffing services needed to provide a full time Medical Director for Chester Mental Health Center. The

  contractor shall screen and present a physician with an Illinois Physician and Surgeon License with a specialty

  in Psychiatry. Board Certification is required to provide medical leadership and oversight of the psychiatric

  services provided at the Center to provide services to Chester Mental Health Center to ensure adequate and

  competent coverage. The physician serves as the Medical Director and supervises medical staff, maintains

  overall quality of clinical care, and develops and implements policies and procedures. Services shall be provided

  in accordance with the Scope of Work in the contract. Routinely, full time hours will be 40 hours per week

  between the hours of 8:00am and 5:00pm, Monday-Friday.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $156,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  LocumTenens.com                                                                    Notary Date:           6/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $156,000.00                                    $44,775.00            $44,775.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  16     Human Services, Department of                                                              File Date:  11/8/2023

 

  Final Cost Statement

  Latest Filing – 11/08/2023: FY24, Qtr 2, Item # 134

  The Actual Total Cost of FY24, Qtr 2, Item# 134  is $39,310.00.

 

 

  Original Filing – 7/5/2023: FY24, Qtr 1, Item# 16

 

  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. Was have used TriStone  recently with

  more than satisfactory results,  is able to provide services in all 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 Holy

  Family Hospital in Des Plaines. ( 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) for up to 90 days.

 

  This vendor is State of Illinois vendor certified SBSA in the Illinois Procurement Website, as well as a

  Registered BEP member.

 

  This Emergency Purchase has an expected start date of 07/04/2023 through 09/30/2023 with an Original

  Estimated Cost of $172,800.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  TriStone Security Consultants                                                      Notary Date:           7/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $172,800.00                                    $39,310.00            $39,310.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  21     Natural Resources, Department of                                                           File Date:  10/19/2023

 

  Final Cost Statement

  Latest Filing – 10/19/2023: FY24, Qtr 2, Item # 126

  The Actual Total Cost of FY24, Qtr 2, Item# 126  is $199,634.00.

 

 

  Original Filing – 7/20/2023: FY24, Qtr 1, Item# 21

 

  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 identified Four (4) Chevy Silverado trucks available

  locally at Biggers Chevrolet that would meet the need and moved quickly to secure them.

 

  Four (4) 2023 Chevy Silverado Trucks

 

  There are four (4) Chevy Silverado trucks 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.

 

  This Emergency Purchase has an expected start date of 07/20/2023 through 10/18/2023 with an Original

  Estimated Cost of $199,634.30.

   Signed By:  Nicole Bergee, Procurement Admin

      Vendor:  Jerry Biggers Chevrolet                                                              Notary Date:           7/21/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $199,634.30                                   $199,634.00           $199,634.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  24     Human Services, Department of                                                              File Date:  12/6/2023

 

  Final Cost Statement

  Latest Filing –12/6/2023: FY24, Qtr 2, Item # 157

  The Actual Total Cost of FY24, Qtr 2, Item#  157  is $628,492.74.

 

 

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 24

 

  Vendor currently has an emergency contract providing the service.  IDHS is attempting to secure a contract via

  a sole economically feasible source procurement, which requires review by Federal CMS of which they have 60

   days.  NTT Data State Health Consulting, LLC 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. 

 

  This Emergency Purchase has an expected start date of 07/31/2023 through 10/28/2023 with an Original

  Estimated Cost of $628,492.74.

   Signed By:  Pamela Enno, APO

      Vendor:  NTT Data State Health Consulting                                                 Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $628,492.74                                   $628,492.74           $628,492.74      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  25     Mathematics And Science Academy Fund, Illinois (53950 - old)                      File Date:  11/3/2023

 

  Final Cost Statement

  Latest Filing – 11/3/2023: FY24, Qtr 2, Item # 131

  The Actual Total Cost of FY24, Qtr 2, Item# 131  is $11,242.00.

 

 

  Original Filing – 7/10/2023: FY24, Qtr 1, Item# 25

 

  Vendor was selected due to them being awarded a QBS solicitation undertaken by the agency.  The firm has

  done prior work for the agency and has the subject matter expertise to advise IMSA related to the project being

  undertaken and contractors who will need to perform the work required.

 

  The Illinois Mathematics and Science Academy recently had a study done by an external agency, DuPage

  County Regional Office of Education, concerning campus safety and critical voids allowing potential armed

  intruders to access campus buildings.  The main entry way of the classroom building has no safeguards in place

   that would prevent an armed intruder from gaining access to all classroom and thus endangering the lives of

  students, visitors, faculty and staff.  The architect will design a plan that will allow for added walls, doors and

  security systems that will require further authorization to access these entry points limiting any uninvited guests.

 

 

  This Emergency Purchase has an expected start date of 07/17/2023 through 10/14/2023 with an Original

  Estimated Cost of $66,000.00.

   Signed By:  Terry Michels, Director of Procurement

      Vendor:  Bailey Edward Design                                                               Notary Date:           7/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $66,000.00                                    $11,242.00            $11,242.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  29     Capital Development Board                                                                    File Date:  10/16/2023

 

  Second Filing – 10/16/2023:  FY24,  Qtr 2,  Item # 118

  An Emergency Purchase Extension was received on October 16, 2023 requesting an extension for dates starting

   10/23/2023 to 07/15/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 7/26/2023: FY24, Qtr 1, Item# 29

 

  The scope of work provides for removal of the existing chiller on grade and replacing it with a new chiller sized

  according to the buildings anticipated loads. The scope also includes removing and replacing the concrete pad,

  various piping, and any other necessary accessories required to restore cooling to the Nielson Building. The

  scope shall provide for any associated electrical work and patchwork necessary to accommodate the

  mechanical work.

 

  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 $250,000.00, 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 07/26/2023 through 10/23/2023 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           7/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  30     Capital Development Board                                                                    File Date:  10/18/2023

 

  Final Cost Statement

  Latest Filing – 10/18/2023: FY24, Qtr 2, Item # 125

  The Actual Total Cost of FY24, Qtr 2, Item# 125 is $.00. (Transferred to BIOS)

 

 

 

  Original Filing – 7/10/2023: FY24, Qtr 1, Item# 30

 

  The scope of work provides for an expedited assessment and design services to replace the emergency

  generator at the ISP Facilities Building/Evidence Vault with a properly sized, code compliant generator, to

  include transfer switch, emergency panel, wiring, and any other ancillary components necessary. A second

  automatic transfer switch and panel will be added for life safety loads.

 

  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 07/6/2023 through 10/3/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  RTM Engineering Consultants                                                      Notary Date:           7/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  31     Capital Development Board                                                                    File Date:  11/6/2023

 

  Final Cost Statement

  Latest Filing –11/06/2023: FY24, Qtr 2, Item # 132

  The Actual Total Cost of FY24, Qtr 2, Item# 132  is $123,347.00.

 

  Original Filing – 7/7/2023: FY24, Qtr 1, Item# 31

 

  The scope of work provides for the replacement of a failed hot water heater at LaSalle Veteran's Home, as

  specified by the A/E of record.

   

 

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

  design documents provided by the Architect/Engineer of record and quote received by JB Contracting

  Corporation.  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 $123,347.00, 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 07/7/2023 through 10/4/2023 with an Original

  Estimated Cost of $123,347.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  JB Contracting Corp                                                                  Notary Date:           7/7/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $123,347.00                                   $123,347.00           $123,347.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  34     Northeastern Illinois University                                                               File Date:  9/22/2023

  Second Filing - 09/22/2023:  FY24,  Qtr 2,  Item # 117

  An Emergency Purchase Extension was received on 09/22/2023 requesting an extension for dates starting

  11/14/2023 to 11/30/2023. The extension expenditure is not assessed and will be charged for time only.

 

  **Using State Appropriated Funds and Funds will be reimbursed to the University by insurance carrier..

 

 

 

  Original Filing – 08/02/2023: FY24, Qtr 1, Item# 34

 

  **Using State Appropriated Funds and Funds will be reimbursed to the University by insurance carrier..

 

  Quotes were obtained from 3 vendors. Demco offers the best value and recently installed a dust collector on our

   campus on another project.

  Quotes:

  Demco $156,800.00

  Hill $164,520.00

  Air Design Systems $179,000.00

 

  This emergency purchase is necessary following a fire that occurred in the Fine Arts Woodshop, Room FA-219

   on 2/20/23. Vendor shall provide labor, equipment, tools, and materials for the demolition and removal of the

  old dust collector system, and will install a new replacement dust collector system. Vendor shall also furnish

  domestic water piping and insulation.

 

  This Emergency Purchase has an expected start date of 8/15/2023 through 11/13/2023 with an Original

  Estimated Cost of $156,800.00, using State Appropriated Funds and Funds will be reimbursed to the University

  by insurance carrier..

   Signed By:  Victoria Santiago, Director Procurement Services

      Vendor:  Demco                                                                                  Notary Date:           8/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $156,800.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  54     Capital Development Board                                                                    File Date:  11/7/2023

 

  Second Filing – 11/7/2023:  FY24,  Qtr 2,  Item # 119

 

  An Emergency Purchase Extension was received on November 7, 2023 requesting an extension for dates

  starting 12/3/2023 to 02/29/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 9/5/2023: FY24, Qtr 1, Item# 54

 

  The scope of work provides for the rental of nine 24” water pumps, to include delivery, installation,

  maintenance, demobilization and eventual removal of the pumps. The scope of work also includes daily start-up,

   stoppage, and fueling of the pumps when needed, as well as 24/7 pump watch for the duration of the project,

  and the installation of protective fencing for the pumps. The pumps are to remain in place through the

  waterfowl season.

 

  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 $650,000.00, 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 09/05/2023 through 12/03/2023 with an Original

  Estimated Cost of $650,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Lake Contracting, Inc.                                                                Notary Date:           9/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $650,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  59     Capital Development Board                                                                    File Date:  9/11/2023

 

  Second Filing - 09/11/2023:  FY24, Qtr 1, Item # 59

  An Emergency Purchase Extension was received on September 11, 2023 requesting an extension for dates

  starting 09/18/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only,

  in the same filing quarter.

 

  Original Filing – 6/21/2023: FY24, Qtr 1, Item# 104

 

  The scope of work provides for repairs to the ponds at the IDNR Brunsvold Building including: making repairs

  to the 42 in. concrete overflow and outlet pipes in the vicinity of the outlet structure, re-grading pond base

  around outlet structure, installing new rubber membrane pond liner in vicinity of outlet structure, replacing

  sluice gate at outlet structure and installing rock protection around the outfall structure. Project also includes

  repairing visible patches in pond liner throughout both the east and west ponds, repairing

  embankment at a depression of the pond liner on the east side of building between wall pier and south side of the

   4 ft x 4 ft box culvert (limited removal and replacement of the pond liner at this localized embankment repair.

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

  submitted by E.L. Pruitt Company dated June 16, 2023, and 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 $130,081.00, 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 06/21/2023 through 09/18/2023 with an Original

  Estimated Cost of $130,081.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  E.L. Pruitt Co                                                                          Notary Date:           6/21/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $130,081.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  60     Innovation & Technology, Department of                                                  File Date:  7/31/2023

 

  Second Filing - 07/31/2023:  FY23,  Qtr 4,  Item # 60

  An Emergency Purchase Extension was received on July 31, 2023 requesting an extension for dates starting

  09/28/2023 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 6/20/2023: FY24, Qtr 1, Item# 103

 

  Alert IT Solutions, Inc. (AlertIT) is a CMS registered BEP reseller of Rocket Software. The Rocket products in

  use by DoIT provide application access to the agency' mainframe.

   

 

Rocket Software is the provider of several Mainframe software packages including Legasuite,

  Mobius\Document Direct, Bluezone, CICS TS,

   

 

The reason for this emergency purchase is due to DoIT has an IFB for a master contract in process, but

  the IFB will require reposting we did not receive any bids on the first posting.  Redoing the bid posting added to

  the time it that it will take to award a vendor which is now too long to allow timely execution of our annual

  license renewals expiring.  Additionally, DoIT has been holding a vital security upgrade to our Mobius software

  which is no longer supported by the vendor and exposes the State to ransomware and other attacks. Mobius is

  critical for business functions running and the software licenses are also critical to the mainframe and the many

  applications  SOI employees and citizens rely upon to provide services.  Once the IFB is complete it will replace

  this Emergency and when the IFB has been executed, the emergency contract will no longer be needed.

 

 

Below are the systems impacted:

Mobius\Direct View version that SOI is running is at end of life and could

   be subject to malicious attacks. The master contract will not be awarded in a timely manner, and we can’t wait

  for December or January for this upgrade after waiting nearly a year after it's end of life to utilize the master for

   this upgrade. We now run the risk of significant work disruption with this software.  Mobius is a mainframe

  reporting software, which processes thousands of reports monthly from the mainframe and is critical to the

  State of Illinois for daily processing and business needs.  Mobius functionality also requires CICS TIMON, Data

   Z- Data Z Web and View Direct API.

 

 

Legasuite is a Web based GUI front end to the IMS Mainframe based KIDS system. GUI is Graphical User

  Interface and IMS is a mainframe database and transaction system in which applications for mainframe are

  written.  We are choosing them as a Rocket reseller because of an excellent track record in providing SOI

  service.   Lack of maintenance would  cause the interfaces to the KIDS application to become unstable and

  unreliable, resulting in reduced efficiency and increased costs of using KIDS and possibly system failure. This

  could result in the Agency's failure to meet program objectives, federal and state mandates. The KIDS or Key

  Information Delivery System is used by Child Support Enforcement and the information it is providing directly

  impacts child welfare in the state of Illinois. The Key Information Delivery System (KIDS) notifies the Division

  of Child Support Enforcement (DCSE) of all: Approvals; Suspensions; Resumptions; Cancellations; Sanctions;

  Reinstatements; Additions and deletions of a dependent child to the cash or medical assistance unit; Inter-Office

  transfers of cases; Changes in program eligibility; Changes in the basis of a child's eligibility; Account

  information; and all known information relating to the noncustodial parent.

 

  Bluezone- is the primary terminal access to the mainframe.  It is the application used to sign on for every single

  mainframe user in order to access every single application on the mainframe.

 

  The below products are currently licensed and used by agencies hosted and supported on the State of Illinois IT

   infrastructure. The licenses expire on 6/30/2022.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   

 

This Emergency is for maintenance on:

VNZ - Mobius®-Windows,VNB - Mobius®-Windows - Packet

  Production,VNN - Mobius®-Windows - Network Server Access,VNL -

Mobius®-Windows - Advanced Laser

  Printing,DRZ - ASG-DocumentDirect®,DRN - ASG-DocumentDirect® - Network Server

Access,DRA - ASG-

  DocumentDirect® - AFP,DRD - ASG-DocumentDirect® - DJDE/Metacode,DXZ - ASG-DocumentDirect®

  Application

Suite,DXN - ASG-DocumentDirect® Application Suite - Network Server Access,DXA - ASG-

  DocumentDirect® Application Suite -

AFP,DNA - ASG-DocumentDirect® for the Internet-NT - AFP,DRM -

  ASG-DocumentDirect® - z/OS Server Access,DRA -

ASGDocumentDirect -®AFP,DRD - ASG-

  DocumentDirect® - DJDE/Metacode - TCE - ASG-TMON® for CICS TS for z/OS - DNZ - ASG-

  DocumentDirect® for the Internet-NT,DNM - ASG-DocumentDirect® for the Internet-NT - z/OS Server

  Access,DND - ASG-DocumentDirect® for the Internet-NT - DJDE/Metacode,VZZ - Mobius®-z/OS,VZB -

  Mobius®-z/OS - Packet Production,VZC - Mobius®-z/OS - CICS Server,VZU - Mobius®-z/OS -VTAM

  Server,VZL - Mobius®-z/OS - Advanced Laser Printing,VZR - Mobius®-z/OS - Remote Job - Output,VZM -

  Mobius®-z/OS - Microfiche,VZT - Mobius®-z/OS - Tape ViewDirect,VZN - Mobius®-z/OS -IBM-OAM,VZO

  - Mobius®-z/OS - FileTek Optical ViewDirect,VZK - Mobius®-z/OS - Kodak Optical ASG-DocumentDirect®

  for the Internet-NT - ViewDirect API for JAVA (DNJ) - LS 3270 GUI Developer WinJa Maintenance - LS 3270

   GUI Server WinJa Maintenance - LS Client Access License 3270/VT WinJa Maintenance - Rocket MX

  (Desktop Edition) Engine For 3270 Maintenance - Rocket MX (Desktop Edition) Builder For 3270 Maintenance

  - Rocket Modern Experience Reinstatement Fee.

 

 

Rocket Data Z and Data Z Webserver: supporting software for Mobius

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $2,105,999.59.

   Signed By:  Van P Austin, APO

      Vendor:  Alert IT Solutions Inc                                                                Notary Date:           6/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,105,999.59                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  61     University of Illinois Urbana-Champaign                                                  File Date:  8/31/2023

 

  Second Filing – 08/31/2023: FY24, Qtr 1,  Item #61

  An Emergency Purchase Extension was received on August 31, 2023 requesting an extension for dates starting

  09/23/2023 to 03/26/2024 at an additional estimated cost of $600,000.00, revising the total estimated cost to

  $1100,000.00. Reported in the same filing quarter.

 

  Original Filing – 6/27/2023: FY24, Qtr 1, Item# 116

 

  The University is experiencing a staffing shortage of building service workers, who provide custodial and

  environmental cleaning services on campus.  The university currently has an emergency extension #VLH139

  with the vendor that is set to expire on 6/30/23. We are currently seeking a more permanent solutions by

  pursuing a cooperative procurement. The vendors proposals are due Friday. However, that will not be sufficient

   time to transition a new vendor on-board by 7/1/23.  Upon the award of this cooperative procurement and

  execution of a resulting contract, the University will no longer experience conditions that necessitate an

  emergency purchase.  This emergency purchase serves as a stopgap to ensure custodial and environmental

  cleaning services on campus continue.

 

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

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

  equipment to complete the work. The University continues to experience a shortage of Building Service Worker

  (BSW) staff, which means that buildings have received inadequate levels of service and experience improper

  levels of sanitation and cleanliness.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  Apache Service & Supply Co                                                       Notary Date:           6/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00        $1,100,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  62     University of Illinois Urbana-Champaign                                                  File Date:  9/6/2023

 

  Second Filing - 09/06/2023:  FY14, Qtr 1, Item # 62

  An Emergency Purchase Extension was received on September 6, 2023 requesting an extension for dates

  starting 09/30/2023 to 07/30/24. The extension expenditure is not assessed and will be charged for time only, in

  the same filing quarter.

 

 

 

  Original Filing – 6/28/2023: FY24, Qtr 1, Item# 117

 

  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 preparing 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 06/29/2023 through 09/26/2023 with an Original

  Estimated Cost of $154,440.00, using Self-Supporting Funds.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  United Bus Incorp                                                                    Notary Date:           6/28/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $154,440.00                                           $0.00                   $0.00      24 1


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Federal                        $0.00                                                                   $0.00

  63     University of Illinois Urbana-Champaign                                                  File Date:  9/1/2023

 

  Final Cost Statement

  Latest Filing – 09/01/2023: FY24, Qtr 1, Item#63

  An Actual Total Cost of $179,650.30 was reported in the same filing quarter.

 

 

  Original Filing – 7/5/2023: FY24, Qtr 1, Item# 126

 

  The commercial airport terminal building at Willard Airport was damaged in a recent storm. The building has

  four roof quadrants 2 of which were damaged and need immediate repair to protect against further loss or

  damage. This is the only manufacturer the F&S Roofing shop is certified with which supports the 20 year non-

  prorated full system warranty.  The roofing material is high quality, self adhering, 60ml PVC with a 20 year

  non-prorated full system manufacturer warranty.

 

  60 mil pvc self adhering membrane, insulation and associated accessories. Entire system to have a 20 year non-

  prorated full system warranty.

 

  This Emergency Purchase has an expected start date of 07/05/2023 through 07/21/2023 with an Original

  Estimated Cost of $115,901.93

   Signed By:  Aaron Finder, Asst Dir of Purchasing

      Vendor:  Sika Sarnifil                                                                            Notary Date:           7/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $115,901.93                                   $179,650.30           $179,650.30      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  64     Capital Development Board                                                                    File Date:  9/20/2023

 

  Second Filing -09/20/2023:  FY24, Qtr 1, Item # 64

  An Emergency Purchase Extension was received on September 20, 2023 requesting an extension for dates

  starting 10/14/2023 to 1/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 7/17/2023: FY24, Qtr 1, Item# 141

 

  The scope of work provides for an expedited assessment to include recommended repairs and cost estimates,

  and potential design services for the repair work at the Salt Dome, Old Maintenance Building, and 8 Bay Material

   Storage Building at the IDOT Nashville Maintenance Yard.

 

  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 07/17/2023 through 10/14/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechniques, ltd                                                                  Notary Date:           7/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  65     Governors State University                                                                    File Date:  9/15/2023

 

  Final Cost Statement

  Latest Filing – 09/15/2023: FY24, Qtr 1, Item# 65

  An Actual Total Cost of $240,396.00 was reported in the same filing quarter.

 

 

  Original Filing – 8/1/2023: FY24, Qtr 1, Item# 145

 

  Using University Operational Budget.

 

 

  This is the only vendor in the region with inventory available for immediate sale. Inventory for passenger buses

  is very low, if existent. Most bus delivery is a 3-4 month wait. This local vendor has one bus available for

  immediate sale this week and a second bus inbound next week. GSU has purchased vehicles from this vendor in

   the past, and serviced buses.

 

  The 2 vehicles include a Ford Transit bus and a Dodge Ram Promaster bus. Each has seats for 14 which will

  accommodate athletes and coaches as needed. The extended length of the vehicle allows for equipment and

  athletic gear storage, as well. Student athletes need safe, consistent, available transportation to frequent off

  campus athletic venues for practices, games, etc.

 

  This Emergency Purchase has an expected start date of 8/1/2023 through 09/1/2023 with an Original Estimated

  Cost of $241,100.00, using University Operational Budget.

   Signed By:  Tracy Sullivan, Assoc. VP

      Vendor:  Midwest Transit Equipment                                                         Notary Date:           8/1/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $241,100.00                                   $240,396.00           $240,396.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  66     Capital Development Board                                                                    File Date:  9/20/2023

 

  Second Filing - 09/20/2023:  FY24, Qtr 1, Item # 66

  An Emergency Purchase Extension was received on September 20, 2023 requesting an extension for dates

  starting 11/05/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

   Reported in the same filing quarter.

 

  Original Filing – 8/8/2023: FY24, Qtr 1, Item# 153

 

  The scope of work provides for expedited construction services to repair the Salt Dome, Old Maintenance

  Building, and 8 Bay Material Storage Building at the IDOT Nashville Maintenance Yard as directed and specified

  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 $300,000.00, 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 08/08/2023 through 11/05/2023 with an Original

  Estimated Cost of $300,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  H & N Construction Inc.                                                             Notary Date:           8/8/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $300,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  67     Capital Development Board                                                                    File Date:  10/23/2023

 

  Final Cost Statement

  Latest Filing –10/23/2023: FY24, Qtr 2, Item # 127

  The Actual Total Cost of FY24, Qtr 2, Item# 127  is $46,614.58.

 

 

  Second Filing - 06/08/2023: FY24, Qtr 1  Item # 67

  An Emergency Purchase Extension was received on June 8, 2023 requesting an additional estimated cost of

  $50,000.00, revising the total estimated cost to $2,000,000.00.

 

 

  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          $200,000.00           $46,614.58            $46,614.58      24 1


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  68     Capital Development Board                                                                    File Date:  3/2/2023

 

  Third Filing - 03/02/2023:  FY24,  Qtr 1,  Item # 68

  An Emergency Purchase Extension was received on March 2, 2023 requesting an extension for dates starting

  08/31/2023 to N/A. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 03/02/2023: FY23, Otr. 3, Item # 63

  An Emergency Purchase Extension was received on March 2, 2023 requesting an extension for dates starting

  11/10/2021 to 03/21/2023 at an additional estimated cost of $2,002,784.23, revising the total estimated cost to

  $2,502,784.23

 

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

 

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

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

  their effective net useful life.

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

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

   elevator with no ability to seek help.

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

  catastrophic failure.

 

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

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

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

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

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

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

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

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

  Procurement Office. Final Actual Costs will be reported upon project completion and project closeout.

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

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

  a material term of the contract.

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

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

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

  purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 11/10/2021 through 02/07/2022 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00        $2,502,784.23                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  69     Innovation & Technology, Department of                                                  File Date:  3/11/2022

  Fourth Filing - 06/20/2023: FY24, Qtr 1  Item #69

  An Emergency Purchase Extension was received on June 20, 2023 requesting an extension for dates starting

  06/21/2023 to 12/18/2023 at an additional estimated cost of $10,000,000.00, revising the total estimated cost to

  $24,000,000.00.

 

 

  Third Filing - 12/21/2022, FY23, Qtr 3, Item #91

   

  An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates

  starting 12/23/2022 to 06/20/2023 at an additional estimated cost of $10,000,000.00, revising the total estimated

  cost to $14,000,000.00.

 

 

  Second Filing - 03/11/22:  FY22, Qtr 4. Item #68

  An Emergency Purchase Extension was received on March 11, 2022 requesting an extension for dates starting

  03/29/2022 to 06/26/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 12/28/2021: FY22, Qtr 3, Item# 2

 

  This vendor can provide the Cisco products, maintenance, and services needed by DoIT. This vendor has been

  deemed to be in good standing with both Cisco as they are a reseller of Cisco. This is the current vendor for

  these needs and no transition period will be needed with this vendor.

 

  This emergency contract is a JPMC available to governmental units or qualified not-for-profit for Cisco

  hardware, Services, SmartNet

Maintenance and Licensing. There is a solicitation in process that will eventually

   replace the need for this. Vendor responses are currently being evaluated by DoIT staff. However, it has not

  been awarded at this time and the resulting contract will not be in place before the end of the existing contract.

  This contract will provide DoIT and the JPMC agencies a procurement vehicle for the Cisco catalog. This

  contract will be available to used by governmental units or qualified not-for-profit. The quantity is indefinite as a

  JPMC as DoIT seeks to keep this active in support of other State agencies and governmental units. There are

  several state agencies other than DoIT who rely on this contract as the procurement vehicle for Cisco

  equipment and related needs. If this contract is not granted, DoIT and the other agencies and governmental units

   will have to procure from a Cisco reseller on an order by order emergency basis. That would mean losing our

  large percentage off list discounts we get for Cisco hardware, Services, SmarNet, Maintenance and Licensing

  off this contract. So not only would DoIT and these other entities have to order via emergencies, they would

  also be paying more for hardware and maintenance.  

 

** There are several large supply chain related orders

  that will be entered into the procurement process in the coming weeks. That is the reason the value of this

  emergency is $4M **

 

  This Emergency Purchase has an expected start date of 12/30/2021 through 03/29/2022 with an Original

  Estimated Cost of $4,000,000.00.

   Signed By:  Dante Watson, APO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

      Vendor:  Presidio Networked Solutions Group, LLC                                       Notary Date:           12/28/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,000,000.00       $24,000,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00

  70     Transportation, Department of                                                               File Date:  6/27/2023

 

  Second Filing - 06/27/2023:  FY24, Qtr 1, Item # 70

  An Emergency Purchase Extension was received on June 27, 2023 requesting an extension for dates starting

  06/29/2023 to 09/30/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 12/02/2022: FY23, Qtr 3, Item# 4

 

  The emergency contract will allow for efficient ordering and quicker processing of invoices. Due to the volume

  of orders, the contract order will allow phone or e-mail orders to be placed.This contract will have a 2-hour

  response time and parts can also be ordered and delivered 24 hours a day which a great need of the

  District.Emergency delivery of parts during the winter season is of great need to IDOTD1.

 

  The existing contract will not allow IDOT to get required parts 24/7.This emergency allows for 24/7 access to

  parts that is required for the winter season of road clearing

 

  This Emergency Purchase has an expected start date of 11/17/2022 through 02/15/2023 with an Original

  Estimated Cost of $1,800,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Genuine Parts Co.                                                                     Notary Date:           12/2/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,800,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  71     Innovation & Technology, Department of                                                  File Date:  6/23/2023

 

  Third Filing - 06/23/2023: FY24, Qtr 1  Item #71

  An Emergency Purchase Extension was received on June 23, 2023 requesting an extension for dates starting

  06/28/2023 to 10/18/2023 at an additional estimated cost of $12,000,000.00, revising the total estimated cost to

  $48,000,000.00.

 

 

  Second Filing - 12/28/2022:  FY23, Qtr 3, Item 56

  An Emergency Purchase Extension was received on December 28,2022 requesting an extension for dates

  starting 12/30/2022 to 06/27/2023 at an additional estimated cost of $24,000,000.00, revising the total estimated

  cost to $36,000,000.00.

 

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

 

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

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

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

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

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

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

 

 

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

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

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

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

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

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

  telephone service, not continuing these services could potentially shut down all VOIP telephones without a

  backup land line or cell coverage.  Since potentially shutting down all VOIP telephone service is not an option,

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

  executed, and service is transfered, which would cost significantly more than continuing coverage with this

  provider until a replacement solicitation is awarded.

 

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

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

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

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

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

  IDPH, IDES and IDHS COVID-19 public notifications.  

 

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

  Estimated Cost of $12,000,000.00.

   Signed By:  Van P Austin, APO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

      Vendor:  Presidio                                                                                 Notary Date:           7/25/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $12,000,000.00       $48,000,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00

  72     Capital Development Board                                                                    File Date:  8/2/2023

 

  Fourth Filing - 08/02/2023:  FY24,  Qtr 1,  Item # 72

  An Emergency Purchase Extension was received on August 2, 2023 requesting an extension for dates starting

  08/21/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Third Filing - 03/03/2023: FY23, Qtr 3, Item #92

  An Emergency Purchase Extension was received on March 3,2023 requesting an extension for dates starting

  03/31/2023 to 08/31/2023 at an additional estimated cost of $8,970.00, revising the total estimated cost to

  $258,970.00.

 

 

  Second Filing - 08/17/2021:

  An Emergency Purchase Extension was received on August 17, 2021 requesting an extension for dates starting

  08/17/2021 to 11/01/2022. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing - 05-28-2021, FY21, Qtr4, Item #24:

  The vendor will provide services for an evaluation of the existing elevators in the Healthcare Unit and immediate

  design services for expedited replacement work to provide reliable code compliant elevators. This Emergency

  Purchase has an expected start date of 05-28-2021 through 08-25-2021 with an original estimated cost of

  $250,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  IMEG Corp                                                                            Notary Date:           5/28/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00          $258,970.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  73     Innovation & Technology, Department of                                                  File Date:  7/31/2023

 

  Third Filing - 07/31/2023: FY24, Qtr 1  Item # 73

  An Emergency Purchase Extension was received on July 31, 2023 requesting an extension for dates starting

  8/01/2023 to 12/30/2023 at an additional estimated cost of $10,000,000.00, revising the total estimated cost to

  $20,000,000.00.

 

  Second Filing - 02/16/2023: FY23, Qtr 3, Item# 259

  An Emergency Purchase Extension was received on Febraury 6, 2023 requesting an extension for dates starting

  02/13/2023 to 12/30/2023 at an additional estimated cost of $8,000,000.00, revising the total estimated cost to

  $10,000,000.00.

 

  Original Filing – 11/15/2022: FY23, Qtr 2, Item# 23

 

  Motorola has been the current vendor for the MC Starcom21 compatible subscriber radio equipment contract. 

  Motorola was originally selected through competitive bid process. Motorola previously supported DoIT during

  initial 5 years contract term, there were no renewals. DoIT has previously been able to successfully negotiate

  contracts with this vendor and the existing contract terms will be used for the Emergency period. Contract

  negotiations with a new vendor could take several weeks creating significant risk and exposure during

  negotiations. The administrative review process has previously been completed with this vendor, including

  financial disclosures and BEP utilization plan. Bringing in a new vendor for such a large and complicated

  implementation would take months as the configuration. 

 

  The Department of Innovation and Technology is currently working on an IFB for replacement of the

  Emergency Starcom21 Equipment Contract.  Due to additional needs and time constraints in procurements,

  DoIT will need a 90 day emergency contract to allow adequate time to review any new pricing, equipment and

  needs for this contract, to publish the IFB, and allow time for bids to be received, bids reviewed, award

  published, and contract execution.  There was an emergency contract in place that expired.  A new extension

  was requested, but that contract extension was not able to get executed prior to the emergency contract

  expiring.   Therefore this new emergency is being processed to allow time for the new IFB to be completed and

  awarded.

 

Motorola supplies equipment to the state of Illinois entities utilizing Starcom21 radio network communication

  via radio mobile and portable radios, emergency agencies and dispatch consoles.  The equipment purchased

  from this contract is invaluable to the support of Illinois Law enforcement agencies State, Local and County. 

  This equipment also supports emergency communication with the equipment purchased on this contract.  The

  loss of the ability to purchase equipment on this contract would be detrimental to all Emergency agencies

  throughout the state and would degrade emergency communications in critical incidents throughout the state

  with law enforcement and emergency agencies such as fire departments, emergency medical technicians, prison

   guards.   This Emergency JPMC contract will be available for use by all governmental units and qualified not-

  for-profits.

 

  This Emergency Purchase has an expected start date of 11/15/2022 through 02/13/2023 with an Original

  Estimated Cost of $2,000,000.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  Van P Austin, APO

      Vendor:  Motorola Solutions Inc                                                               Notary Date:           11/15/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00       $20,000,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  74     Capital Development Board                                                                    File Date:  8/2/2023

 

  Third Filing - 08/02/2023: FY24, Qtr 4, Item #74

  An Emergency Purchase Extension was received on August 2, 2023 requesting an extension for dates starting

  08/31/2023 to 12/31/2023 at no additional cost , total estimated cost to $2,502,784.23.

 

  Second Filing - 03/02/2023: FY23, Otr. 3, Item # 254

  An Emergency Purchase Extension was received on March 2, 2023 requesting an extension for dates starting

  11/10/2021 to 03/21/2023 at an additional estimated cost of $2,002,784.23, revising the total estimated cost to

  $2,502,784.23

 

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

 

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

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

  their effective net useful life.

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

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

   elevator with no ability to seek help.

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

  catastrophic failure.

 

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

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

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

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

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

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

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

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

  Procurement Office. Final Actual Costs will be reported upon project completion and project closeout.

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

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

  a material term of the contract.

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

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

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

  purchases where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 11/10/2021 through 02/07/2022 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00        $2,502,784.23                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00

 

 


 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  75     University of Illinois Urbana-Champaign                                                  File Date:  10/25/2023

 

  Final Cost Statement

  Latest Filing –10/25/2023: FY24, Qtr 2, Item # 130

  The Actual Total Cost of FY24, Qtr 2, Item# 130  is $2,063,324.00.

 

 

  Fourth Filing - 06/29/2023:  FY24,  Qtr 1,  Item # 75

  An Emergency Purchase Extension was received on June 29, 2023 requesting an extension for dates starting

  08/01/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Third Filing - 10/13/2022: FY23, Qtr 2. Item #27

  An Emergency Purchase Extension was received on 10/13/2022 requesting an extension for dates starting

  10/29/2022 to 01/13/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 06/02/2022: FY22, Qtr 4, Item #69

  An Emergency Purchase Extension was received on June 02, 2022 requesting an extension for dates starting

  07/01/2022 to 10/28/2022 at an additional estimated cost of $2,337,100.00, revising the total estimated cost to

  $4,674,200.00.

 

  The scope of the emergency purchase has not changed since the original request.  However, the schedule has

  been extended due to finalization of custom design for each room and unprecedented supply chain and

  manpower issues.   Long lead times for some items (light fixtures for example) have resulted in the need to re-

  specify products and identify alternate sources.  Using a competitive bidding process at this point would cause a

   significant delay in the schedule, derail the good faith effort and further delay the provision of accessible rooms

  for patients.  JOC Contractor has proceeded with shop drawings, susbcontractor agreements and procurement

  of materials.  The JOC Contractor would need to be reimbursed for all materials and efforts expended to date. 

  This would result in a significant cost increase to the project.

 

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

 

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

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

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

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

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

  alarm, other special systems and coordination of owner provide headwalls.

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

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

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

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

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

  university competitive bid process.

 

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

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

   Signed By:  Paul Ellinger, CFO

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,337,100.00        $4,674,200.00       $2,063,324.00        $2,063,324.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  76     Emergency Management Agency                                                             File Date:  7/25/2023

 

  Latest Filing – 07/25/2023: FY24, Qtr 1, Item #76

  The Actual Total Cost of FY24, Qtr 1, Item# 76 is $1,516,170.00.

 

 

  Original Filing – 01/26/2023: FY23, Qtr 3, Item# 2

 

  IEMA sought to purchase 23 vehicles and 3 trucks via the spot market, including compact Sedans or SUVs,

  Midsize Sedans, Passenger Minivans, and potentially Midsize SUVs. Section 20-30(d) of the Illinois

  Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of

  the Emergency method of source selection may be used to make a "quick purchase" in situations when  "items

  are available on the spot market or at discounted prices for a limited time so that good business judgment

  mandates a "quick purchase" immediately to take advantage of the availability and price". The emergency spot

  market method of procurement was chosen over a competitive solicitation because of the amount of time a

  competitive selection could take and given the current market environment, vehicle dealerships are unlikely to

  hold several vehicles on their lots without a guarantee of award.

 

 

 

IEMA first contacted VIP Motors which is a BEP Vendor.  The dealership's inventory consisted of pre-

  owned vehicles not new vehicles.

 

 

 

IEMA contacted Morrow Brother Fords.  This entity held the State Master Contract  and was able to secure

   2023 Ford Interceptors.  The Ford Interceptors are basic pursuit vehicles.  These vehicles fit the agency's need

   because the basic model does not come with a console which allows for the agency to equip each vehicle with

  the light, siren, customized console for radios, control package which mirrors the rest of IEMA's fleet.   All 23

  Ford Interceptors  are identical.  The entity also has all parts in stock to outfit each vehicle.     The total vehicle

  price is: $55,210 per vehicle which includes the customization and lighting package as well as shipping to the

  CMS Garage in Springfield, IL.     The vehicles will be delivered within 90 days.

 

 

 

IEMA inquired if the entity had 3 Ford F350 Trucks.     We were informed that they had some red trucks

  that were on their lot that could meet those specs.   The entity put together a quote with package for the trucks

  that were in stock.   Each truck is $74,091 which includes delivery.

 

 

 

IEMA conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that

  2023 Ford Interceptors would be acceptable for the IEMA fleet, which was affirmed by CMS.

 

 

 

The dealership also has three (3) Ford F-350s.  Upon review of the specifications of the vehicle, it was

  determined that the vehicles would be able to pull the Emergency Management Trailers that are equipped with

  Rapid Shelter, Power and Utility Systems.   The agency is proceeding with the purchase.

 

   

 

IEMA conferred with the Central Management Services Division of Vehicles (CMS DOV) to confirm that

  2023 Ford Interceptors would be acceptable for the IEMA fleet, which was affirmed by CMS.

   

 

The dealership also has three (3) Ford F-350s.  Upon review of the specifications of the vehicle, it was

  determined that the vehicles would be able to pull the Emergency Management Trailers that are equipped with

  Rapid Shelter, Power and Utility Systems.   The agency is proceeding with the purchase. 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

 

  EMA was able to acquire 26 Vehicles:

 

23 - 2023 Ford Police Interceptor Utility AWD Base (K8A) with the

  Wheelen Control system which includes the lights, siren, spot light and custom console for the radios

3 - 2022

  Ford F-350 4x4 SD Crew Cab 6.75" box 160" WB SRW XL

 

  A Search of the BEP database yielded one BEP Vendors for vehicles under NIGP Codes:

 

071-04 Automobiles

 

071-80 SUV Type Vehicles

072-00 Trucks

 

VIP Motors was contacted.  The vendor had inventory that

  was pre-owned.  Agency also contacted Sutton Ford which was the CMS Police Pursuit Master and they did

  not have any vehicles available to purchase.

 

  Sedans - Compact: No JPMC Contract

Sedans - Midsize: No JPMC Contract

 

JPMC Police Pursuit SUV's

  and SSV

P-41049 - JPMC for law agencies

Hybrid and Gasoline Ford Interceptor (Cut off date to order

  9/9/2022)

 

Minivans -7 Passenger: Model Year 2023

P-40356 - JPMC Vans - 7 Passenger

Gasoline -

  Chrysler Pacifica Touring

 

IEMA executed an Order Against Master Contract P-40356, Release# 7, for (20)

  Chrysler Pacifica Touring Vans. The order was approved by CMS and the SPO, and sent to the vendor on

  11/30/22. The vendor accepted the order, but reached out on 12/01/22 to confirm that Chrysler was no longer

  providing any vehicles for government ordering. The contract was canceled effective 12/5/22.

 

Trucks -

  Class 3 Model Year 2022

P-29479 JPMC Light Medium and Heavy Duty Trucks

Ford 350 Super Duty

 

 

  IEMA executed an Order Against Master Contract P-29479, Release# 103, for (3) 2022 Ford 350 Super Duty

  Trucks. This release was approved by CMS and the SPO, and sent to the vendor on 1/16/2023. The vendor

  responded that they would be unable to fulfill the order by the end of the Fiscal Year and cancelled the order

 

  This Emergency Purchase has an expected start date of 01/27/2023 through 04/26/2023 with an Original

  Estimated Cost of $1,492,103.00, using Federal and State Funds and State Grant Funds.

   Signed By:  Tricia Leezer, APO

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           1/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,492,103.00                                 $1,516,170.00        $1,516,170.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  77     Military Affairs, Department of                                                               File Date:  6/26/2023

 

  Latest Filing – 06/26/2023: FY24, Qtr 1, Item # 77

  The Actual Total Cost of FY24, Qtr 1, Item# 77  is $38,167.00

 

  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      24 1

   Federal                 $38,000.00                                                            $38,167.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  78     University of Illinois Urbana-Champaign                                                  File Date:  6/28/2023

 

  Latest Filing – 06/28/2023: FY24, Qtr 1, Item # 78

  The Actual Total Cost of FY24, Qtr 1, Item# 78  is $292,603.46

 

 

  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                                   $292,603.46           $292,603.46      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  79     Veterans Affairs, Department of                                                              File Date:  6/30/2023

 

  Latest Filing – 06/30/2023: FY24, Qtr 1, Item # 79

  The Actual Total Cost of FY24, Qtr 1, Item# 79  is $41,780.00

 

  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                                    $41,780.00            $41,780.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  80     Transportation, Department of                                                               File Date:  7/11/2023

 

  Latest Filing – 07/11/2023: FY24, Qtr 1, Item # 80

  The Actual Total Cost of FY24, Qtr 1, Item#  80  is $92,458.15.

 

  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                                    $92,458.15            $92,458.15      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  81     Human Services, Department of                                                              File Date:  7/11/2023

 

  Latest Filing – 07/11/2023: FY24, Qtr 1, Item # 81

  The Actual Total Cost of FY24, Qtr 1, Item# 81  is $149,748.22

 

  Second Filing - 04/10/2023: FY23, Qtr 4  Item # 105

 

  An Emergency Purchase Extension was received on April 10, 2023 requesting an extension for dates starting

  04/16/2023 to 07/14/2023 at an additional estimated cost of $260,046.70, revising the total estimated cost to

  $517,301.53.

 

  Original Filing – 1/19/2023: FY23, Qtr 3, Item# 9

 

  DHS has multiple contracts for the leasing of Xerox Multi-functional machines statewide.  The Master Contract

  is ending and a new Master Contract is currently being reviewed/approved with the same vendor.  DHS needs to

   bridge the gap between the ending of the current Master Contract and the execution/approval of the new

  Master Contract.

 

  Leasing Xerox multi-functional machines statewide for DHS.

   Signed By:  Jean Sandstrom, APO

      Vendor:  XEROX Corp                                                                          Notary Date:           1/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $257,254.83          $517,301.53         $149,748.22           $149,748.22      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  82     Transportation, Department of                                                               File Date:  7/25/2023

 

  Latest Filing – 07/25/2023: FY24, Qtr 1, Item # 82

  The Actual Total Cost of FY24, Qtr 1, Item# 82  is $50,000.00.

 

  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                                    $50,000.00            $50,000.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  83     Central Management Services, Department of                                            File Date:  7/17/2023

 

  Latest Filing – 07/17/2023: FY24, Qtr 1, Item # 83

  The Actual Total Cost of FY24, Qtr 1, Item# 83  is $134,863.27

 

  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                                   $134,863.27           $134,863.27      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  84     Capital Development Board                                                                    File Date:  4/19/2023

 

  Latest Filing – 04/19/2023: FY24, Qtr 1, Item # 84

  The Actual Total Cost of FY24, Qtr 1, Item# 84  is $230,106.05

 

  Second Filing - 08/27/2020:

  An Emergency Purchase Extension was received on August 27, 2020, in the same filing quarter, requesting an

  extension for dates starting 09/15/2020 to 08/31/2021. The extension expenditure is not assessed and will be

  charged for time only.

 

  Original Filing - 07/14/2020:

  The scope of services provides for an evaluation of the system, recommendations for temporary and permanent

   solutions, including cost estimates and lead times, and an expedited design of the replacement chiller and all

  ancillary components. In addition, the scope also includes providing a temporary chiller if needed, as a

  reimbursable item under the Architect/Engineer Professional Services Agreement, until the permanent chiller can

   be installed. Incorporated documents include the March 2009 Standard Documents for

  Construction & Supplement and the March 2009 Design and Construction Manual & Supplement. Basic

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

  prior to the negotiation of a Professional Services Agreement, without prior authorization from the Capital

  Development Board in consultation with the Chief Procurement Office. This Emergency Purchase has an

  expected start date of 07/14/2020 through 10/11/2020 with an Original Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  Asaturian Eaton and Associates, P.C.                                     Notary Date:

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                   $230,106.05           $230,106.05      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  85     Central Management Services, Department of                                            File Date:  6/22/2023

 

  Latest Filing – 07/18/2023: FY24, Qtr 1, Item# 85

  An Actual Total Cost of $174,428.00 was reported in the same filing quarter.

 

  Original Filing – 6/22/2023: FY24, Qtr 1, Item# 107

 

  DOV and CMS BOSS has been scrambling for vehicles, including Electric Vehicles.  The State has also been

  allotted a federal grant for electric vehicles that must be spent this fiscal year.  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 25 electric vehicles on their lots without a guarantee of award.

 

 

There is one Business Enterprise Program Certified Vendors registered for new and unused vehicles. They

  do not have the inventory to meet the states needs on electric vehicles. CMS contacted the vendors that

  currently have contracts with the state to see if they had any inventory to purchase.

 

  CMS was able to acquire four (4) Nissan Ariya EUV's

 

  A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:

 

071-04

  Automobiles

071-80 SUV TypVehicles

 

 

 

Of the three BEP Certified Vendors, only one is a new car dealer. They currently can not meet the states

  needs for on the lot inventory. The state is using a federal grant for this purchase.

 

  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 F250 Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/22/2023 through 09/19/2023 with an Original

  Estimated Cost of $178,940.00, using Federal Funds.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  David Thomas, APO

      Vendor:  Uftring Nissan                                                                         Notary Date:           6/22/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal               $178,940.00                                                          $174,428.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  86     Central Management Services, Department of                                            File Date:  7/18/2023

 

  Latest Filing – 07/18/2023: FY24, Qtr 1, Item# 86

  An Actual Total Cost of $667,316.00 was reported in the same filing quarter.

 

  Original Filing – 6/23/2023: FY24, Qtr 1, Item# 108

 

  DOV and CMS BOSS has been scrambling for vehicles, including Electric Vehicles.  The State has also been

  allotted a federal grant for electric vehicles that must be spent this fiscal year.  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 25 electric vehicles on their lots without a guarantee of award.

 

 

There is one Business Enterprise Program Certified Vendors registered for new and unused vehicles. They

  do not have the inventory to meet the states needs on electric vehicles. CMS contacted the vendors that

  currently have contracts with the state to see if they had any inventory to purchase.

 

  CMS was able to acquire thirteen (13) Hyundai Ioniqs.

 

  A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes

  :

 

071-04 Automobiles

071-80 SUV Vehicles

 

 

 

Of the three BEP Certified Vendors, only one is a new car dealer. They currently can not meet the states

  needs for on the lot inventory. The state is using a federal grant for this purchase.

 

 

  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 F250

               Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/23/2023 through 09/20/2023 with an Original

  Estimated Cost of $667,316.00, using Federal Funds.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  David Thomas, APO

      Vendor:  Green Hyundai                                                                        Notary Date:           6/23/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal               $667,316.00                                                          $667,316.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  87     Central Management Services, Department of                                            File Date:  6/26/2023

 

  Latest Filing – 07/18/2023: FY24, Qtr 1, Item# 87

  An Actual Total Cost of $193,175.00 was reported in the same filing quarter.

 

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 110

 

  DOV and CMS BOSS has been scrambling for vehicles, including Electric Vehicles.  The State has also been

  allotted a federal grant for electric vehicles that must be spent this fiscal year.  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 25 electric vehicles on their lots without a guarantee of award.

 

 

There is one Business Enterprise Program Certified Vendors registered for new and unused vehicles. They

  do not have the inventory to meet the states needs on electric vehicles. CMS contacted the vendors that

  currently have contracts with the state to see if they had any inventory to purchase. Landmark Ford holds the

  contract for Ford Mustang Mach-E vehicles. The ones being purchased do not meet the specifications of the

  contract so an emergency purchase is being conducted.

 

  CMS was able to acquire three (3) Mustang Mach-E EUV's

 

  A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:

 

071-04

  Automobiles

071-80 SUV Type Vehicles

 

 

 

Of the three BEP Certified Vendors, only one is a new car dealer. They currently can not meet the states

  needs for on the lot inventory. The state is using a federal grant for this purchase.

 

 

  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- Different Specifications than the ones being purchased.

          P-

  37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford

               Hybrid (HEV) - Ford

  Escape SE

               Plug-In Hybrid (PHEV) - Ford Escape SE

 

     SUVs – Midsize:  Model Year 2023 Order Cut-

  off has passed

          P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford

              

  Hybrid (HEV) - Ford Explorer Limited

               Flex Fuel - Ford Explorer Base

 

     Minivans – 7 Passenger: 

  Model Year 2023 Order Cut-off has passed

          P-40356 - JPMC Vans - 7 Passenger

               Plug-In

  Hybrid (PHEV) - Chrysler Pacifica Touring L

               Gasoline - Chrysler Pacifica Touring

 

    Trucks-

  Light and Medium Duty- Order Cut Off 8-26-2023 for MY 2023

           21-416CMS-BOSS4-P-29479- JPMC

  Trucks Light Medium and Heavy Duty

               Gasoline Ford Ranger

               Flex Fuel F150

            

    Flex Fuel F250

               Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/26/2023 through 09/23/2023 with an Original

  Estimated Cost of $193,175.00, using Federal Funds.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  David Thomas, APO

      Vendor:  Bob Ridings                                                                            Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal               $193,175.00                                                          $193,175.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  88     Central Management Services, Department of                                            File Date:  6/26/2023

 

  Latest Filing – 07/18/2023: FY24, Qtr 1, Item# 88

  An Actual Total Cost of $322,245.00 was reported in the same filing quarter.

 

  Original Filing – 6/26/2023: FY24, Qtr 1, Item# 111

 

  DOV and CMS BOSS has been scrambling for vehicles, including Electric Vehicles.  The State has also been

  allotted a federal grant for electric vehicles that must be spent this fiscal year.  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 25 electric vehicles on their lots without a guarantee of award.

   

There is one Business Enterprise Program Certified Vendors registered for new and unused vehicles. They do

   not have the inventory to meet the states needs on electric vehicles. CMS contacted the vendors that currently

  have contracts with the state to see if they had any inventory to purchase. Landmark Ford holds the contract

  for Ford Mustang Mach-E vehicles. The ones being purchased do not meet the specifications of the contract so

  an emergency purchase is being conducted.

 

  CMS was able to acquire five (5) Mustang Mach-E EUV's

 

  A search of the BEP database yielded three BEP Vendors for vehicles under NIGP Codes:

 

071-04

  Automobiles

071-80 SUV Type Vehicles

 

 

 

Of the three BEP Certified Vendors, only one is a new car dealer. They currently can not meet the states

  needs for on the lot inventory. The state is using a federal grant for this purchase.

 

  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- Different Specifications than the ones being purchased.

          P-

  37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford

               Hybrid (HEV) - Ford

  Escape SE

               Plug-In Hybrid (PHEV) - Ford Escape SE

 

     SUVs – Midsize:  Model Year 2023 Order Cut-

  off has passed

          P-37576 - JPMC Passenger Sport Utility Vehicles (SUV) - Bob Ridings Ford

              

  Hybrid (HEV) - Ford Explorer Limited

               Flex Fuel - Ford Explorer Base

 

     Minivans – 7 Passenger: 

  Model Year 2023 Order Cut-off has passed

          P-40356 - JPMC Vans - 7 Passenger

               Plug-In

  Hybrid (PHEV) - Chrysler Pacifica Touring L

               Gasoline - Chrysler Pacifica Touring

 

    Trucks-

  Light and Medium Duty- Order Cut Off 8-26-2023 for MY 2023

           21-416CMS-BOSS4-P-29479- JPMC

  Trucks Light Medium and Heavy Duty

               Gasoline Ford Ranger

               Flex Fuel F150

            

    Flex Fuel F250

               Flex Fuel F350

 

  This Emergency Purchase has an expected start date of 06/26/2023 through 09/23/2023 with an Original

  Estimated Cost of $322,245.00, using Federal Funds.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   Signed By:  David Thomas, APO

      Vendor:  Landmark Ford                                                                        Notary Date:           6/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 1

   Federal               $322,245.00                                                          $322,245.00

  89     Central Management Services, Department of                                            File Date:  7/20/2023

 

  Latest Filing – 07/20/2023: FY24, Qtr 1, Item# 89

  An Actual Total Cost of $9,716.13 was reported in the same filing quarter.

 

  Original Filing – 7/3/2023: FY24, Qtr 1, Item# 139

 

  The vendor was chosen due to familiarity with the Governor's Mansion generator and they were able to

  respond.  The Facility manager reached out to another Vendor but due to the storms and power outages, Luby

  was the only one to respond quickly and able to get here within a couple hours.  Other vendors had no power

  themselves and were not able to respond due to the massive storms in Springfield.

 

  Estimated cost equipment and labor to repair the generator at the Governor's Mansion in Springfield.  A radiator

  has to be ordered and is expected to take a few weeks to come in.  They were able to get it running in the short

  term.

 

  This Emergency Purchase has an expected start date of 06/29/2023 through 09/27/2023 with an Original

  Estimated Cost of $5,763.92.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Luby Equipment                                                                      Notary Date:           7/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $5,763.92                                      $9,716.13              $9,716.13      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  90     Veterans Affairs, Department of                                                              File Date:  7/12/2023

 

  Latest Filing – 07/26/2023: FY24, Qtr 1, Item# 90

  An Actual Total Cost of $70,000.00 was reported in the same filing quarter.

 

  Original Filing – 7/12/2023: FY24, Qtr 1, Item# 136

 

  This Vendor is familiar with our plumbing systems and we have back-up sewage in our facility and plumbing is

  not flowing through the pipes.

 

  Dig up and replace disintegrated piping. Asses issues needing repaired and replaced.

 

  This Emergency Purchase has an expected start date of 07/12/2023 through 09/10/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Donna Murray, Business Admin

      Vendor:  A & W Plumbing & Heating                                                        Notary Date:           7/12/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $70,000.00            $70,000.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  91     Transportation, Department of                                                               File Date:  8/18/2023

 

  Final Cost Statement

  Latest Filing – 09/208/2023: FY24, Qtr 1, Item# 91

  An Actual Total Cost of $6,151.43 was reported in the same filing quarter.

 

  Original Filing – 8/18/2023: FY24, Qtr 1, Item# 182

 

  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 08/11/2023 through 11/05/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Piatt County Service Co.                                                             Notary Date:           8/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                      $6,151.43              $6,151.43      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  92     Transportation, Department of                                                               File Date:  8/18/2023

 

  Final Cost Statement

  Latest Filing – 09/20/2023: FY24, Qtr 1, Item# 92

  An Actual Total Cost of $25,663.31 was reported in the same filing quarter.

 

 

  Original Filing – 08/18/2023: FY24, Qtr 1, Item# 184

 

  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 08/11/2023 through 11/05/2023 with an Original

  Estimated Cost of $2,000.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  Growmark, Inc.                                                                        Notary Date:           8/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $2,000.00                                    $25,663.31            $25,663.31      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  93     Transportation, Department of                                                               File Date:  9/14/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 93

  An Actual Total Cost of $15,742.12 was reported in the same filing quarter.

 

  Second Filing - 8/08/2023: FY24, Qtr1  Item # 187

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/23 to12/31/2023 at an additional estimated cost of $35,000.00, revising the total estimated cost to

  $60,000.00.

 

 

  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            $60,000.00           $15,742.12            $15,742.12      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  94     Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 94

  An Actual Total Cost of $5,406.49 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 188

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $50,000.00, revising the total estimated cost to

  $140,000.00.

 

  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          $140,000.00            $5,406.49              $5,406.49      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  95     Transportation, Department of                                                               File Date:  8/8/2023

 

  Final Cost Statement

  Latest Filing –09/14/2023: FY24, Qtr 1, Item# 95

  An Actual Total Cost of $107,413.29 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 189

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $137,925.00, revising the total estimated cost to

  $177,925.00.

 

  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          $177,925.00         $107,413.29           $107,413.29      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  96     Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement  FY24, Qtr 1, Item # 96

  A Final Cost Statement was received on September 14, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 190

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $15,000.00, revising the total estimated cost to

  $35,000.00.

 

 

  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            $35,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  97     Transportation, Department of                                                               File Date:  8/8/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 97

  An Actual Total Cost of $19,261.60 was reported in the same filing quarter.

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 191

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $30,000.00, revising the total estimated cost to

  $70,000.00.

 

 

  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            $70,000.00           $19,261.60            $19,261.60      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  98     Transportation, Department of                                                               File Date:  8/8/2023

 

  Final Cost Statement

  Latest Filing –09/14/2023: FY24, Qtr 1, Item# 98

  An Actual Total Cost of $695.00 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 192

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $35,000.00, revising the total estimated cost to

  $65,000.00.

 

 

  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            $65,000.00              $695.00                $695.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  99     Transportation, Department of                                                               File Date:  5/10/2023

 

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item  #99

  An Actual Total Cost of $8,133.95 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 193

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $85,000.00, revising the total estimated cost to

  $265,000.00.

 

  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          $265,000.00            $8,133.95              $8,133.95      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  100   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 100

  An Actual Total Cost of $24,250.43 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 194

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $30,000.00, revising the total estimated cost to

  $52,500.00.

 

  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

  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 $22,500.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Civil Constructors, Inc.                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $22,500.00            $52,500.00           $24,250.43            $24,250.43      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  101   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 101

  An Actual Total Cost of $12,598.30 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 195

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $45,000.00, revising the total estimated cost to

  $139,500,00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 73

 

  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 $94,500.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Curran Contracting Co.                                                              Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $94,500.00          $139,500.00           $12,598.30            $12,598.30      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  102   Transportation, Department of                                                               File Date:  5/10/2023

 

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 102

  An Actual Total Cost of $1,641.09 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 196

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $20,000.00, revising the total estimated cost to

  $45,000.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 74

 

  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:  Dunn Co.                                                                               Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00            $45,000.00            $1,641.09              $1,641.09      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  103   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 103

  An Actual Total Cost of $21,570.00 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 197

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $430,500.00, revising the total estimated cost to

  $472,500.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 75

 

  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 $42,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  DuPage Materials Co.                                                                Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $42,000.00          $472,500.00           $21,570.00            $21,570.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  104   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 104

  An Actual Total Cost of $3,903.11 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 198

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $50,000.00, revising the total estimated cost to

  $160,000.00.

 

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 76

 

  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.

 

  ituminous 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 $110,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  ET Simonds                                                                            Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $110,000.00          $160,000.00            $3,903.11              $3,903.11      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  105   Transportation, Department of                                                               File Date:  8/8/2023

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 105

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $15,000.00, revising the total estimated cost to

  $25,000.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 77

 

  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 $10,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  General Contractors, Inc.                                                            Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00            $25,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  106   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement  FY24, Qtr 1, Item #106

  A Final Cost Statement was received on September 14, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 200

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $40,000.00, revising the total estimated cost to

  $68,000.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 78

 

  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 $28,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Joliet Asphalt LLC                                                                    Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $28,000.00            $68,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  107   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 107

  An Actual Total Cost of $24,665.00 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 201

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $20,000.00, revising the total estimated cost to

  $47,000.00.

 

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 79

 

  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 $27,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  K-Five Hodgkins                                                                      Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $27,000.00            $47,000.00           $24,665.00            $24,665.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  108   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item# 108

  An Actual Total Cost of $6,671.10 was reported in the same filing quarter.

 

 

  Second Filing – 08/08/2023: FY24, Qtr 1,  Item # 202

  An Emergency Purchase Extension was received on August 8, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $8,000.00, revising the total estimated cost to

  $188,000.00.

 

  Original Filing – 5/10/2023: FY23, Qtr 4, Item# 80

 

  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:  Kilian Corp EFT                                                                      Notary Date:           5/10/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00          $188,000.00            $6,671.10              $6,671.10      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  109   Transportation, Department of                                                               File Date:  5/10/2023

 

  Final Cost Statement: FY24, Qtr1, Item #109

  A Final Cost Statement was received on September 14, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

  Second Filing – 08/03/2023: FY24, Qtr 1,  Item # 203

  An Emergency Purchase Extension was received on August 3, 2023 requesting an extension for dates starting

  08/10/2023 to 12/31/2023 at an additional estimated cost of $35,000.00, revising the total estimated cost to

  $60,000.00.

 

 

  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            $60,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  110   Innovation & Technology, Department of                                                  File Date:  5/10/2023

 

  Fourth Filing – 08/08/2023: FY24, Qtr 1,  Item # 110

  An Emergency Purchase Extension was received on August 10, 2023 requesting an extension for dates starting

  08/20/2023 to 5/31/2024 at an additional estimated cost of $5,100,000.00, revising the total estimated cost to

  $10,150,000.00.

 

 

  Third Filing - 05/18/2023: FY23, Qtr 4  Item # 108

  An Emergency Purchase Extension was received on May 18, 2023 requesting an extension for dates starting

  05/21/2023 to 08/19/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to

  $5,050,000.00.

 

 

  Second Filing - 02/14/2023: FY23, Qtr 3, Item# 70

  An Emergency Purchase Extension was received on February 14, 2023  requesting an extension for dates

  starting 2/20/2023 to 05/20/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated

  cost to $3,050,000.00.

 

  Original Filing – 11/23/2022: FY23, Qtr 2, Item# 32

 

  The state sold the JRTC to Google, which means DoIT has to remove/relocate the state owned fiber network

  from the basement of the JRTC.  Complicating matters and compressing the timeline for this move, the city of

  Chicago issued an unexpected temporary moratorium on cutting LaSalle and Lake Streets beginning 12/1/22. 

  DoIT must have the conduit along these streets relocated/replaced by the end of November, which is Phase 1 of

   the JRTC fiber relocate project.  Once the conduit has been moved/relocated, Phase 2 will begin to finish the

  installation. Phase 2 includes: remainder of LaSalle Street fiber, hand-hole, conduit placement, the inside plant

  work at City hall - splice work, conduit, fiber install, fiber termination (repeat for MABB).  DoIT and Meade are

  at the mercy of several local permitting entities before work can be done in downtown Chicago, this further

  delayed the ability of DoIT and Meade to get the emergency relocation started earlier.

 

 

 

The existing contract CIC3648240 with Meade expires 11/27/22 with no renewals.  DoIT submitted an

  amendment on 11/4/2022 to add $850,000 of funds to finish phase 1 of the fiber move on BidBuy B-33097. 

  Due to receiving amendment approval with only one business day remaining before contract expiration, some

  funds from the amendment have also been included in this emergency to ensure contract coverage and a

  funding source to finish phase 1 of the fiber move before the moratorium begins 12/1 and allow the state to

  vacate the JRTC per the sales agreement.  Failure to finish phase 1 may result in significant delays and pose a

  risk to the fiber network which is a critical state asset.  The JRTC fiber provides one of two physical paths to

  the Chicago POP which serves all Chicago and collar county government and education sites, Equinix which

  processes ~50% of all traffic leaving the network, and network services for the City of Chicago and Cook

  County.  Loss of the JRTC fiber creates a vulnerability that will almost certainly result in a widespread outage

  that would likely take days to restore. 

 

  In addition to the emergency fiber move detailed above, Meade also covers our owned fiber network statewide.

   If we do not have a fiber maintenance vendor on contract we risk prolonged network outages every time our


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  fiber is damaged by having to negotiate a new emergency contract for the fiber repair each time it is damaged.

 

 

 

 

DoIT is in process of completing a request for a 12-month sole source contract to cover Meade's services

  until a new RFP can be issued and awarded.  DoIT anticipates sending the sole source for review and approval

  within one to two weeks.  The new RFP is currently being drafted and is being done on R-125058.

 

 

  This Emergency Purchase has an expected start date of 11/22/2022 through 02/19/2023 with an Original

  Estimated Cost of $1,050,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Meade, Inc.                                                                             Notary Date:           11/23/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,050,000.00       $10,150,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  111   Central Management Services, Department of                                            File Date:  8/17/2023

 

  Latest Filing – 08/17/2023: FY24, Qtr 1, Item # 111

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item# 111 is $5,900.00.

 

 

  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                                      $5,900.00              $5,900.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  112   Transportation, Department of                                                               File Date:  8/18/2023

 

  Latest Filing – 08/18/2023: FY24, Qtr 1, Item # 112

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item# 112  is $41,835.00.

 

  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                                    $41,835.00            $41,835.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  113   Capital Development Board                                                                    File Date:  8/24/2023

 

  Second Filing - 08/24/2023:  FY24, Qtr 1, Item # 113

  An Emergency Purchase Extension was received on August 24, 2023 requesting an extension for dates starting

  11/1/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  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          $350,000.00                  $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  114   Toll Highway Authority, Illinois State                                                       File Date:  8/22/2023

 

  Latest Filing – 08/22/2023: FY24, Qtr 1, Item # 114

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item# 114  is $68,324.00.

 

 

  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. .


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   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

      State Cost:                        $95,000.00                                    $68,324.00            $68,324.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  115   Toll Highway Authority, Illinois State                                                       File Date:  8/22/2023

 

  Latest Filing – 08/22/2023: FY24, Qtr 1, Item #115

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item# 115  is $68,324.00.

 

 

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

   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

      State Cost:                        $95,000.00                                    $68,324.00            $68,324.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  116   Human Services, Department of                                                              File Date:  8/31/2023

 

  Latest Filing – 08/31/2023: FY24, Qtr 1, Item # 116

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item#  116  is $153,255.92.

 

  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                                   $153,255.92           $153,255.92      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  117   University of Illinois Urbana-Champaign                                                  File Date:  9/12/2023

 

 

 

 

 

 

  Second Filing - 09/13/2023:  FY24, Qtr 1, Item # 117

  An Emergency Purchase Extension was received on September 12, 2023 requesting an extension for dates

  starting 09/29/2023 to 12/28/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  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      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  118   Central Management Services, Department of                                            File Date:  9/5/2023

 

  Latest Filing – 09/05/2023: FY24, Qtr 1, Item # 118

  Final Cost Statement

  The Actual Total Cost of FY24, Qtr 1, Item# 118  is $14,494.73

 

 

  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                                    $14,494.73            $14,494.73      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  119   Capital Development Board                                                                    File Date:  9/21/2023

 

  Final Cost Statement

  Latest Filing – 09/21/2023: FY24, Qtr 1, Item # 119

  The Actual Total Cost of FY24, Qtr 1, Item# 119 is $22,012.37.

 

 

  Original Filing – 2/15/2023: FY23, Qtr 3, Item# 24

 

  The scope of work provides for expedited construction services to assess the power outages at Joliet Treatment

   Center and provide repair work to include resetting of fuse(s), walking the affected buildings to inspect major

  electrical components to ensure they are in working order, purchase new generator batteries and test the

  generator(s) for operation, and work with ComEd to ensure the main distribution power has been returned to

  service. Additionally, the scope provides for the testing and rerouting of cables where needed, and re-energizing

  of transformer(s) when deemed safe. A detailed report of findings, actions and recommendations shall be

  provided.

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

  Services provided under this procurement should not exceed $73,000, which is a place-holder prior to entering

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

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

  close-out.

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

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

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

  where the material is installed by the contractor.

 

  On Saturday, February 11, 2023, the Chief Procurement Office provided written authorization to move forward

  by contacting a high voltage contractor to assess and provide repair work at Joliet Treatment Center under an

  emergency declaration.

 

  This Emergency Purchase has an expected start date of 02/15/2023 through 05/15/2023 with an Original

  Estimated Cost of $73,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Block Co. Elec, Inc.                                                                  Notary Date:           2/15/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $73,000.00                                    $22,012.37            $22,012.37      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  120   Central Management Services, Department of                                            File Date:  9/14/2023

 

  Final Cost Statement

  Latest Filing – 09/14/2023: FY24, Qtr 1, Item # 120

  The Actual Total Cost of FY24, Qtr 1, Item#120   is $44,465.72.

 

  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                                    $44,465.72            $44,465.72      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  121   Transportation, Department of                                                               File Date:  9/25/2023

  Final Cost Statement

  Latest Filing – 09/25/2023: FY24, Qtr 1, Item # 121

  The Actual Total Cost of FY24, Qtr 1, Item#121   is $132,293.97.

 

 

  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                                   $132,293.97           $132,293.97      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  122   Transportation, Department of                                                               File Date:  9/20/2023

 

  Final Cost Statement

  Latest Filing – 09/20/2023: FY24, Qtr 1, Item# 122

  An Actual Total Cost of $112,610.31 was reported in the same filing quarter.

 

  Original Filing – 5/11/2023: FY24, Qtr 1, Item# 100

 

  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.

 

  DOT 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 08/07/2023 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Aundra Williams, Bureau Chief

      Vendor:  Herr Petroleum Corp                                                                 Notary Date:           5/11/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                   $112,610.31           $112,610.31      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  123   Transportation, Department of                                                               File Date:  9/20/2023

 

 

  Final Cost Statement

  Latest Filing – 09/20/2023: FY24, Qtr 1, Item #123

  The Actual Total Cost of FY24, Qtr 1, Item# 123  is $29,263.91.

 

 

  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                                    $29,263.91            $29,263.91      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  124   Transportation, Department of                                                               File Date:  9/20/2023

 

  Final Cost Statement  FY24, Qtr 1, Item #124

  A Final Cost Statement was received on September 20, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

 

  Original Filing – 08/18/2023: FY24, Qtr 1, Item# 185

 

  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 08/11/2023 through 11/5/2023 with an Original

  Estimated Cost of $10,000.00.

   Signed By:  Megan Seitzinger, APO

      Vendor:  G. Cooper Oil Company                                                             Notary Date:           8/18/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $10,000.00                                           $0.00                   $0.00      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  125   Transportation, Department of                                                               File Date:  9/20/2023

 

  Final Cost Statement – FY24, Qtr 4, Item #125

  A Final Cost Statement was received on September 20, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

 

  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      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023

  126   Transportation, Department of                                                               File Date:  9/20/2023

 

  Final Cost Statement – FY24, Qtr 4, Item # 126

  A Final Cost Statement was received on September 20, 2023, reporting in the same filing quarter that the Actual

  Total Cost is $0.00.

 

 

  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      24 1

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           July 1, 2023 through September 30, 2023