LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  1      Chicago State University                                                                       File Date:  12/15/2023

  Original Filing – 12/15/2023: FY24, Qtr 3, Item# 1

 

  Using Local Income Funds

 

  Chicago State University's current small purchase contract for food service management expires 12/31/2023. 

  Love's Leafy Bean LLC is able to provide temporary food services for the University for the estimated budget. 

 

 

  Chicago State University requires engagement with a vendor to provide food service management services for

  the campus on an emergency basis from January 1 - March 30, 2024 for approximately 275 students.  Because

  of the timing of meetings, approval could not be secured from the Chicago State University Board of Trustees

  prior to the expiration of the original emergency purchase LLBEFY24 and it could not be extended.  A small

  purchase was issued to the same vendor for services for the month of December 2023 only.  This second

  emergency purchase is being advanced to continue services with the start of the new calendar year for an

  additional three month period so that a competitive RFP process can be completed to select a vendor.

 

  This Emergency Purchase has an expected start date of 1/1/2024 through 03/30/2024 with an Original

  Estimated Cost of $651,500.00, using Local Income Funds.

   Signed By:  Kent Clapsaddle, Director

      Vendor:  Love's Leafy Bean LLC                                                              Notary Date:           12/15/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $651,500.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  2      State Police, Illinois                                                                              File Date:  12/20/2023

  Original Filing – 12/20/2023: FY24, Qtr 3, Item# 2

 

  Using Federal Funding

 

  Bob Thomas Ford Lincoln has the vehicles at the dealership ready for purchase, meaning that the Illinois State

  Police would not have to wait for any build times to obtain the needed vehicles.  The vendor will hold the two

  vehicles for ISP for 3 weeks with no down payment, so that ISP can complete the quick purchase

  procurement.  These two vehicles are needed to be the prime movers for the Rook Critical Incident Response

  vehicles that the Illinois State Police (ISP) Special Operations Command/State Weapons of Mass Destruction

  Team  (SOCOM/SWMDT) currently has.

 

  Two (2) 2024 Ford F-550 Chassis 4x4 SD Crew Cab, 203 inch Wheel Base DRW XL

 

  The Illinois State Police was slated to purchase one of the needed vehicles from a local dealership in Illinois, but

  the vehicle was sold before the procurement process could be completed.  The two vehicles requested to be

  purchased are at a lower rate than the one truck that was sold prior to signatures on the contract. The original

  purchase of one Ford F-550 with the same specifications and build as the purchase of two was $81,535.00.

  The new cost for two (2) trucks is $153,053.50 which is a savings of $10,016.50 buying two vehicles instead

  of the original one that was sold during the contracting process.

 

  The existing contract would require extensive build times that would result in the loss of federal funding for this

  project.  These two vehicles are ready for purchase and price is comparable to pricing on State Contract.

 

  This Emergency Purchase has an expected start date of 12/19/2023 through 03/18/2024 with an Original

  Estimated Cost of $153,053.50, using Federal Funding.

   Signed By:  Richard Welch, APO

      Vendor:  Bob Thomas Ford Lincoln                                                           Notary Date:           12/20/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal               $153,053.50                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  3      Corrections, Department of                                                                    File Date:  12/27/2023

  Original Filing – 12/27/2023: FY24, Qtr 3, Item# 3

 

  The vendors for this type of rental are limited and this is a specialty service. 

 

  Aggreko will be providing rental of three (3) boilers for Shawnee CC.  They will also be changing out the wire

  for the new boilers and updating it up to code.

 

  Shawnee CC looked for Vendor to meet this type of emergency and was only able to find Agrekko in our area.

 

 

  This Emergency Purchase has an expected start date of 12/23/2023 through 03/22/2024 with an Original

  Estimated Cost of $147,935.72.

   Signed By:  Sandy Robinson II, Purchasing Manager

      Vendor:  Aggreko                                                                                Notary Date:           12/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $147,935.72                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  4      Transportation, Department of                                                               File Date:  12/22/2023

  Original Filing – 12/22/2023: FY24, Qtr 3, Item# 4

 

  On the eve of 10/26/23, appropriately 5:00 PM, one of our Tandem dump trucks inside of Bay 1 at our Peoria

  West Yard, caught on fire. The fire was extinguished by the Peoria Fire Department approximately an hour later

  and there was significant smoke and fire damage to Bay 1, 2 and part of Bay 3, the office areas and significant

  smoke damage to the whole facility. We were informed by the Peoria Fire Inspector, because of the variables in

  this type of fire put off by the tires on the truck, the smoke contains a certain type of oil and these are

  carcinogens, which are cancerous to breath and touch. Because of the carcinogens the Fire Department

  condemned the whole facility until it has been cleaned by a professional Fire Restoration Company.  Our Peoria

  West Yard is the District's largest Yard with 27 permanent employees, plus 25 snow employees, it is responsible

   for 804 lane miles including the critical I-74 corridor, and at the time of the fire dangerous weather conditions

  were predicted in the near future. IDOT had to make an immediate decision to get the Yard back open and we

  needed a Vendor that could start cleaning immediately. SERVPRO was registered in BidBuy, which is why the

  vendor was called to quote the services. We contacted the Vendor, they showed up immediately and they were

  able to assemble a cleaning staff, get multiple air purifiers and started immediately on the cleaning process. Our

  restoration plan was to condemn Bay 1, 2 and 3, and start immediate cleaning of the office space and the six (6)

   remaining truck bays to get our Yard up and running as soon as possible. We knew because of the extensive

  damage to bays 1,2 and 3 it would need we knew to go through CDB. With the presence of cancerous

  carcinogens, this type of restoration cleaning requires wiping down every square inch affected, for the safety of

   our employees. 

 

  Total fire restoration cleaning services which includes all labor, equipment and materials on an emergency basis.

   They Vendor provided multiple air purifiers, removal and disposal of smoke damaged and contaminated

  materials, off site restoration of important items and hours of individual removal of wiping cancerous

  carcinogens from all the surfaces. 

 

  (990-79) BEP Goal setting formula was completed and resulted in 0% goal. There is only 1 registered vendor 

  BEP vendor that provides these services. Vendors were contacted to quote the emergency service. Servpro was

   the first vendor that responded with 12 hours. They were able to schedule immediate cleanup services to

  remove the carcinogens from the area of the building where employees work.

 

  This Emergency Purchase has an expected start date of 10/27/2023 through 11/10/2023 with an Original

  Estimated Cost of $152,343.25.

   Signed By:  Megan Seitzinger, Bureau Chief Business Services

      Vendor:  SERVPRO                                                                             Notary Date:           12/22/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $152,343.25                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  5      Transportation, Department of                                                               File Date:  1/3/2024

  Original Filing – 1/03/2024: FY24, Qtr 3, Item# 5

 

  The current emergency contract (P-58687) with the vendor ended 12/30/23. IDOT posted an IFB under B-

  37739 which opened 7/28/23. The bid is still under administrative review. It was expected award would be

  made by the end of the emergency extension. An additional 90 day emergency term is needed to continue parts

  supply during winter operations season. This emergency will be terminated upon award and execution of a new

  auto parts contract. The vendor was selected because they have the ability to provide these parts in a 2-hour

  turnaround time.

 

  IDOT D1 is needs to establish an emergency contract for the supply of items not available on existing master

  contracts for the duration of this winter season. It is also the intent of this emergency to supply products that

  are available on existing master contracts but cannot be supplied in emergency situations. This contract will

  allow for a 2-hour response time and 24-hour delivery of parts. This is a vital supply contract for immediate

  repairs during the winter season.

 

  This Emergency Purchase has an expected start date of 12/31/2023 through 03/29/2024 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Genuine Parts Co.                                                                     Notary Date:           1/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  6      Governors State University                                                                    File Date:  1/5/2024

  Original Filing – 1/5/2024: FY24, Qtr 3, Item# 6

 

  This vendor is able to obtain the replacement part and complete the installation timely.

 

  This emergency purchase is for boiler replacement.This incudes demolition and removal of existing boiler.It also

   includes furnishing and installation of (2) replacement condensing boilers to match existing specifications. We

  have thirteen (13) boilers for the Campus,.

  Two (2) of these are condensing boilers,both are leaking sectionals.These must be replaced.

 

  This Emergency Purchase has an expected start date of 02/29/2024 through 05/28/2024 with an Original

  Estimated Cost of $130,000.00.

   Signed By:  Lannie Brown-Simon, Interim Asst. VP Procurement

      Vendor:  McCauley Mechanical Construction                                               Notary Date:           1/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $130,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  7      State Fire Marshal                                                                               File Date:  1/5/2024

  Original Filing – 1/5/2024: FY24, Qtr 3, Item# 7

 

  OSFM placed an order for MY23 Truck for this fiscal year and the order was not filled by the dealer due to

  manufacturing constraints.

 

OSFM procurement has identified One (1) F150 available locally at Landmark

  Ford that would meet the need and moved quickly to secure it.

 

  There are one (1) F150 truck currently on the Vendor's lot. 

 

  A search of BEP database yielded 2 BEP vendors for vehicles under NIGP Code 071-40. Only one vendor sold

  trucks and they did not have any available for on the spot purchase.

 

  This Emergency Purchase has an expected start date of 01/05/2024 through 04/03/2024 with an Original

  Estimated Cost of $60,000.00.

   Signed By:  Crystal Blakeman, APO

      Vendor:  Landmark Ford                                                                        Notary Date:           1/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $60,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  8      Environmental Protection Agency                                                            File Date:  1/8/2024

  Original Filing – 1/8/2024: FY24, Qtr 3, Item# 8

 

  Illinois Environmental Protection Agency (IEPA) Office of Emergency Response (OER) manages a coordinated

  statewide 24-hour Agency environmental response program for incidents involving the release of oil, hazardous

  materials, and other contaminants. OER serves as a primary liaison to the State Emergency Operations Center.

  OER staff are trained, experienced, and equipped to respond to emergency situations. Their two priorities are to

  1) communicate with responsible parties, first responders, local governments, and the public about releases and

  associated concerns to ensure proper mitigation and cleanup, and 2) coordinate with federal, state and local

  partners in planning for and responding to large spills and disasters. OER on-scene coordinators are located in

  Des Plaines, Springfield, and Collinsville and are responsible for statewide coverage. This means they travel

  frequently over long distances and in offroad conditions to reach incident locations. They also carry a significant

   amount of monitoring equipment and field gear, such as absorbent pads and booms for oil spill response.

 

 

 

IEPA has tried to purchase this vehicle through multiple avenues. First, we did a release off of the master

  contract in fiscal year 2021. This release was disapproved because while the vehicle was available, it was a

  police interceptor. Once we received the disapproval, we did a release off master with Morrow Brothers in

  fiscal year 2022 (December 2021) for two F-150s. CMS notified the Agency that we would be unable to order

  and to place a model year 2023 orders. Due to timing and growing age of vehicles we placed an order in

  December 2022 for three F-150s from the master contract with Morrow Brothers.

 

   

 

As of March 2023, Morrow Brothers states they have our order, however Morrow Brothers nor Ford will

  guarantee that our order is built. There is no timeline commitment and no promises made to the IEPA that our

  order will come through.

 

 

 

These vehicles are critical pieces to the Office of Emergency Response, therefore we have no choice but to

  move forward looking for a  vehicle option that meets our needs.

 

   

 

IEPA is  pursuing a purchase with Jansen Chevrolet who currently has a 2024 Chevrolet Tahoe on their lot

  that meet all of our needs.  Jansen Chevrolet is already in the State of Illinois BidBuy system, so this ensures us

  that they are aware of the state's terms and we should not run into issues with them.

 

  Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles. The only contracted vendor who can meet our needs (Morrow

  Brothers Ford) cannot guarantee our order which we have placed each fiscal year for the last three. Section 20-

  30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)]

  provide that the use of the Emergency method of source selection may be used to make a "quick purchase" in

  situations when "items are available on the spot market or at discounted prices for a limited time so that good

  business judgment mandates a "quick purchase" immediately to take advantage of the availability and price". 

  The emergency spot market method of procurement was chosen over a competitive solicitation because of the

  amount of time a competitive selection could take and given the current market environment, vehicle dealerships

   are unlikely to hold a vehicle on their lots without a guarantee of award.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  1 - 2024 Chevrolet Tahoe

 

  This Emergency Purchase has an expected start date of 01/08/2024 through 02/29/2024 with an Original

  Estimated Cost of $72,467.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Jansen Chevrolet                                                                      Notary Date:           1/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $72,467.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  9      Innovation & Technology, Department of                                                  File Date:  1/8/2024

  Original Filing – 1/8/2024: FY24, Qtr 3, Item# 9

 

  Kyndryl, Inc Hosting Services hosting IBM Z workloads on Kyndryl's secure, multi-tenant infrastructure,

  maintaining the resiliency, exceptional security, and high availability you expect from your mainframe. Kyndryl

  was chosen based upon the existing relationship with IBM - Kyndryl and their ability to accomplish the rehost

  with minimal risk to the Illinois State Police primary business function to protect the public. Agency used

  Gartner's Magic Quadrant research on as infrastructure as a serivce to determine which vendor's could

  complete the entire scope of work. The Magic Quadrants are based on market segmentation, ability to execute,

  completeness of services, graphic representation, and strengths and weaknesses. There were only two vendors

  identified the could perform the scope with Kyndryl being ranked as the best option.

 

  Kyndryl Hosted Mainframe Services

•         Kyndryl Hosting Primary Site: Omaha, NE

•         Kyndryl Hosting

  Secondary Site: Chicago, IL

•         Client retains application and operational support.

•         Kyndryl will operate,

  maintain, and support the Base Components, connected devices, IBM MLC Software and disaster recovery

  services

•         Migration assistance via data replication from client storage system to FNTS storage system

  utilizing IBM TDMF Software. Kyndryl will continue to use virtual tape in steady state.

•         A site-to-site VPN

  is included for connectivity to client’s primary site/network, subject to availability of client’s internet bandwidth.

           Solution sizing is for estimated capacities based on information provided by Customer.  Further Due

  Diligence will be required to “right-size”.  If additional resources are required, client may contract for those

  additional resources.

•          request that the Disaster Recovery LPAR be activated. The LPARs on the Primary

  Server will no longer be activated.

•         Additional Security Requirements - An encrypted VPN (Virtual Private

  Network) connection between Customer and Kyndryl (where provided by Kyndryl as Base Component) shall be

   maintained by Kyndryl for system access during the host migration. All Content stored in the Mainframe

  Hosting Environment shall be treated as confidential and Kyndryl will perform its Services in accordance with

  CSA and this SOW in order to protect Content from unauthorized access and/or distribution.

•         All Content

  stored in the Mainframe Hosting Environment shall remain in the United States.

•         Service level Hosting

  Availability is 99.9% availability from unplanned outages.

Migration from the customer data center to the

  Kyndryl Hosting Primary Site

•         Migration of the Customer mainframe environment will be accomplished via

   DASD data replication from Client to Kyndryl. Kyndryl will work with Customer to install temporary IBM

  Global Mirror license (at no cost to the Customer) on Customer DASD to facilitate DASD Global Mirror

  replication from Customer DASD to target DASD system at the hosting facility.

•         Migration of the

  Customer mainframe tape environment will also be accomplished via virtual tape data replication using a virtual

  tape system (VTS) from Client to Kyndryl. Kyndryl will work with the Customer to replicate the backend Dell

  Data Domain utilizing the Dell/EMC proprietary data replication tool.

•         Kyndryl will assist with physical tape

  to virtual tape conversion. 

 

 

  This Emergency Purchase has an expected start date of 01/08/2024 through 04/06/2024 with an Original

  Estimated Cost of $131,334.88.

   Signed By:  Van P Austin, APO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      Vendor:  Kyndryl, Inc. Hosting Services                                                     Notary Date:           1/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $131,334.88                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  10     Natural Resources, Department of                                                           File Date:  1/9/2024

  Original Filing – 1/9/2024: FY24, Qtr 3, Item# 10

 

  The Agency seeks to proceed with an Emergency project and seeks to select T&J Plumbing, Inc -- Vendor ID

  V00001255 (T&J) serving the Greater Chicagoland Area. T&J is a Small Business Set-Aside and has registered

  in the State’s Bid Buy system. T&J is intimately familiar with the existing system, has worked at the North Point

   Marina for over twenty years, and is currently mobilized to the site (for other projects). The lead time for lift

  station repairs was proposed, initially, to be swift but, due to COVID-19-related manufacturing constraints, will

  be weeks longer than anticipated. The delayed pumps are currently on-site and installed (but unable to function

  due to the recently discovered leaks). Given the Emergency Criteria on this project, the Agency has identified

  T&J as best suited to expeditiously replace the failed lift station systems and associated failed piping work.

 

  The Agency would like to move forward with the proposed repairs to the lift station system (includes 2 failed

  pumps and controls) as well as the failed piping discovered during repairs. The original lift station system repairs

   include labor and materials associated with removing and installing the existing duplex pump system, control

  panel, four (4) mechanical switches, two (2) uni-checks, rail systems (for floats), rail guide, cables and lifting

  chockers, new check valves, and electrical work (not associated with a systemic electrical upgrade already

  completed) but including wiring between the generator and control cabinet, new outdoor rated disconnect,

  transfer switch, and wiring to the pump controls. Existing piping was anticipated to remain but was it was

  discovered during construction that this pipe was leaking (specifically at a 4” elbow in the 2nd Pit). A video of

  the leaking pipe can be provided upon request. The piping was old and rusted and replacement of the entire

  piping system is proposed (rather than patching and anticipating an immediate failure elsewhere in the piping

  system). 

 

  This Emergency Purchase has an expected start date of 01/17/2024 through 01/31/2024 with an Original

  Estimated Cost of $24,295.00.

   Signed By:  Erick Huck, Division Manager

      Vendor:  T & J Plumbing                                                                       Notary Date:           1/9/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $24,295.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  11     Central Management Services, Department of                                            File Date:  1/9/2024

  Original Filing – 1/9/2024: FY24, Qtr 3, Item# 11

 

  Qualified and experienced professional firm to implement and maintain a comprehensive branding, marketing,

  recruitment, advertising, media buying, and public relations services in a unified and efficient manner.  This

  initiative is meant to provide critical State positions (medical and safety) with qualified employees in order to

  maintain the highest level of care and safety in facilities throughout the State. The struggle to hire and retain

  qualified medical and support staff for care facilities throughout the State has led to the serious disruption in

  providing a safe environment for both tax payers and State staff. This contract is meant to provide a solution to

  the ongoing hiring crisis.

 

  This Emergency Purchase has an expected start date of 01/16/2024 through 04/15/2024 with an Original

  Estimated Cost of $1,200,000.00.

   Signed By:  David Thomas, APO

      Vendor:  TimeZoneOne, Inc.                                                                   Notary Date:           1/9/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,200,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  12     Central Management Services, Department of                                            File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 12

 

  The vendor was chosen due to familiarity and proximity to the location and the availability of immediate

  employees to fulfill the need.

 

  Estimated cost of 3 temporary engineers to work 8 hours shifts at the MABB building in Chicago due to staffing

   shortages. The current staff must monitor the building 24 hours a day, 7 days a week and due to need, they

  can take no time off. If unforseen circumstances were to happen this would mean the remaining staff would be

  forced to work 12-24 hour shifts which is not sustainable. This would also create an unsafe environment

  regarding Life Safety and Fire Code Compliance issues.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/09/2024 with an Original

  Estimated Cost of $155,318.40.

   Signed By:  Martha Blackwell, Facilities Portfolio Manager

      Vendor:  The Stone Group                                                                      Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $155,318.40                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  13     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 13

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $144,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Illini FS                                                                                 Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $144,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  14     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 14

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $127,200.00.

   Signed By:  Omolare Erewele, APO

      Vendor:  Hertiage FS                                                                            Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $127,200.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  15     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 15

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Scott Storage)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Christian Co. Farmers Supply Co.                                                 Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  16     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 16

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations.

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $27,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Conserv FS                                                                             Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $27,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  17     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 17

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Scott Storage)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $50,400.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  South Central FS                                                                      Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,400.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  18     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 18

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Monticello)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through04/08/2024 with an Original

  Estimated Cost of $72,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Piatt County Services                                                                 Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $72,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  19     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 19

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Virgina)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $4,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Growmark, Inc.                                                                        Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $4,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  20     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 20

 

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Ottawa)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $80,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Grainco FS                                                                             Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $80,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  21     Transportation, Department of                                                               File Date:  1/10/2024

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 21

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Waterman)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/10/2024 through 04/08/2024 with an Original

  Estimated Cost of $12,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  G. Cooper Oil Company                                                             Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $12,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  22     Transportation, Department of                                                               File Date:  1/11/2024

  Original Filing – 1/11/2024: FY24, Qtr 3, Item# 22

 

  Replacing the control panel and associated wiring for the septic grinder and pump.  The vendor has indicated

  that once the necessary parts are procured, the assembly, programming, and installation of the septic system

  electrical panel may take 90-120 days to complete.  The district is able to send someone out to reset the breaker

  that trips several times a week but the situation is untenable.  The vendor has some suggestions of modifications

   that prevent the circuit from overloading as often until the replacement parts arrive but cannot begin any work

  until the contract is in place.

 

  This Emergency Purchase has an expected start date of 01/11/2024 through04/11/2024 with an Original

  Estimated Cost of $121,720.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Ousten Electric                                                                        Notary Date:           1/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $121,720.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  23     Veterans Affairs, Department of                                                              File Date:  1/18/2024

  Original Filing – 1/18/2024: FY24, Qtr 3, Item# 23

 

  Vendor is capable of immediate service, diagnosis, and repair to facility equipment to prevent further lose and

  damage to state property. Vendor has previously worked on refrigeration system and understand the equipment

  and layouts of equipment

 

  Vendor to provide Labor and materials for repairs to fixable condensing units and replacement of broken

  condensing units for dietary walk in coolers/freezers

 

  This Emergency Purchase has an expected start date of 01/18/2024 through 02/29/2024 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Amanda Gray, APO

      Vendor:  Comtech Holdings                                                                    Notary Date:           1/18/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  24     Capital Development Board                                                                    File Date:  1/25/2024

  Original Filing – 1/25/2024: FY24, Qtr 3, Item# 24

 

  The scope of work provides for portions of the existing Boiler House Building (C0530) to be demolished. Prior

  to demolition the contractor shall relocate the fuel oil pumps,associated equipment,and rework supply and return

   lines feeding the existing generators to remain and the temporary boiler. Also, the contractor will be required to

  relocate the salt brine tanks and pump to a portion of the building to remain. A new sink and base cabinet will

  need to be added to the existing restroom to remain for water testing. Once this work has been completed the

  contractor will start demolition of the portions of the building as shown on the drawings. Contractor is

  responsible for removal of all equipment located within the building from the project site and disposing of

  properly.

 

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

  documents provided by the Architect/Engineer of record,and quote received by River City Construction LLC.

  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 $3,413,000.00, 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 01/25/2024 through 04/23/2024 with an Original

  Estimated Cost of $3,413,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction                                                              Notary Date:           1/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,413,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  25     Corrections, Department of                                                                    File Date:  1/30/2024

  Original Filing – 1/30/2024: FY24, Qtr 3, Item# 25

 

  This vendor has the ability to immediately deliver all the items required.

 

  Insulated Tray Delivery Cart-holds 102 meals each, Insulated Meal Trays and lids for carts

Fast food tray ans

  6 compartment meal tray for existing warming carts

 

  This Emergency Purchase has an expected start date of 01/30/2024 through 04/29/2024 with an Original

  Estimated Cost of $140,323.09.

   Signed By:  Sandy Robinson II, Purchasing Manager

      Vendor:  Cook's Direct                                                                          Notary Date:           1/30/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $140,323.09                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  26     Corrections, Department of                                                                    File Date:  2/2/2024

  Original Filing – 2/2/2024: FY24, Qtr 3, Item# 26

 

  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.

 

  Favorite Healthcare Staffing Inc has been providing multiple skill levels of nursing staff for the Illinois

  Department of Corrections statewide. 

 

  The incumbent vendor Wexford Health Sources, Inc. has been unable to effectively recruit and fill nursing

  vacancies.  This has left the agency with critically low staffing levels at each of its correctional facilities.

 

  This Emergency Purchase has an expected start date of 02/01/2024 through 04/30/2024 with an Original

  Estimated Cost of $3,500,000.00.

   Signed By:  Sandy Robinson II, Purchasing Manager

      Vendor:  Favorite Healthcare Staffing                                                        Notary Date:           2/2/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,500,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  27     Transportation, Department of                                                               File Date:  2/5/2024

  Original Filing – 2/5/2024: FY24, Qtr 3, Item# 27

 

 

  Emergency milling and resurfacing of deteriorated hot-mix asphalt pavement of FAI Route 80 (I80) Eastbound

  and Westbound driving and passing lanes between mile marker 105.25 to 111.75 in Grundy County.

 

  This Emergency Purchase has an expected start date of 02/06/2024 through 05/05/2024 with an Original

  Estimated Cost of $4,000,000.00.

   Signed By:  Junior Senat, District Operations Engineer

      Vendor:  Gallagher Aspalt                                                                      Notary Date:           2/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  28     Natural Resources, Department of                                                           File Date:  2/6/2024

  Original Filing – 2/6/2024: FY24, Qtr 3, Item# 28

 

  LRC will replace the existing  underwater 24-inch x 24-inch steel sluice gate with a new 24-inch x 24-inch steel

  sluice gate on the dam's dewatering tower.  Specific work items include:  mobilization to and from the work

  site, issue a dive team to plug the existing water intake, remove and dispose of the existing sluice gate and

  operator, furnish and install a new heavy duty sluice gate with cast iron frame and slide, bronze seating faces,

  bronze wedges, and stainless steel fasteners, install a new operator which includes a pedestal mounted hand

  wheel lift the Type 304 stainless steel stem and plastic stem cover with mylar position indicator.  Once the work

   is completed, they will clean up any debris and demobilize.   The new sluice gate has a 12-week lead time once

  the contract is executed because it will need to be fabricated from scratch.  Installation should only take a week

  once it arrives, but scheduling could be an issue at that time. 

 

  Emergency Criteria is proposed for this project due to the continuous loss of water and the potential damage to

  fishery habitat, and loss of wildlife, within Lake Le-Aqua-Na.  The current sluice gate is leaking an estimated

  36,000 gallons of water per hour.  Working underwater at 25 feet depths is a dangerous task.  There are only a

  few contractors within the State who perform these services.  We feel fortunate to be able to find a contractor

  who is already familiar with this project and is willing to perform the work for IDNR.  Lakes & Rivers

  Contracting is registered in Bid Buy and SAP.  They are also registered as an SBSA vendor.  Given the

  Emergency Criteria on this project, the Agency has identified Lakes & Rivers Contracting as best suited to

  expeditiously replace the failed sluice gate at the Lake Le-Aqua-Na dam.  

 

  This Emergency Purchase has an expected start date of 02/05/2024 through 05/04/2024 with an Original

  Estimated Cost of $90,000.00.

   Signed By:  Dale Brockamp, Manager

      Vendor:  Lakes & Rivers Contracting                                                         Notary Date:           2/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $90,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  29     Public Health, Department of                                                                  File Date:  2/6/2024

  Original Filing – 2/6/2024: FY24, Qtr 3, Item# 29

 

  IDPH has diligently undertaken multiple avenues to identify potential vendors for temporary staffing needs.

  These efforts include thorough internet searches of various temporary staffing vendors, a comprehensive

  review of existing contracts, exploration of opportunities on BidBuy, and the addition of two new recruiters to

  the team. Despite these extensive measures, IDPH has encountered challenges in identifying a suitable vendor

  outside of the CDC Foundation.

 

 

 

This exhaustive search process underscores the unique challenges faced by IDPH in securing temporary

  staffing that aligns with the specific needs of IDPH. The specialized nature of the positions, coupled with the

  high standards required for public health roles, has presented difficulties in finding vendors who can fulfill these

  criteria.

 

 

 

IDPH reviewed the current master contracts available for staffing services within the state of Illinois. These

  contracts primarily focused on general administrative staffing rather than providing specialized professionals in

  the public health domain. This assessment revealed a gap in the availability of vendors specializing in public

  health-specific professionals. IDPH will procure a competitive procurement going forward.

 

 

 

The State of Illinois currently has staffing contracts with the following vendors. Central Illinois Staffing

  Services LLC, DBA Manpower. 24-416CMS-BOSS-P-56144, Rose International, Inc. 24-416CMS-BOSS4-P-

  56143, 22ND Century Technologies, Inc. 24-416CMS-BOSS-P-56142.

 

  This Emergency Purchase has an expected start date of 02/06/2024 through 05/06/2024 with an Original

  Estimated Cost of $2,593,310.00, using Federal Funds.

   Signed By:  Nicole Hildebrand, AAPO

      Vendor:  CDC & P, CDC Foundation                                                         Notary Date:           2/6/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal             $2,593,310.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  30     Elections, State Board of                                                                        File Date:  2/8/2024

  Original Filing – 2/8/2024: FY24, Qtr 3, Item# 30

 

  The State Board of Elections is statutorily required to provide a platform through which voters with print

  disabilities receive, mark and verify their vote by mail ballots (Section 19A – 2.6 of the Election Code). This

  state law is a codification of a reasonable accommodation under the Americans With Disabilities Act. Voting is

  public service that voters with disabilities cannot be denied access to.

 

   

 

In Illinois voters can apply for vote by mail at any time or request to be on a permanent vote by mail list.

  Therefore, voters who have already applied for a vote by mail ballot or are on the permanent vote by mail list are

   statutorily obligated to receive this reasonable accommodation by Feb. 8th, 2024.

 

  This Emergency Purchase has an expected start date of 02/09/2024 through 05/08/2024 with an Original

  Estimated Cost of $79,000.00.

   Signed By:  Jeremy Kirk, ACFO

      Vendor:  Democracy Live                                                                       Notary Date:           2/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $79,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  31     Arts Council                                                                                       File Date:  2/8/2024

  Original Filing – 2/8/2024: FY24, Qtr 3, Item# 31

 

  Carahsoft is the vendor who implemented the Salesforce platform a few year ago and has worked with the

  agency to ensure the platform is user-friendly and it is aligned with the grant programs. It is critical to

  implement the changes to our grant program system, our grant program will launch on February 15, 2024 due

  to the time sensitive we do not have time for a competitive procurement.  Carahsoft will update our Salesforce

  platform to ensure our agency has the ability to mirror the updated grant structure, Carahsoft has a clear

  understanding of what the agency is looking for which saves time.  The updates include the ability to sort

  applicants by county, add necessary fields on the applicant and agency platform.  Create reports aligning the

  structure, having disciplines as secondary, add new record types for applications and reviews.

 

  In the past Illinois Arts Council grants have been reviewed, and divided by discipline, which included panel

  review, score ranking, etc.  Now the agency is re-structuring and updating the grants guidelines with an updated

   structure on how the grants are reviewed, awarded, and focusing on an easier streamline for constituents.  

  The agency is seeking service hours to ensure Salesforce platform is aligned with the grant structure which

  includes adding / removing fields, restructuring the grants data and creating reports that will benefit our program

   directors who are expected to be out in field more.

 

  This Emergency Purchase has an expected start date of 02/09/2024 through 02/29/2024 with an Original

  Estimated Cost of $92,882.34

   Signed By:  Sandra Velazquez, CFO

      Vendor:  Carahsoft                                                                               Notary Date:           2/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $92,882.34                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  32     Central Management Services, Department of                                            File Date:  2/12/2024

  Original Filing – 2/12/2024: FY24, Qtr 3, Item# 32

 

  Estimated cost equipment and labor to clean up an oil spill from a leaking generator that got into Lake Story at

  2100 N. Lake Storey Rd, Galesburg IL 61401 (E0002).

 

  Statewide, there is only 1 BEP vendor registered under NIGP Code 926-65. However, they are in Chicago

  which is almost 2 hours away and a vendor that could get there immediately was needed so EnviroServe was

  chosen as they are a litle less than an hour away.  

 

  This Emergency Purchase has an expected start date of 02/09/2024 through 05/09/2024 with an Original

  Estimated Cost of $65,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  EnviroServe                                                                            Notary Date:           2/12/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $65,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  33     Corrections, Department of                                                                    File Date:  2/13/2024

  Original Filing – 2/13/2024: FY24, Qtr 3, Item# 33

 

  Aramark Correctional Services has extensive experience providing culinary consulting for correctional systems.

  Their ability to rapidly deploy large-scale services will help prevent further delays on the project.

 

  To assist the Illinois Department of Corrections during the transition period, Aramark Correctional Services,

  LLC will develop an emergency meal plan that meets national nutritional standards and provide management and

  consulting services for its implementation.

 

  The Illinois Department of Corrections searched for all possible vendors for correctional management services

  under National Institute of Purchasing Group (NIPG) codes 95844 and 95828. However, they found only one

  vendor, who lacked the critical experience in correctional management required for this emergency

  procurement.

 

  This Emergency Purchase has an expected start date of 02/13/2024 through 05/12/2024 with an Original

  Estimated Cost of $235,200.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Aramark Correctional Services                                                     Notary Date:           2/13/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $235,200.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  35     Human Services, Department of                                                              File Date:  1/24/2024

  Original Filing – 1/24/2024: FY24, Qtr 3, Item# 35

 

  J & L Contractors, Inc., dba Ox Cartage & Warehousing, Inc. has been providing dry storage services based on

   the most recent Invitation for Bid for FY19-21 and the renewals for FY22 and FY23, and a contract extension

  for FY24.  The Center has been satisfied with the services provided by the vendor. Two Invitation for Bids have

   been conducted for the services.  The first bid was canceled due to inadequate specifications. The second bid

  was canceled because the only bidder, J&L Contractors, Inc., were found not responsive by BEP for failing to

  either reach the 39% BEP Goal (they only reached 10%) and their Good Faith Efforts were deemed insufficient.

 

 

  There is limited warehouse storage space at the Ludeman Center to accommodate the volume of food that is

  delivered from the vendors on a quarterly or monthly basis. The vendor shall be responsible for receiving,

  handling and storage of products on behalf of the Center, which will be delivered from various suppliers.  The

  vendor will deliver the required items to the Ludeman Center on a weekly basis.

 

  This Emergency Purchase has an expected start date of 02/01/2024 through 04/30/2024 with an Original

  Estimated Cost of $58,865.50.

   Signed By:  Jean Sandstrom, APO

      Vendor:  J & L Contractors, Inc. dba Ox Cartage & Warehousing                       Notary Date:           1/24/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $58,865.50                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  36     Corrections, Department of                                                                    File Date:  1/25/2024

  Original Filing – 1/25/2024: FY24, Qtr 3, Item# 36

 

  This vendor was the only business able to provide needed equipment for this emergency.

 

  The Illinois Department of Corrections is leasing two (2) 20 foot portable coolers trucks to store Dietary

  commodities for Stateville Correctional Center due to their freezer/cooler failure to maintain adequate

  temperatures. The food loss through improper storage temperatures will be alleviated through this procurement

  and provide the agency cost savings.  CDB is trying to expedite the processing of the long-term replacement of

  the freezers/coolers,  but the project has been pushed back an additional 3 months.

 

  This Emergency Purchase has an expected start date of 01/15/2024 through 04/14/2024 with an Original

  Estimated Cost of $16,34400.

   Signed By:  Sandy Robinson II, Manager

      Vendor:  Polar Leasing                                                                          Notary Date:           1/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $16,344.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  37     University of Illinois Urbana-Champaign                                                  File Date:  1/29/2024

  Original Filing –1/29/2024: FY24, Qtr 3, Item# 37

 

  The University had to terminate the agreement with our broker on November 30, 2023.  Since this was

  unexpected, we had less than a month to find a 2024 medical/dental plan for our employees.  Short-term

  coverage (e.g., 90 days) is not available as a group policy which is required of employers in order to comply

  with the federal Affordable Care Act (ACA). Short-term coverage does not offer a Minimum Essential Coverage

   (MEC) plan which is required by the ACA for group plans.  Otherwise, there are federal “Penalty A” penalties

  of approximately $86M annually for not being compliant.  Additionally, short-term coverage plans do not offer

  COBRA coverage, which is required by federal law. There are additional federal penalties for not offering

  COBRA coverage.

 

  We knew of one other broker familiar with the University's structure who had the ability to find a plan carrier

  and Third-Party Administrator (TPA).  That broker is Gallagher Benefits Services (GBS).  GBS works with

  Staff Benefits Management & Administrators (SBMA) which provides medical/dental plan coverage along with

  COBRA coverage.  SBMA was able to have an acceptable plan in place for our employees starting January 1,

  2024.  Both GBS and SBMA recommended GoWell Benefits, Inc. (GoWell) as the TPA. GoWell provides an

  online enrollment platform.  The University will pay SBMA for the services.  SBMA will distribute money to

  GBS and GoWell. The University is currently working on an RFP for a broker and carrier to provide services

  for the 2025 calendar year.

   

  This emergency posting updates and replaces the original posting published under 9DGS2405 to reflect the

  appropriate payee as allowed under the contract terms.

 

  Medical/dental plan and COBRA coverage for employees and dependents.

 

  This Emergency Purchase has an expected start date of 01/01/2024 through 03/31/2024 with an Original

  Estimated Cost of $975,000.00, using Employee & Self Supporting Funds.

   Signed By:  Daniel Szajna, Senior Director

      Vendor:  Staff Benefits Management                                                         Notary Date:           1/29/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $975,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  38     Environmental Protection Agency                                                            File Date:  1/29/2024

  Original Filing – 1/29/2024: FY24, Qtr 3, Item# 38

 

  Agency is experiencing a vehicle shortage. Vehicles are need to conduct off-site inspections of the environment

  to ensure the health and safety of residents. These specific vehicles were chosen due to the Bureau of Air's

  requirements. Field staff often travel in large groups, so we need larger passenger capacity. The vehicles must

  also be equipped to travel on various types of terrain throughout the State while also sometimes towing trailers

  or boats. Due to the current vehicle market, it's extremely difficult to find vehicles that meet our needs. We have

   chosen this vendor because they currently have two vehicles that meet our needs.

 

  1 2024 Ford Edge SEL AWD, 5 passenger, Twin-SCRL 2.0L Ecoboost Eng, 8-SPD Auto Transmission

1

  2024 Ford Expedition Max XLT 4x4, XLT 7-passenger, 3.5L Ecoboost V6 engine, 10SPD Auot Trans w/

  SLCTSHFT

 

  This Emergency Purchase has an expected start date of 01/29/2024 through 04/27/2024 with an Original

  Estimated Cost of $118,295.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Landmark Ford                                                                        Notary Date:           1/29/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $118,295.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  39     Corrections, Department of                                                                    File Date:  1/30/2024

  Original Filing – 1/30/2024: FY24, Qtr 3, Item# 39

 

  Landmark Ford Trucking, Inc was chosen for its ability to provide a timely solution to the urgent requirement of

   box trucks for the Illinois Department of Corrections.

 

  The vendor is offering fully assembled 15' and 16' Box Trucks that are currently in stock and available for

  purchase.

 

  This Emergency Purchase has an expected start date of 01/30/2024 through 04/29/2024 with an Original

  Estimated Cost of $200,185.09.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Landmark Ford Trucks                                                               Notary Date:           1/30/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,185.09                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  40     Elections, State Board of                                                                        File Date:  2/14/2024

  Original Filing – 2/14/2024: FY24, Qtr 3, Item# 40

 

  MailSecur, manufactured by RaySecur, is currently the only desktop non-invasive security imaging system

  using millimeter waves (mmWave) at low terahertz frequencies to detect concealed threats and contraband in

  mail items.  It provides the ability to detect concealed items similar to X-ray scanners, but without the use of

  ionizing radiation and with much higher sensitivity to detect powders, liquids, treated papers, and other types of

  drugs and contraband. MailSecur was developed by RaySecur based on proprietary terahertz imaging

  technology. RaySecur holds a number of patents covering MailSecur and terahertz imaging that no other vendor

   offers.

MailSecur is manufactured exclusively by RaySecur in Westwood, Massachusetts, and services

  delivered through any associated service packages are supported by RaySecur personnel and subject matter

  experts with previous backgrounds in military threat remediation and law enforcement narcotics investigations. 

  MailSecur is Designated a Qualified Anti-Terror Technology (QATT) by the United States Department of

  Homeland Security under the SAFETY Act. Only RaySecur holds this designation for MailSecur and associated

  services.  With the current political climate The Board needs a way to screen all incoming packages/mail to

  ensure the safety of all staff.

 

  Desktop mail security screening machines with 4D imaging capable of detecting all 9 types of postal threats

  identified by the Department of Homeland Security for both the Springfield & Chicago offices of the State Board

   of Elections.  The machines should be Safety Act Designated by the Department of Homeland Security. 

 

  This Emergency Purchase has an expected start date of 02/14/2024 through 05/12/2024 with an Original

  Estimated Cost of $117,952.10, using Federal Funds.

   Signed By:  Jeremy Kirk, ACFO

      Vendor:  RaySecur                                                                               Notary Date:           2/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal               $117,952.10                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  41     Veterans Affairs, Department of                                                              File Date:  2/14/2024

  Original Filing – 2/14/2024: FY24, Qtr 3, Item# 41

 

  Vendor is capable of immediate service, diagnosis, and repair to facility equipment to prevent further lose and

  damage to state property and prevent a Health & Safety emergency. Vendor has previously worked on sewer

  chewer system and can repair/replace broken parts of system.

 

  Labor & Materials to diagnose and repair/replace sewer chewer that provides facility with sewage waste

  removal.

 

  This Emergency Purchase has an expected start date of 02/13/2024 through 03/31/2024 with an Original

  Estimated Cost of $40,000.00.

   Signed By:  Amanda Gray, APO

      Vendor:  Gasvoda & Assoc. Inc.                                                               Notary Date:           2/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $40,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  42     State Fire Marshal                                                                               File Date:  2/15/2024

  Original Filing – 2/15/2024: FY24, Qtr 3, Item# 42

 

  OSFM placed an order for MY23 Truck for this fiscal year and the order was not filled by the dealer due to a

  price change in the master contract and the agency wasn't notified until over 1 month after the order was

  placed.  OSFM was not able to meet the window to order from manufacturer.

 

 

 

OSFM procurement has identified One (1) F150 available locally at Morrow Brothers Ford that would meet

  the need and moved quickly to secure it.

 

  There are one (1) F150 truck currently on the Vendor's lot.

 

  This Emergency Purchase has an expected start date of 02/15/2024 through 05/01/2024 with an Original

  Estimated Cost of $61,915.00.

   Signed By:  Clint Everetts, Fiscal Division Manager

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           2/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $61,915.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  43     Transportation, Department of                                                               File Date:  2/20/2024

  Original Filing – 2/20/2024: FY24, Qtr 3, Item# 43

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (D8 Scott Storage Yard)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 01/20/2024 through 05/18/2024 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Growmark Energy                                                                    Notary Date:           2/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $30,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  44     Transportation, Department of                                                               File Date:  2/20/2024

  Original Filing – 2/20/2024: FY24, Qtr 3, Item# 44

 

  The vendor is able to provide the fuel needed in a remote location that no vendor has bid on in the previous 3

  CMS solicitations. (Ottawa)

 

  Fuel is urgently required for our daily winter weather operations to maintain the fleet essential for public safety.

  As the CMS master contracts do not cover our specific fuel needs, immediate vendor engagement is necessary.

  The Illinois Department of Transportation (IDOT) seeks emergency several contracts to secure a continuous

  fuel supply until a long-term agreement is established. This ensures the ongoing functionality of our fleet during

  winter conditions, protecting the public.

 

  This Emergency Purchase has an expected start date of 02/20/2024 through 05/18/2024 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Hertiage FS                                                                            Notary Date:           2/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  45     Children and Family Services, Department of                                             File Date:  2/15/2024

  Original Filing – 2/15/2024: FY24, Qtr 3, Item# 45

 

  Due to the COVID-19 pandemic and other factors, including supply chain shortages, obtaining vehicles is

  incredibly difficult for the State.  While there are vehicles on Joint Purchase Master Contract (JPMC), the

  contracted vendors are at the mercy of the auto manufacturers who are having difficulties in obtaining the parts

  and other materials to build the vehicles.  Prices have escalated dramatically, and manufacturers have canceled

  many of the State's large orders for model years 2021 - 2023 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.

 

DCFS received authorization

  from CMS and the CPO’s State Purchasing Officer (SPO) to competitively procure vehicles.  DCFS used the

  same Invitation for Bid (IFB) template for all of its vehicle procurements and the IFB was reviewed and

  approved by the SPO and her Senior SPO.  DCFS successfully awarded and executed contracts for 7-

  Passenger Vans, Cargo Vans, and 2 Police Pursuit Vehicles for its Security Division.  The IFB (and rebid) for

  Mid-Size Sedans was not successful as DCFS did not receive any bids for sedans.  DCFS also conducted an

  initial IFB for Mid-Size SUVs, which did not receive any bids, and a subsequent IFB for Mid-Size SUVs (24-

  418DCFS-PROCU-B-40065), which was awarded to two bidders – 1 SUV to Bob Ridings Ford and 16 SUVs to

   Morrow Brothers Ford.  DCFS was contacted by the SPO after the award was posted and during the 14-day

  protest period and was instructed that DCFS would have to cancel the award and re-bid (or consider a quick

  purchase) because “Upon reviewing the Notice of Award and the Agency’s request for exemption to the

  Procurement Code it was discovered that the solicitation did not allow for pricing to be provided for vehicles

  other than gasoline in accordance with the Code.   Additionally, the pricing provided by the Vendors did not

  provide their pricing per vehicle and for 1 Vendor had alternates which would allow the Vendor to provide

  different vehicles at a different rate.”  The “exemption to the Procurement Code” noted by the SPO would allow

   DCFS to purchase gasoline vehicles and is requested on the Purchase of Motor Vehicles Exemption Request

  Form 30 ILCS 500/25-75.  Rather than conduct another IFB, DCFS has determined that it is in the best interest

  of the agency to purchase the needed vehicles and conduct a “quick purchase” or “spot market” purchase from

  Morrow Brothers Ford, who has the needed SUVs, and an additional 29 SUVs, which DCFS will use in the

  place of the Mid-Size Sedans for which it did not receive any bids, and is offering them to DCFS at the price

  that they bid on the last IFB.

 

DCFS is seeking to purchase 45 Mid-Size SUVs via the spot market.  Section

  20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)]

  provide that the use of the Emergency method of source selection may be used to make a "quick purchase" in

  situations when "items are available on the spot market or at discounted prices for a limited time so that good

  business judgment mandates a "quick purchase" immediately to take advantage of the availability and price". 

  The emergency spot market method of procurement was chosen over a competitive solicitation because of the

  amount of time a competitive selection could take and given the current market environment, vehicle dealerships

   are unlikely to hold up to 40 vehicles on their lots without a guarantee of award.

 

In its IFBs, which were

  reviewed and approved by the SPO(s), DCFS gave preference to Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid

  (PHEV) vehicles* offered by dealerships.  In the event the Agency's needs were not met with Flex-Fuel, Hybrid

  (HEV), and Plug-In Hybrid (PHEV) vehicles, DCFS considered gasoline vehicles to cover the unmet needs.  As

  such, DCFS requested a Motor Vehicle Exemption from the Chief Procurement Officer per 30 ILCS 500/25-75.

    (*DCFS is not specifically requesting electric vehicles due to the limited network of charging stations

  Statewide currently.)


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

 

  DCFS was able to acquire 45 gasoline powered Mid-Size SUVs

 

  This Emergency Purchase has an expected start date of 02/13/2024 through 05/12/2024 with an Original

  Estimated Cost of $1,888,200.00.

   Signed By:  Tiffany Parnell, Acting APO

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           2/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,888,200.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00

  46     Corrections, Department of                                                                    File Date:  2/26/2024

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 46

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

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

  Individual in Custody and Correctional Facility Employees.

 

  The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 2/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Union Supply Group                                                                 Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  47     Corrections, Department of                                                                    File Date:  2/26/2024

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 47

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

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

  Individual in Custody and Correctional Facility Employees.

 

  The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Keefe Group                                                                           Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  48     Corrections, Department of                                                                    File Date:  2/26/2024

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 48

 

  This is a zero dollar contract, the State does not fund the expenses.

 

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

  Individual in Custody and Correctional Facility Employees.

 

  The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/24/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Performance Food Group dba Vistar                                              Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  49     Corrections, Department of                                                                    File Date:  2/26/2024

  Original Filing – 2/26/2024: FY24, Qtr 3, Item# 49

 

  ***This is a zero dollar contract, the State does not fund the expenses.

 

 

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

  Individual in Custody and Correctional Facility Employees.

 

  The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody and Correctional Facility Employees.

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/241/2024 with an Original

  Estimated Cost of $6,000,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Walkenhorst's                                                                          Notary Date:           2/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $6,000,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  50     Corrections, Department of                                                                    File Date:  2/28/2024

  Original Filing – 2/28/2024: FY24, Qtr 3, Item# 50

 

  Vendor will provide rental of temporary boiler for facility Boiler House.

 

  Vienna Correctional Center looked for vendors to meet this type of emergency and was only able to find a small

  pool of vendors

 

  This Emergency Purchase has an expected start date of 02/26/2024 through 05/25/2024 with an Original

  Estimated Cost of $177,593.50.

   Signed By:  Sandy Robinson, Purchasing Manager

      Vendor:  Heartland Heating & Cooling & Plumbing                                       Notary Date:           2/28/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $177,593.50                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  51     Corrections, Department of                                                                    File Date:  3/4/2024

  Original Filing – 03/04/2024: FY24, Qtr 3, Item# 51

 

  Chicago Advisors LLC was selected because they have extensive knowledge of the Offender/Youth 0360

  Application and has managed the system since Microsoft no longer could provide services on its designed

  system.

 

  Stabilization and support is defined as vendor provided end-user services that allows for previously developed

  applications to be retooled and adjusted in order to achieve continuous and uninterrupted service delivery. The

  scope of services include: programming modifications, minor development, addressing outstanding technical

  debts, and testing needed to validate application performance and accuracy in data reporting. Stabilization and

  support does not include system redesigns, staff training, or expansion of applications beyond the scope of what

   is already in process or materially different than previously scoped services.

 

 

 

Examples of work to be performed under this contract include, but are not limited to, addressing work flow

  process errors, stabilizing the application, testing of existing programs and applications, providing routine and

  as-needed maintenance, and implementing Offender/Youth 360 software platforms.

 

  This Emergency Purchase has an expected start date of 03/04/2024 through 05/31/2024 with an Original

  Estimated Cost of $312,975.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Chicago Advisors. LLC                                                              Notary Date:           3/4/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $312,975.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  52     Human Services, Department of                                                              File Date:  3/8/2024

  Original Filing – 3/8/2024: FY24, Qtr 3, Item# 52

 

  The Stone Group is familiar with all boiler systems at Madden MHC and has done extensive work at the site

  before. The Stone Group has also provided emergency engineering services for similar facilities.

 

  Responsibilities include but not limited to:

Performing and assisting in routine building maintenance tasks

Perform

   minor electrical maintenance to include but not be limited to replacement or repair of fixtures (e.g. wall

  switches and outlets, incandescent and fluorescent bulbs and tubes, ballasts, sockets, fuses, minor appliances,

  cords etc.) using appropriate hand or power or specialty tools.

Perform minor plumbing maintenance (e.g.,

  replacement or repair of leaks in drains and faucets, unclogging of drains, etc.)

Perform minor painting,

  carpentry, and masonry work (e.g., preparing surfaces and using brush, roller or sprayer to apply paint, fitting

  locks and handles, hanging doors etc.)

Reconfigures, installs, positions and remounts modular offices and space

  (e.g. furniture, wall panels, work surfaces, storage bins, lighting, filing cabinets, etc.) to accommodate user

  needs and maximize office space using various hand, power and specialty tools, dollies and hand trucks

Perform

  other work-related duties as assigned.

The Stone Group will assist and provide support to ensure our employees

  are performing to the best of their capabilities.

 

  This Emergency Purchase has an expected start date of 03/07/2024 through 06/04/2024 with an Original

  Estimated Cost of $294,000.00.

   Signed By:  Pamela Enno, APO

      Vendor:  The Stone Group                                                                      Notary Date:           3/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $294,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  53     Revenue, Department of                                                                        File Date:  2/22/2024

  Original Filing – 2/22/2024: FY24, Qtr 3, Item# 53

 

  This vendor has already been providing essential services to IL Lottery and to continue with the vendor would

  maintain the continuity of service the  vendor provides and leverages the testing and certification work that has

  already been done by the vendor.  The immediate testing that is required must be completed by a single vendor

  to avoid the potential cost of rework that would be necessary if using another vendor and also because a vendor

   must certify its own work.  The time sensitive nature of this procurement does not favor another method to be

  used.  This approach will allow for the most efficient and economical continuation of support and allows the

  Department to engage the vendor so the immediate-term testing and certification need can be met while our

  current RFP is close to being finalized.

 

  The vendor provides independent 3rd party Quality Assurance testing and certification services for its

  outsourced gaming systems to facilitate the current system change requirements.  The vendor will assist with

  the development, assessment and implementation of Lottery’s outsourced systems.  The vendor will also

  provide system certification services to ensure Lottery outsourced systems are fit for purpose.  The services

  will enable short term state managed independent testing of planned system modifications associated with game

  enhancements and revisions.

 

  This Emergency Purchase has an expected start date of 02/28/2024 through 05/28/2024 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Maryann Hong, Deputy General Counsel

      Vendor:  BMM TestLabs                                                                        Notary Date:           2/22/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  54     Environmental Protection Agency                                                            File Date:  2/22/2024

  Original Filing – 2/22/2024: FY24, Qtr 3, Item# 54

 

  ***Using Federal Finding

 

  IEPA requires the expertise of consulting firms to assist in writing a Priority Climate Action Plan by the March

  1, 2024 deadline and subsequently will need assistance in writing the CPRG Implementation Grant Submission

  by the April 1, 2024 deadline.

   

 

The Accelerate Group has the skills and experiences necessary for this work. The Accelerate Group is an

  Illinois-based company that provides strategic consulting, project leadership, and subject matter expertise for

  companies, governments, and not-for-profits working to advance energy, innovation, good government and

  economic development projects at a local or global scale.  Andrew Barbeau, President of The Accelerate Group,

  was appointed by U.S. Secretary of Energy Jennifer Granholm to serve on the Electricity Advisory Committee

  for the U.S. Department of Energy, chairs its Smart Grid Committee, and serves on the DOE’s Section 8008

  Decarbonization Pathways Steering Committee. Given our tight timeline for the CPRG plan to be submitted,

  IEPA is enlisting services from two vendors who will need to work together. The Accelerate Group has

  previously worked with our other vendor, Absolute Angels Consulting, LLC, which will ensure a smooth

  process across vendors for developing our plan submission.

 

 

Contracting with The Accelerate Group will better position IEPA for success with the Climate Pollution

  Reduction Grant application and process.

 

  • Support development of framework of emissions reductions measures for inclusion in state Priority Climate

  Action Plan (PCAP) Submission.

• Organize, recruit, and help lead stakeholder events on the Priority Climate

  Action Plan and Implementation Grant proposal.

• Complete research, analysis, and write-up of GHG reduction

  measures prioritized by the State for inclusion in PCAP submission.

• Conduct Program Design for selected

  initiatives for inclusion in state CPRG Implementation Grant proposal.

• Compile CPRG Implementation Grant

  proposal and supporting documents for submission by State.

 

  This Emergency Purchase has an expected start date of 02/22/2024 through 05/21/2024 with an Original

  Estimated Cost of $100,000.00, using Federal Funds.

   Signed By:  Jake Poeschel, Chief Financial Officer

      Vendor:  The Accelerate Group                                                                Notary Date:           2/22/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal               $100,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  55     Environmental Protection Agency                                                            File Date:  2/22/2024

  Original Filing – 2/22/2024: FY24, Qtr 3, Item# 55

 

  IEPA requires the expertise of consulting firms to assist in writing a Priority Climate Action Plan by the March

  1, 2024 deadline and subsequently will need assistance in writing the CPRG Implementation Grant Submission

  by the April 1, 2024 deadline.

 

   

 

Absolute Angels Consulting, LLC has the skills and experiences necessary for this work. They have

  experience specializing in steering the renewable energy, cleantech, and infrastructure sectors towards

  sustainable practices. Absolute Angels Consulting, LLC has experience collaborates with a diverse array of

  stakeholders—including utilities, non-profits, technology firms, and policymakers—to shape cleantech policy at

  both state and federal levels while also helping clients respond to funding opportunities across various

  competitive grant programs. Given our tight timeline for the CPRG plan to be submitted, IEPA is enlisting

  services from two vendors who will need to work together. Absolute Angels Consulting, LLC has previously

  worked with our other vendor, The Accelerate Group, which will ensure a smooth process across vendors for

  developing our plan submission.

 

   

 

Contracting with Absolute Angels Consulting, LLC will better position IEPA for success with the Climate

  Pollution Reduction Grant application and process.

 

  • Assist IEPA in preparation and timely submission of one or more Climate Pollution Reduction Grants (CPRG)

  Implementation Grants either for the State of IL only or as part of one or more national/regional applications.

  The Priority Climate Action Plan Submission is due March 1, 2024, and the CPRG Implementation Grant

  Submission is due April 1, 2024.

• Review of any and all work IEPA has completed related to the CPRG including

  Phase 1 planning and Phase 2 implementation

• If necessary, organize and support IEPA in stakeholder workshops

   around CPRG submissions

• Support in writing of grant submission and assembly of project budgets

• Other

  support as required/requested by the IEPA to submit the most competitive CPRG application(s) feasible for

  maximum benefit for the people of Illinois. 

 

  This Emergency Purchase has an expected start date of 02/22/2024 through 05/21/2024 with an Original

  Estimated Cost of $50,050.00, using Federal Funds.

   Signed By:  Jake Poeschel, Chief Financial Officer

      Vendor:  Absolute Angels Consulting                                                        Notary Date:           2/22/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal                 $50,050.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  56     Environmental Protection Agency                                                            File Date:  2/16/2024

  Original Filing – 2/16/2024: FY24, Qtr 3, Item# 56

 

  Agency is experiencing a vehicle shortage. Vehicles are need to conduct off-site inspections of the environment

  to ensure the health

and safety of residents. These specific vehicles were chosen due to the Bureau of Water's

  requirements. Field staff often travel in large

groups, so we need larger passenger capacity. The vehicles must

  also be equipped to travel on various types of terrain throughout the

State while also sometimes towing trailers

  or boats. Due to the current vehicle market, these were the only current options found that

meet our needs.

  These vehicles will be used by Surface Water staff to conduct field and site visits for the Lake Monitoring

  Program,

Harmful Alge Bloom program, Intensive Basin Studies and Water Monitoring Network. Vendor is

  local and has the supplies to meet IEPA's demands. This also reduces transportation costs.

 

  3 new vehicles from Landmark Ford. 3 Ford Transit 250 Cargo Vans.

 

  This Emergency Purchase has an expected start date of 02/16/2024 through 03/29/2024 with an Original

  Estimated Cost of $155,085.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Landmark Ford                                                                        Notary Date:           2/16/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $155,085.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  57     State Fire Marshal                                                                               File Date:  3/6/2024

  Original Filing – 3/6/2024: FY24, Qtr 3, Item# 57

 

  Sutton Ford holds the master contract for SUVs.  It was determined Sutton had a hybrid vehicle, which is the

  preferred vehicle type.  However, this vehicle is the most expensive option and includes with unnecessary

  upgraded options.  OSFM contacted 3 additional dealers.  OSFM procurement has identified One (1) Ford

  Explorer available at Morrow Brothers Ford that would meet the need and moved quickly to secure it.  This

  vehicle not only meets our requirements but will save OSFM over $13,000 than choosing the master contract

  vendor. 

 

  There are one (1) Ford Explorer currently on the Vendor's lot. 

 

  A search of BEP database yielded zero BEP vendors for vehicles under NIGP Code 071-80. 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 071-80.

 

  This Emergency Purchase has an expected start date of 03/06/24 through 06/03/2024 with an Original

  Estimated Cost of $48,788.00.

   Signed By:  Clint Everetts, Fiscal Division Manager

      Vendor:  Morrow Brothers Ford                                                               Notary Date:           3/6/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $48,788.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  58     Southern Illinois University E                                                                 File Date:  2/23/2024

  Original Filing – 2/23/2024: FY24, Qtr 3, Item# 58

 

  LOW BIDDER from among three resellers of this manufacturer. This is a manufacturer build to suit product.

 

  2000 AMP 480/277 VOLT SWITCHGEAR AND 480V/277 VOLT PANELBOARDS AND 120/208 VOLT

  PANELBOARDS

 

  This Emergency Purchase has an expected start date of 03/11/2024 through04/30/2024 with an Original

  Estimated Cost of $328,990.00.

   Signed By:  Matt Brown, Dir. Of Purchases

      Vendor:  Butler Supply                                                                          Notary Date:           2/23/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $328,990.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  59     Natural Resources, Department of                                                           File Date:  3/11/2024

  Original Filing – 3/11/2024: FY24, Qtr 3, Item# 59

 

  Due to unusually cold weather,sprinkler pipes at the Department of Natural Resources’World Recreational &

  Shooting Complex (WRSC), froze and burst causing extensive damage to the sprinkler system.The extent of the

   damage is unknown the system control panel simultaneously failed.Without a replacement control panel,the

  extent of the frozen pipe damage can not be determined (as the water valve to the fire control system has been

  turned off and the system can not be pressurized to help with an investigation).WRSC have already procured the

   replacement control panel (not part of this emergency purchase) but there are industry standard long lead times

  on control panels (this is universal for all manufacturers due to COVID-19-related delays,demand,and backlog

  of orders).

 

  This procurement meets all four (4) criteria regarding emergency procurements.The failed sprinkler system is a

  threat to public health and safety;without a properly functioning sprinkler system,the Public utilizing the popular

  site are at risk.Furthermore,significant amounts of firearm ammunition is stored at the site,there is a popular

  restaurant on-site,and the site is host to several internationalscale shooting events (and is utilized for smaller

  events throughout the year).Immediate expenditure is required to ensure that the

  Public is not at risk (Illinois Procurement Code - 30 ILCS 500/20-30 Criteria A). While a fire would cause

  catastrophic damage and loss to the State,the WRSC could also be closed due to lack of Occupancy by the Fire

  Marshall (without a functional fire suppression system,the site could be closed). Closure of the WRSC would

  affect multiple Concession Agreements and the Concessionaires,if unable to operate,

  may withdraw from the Agreements. Immediate expenditure is necessary for repairs to the State property in

  order to protect against further loss or damage both from loss of or damage to State properties but also risk

  collection of substantial State revenues associated from breached Agreements (Illinois Procurement Code - 30

  ILCS 500/20-30 Criteria B &C).Lastly,critical state records are stored at the

  site;immediate expenditure is required to ensure integrity of State records (Illinois Procurement Code- 30 ILCS

  500/20-30 Criteria D).

 

  The site currently does not have an active fire suppression system due to the failed sprinkler pipes.Once the

  control panel is installed, the Agency will proceed with Kane Fire Protection (Kane) to pressure test the

  system,identify failed pipes, repair or replacethe failed pipes,and ensure that pipes are insulated (or otherwise

  protected) from future freeze events.Kane has experience with the WRSC, additional experience at other State

  properties in DNR Region #5,is located in close proximity to the project site,and can most swiftly mobilize to

  resolve the Emergency Criteria.Kane is registered in Bid Buy.

 

  The Agency will be requiring the following tasks associated with this emergency procurement:

  - Investigation of failed sprinkler pipes (including pressure testing and physical inspection)

  - Repairs & Replacement of failed sprinkler pipes at Ammunition Building,Vendor Mall, Vendor Barns,and Main

  Event Building.

  - Installation of protection in breezeways and locations where failed pipes are repaired / replaced to prevent

  future failures due to freezing weather.

 

  There are two Contractor/Vendor commodity areas of expertise for this project-the first for the fire suppression

   system control panel that has failed (34-016) and the second for the fire sprinkler systems that have failed (93-

  633). A search of the Illinois Procurement Gateway for BEP firms by these NIGP Code show that no BEP firms


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   were within 100 miles of subject site (near Sparta,IL);the closest BEP

  firm for the two NIGP codes was Commercial Electric,inc.out of MattoonIL (153 miles from the World

  Shooting & Recreation Complex). Given the Emergency Criteria and risks associated with long response

  times,the Agency selected Kane Fire Protection (V00003599) out of Alton,IL;while this firm does not meet BEP

  requirements,proximity to the project site,familiarity with the World Shooting & Recreation Complex, and

  experience with other State systems in the area,were deemed to be critical factors in cotractor selection.

 

  This Emergency Purchase has an expected start date of 03/5/2024 through 05/30/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Dale Brockamp, Field Operations

      Vendor:  Kane Fire Protection                                                                  Notary Date:           3/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  60     Education, State Board of                                                                      File Date:  3/14/2024

  Original Filing – 3/14/2024: FY24, Qtr 3, Item# 60

 

  Lanter Distributing, LLC has been providing these services for the Illinois State Board of Education via a

  contract. The vendor has the knowledge and expertise to provide these services. ISBE has released multiple

  Invitations for Bids for these services in prior years and Lanter Distributing has been the only responding bidder.

   

 

  The vendor will efficiently receive; warehouse; and deliver USDA Foods, including dry, cooler, and frozen

  foods. The intended recipients are approved public and private nonprofit schools, correctional facilities,

  emergency disaster-relief agencies, summer food services programs, and other such entities as may be

  approved.

 

  ISBE is not seeking a BEP goal on this solicitation. This contract will be paid 100% with federal funding. ISBE

  searched the State of Illinois Commission on Equity and Inclusion website to find registered BEP vendors under

  the appropriate NIGP codes. There are only 2 registered BEP certified vendors. Both registered vendors are not

  located within the state of Illinois.

 

  This Emergency Purchase has an expected start date of 03/12/2024 through 06/09/2024 with an Original

  Estimated Cost of $1,100,000.00.

   Signed By:  Jason Perry, Director

      Vendor:  Lanter Distributing LLC                                                             Notary Date:           3/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal             $1,100,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  61     Corrections, Department of                                                                    File Date:  3/15/2024

  Original Filing – 3/15/2024: FY24, Qtr 3, Item# 61

 

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

 

  The Vendor will provide approved commissary items that will allow for the continued sales of food, clothing,

  health/beauty, sundries and electronics to individuals in custody.

 

  The amount of this expenditure is 6,000,000. This is a zero dollar contract, the State does not fund the

  expenses.

 

  This Emergency Purchase has an expected start date of 03/15/2024 through 05/24/2024 with an Original

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

   Signed By:  Jacenta Wilson, APO

      Vendor:  E-Ford Commissary Inc                                                              Notary Date:           3/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  62     University of Illinois Urbana-Champaign                                                  File Date:  3/14/2024

  Original Filing – 3/14/2024: FY24, Qtr 3, Item# 62

 

  Apache Janitorial Services is currently providing temporary EVS/hospital-grade cleaning, housekeeping, and

  COVID-19 disinfection services at the UI Hospital (Building 949). UI Health currently has a Emergency

  Purchase extension that is expiring  3/26/2024. We need Apache to continue providing twenty (20) employees

  and one (1) supervisor for a 90-day period.  We are currently in contract negotiations for a more permanent

  solution via a cooperative procurement (849IDM).

 

  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 purpose of this emergency janitorial purchase request is to make sure UI

  Health is clean for patients, visitors and guests in our public spaces.  

 

  This Emergency Purchase has an expected start date of 03/27/2024 through 06/24/2024 with an Original

  Estimated Cost of $900,000.00, using Institution Funds.

   Signed By:  Aaron Rosenthal, Senior Associate Director

      Vendor:  Apache Service And Supply Co.                                                   Notary Date:           3/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $900,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  63     Healthcare and Family Services                                                               File Date:  3/19/2024

  Original Filing –3/19/2024: FY24, Qtr 3, Item# 63

 

  Using both Federal & State Funds

 

 

  HFS relies on the annual revenue of $2.4 billion (approximately $200 million per month) generated by the Drug

  Rebate program through collected rebates, which is crucial to funding many of the State's Medicaid programs.

  The Agency requires a vendor to provide claims reimbursement to receive payment for the appropriate state and

   federal rebate amounts. This process ensures that customers can access all necessary life-saving medications,

  maintenance medications, over-the-counter drugs, and vaccines. To meet these requirements, HFS needs a

  Pharmacy Benefit Management System (PBMS) to process and adjudicate pharmacy claims, complying with

  Federal Regulations, Illinois Statutes, associated Illinois Administrative Rules, and policies set by State and

  Federal Governments. Pharmacies also rely on this PBMS to submit pharmacy claims for payment. The PBMS

  facilitates prior authorizations, which are essential for the health and safety of approximately 3.9 million Illinois

  Medicaid customers. The PBMS enables the management of a Preferred Drug List (PDL), which would not be

  enforceable without a functional PBMS to monitor and edit claims. The current system interfaces with the

  provider enrollment system, eligibility systems, and the legacy MMIS system.  Additionally, technical services

  are necessary during the contract to allow for programmatic changes/additions which may arise during the

  contract period and to ensure a smooth transition of data to a newly awarded Vendor.

 

 

 

The absence of a PBMS /Vendor would result in a catastrophic failure of HFS' ability to process and

  adjudicate pharmacy claims. This would have dire consequences for over 3.9 million Illinois Medicaid

  customers, as they would be unable to access essential medications, maintenance drugs, over-the-counter

  medicines, or vaccines, putting their health, life and safety at significant risk. Furthermore, pharmacies would be

   unable to submit pharmacy claims for payment. The impact on life and health, combined with the long-term

  ramifications of a failed PBMS, cannot be underestimated. The State of Illinois Medicaid program primarily

  serves the most vulnerable citizens of the state, and depriving them of access to healthcare could lead to severe

  illnesses, injuries, and even fatalities. The absence of a functional PBMS not only endangers the Pharmacy

  program and its beneficiaries but also directly impacts the funding of various other programs within HFS. The

  Drug Rebate program alone generates over $2.4 billion ($200 million monthly) in revenue, which plays a crucial

  role in funding the state's Medicaid programs. Additionally, there is a need for transition services to migrate

  historical data from the current system to the new one and to facilitate the closure of the existing contract.

  Support services with the current file formats will be essential to bridge the gap between the current contract

  and the contract with the newly procured vendor.

 

  This Emergency Purchase has an expected start date of 03/17/2024 through 06/15/2024 with an Original

  Estimated Cost of $1,512,162.00, using both Federal & State Funds.

   Signed By:  Devin McQuillan, APO

      Vendor:  Change Healthcare Pharmacy Solutions                                          Notary Date:           3/19/2024


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,512,162.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  34     Innovation & Technology, Department of                                                  File Date:  3/13/2024

 

  Final Cost Statement

  Latest Filing – 03/13/2024: FY24, Qtr 3, Item# 34

  An Actual Total Cost of FY24, Qtr 3, Item # 34  is $127,075.11 was reported in the same filing quarter.

 

 

  Original Filing – 2/14/2024: FY24, Qtr 3, Item# 46

 

  This vendor is already set up to receive the Emergency Alerts from JULIE/ DIGGER (Chicago) on behalf of the

  State and has all necessary documentation to prevent a lapse in service as they have been the incumbent for the

  last 10 years. A lapse wasn't acceptable as the state needs to have 24 hour a day, 365 days a year service. If the

   state had to on board a new vendor it would create a lapse in this need.

 

  The agency needs to have a fiber locating vendor that receives notices directly from JULIE and DIGGER for

  items the effect DoIT fiber. Vendor screens all notices and provides location services in the alloted time frame.

  Vendor will keep logs of all dispatch notifications defined by JULIE/DIGGER. Vendor will mark located utilities

  per the Excavator Handbook issues by JULIE.

 

  This Emergency Purchase has an expected start date of 11/17/2023 through 02/14/2024 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Matthew Lehman, APO

      Vendor:  Adesta LLC                                                                            Notary Date:           2/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                   $127,075.11           $127,075.11      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  64     Northern Illinois University                                                                    File Date:  1/18/2024

 

  Final Cost Statement

  Latest Filing – 01/18/2024: FY24, Qtr 3, Item# 64

  An Actual Total Cost of FY24, Qtr 3, Item # 64 is $108,437.10 was reported in the same filing quarter.

 

 

  Original Filing – 12/19/2023: FY24, Qtr 3, Item# 1

 

  Used Local University Funds

 

  Due to the auto workers strike the window to order new model year 2024 vehicles was closed.  The next

  ordering window for Model year 2025 was not firmly determined but expected to be late in the first quarter of

  2024 with production lead times extending into months after the purchase.  Due to budgetary issues the

  University is not able to purchase the vehicles outright but has available funds to finance a lease option.  A state

  contract is active with Sutton Brothers, a BEP vendor,  and when contacted they advised they had no vehicles

  available and not accepting any new model year 2024 purchases.  Morrow Brothers Ford was also contacted

  and they had no vehicles available.  Bob Ridings , a Ford dealer, has stock available to meet our needs.  As a

  result, the University must pursue an emergency quick purchase to secure the available inventory.

   Signed By:  Antoinette Bridges, Executive Director

      Vendor:  Bob Riding (Ford Motor Credit Co.)                                              Notary Date:           12/19/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $108,437.10                                   $108,437.10           $108,437.10      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  65     Capital Development Board                                                                    File Date:  1/3/2024

 

  Final Cost Statement

  Latest Filing – 01/03/2024: FY24, Qtr 3, Item# 65

  An Actual Total Cost of $8,971.93 was reported in the same filing quarter.

 

 

  Original Filing – 09/15/2023: FY24, Qtr 3, Item# 5

 

  The scope of work provides for an assessment of the roof, ventilation issues, and interior damage, to the extent

  interior repairs [temp or permanent] should be made to eliminate exposure to potential mold growth, including

  recommendations for temporary repairs to the roof and ventilation system, until more permanent repairs can be

  implemented. Testing may be required.

 

  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 09/15/2023 through 12/31/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Amber Evans, Sr. Capital Program Analyst

      Vendor:  Hurst-Rosche, Inc.                                                                    Notary Date:           9/15/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                      $8,971.93              $8,971.93      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  66     Transportation, Department of                                                               File Date:  3/11/2024

 

  Second Filing - 03/11/2024:  FY24, Qtr 3, Item # 66

  An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting

  3/31/2024 to 07/30/2024 at an additional estimated cost of $69,000.00, revising the total estimated cost to

  $170,000.00.  Reported in the same filing quarter.

 

  Original Filing – 12/21/2023: FY24, Qtr 3, Item# 6

 

  This Vendor is selected for continuity of this safety services and to ensure IDOT employees receive medical

  services to meet the occupational health and safety requirements set forth by OSHA standards for respiratory

  protection, hearing conservation and medical surveillance for employees who are exposed to known health

  hazards in the workplace.

 

  The Vendor shall provide medical services that Illinois Department of Transportation (IDOT) needs to continue

  to comply with respiratory protection, hearing conservation and medical surveillance standards. 

 

  This Emergency Purchase has an expected start date of 1/1/2024 through 03/31/2024 with an Original

  Estimated Cost of $99,000.00.

   Signed By:  Omolara Erewele, Procurement Section Chief

      Vendor:  HSHS Medical Group                                                                Notary Date:           12/21/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $99,000.00          $170,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  67     Capital Development Board                                                                    File Date:  3/18/2024

 

  Second Filing –03/18/2024: FY24, Qtr 3,  Item # 67

  An Emergency Purchase Extension was received on March 18, 2024 requesting an extension for dates starting

  03/25/2024 to 05/31/2024 at an additional estimated cost of $35,000.00, revising the total estimated cost to

  $200,869.00. in the same filing quarter.

 

 

  Original Filing – 12/27/2023: FY24, Qtr 3, Item# 8

 

  The scope of work provides for the removal of an existing suspended gypsum board ceiling system, salvaging,

  and storing all existing items and devices attached to the ceiling and reinstalling them in a new gypsum board

  suspended ceiling system. Additionally,the existing plaster ceiling contains lead paint and must be remediated,

  and the plaster ceiling must be re-anchored to existing wood joists above.

 

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

  documents provided by the Architect/Engineer of record,and quote received by Laverdiere Construction,Inc.

  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 $165,869.00, 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 12/27/2023 through 03/25/2024 with an Original

  Estimated Cost of $165,869.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Laverdiere Construction                                                             Notary Date:           12/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $165,869.00          $200,869.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  68     Transportation, Department of                                                               File Date:  3/4/2024

 

  Second Filing - 03/04/2024:  FY24, Qtr 3, Item # 68

  An Emergency Purchase Extension was received on March 4, 2024 requesting an extension for dates starting

  3/31/2024 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Original Filing – 1/1/2024: FY24, Qtr 3, Item# 10

 

  Janitorial services for the Spoon River and Mackinaw Dells Rest Areas.  Services include maintaining a clean,

  safe rest area for the traveling public. This shall include building and grounds contained in the area from the

  edge of the interstate shoulder to the access control fence and extending longitudinally from the taper of the

  entrance ramp to the tamper of the exit ramp.  Vendor will routinely clean the buildings, care for the grounds

  within the rest area, including mowing, trash and litter pickup, and maintenance of flower beds, shrub beds, and

   other planted materials and removal of sticks from the grounds, litter and debris pickup in the parking area and

  ramps, along with the placement and cleanup of oil absorbent materials, and snow and ice removal as desired.

 

  The rest area maintenance services will be completed by a  State Use vendor.

 

  This Emergency Purchase has an expected start date of 1/1/2024 through 03/30/2024 with an Original

  Estimated Cost of $455,000.00.

   Signed By:  Megan Seitzinger, Bureau Chief

      Vendor:  F. Patsson, Inc.                                                                        Notary Date:           1/4/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $455,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  70     Environmental Protection Agency                                                            File Date:  3/5/2024

 

  Second Filing - 03/05/2024:  FY24, Qtr 3,  Item # 70

  An Emergency Purchase Extension was received on March 5, 2024 requesting an extension for dates starting

  4/1/2024 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.  Reported

  in the same filing quarter.

 

 

  Original Filing – 1/5/2024: FY24, Qtr 3, Item# 15

 

  IEPA has had contract with Heritage Environmental Services, LLC (Heritage) for these services for several

  years. The contract expired 12/31/23. IEPA was unable to renew the contract due to Heritage's failure to meet

  the BEP goal on the contract. IEPA had tried to competitively procure a new multi-year contract for these

  services, but the procurement was unable to be completed in time. Given that Heritage was the incumbent

  vendor and IEPA is pursuing a new multi-year contract, it is best to keep continuity of the services at this time.

  If IEPA were to switch vendors for this emergency and then potentially switch vendors again at the conclusion

  of the competitive procurement, it would cause multiple changes in services for our long term facility partners

  and the public taking advantage of these services. It is imperative that the long term hazardous waste collection

  program maintains the standard functionality during this stop gap period and eliminate a transition period so that

  the program and participation does not decline.

 

  Section 22.16b(d) of the Illinois Environmental Protection Act mandates that IEPA establish household

  hazardous waste collections in appropriate places in the State to ensure that said wastes collected are properly

  disposed of, and authorizes the IEPA to contract with other parties for that purpose. IEPA currently has five

  Intergovernmental Agreements (IGAs) with cities/counties who serve as the long term collection sites for

  household hazardous wastes. This emergency contract will ensure that IEPA fulfills the mandate under the

  Illinois Environmental Protection Act as well as fulfill our responsibilities in the IGAs with the long term

  collection sites.

 

Heritage will implement various packing, pick-up, disposal, and training services in

  connection with IEPA's long-term Household Hazardous Waste (HHW) collection program.

  - Vendor will

  assist in planning and development of sites for use as long-term HHW collection stations

  - Vendor will

  provide all necessary materials, supplies, and incidentals for the collection station personnel to properly perform

  the   

     required operations at the collection station.

  - Vendor will provide the labor and equipment

  necessary to pick-up, transport, store, and dispose of or recycle the collected HHW

  - Vendor shall provide

  training to the collection station personnel in the proper methods of receiving, segregating, packaging and

   

  preparing for shipment the household hazardous wastes collected.

 

  Under the current circumstances, IEPA needs continuity of services meaning the incumbent vendor is the best

  option for the emergency contract. IEPA has strongly encouraged Heritage to utilize BEP subcontractors.

 

  This Emergency Purchase has an expected start date of 01/02/2024 through 03/31/2024 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Andrew Shackelford, APO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      Vendor:  Hertiage Enviromental Services                                                    Notary Date:           1/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  71     Capital Development Board                                                                    File Date:  3/11/2024

 

  Second Filing - 03/11/2024:  FY24, Qtr 3, Item # 71

  An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting

  04/09/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 22

 

  The scope of work provides for installation of temporary utilities to support temporary kitchen units at the

  Northern Reception and Classification Center and Stateville Correctional Center. The contractor, under the A/E

  guidance and supervision will provide work that includes electrical services,potable water supplies, sanitary

  sewer, LP gas lines, site grading, drainage, gravel, concrete aprons, etc. for the connection of multiple trailers at

   each facility. Coordination with the temporary kitchen supplier may be required as the temporary kitchens

  consist of multiple semi-trailers for food preparation, dishwashing, food storage, etc.

 

  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 $500,000.00, 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 01/102024 through 04/09/2024 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Block Electric Co. Inc.                                                               Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  72     Capital Development Board                                                                    File Date:  3/11/2024

 

  Second Filing - 03/11/2024:  FY24, Qtr 3, Item #72

  An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting

  04/09/2024 to 09/30/20243. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Original Filing – 1/10/2024: FY24, Qtr 3, Item# 23

 

  The scope of work provides for the design and construction of temporary utilities to support temporary

  kitchens at the Northern Reception and Classification Center and Stateville Correctional Center. I he temporary

  kitchens consist ot multiple semi-trailers tor tood preparation, dishwashing,food storage, etc. The A/E will need

  to determine appropriate utility tie-ins,design of all utility services,and construction estimates. The work includes

   electrical services, potable water supplies, sanitary sewer, LP gas lines, site grading, drainage, gravel, concrete

  aprons, etc. for the connection of multiple trailers at each facility. The scope does not include the

  removal/disassembly of the site utilities in the future. Although the kitchens are considered temporary,the design

  and construction should be sufficient to accommodate 4 years of use to allow for permanent renovations to the

  existing kitchens. Coordination with the temporary kitchen

  supplier may be required.

 

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

  January 2024 Design and Construction Manual. 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 closeout.

 

  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 01/10/2024 through 04/09/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Milhouse Engineering & Construction                                            Notary Date:           1/10/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  73     Military Affairs, Department of                                                               File Date:  3/6/2024

 

  Final Cost Statement

  Latest Filing – 03/16/2024: FY24, Qtr 3, Item# 73

  An Actual Total Cost of FY24, Qtr 3, Item # 73  is $242,026.58 was reported in the same filing quarter.

 

 

  Original Filing – 1/16/2024: FY24, Qtr 3, Item# 16

 

  Available immediately to assess the situation at the facility.  This is crucial to prevent further damage.  Vendor is

   registered in BidBuy/IPG and has performed similar satisfactory services in the past.

 

  A fire occurred in the Macomb Armory over Thanksgiving weekend.  Lithium batteries were on fire and two

  rooms were severely burned.  Remainder of armory has significant smoke damage and toxic ash remnants. 

  Services include determination of salvageable vs non salvegeable items, testing of materials, extensive cleaning,

  odor treatments, removal of suspended tiles, and hepa vac services.

 

  This Emergency Purchase has an expected start date of 11/30/2023 through 2/27/2024 with an Original

  Estimated Cost of $243,000.00, using Federal Funds.

   Signed By:  Scott Eldridge, Exec I

      Vendor:  DSI Holdings Corp                                                                   Notary Date:           12/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal               $243,000.00                                                          $242,026.58


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  75     Capital Development Board                                                                    File Date:  3/7/2024

 

  Second Filing - 03/07/2024:  FY24, Qtr 3, Item # 75

  An Emergency Purchase Extension was received on March 7, 2024 requesting an extension for dates starting

  4/29/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Original Filing – 1/31/2024: FY24, Qtr 3, Item# 53

 

  The scope of work provides for the complete demolition of Elm Cottage at Alton Mental Health Center.

  Demolition necessitates the use of wet methods and an abatement subcontractor will be required for on-site

  preparation of dumpsters for use during the demolition process. Utilities will be systematically removed beneath

  the building footprint and up to the originating main utility line and capped. Foundations will be removed to 1 ft.

  below grade.The site will be regraded to facilitate proper drainage using clean dirt compacted to 90%, and the

  area seeded after all demo materials,tools, and equipment have been removed.

 

  Incorporated documents include the March 2009 Standard Documents tor 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 $788,000.00, 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 01/31/2024 through 04/29/2024 with an Original

  Estimated Cost of $788,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Limbaugh Construction Co.                                                         Notary Date:           1/31/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $788,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  76     Capital Development Board                                                                    File Date:  12/8/2023

  Fourth Filing - 12/08/2023  FY24, Qtr 3, Item # 76

  An Emergency Purchase Extension was received on December 8, 2023 requesting an extension for dates

  starting 12/31/2023 to 4/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Third Filing - 03/09/2023  FY23, Qtr3, Item #293

  An Emergency Purchase Extension was received on March 9, 2023 requesting an extension for dates starting

  03/28/2022 to 03/11/2023 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 11/01/2021. The extension expenditure is not assessed and will be charged for time

 

  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 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  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 3

   Federal                 $38,000.00                                                            $38,167.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  78     Innovation & Technology, Department of                                                  File Date:  11/27/2023

 

  Third Filing – 11/27/2023:  FY24,  Qtr3,  Item # 78

  An Emergency Purchase Extension was received on November 27, 2023 requesting an extension for dates

  starting 12/11/2023 to 06/11/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 03/03/2023: FY23, Qtr3, Item #72

  An Emergency Purchase Extension was received on March 3, 2023 requesting an extension for dates starting

  12/10/2022 to 03/09/2023 at an additional estimated cost of $33,000,000.00, revising the total estimated cost to

  $36,000,000.00.

 

  Original Filing – 11/30/2022: FY23, Qtr 2, Item# 35

 

  The Department currently has a Sole Source contract with AT&T Corp until 12/09/22.  AT&T has developed a

  significant infrastructure of services provided to the state and other agencies.  The Department currently has

  these services with AT&T at a reduced cost.  At this time, AT&T is the only known vendor that can provide

  this wide array of services statewide without significant down time.    Due to significant delays processing a

  new SEFS procurement to replace the expiring contract, the Department is forced to pivot and request an

  emergency to ensure uninterrupted services continue for thousands of state employees, offices, and schools

  around the state.  This contract provides roughly 90% of the state network connectivity and is vital to daily

  operations for hundreds of agencies and schools.  The Department currently has a RFP on the street for a new

  10 year contract for these services which closes 12/15.  We will not be able to award this contract in time, nor

  is there sufficient time for any potential transition to a new provider.  This emergency contract will be a JPMC

  available for use by all state agencies, other governmental entities, and not-for-profits.

 

  The Department requires services which fulfill the State’s private telecommunications network voice and data

  services required to perform our critical mission.  The scope of services covered is wide-ranging services

  (Transport services, Private Fiber, Internet  Egress, Local Voice, Long Distance, Conferencing and Other

  Services) which will enable governmental units and qualified not-for-profit agencies to purchase

  telecommunications services, some directly from the resulting contract and some through the DoIT, as to be

  specified in the resulting contract.

 

  This Emergency Purchase has an expected start date of 12/10/2022 through 03/09/2023 with an Original

  Estimated Cost of $3,000,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  AT&T Corp                                                                            Notary Date:           11/30/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,000,000.00       $36,000,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  79     Capital Development Board                                                                    File Date:  7/6/2023

 

  Fourth Filing – 07/06/2023:  FY24,  Qtr 3,  Item #79

  An Emergency Purchase Extension was received on July 6, 2023 requesting an extension for dates starting

  7/6/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Third  Filing – 03/17/2023:  FY24,  Qtr 2,  Item # 61

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  01/1/2023 to 7/15/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing – 10/16/2023:  FY24,  Qtr 3,  Item # 60

  An Emergency Purchase Extension was received on june 10, 2022 requesting an extension for dates starting

  06/10/2022 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 3/30/2022: FY22, Qtr 4, Item# 8

 

  The Department of Agriculture ("DOA") has notified the Capital Development Board ("CDB") that the Fire Alarm

   Systems and Sprinkler Systems throughout the DuQuoin State Fairgrounds are in a state of failure and need

  repaired and/or replaced as soon as reasonably possible. Of most concern are the fire alarm and sprinkler

  systems in the Grandstand/Administrative Offices,The New Horse Barn, and the Main Gate Building.

  Fairgrounds staff have maintained these systems as long possible.Time and money have been spent year after

  year, including a fire watch provided by the City of DuQuoin during the Fair, and failures continue to occur.

  These systems are shut down and are inoperable before and after the fair. Therefore,DOA has requested that

  CDB provide immediate assistance under an emergency declaration to assess and repair/replace the systems in

  the Grandstand/Administrative Offices,The New Horse Barn and the Main Gate Building as quickly as possible

  to prevent the threat to public safety, and to prevent the threat against further damage to the property while a

  plan for overall system replacement work throughout the fairgrounds is approved.

  The Grandstand's fire panel is obsolete and parts are no longer available. One of the Fire Alarm Sub-Panels

  (Annunciator Panel or Pull Station Panel) has failed. Sprinkler lines are dilapidated in multiple areas, due to years

  of decay, and the lines have pin holes that causethe air compressor (Dry System) to overwork to keep up.

  Because the sprinkler system has air inside the pipes instead of water,the

  condensation from the air/weather creates rust inside the pipes. Fairgrounds staff pay a contractor to clean the

  sprinkler system pipes before getting the sprinkler system ready for the Fair. The sprinkler lines have been

  replaced over the years but the magnitude of lines in need of repair is unfeasible to attempt without a complete

  renovation. Inspections from the Illinois State Fire Marshal in 2019 and 2020 have noted that the "sprinkler

  system has been shut down and is inoperable." In fact, each year since 2009,the Illinois State Fire Marshal’s

  inspections fail the sprinkler system in not only the Grandstand/Administrative Offices,but every building that

  has a sprinkler system in it. Fairgrounds administrative staff are located in the Grandstand/Administrative

  Offices. That staff includes, but is not limited to, the Fair Manager,4 full time Department of Agriculture

  employees, part-time summer employees and multiple full time/part time summer workers doing maintenance to

  the Grandstand/Administrative Offices and tunnel. There are thousands of Fair visitors in the Grandstand during

  the Fair for concerts and entertainment. Additionally, there are non-fair events scheduled throughout the year,

  both of which cause a serious concern for a threat to public health and safety and a threat to equipment and


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  further damage should a fire occur.

  The New Horse Barn's fire panel is functioning at this time but is obsolete and parts are unavailable if and when

  a system failure occurs. Sprinkler lines are dilapidated and the sprinkler system is down at this time due to

  continuous line failures. Because the sprinkler system has air inside the pipes instead of water,the condensation

  from the air/weather creates rust inside the pipes.

  Fairgrounds staff pay a contractor to clean the sprinkler system pipes before getting the sprinkler system ready

  for the Fair. Multiple repairs have been completed on the sprinkler system but due to the overwhelming amount

  of repairs still needed,it is unfeasible without a complete renovation. Similar to the Grandstand/Administrative

  Offices,the Illinois Fire Marshal inspections for 2019 and 2020

  have noted that the "sprinkler system has been shut down and parts removed" and the sprinkler system is out of

  service due to needed repairs/replacement. There are several events scheduled in The New Horse Barn which

  also house the animals during the events. Again, the failure of the fire alarm and sprinkler systems cause a

  serious concern for a threat to public health and safety, a threat to the animals housed in the barn, and a threat

  to equipment and further damage should a fire occur.

  The main fire alarm control panel for the campus is located in the Main Gate Building. The existing panel has a

  dialer with two communication lines, one line for trouble and the second for alarm conditions.It has been noted

  by staff when one of the building fire alarm control panels activates an alarm or trouble condition, no other

  alarm can capture the line. Single source fire alarm control panels and peripheral devices should be taken into

  consideration. A proprietary campus system gives the owner full monitoring capabilities and control of the entire

   campus. Since upgrading of the system will be a migration process, maintaining a single source system would

  allow all existing systems to be maintained while allowing new upgrades to be brought online and integrated.

  This project began through the emergency selection of an Architect/Engineer (WE");this exempts the selection

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

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

  procedures, design and replacement of the Fire Alarm and Sprinkler Systems under the existing processes

  would likely not begin for several months. For this reason, emergency purchases are necessary to protect

  against the threat to public health and safety and to prevent or minimize serious disruption in critical State

  services as quickly as possible.

  Brown Electric,Inc.,located in Goreville,IL was selected to provide Alarm/Electrical work because they provided

   the lowest responsive and responsible quote, and they can respond immediately to this request for emergency

  services. This project was publicly bid, utilizing emergency documents and processes.

 

  The scope of work provides for demolishing the main fire alarm control panel, associated cabling, pathways and

   all end devices as indicated on drawings for the Grandstand Building, Grandstand Stage Building, and New

  Horse Barn. Provide new fire alarm control panel, associated cabling, pathways and all end devices as indicated

  on drawings for the Grandstand Building, Grandstand Stage Building, and New Horse Barn.Electrical Contractor

   shall interconnect new fire alarm systems with the existing main Fire Alarm Control Panel located at the Main

  Gate Building. Provide new fiber optic cabling and associated pathways as denoted on drawings for the

  interconnection of the Main Gate building, the Grandstand building,the Grandstand Stage building, and the New

  Horse Barn. Cabling shall be tested for continuity. Provide select demolition as it pertains to the removal of fire

  alarm and sprinkler system components as

  indicated on drawings. Provide new electrical infrastructure and connections to support new fire alarm and

  sprinkler equipment and components as indicated on drawings. Temporarily remove and reinstall existing light

  fixtures to allow ceiling and sprinkler piping work.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

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

  documents provided by the architect/engineer of record, and quote provided by Brown Electric,Inc. Services

  provided under this procurement should not exceed $593,098.00, prior to entering into a Construction Contract,

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

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

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

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

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

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

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

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

  contractor.

 

  This Emergency Purchase has an expected start date of 03/30/2022 through 06/27/2022 with an Original

  Estimated Cost of $593,098.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Brown Elec, Inc.                                                                      Notary Date:           3/30/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $593,098.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  80     Capital Development Board                                                                    File Date:  1/5/2024

 

  Final Cost Statement

  Latest Filing – 01/05/2024: FY24, Qtr 3, Item# 80

  An Actual Total Cost of FY24, Qtr 3, Item # 80  is $624,319.13 was reported in the same filing quarter.

 

 

  Fourth Filing – 07/06/2023:  FY24,  Qtr 3,  Item # 77

  An Emergency Purchase Extension was received on July 6, 2023 requesting an extension for dates starting

  7/6/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Third  Filing – 03/17/2023:  FY24,  Qtr 2,  Item # 61

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  01/1/2023 to 7/15/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing – 10/16/2023:  FY24,  Qtr 3,  Item # 60

  An Emergency Purchase Extension was received on june 10, 2022 requesting an extension for dates starting

  06/10/2022 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 3/30/2022: FY22, Qtr 4, Item# 8

 

  The Department of Agriculture ("DOA") has notified the Capital Development Board ("CDB") that the Fire Alarm

   Systems and Sprinkler Systems throughout the DuQuoin State Fairgrounds are in a state of failure and need

  repaired and/or replaced as soon as reasonably possible. Of most concern are the fire alarm and sprinkler

  systems in the Grandstand/Administrative Offices,The New Horse Barn, and the Main Gate Building.

  Fairgrounds staff have maintained these systems as long possible.Time and money have been spent year after

  year, including a fire watch provided by the City of DuQuoin during the Fair, and failures continue to occur.

  These systems are shut down and are inoperable before and after the fair. Therefore,DOA has requested that

  CDB provide immediate assistance under an emergency declaration to assess and repair/replace the systems in

  the Grandstand/Administrative Offices,The New Horse Barn and the Main Gate Building as quickly as possible

  to prevent the threat to public safety, and to prevent the threat against further damage to the property while a

  plan for overall system replacement work throughout the fairgrounds is approved.

  The Grandstand's fire panel is obsolete and parts are no longer available. One of the Fire Alarm Sub-Panels

  (Annunciator Panel or Pull Station Panel) has failed. Sprinkler lines are dilapidated in multiple areas, due to years

  of decay, and the lines have pin holes that causethe air compressor (Dry System) to overwork to keep up.

  Because the sprinkler system has air inside the pipes instead of water,the

  condensation from the air/weather creates rust inside the pipes. Fairgrounds staff pay a contractor to clean the

  sprinkler system pipes before getting the sprinkler system ready for the Fair. The sprinkler lines have been

  replaced over the years but the magnitude of lines in need of repair is unfeasible to attempt without a complete

  renovation. Inspections from the Illinois State Fire Marshal in 2019 and 2020 have noted that the "sprinkler

  system has been shut down and is inoperable." In fact, each year since 2009,the Illinois State Fire Marshal’s

  inspections fail the sprinkler system in not only the Grandstand/Administrative Offices,but every building that

  has a sprinkler system in it. Fairgrounds administrative staff are located in the Grandstand/Administrative


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  Offices. That staff includes, but is not limited to, the Fair Manager,4 full time Department of Agriculture

  employees, part-time summer employees and multiple full time/part time summer workers doing maintenance to

  the Grandstand/Administrative Offices and tunnel. There are thousands of Fair visitors in the Grandstand during

  the Fair for concerts and entertainment. Additionally, there are non-fair events scheduled throughout the year,

  both of which cause a serious concern for a threat to public health and safety and a threat to equipment and

  further damage should a fire occur.

  The New Horse Barn's fire panel is functioning at this time but is obsolete and parts are unavailable if and when

  a system failure occurs. Sprinkler lines are dilapidated and the sprinkler system is down at this time due to

  continuous line failures. Because the sprinkler system has air inside the pipes instead of water,the condensation

  from the air/weather creates rust inside the pipes.

  Fairgrounds staff pay a contractor to clean the sprinkler system pipes before getting the sprinkler system ready

  for the Fair. Multiple repairs have been completed on the sprinkler system but due to the overwhelming amount

  of repairs still needed,it is unfeasible without a complete renovation. Similar to the Grandstand/Administrative

  Offices,the Illinois Fire Marshal inspections for 2019 and 2020

  have noted that the "sprinkler system has been shut down and parts removed" and the sprinkler system is out of

  service due to needed repairs/replacement. There are several events scheduled in The New Horse Barn which

  also house the animals during the events. Again, the failure of the fire alarm and sprinkler systems cause a

  serious concern for a threat to public health and safety, a threat to the animals housed in the barn, and a threat

  to equipment and further damage should a fire occur.

  The main fire alarm control panel for the campus is located in the Main Gate Building. The existing panel has a

  dialer with two communication lines, one line for trouble and the second for alarm conditions.It has been noted

  by staff when one of the building fire alarm control panels activates an alarm or trouble condition, no other

  alarm can capture the line. Single source fire alarm control panels and peripheral devices should be taken into

  consideration. A proprietary campus system gives the owner full monitoring capabilities and control of the entire

   campus. Since upgrading of the system will be a migration process, maintaining a single source system would

  allow all existing systems to be maintained while allowing new upgrades to be brought online and integrated.

  This project began through the emergency selection of an Architect/Engineer (WE");this exempts the selection

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

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

  procedures, design and replacement of the Fire Alarm and Sprinkler Systems under the existing processes

  would likely not begin for several months. For this reason, emergency purchases are necessary to protect

  against the threat to public health and safety and to prevent or minimize serious disruption in critical State

  services as quickly as possible.

  Brown Electric,Inc.,located in Goreville,IL was selected to provide Alarm/Electrical work because they provided

   the lowest responsive and responsible quote, and they can respond immediately to this request for emergency

  services. This project was publicly bid, utilizing emergency documents and processes.

 

  The scope of work provides for demolishing the main fire alarm control panel, associated cabling, pathways and

   all end devices as indicated on drawings for the Grandstand Building, Grandstand Stage Building, and New

  Horse Barn. Provide new fire alarm control panel, associated cabling, pathways and all end devices as indicated

  on drawings for the Grandstand Building, Grandstand Stage Building, and New Horse Barn.Electrical Contractor

   shall interconnect new fire alarm systems with the existing main Fire Alarm Control Panel located at the Main

  Gate Building. Provide new fiber optic cabling and associated pathways as denoted on drawings for the

  interconnection of the Main Gate building, the Grandstand building,the Grandstand Stage building, and the New


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  Horse Barn. Cabling shall be tested for continuity. Provide select demolition as it pertains to the removal of fire

  alarm and sprinkler system components as

  indicated on drawings. Provide new electrical infrastructure and connections to support new fire alarm and

  sprinkler equipment and components as indicated on drawings. Temporarily remove and reinstall existing light

  fixtures to allow ceiling and sprinkler piping work.

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

  documents provided by the architect/engineer of record, and quote provided by Brown Electric,Inc. Services

  provided under this procurement should not exceed $593,098.00, prior to entering into a Construction Contract,

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

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

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

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

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

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

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

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

  contractor.

 

  This Emergency Purchase has an expected start date of 03/30/2022 through 06/27/2022 with an Original

  Estimated Cost of $593,098.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Brown Elec, Inc.                                                                      Notary Date:           3/30/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $593,098.00                                   $624,319.13           $624,319.13      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  81     Capital Development Board                                                                    File Date:  2/20/2024

 

  Fifth Filing – 2/20/2024:  FY24,  Qtr 3,  Item # 81

  An Emergency Purchase Extension was received on February 20, 2024 requesting an extension for dates

  starting 2/29/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Fourth Filing – 12/12/2023: FY24, Qtr 2,  Item # 161

  An Emergency Purchase Extension was received on December 12, 2023 requesting an extension for dates

  starting 12/31/2023 to 02/29/2024 at an additional estimated cost of $121,450.00, revising the total estimated

  cost to $246,450.00.

 

 

  Third Filing - 03/17/2023:  FY23,  Qtr 4,  Item #273

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/15/2023 to 07/15/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 09/16/2021

  An Emergency Purchase Extension was received on September 16, 2021 requesting an extension for dates

  starting 09/16/2021 to 06/30/2022. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 06/30/2021 FY22, Qtr 1, Item #22:

  The scope of work provides for replacement, repairs, and upgrades to the fire alarm and fire sprinkler systems

  in multiple buildings at the DuQuoin State Fairgrounds to bring the facilities into compliance with code. The fire

  alarm scope provides for replacing all fire alarm devices, panels, wiring etc. at the Grandstand, Million Dollar

  Barn and Main Gate with fully code compliant systems. The panel at the Main Gate should be updated with

  current software and hardware modules (or replaced). The scope also provides for installing a new fiber optic

  backbone to interconnect the fire alarm panels and allow for connection of panels in other buildings in future

  projects. The fire sprinkler scope includes replacement of existing systems, installation of new sprinkler

  systems, new water services, and any incidental or related general, civil, plumbing, electrical, or other work.

  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 $125,000.00, which is a place-holder prior to the negotiation of a Professional

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

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

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

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

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

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

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

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

 

  This Emergency Purchase has an expected start date of 06/30/2031 through 09/27/2021 with an Original

  Estimated Cost of $125,000.00.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Signed By:  Chris Miles, Executive II

      Vendor:  White & Borgognoni Architects, P.C. (4424)                                    Notary Date:           6/30/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $125,000.00          $246,450.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  82     Central Management Services, Department of                                            File Date:  5/25/2023

 

  Third Filing – 5/23/2023:  FY24,  Qtr3,  Item # 82

  An Emergency Purchase Extension was received on May 25, 2023 requesting an extension for dates starting

  06/01/2023 to 09/30/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 02/28/2023: FY23, Qtr 3, Item #267

  An Emergency Purchase Extension was received on February 28, 2023 requesting an extension for dates

  starting 03/09/2023 to 05/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 12/08/2022: FY23, Qtr 2, Item# 41

 

  This Vendor's role of construction was outlined in the original Emergency Purchase Statement on B-28680,

  declared when ordering the Satellite and Engineering services; however, was not actually named in the

  Emergency Statement. 

1) The specifications for the new satellite had to be built out which took several

  months.  We did not receive these specs until 3/28/22.

2) Then we had to have the Engineering firm use those

   specifications to do the engineering work of what was needed to reinforce the roof of the building to hold the

  new satellite.  The solicitation was done but the contract was not executed until 6/9/22 due to terms and

  conditions. The engineering work was not completed until 08/2022.

3) The estimate received for the

  construction services dated 9/23/22 was in the amount of $193,000 and could not be done as a Small Purchase

  as originally intended.

4) Personnel resource changes prevented the forward movement of the original

  emergency project.

5) Due to the time constraints of the crane being scheduled with the original satellite

  Vendor, for removal of the old satellite and the timing of opening the roof for the upgrades, we need to do this

  as an emergency. 

 

 

  1) Remove and reinstall drop ceilings in work area on upper floor

 

2) Remove fireproofing on existing beams where new steel members will be instald

   

3) Install new fireproofing at locations disturbed by our scope of wor

   

4) Remove portions of existing ballast roof to install new steel meber

   

5) Patch ballast roof at complete of steel wor

  .

6) Remove existing roof frame in preparation for new satellite structe

  .

7) Install new galvanized steel frame for new satellite structure.

 

  This Emergency Purchase has an expected start date of 12/08/2022 through 03/08/2023 with an Original

  Estimated Cost of $193,000.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  R.D. Lawrence                                                                        Notary Date:           12/8/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      State Cost:                      $193,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  83     Capital Development Board                                                                    File Date:  2/20/2024

 

  Third Filing – 02/20/2024:  FY24,  Qtr 3,  Item #83

  An Emergency Purchase Extension was received on February 20, 2024 requesting an extension for dates

  starting 02/29/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Second Filing – 12/12/2023: FY24, Qtr 2,  Item # 160

  An Emergency Purchase Extension was received on December 12, 2023 requesting an extension for dates

  starting 12/12/2023 to 02/29/2024 at an additional estimated cost of $216,649.32, revising the total estimated

  cost to $1,544,649.32.

 

 

  Original Filing – 3/30/2022: FY22, Qtr 4, Item# 6

 

  The Department of Agriculture ("DOA") has notified the Capital Development Board ("CDB") that the Fire Alarm

   Systems and Sprinkler Systems throughout the DuQuoin State Fairgrounds are in a state of failure and need

  repaired and/or replaced as soon as reasonably possible. Of most concern are the fire alarm and sprinkler

  systems in the Grandstand/Administrative Offices,The New Horse Barn, and the Main Gate Building.

  Fairgrounds staff have maintained these systems as long possible.Time and money have been spent year after

  year, including a fire watch provided by the City of DuQuoin during the Fair, and failures continue to occur.

  These systems are shut down and are inoperable before and after the fair. Therefore,DOA has requested that

  CDB provide immediate assistance under an emergency declaration to assess and repair/replace the systems in

  the Grandstand/Administrative Offices,The New Horse Barn and the Main Gate Building as quickly as possible

  to prevent the threat to public safety, and to prevent the threat against further damage to the property while a

  plan for overall system replacement work throughout the fairgrounds is approved.

  The Grandstand's fire panel is obsolete and parts are no longer available. One of the Fire Alarm Sub-Panels

  (Annunciator Panel or Pull Station Panel) has failed. Sprinkler lines are dilapidated in multiple areas, due to years

  of decay, and the lines have pin holes that cause the air compressor (Dry System) to overwork to keep up.

  Because the sprinkler system has air inside the pipes instead of water, the

  condensation from the air/weather creates rust inside the pipes. Fairgrounds staff pay a contractor to clean the

  sprinkler system pipes before getting the sprinkler system ready for the Fair. The sprinkler lines have been

  replaced over the years but the magnitude of lines in need of repair is unfeasible to attempt without a complete

  renovation. Inspections from the Illinois State Fire Marshal in 2019 and

  2020 have noted that the "sprinkler system has been shut down and is inoperable." In fact, each year since

  2009,the Illinois State Fire Marshal’s inspections fail the sprinkler system in not only the

  Grandstand/Administrative Offices,but every building that has a sprinkler system in it. Fairgrounds

  administrative staff are located in the Grandstand/Administrative Offices. That staff includes, but is not

  limited to, the Fair Manager,4 full time Department of Agriculture employees, part-time summer employees and

  multiple full time/part time summer workers doing maintenance to the Grandstand/Administrative Offices and

  tunnel. There are thousands of Fair visitors in the Grandstand during the Fair for concerts and entertainment.

  Additionally, there are non-fair events scheduled throughout the year, both of which cause a serious concern for

   a threat to public health and safety and a threat to equipment and further damage should a fire occur.

  The New Horse Barn's fire panel is functioning at this time but is obsolete and parts are unavailable if and when


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  a system failure occurs. Sprinkler lines are dilapidated and the sprinkler system is down at this time due to

  continuous line failures. Because the sprinkler system has air inside the pipes instead of water,the condensation

  from the air/weather creates rust inside the pipes. Fairgrounds staff pay a contractor to clean the sprinkler

  system pipes before getting the sprinkler system ready for the Fair. Multiple repairs have been completed on the

  sprinkler system but due to the overwhelming amount of repairs still needed,it is unfeasible without a complete

  renovation. Similar to the Grandstand/Administrative Offices,the Illinois Fire Marshal inspections for 2019 and

  2020 have noted that the "sprinkler system has been shut down and parts removed" and the sprinkler system is

  out of service due to needed repairs/replacement. There are several events scheduled in The New Horse Barn

  which also house the animals during the events.

  Again, the failure of the fire alarm and sprinkler systems cause a serious concern for a threat to public health

  and safety, a threat to the animals housed in the barn, and a threat to equipment and further damage should a fire

   occur.

  The main fire alarm control panel for the campus is located in the Main Gate Building. The existing panel has a

  dialer with two communication lines, one line for trouble and the second for alarm conditions.It has been noted

  by staff when one of the building fire alarm control panels activates an alarm or trouble condition, no other

  alarm can capture the line. Single source fire alarm control panels and peripheral devices should be taken into

  consideration. A proprietary campus system gives the owner full monitoring capabilities and control of the entire

   campus. Since upgrading of the system will be a migration process, maintaining a single source system would

  allow all existing systems to be maintained while allowing new upgrades to be brought online and integrated.

  This project began through the emergency selection of an Architect/Engineer (WE");this exempts the selection

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

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

  procedures, design and replacement of the Fire Alarm and Sprinkler Systems under the existing processes

  would likely not begin for several months. For this reason, emergency purchases are necessary to protect

  against the threat to public health and safety and to prevent or minimize serious disruption in critical State

  services as quickly as possible.

  Boyer Fire Protection LLC,located in St. Louis, MO was selected to provide sprinkler replacement work

  because they provided the lowest responsive and responsible quote, and they can respond immediately to this

  request for emergency services. This project was publicly bid, utilizing emergency documents and processes.

 

  The scope of work provides for demolishing the existing dry pipe sprinkler and standpipe system throughout

  grandstand and horse barn facility.Provide new dry pipe sprinkler and standpipe system and all appurtenances to

   provide full coverage to entire grandstand and horse barn facility,including hydraulic calculations and drawings.

   Additionally,provide new wet-pipe sprinkler system to fully cover grandstand stage building.Included in this

  project is water service modifications to accomplish sprinkler coverage. Remove and reinstall or remove and

  replace existing ceiling system as indicated on drawings.

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

  documents provided by the architect/engineer of record, and quote provided by Boyer Fire Protection LLC.

  Services provided under this procurement should not exceed $1,328,000.00,prior to entering into a Construction

   Contract,without prior authorization from the Capital Development

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

  completion and project 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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  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 03/30/2022 through 06/27/2022 with an Original

  Estimated Cost of $1,328,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Boyer Fire Protection                                                                 Notary Date:           3/30/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,328,000.00        $1,544,649.32                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  84     Capital Development Board                                                                    File Date:  2/6/2024

 

  Second Filing – 02/06/2024:  FY24,  Qtr3,  Item # 84

  An Emergency Purchase Extension was received on February 6, 2024 requesting an extension for dates starting

  02/24/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 11/27/2023: FY24, Qtr 2, Item# 118

 

  The scope of work provides for the demolition of the existing 7.5kW generator, ATS, Emergency Panel, and

  gas line. It will also provide for a new 175kW natural gas generator. The natural gas source will be tapped into

  the existing 4" natural gas lines serving the boilers in the basement. A new ATS, emergency panelboards and

  feeders will be provided to support existing emergency loads only. A new

  portable generator docking station will be provided to allow ISP to connect a temporary generator if the

  permanent generator fails or is taken out of service for maintenance until the permanent generator arrives,

  Provide new exit and emergency lighting to meet the

  minimum requirements for egress.

 

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

  documents provided by the Architect/Engineer of record, and quote received by B & B Electric, Inc. 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 $335,700.00, 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 11/27/2023 through 02/24/2024 with an Original

  Estimated Cost of $335,700.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  B & B Elec, Inc.                                                                       Notary Date:           11/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $335,700.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


 

 

 

 

 

 

Updates

To

Previously Filed

Emergency Purchases

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  85     Central Management Services, Department of                                            File Date:  1/11/2024

 

  Final Cost Statement

  Latest Filing –01/11/2024: FY24, Qtr 3, Item # 85

  The Actual Total Cost of FY24, Qtr 3, Item#  85  is $10,708.20.

 

 

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 82

 

  The vendor was chosen due to familiarity and proximity to the location.  Per the notice from the Chicago Fire

  Department, the vendor is the sprinkler system contractor of record. This was per an overdue notice from the

  Chicago Fire Department.

 

  Estimated cost one time test of Wet Fire Sprinkler system, Dry Fire Sprinkler System, Pre-Action Fire Sprinkler

   System, and Back-flow Fire Sprinkler System at the James R. Thompson Center, located at 100 W. Randolph,

  Chicago, IL 60601.

 

  Statewide, there are 3 BEP vendors under NIGP Code 910-36. They are located in Lombard, Sidney and

  Ottawa, Illinois. However, none are in currently the BidBuy system, we did not believe using a BEP vendor who

  is not familiar with the JRTC was the correct choice.  We did not believe we had the time to spare to call

  around and find someone.  We chose Johnson Controls Fire Protection LP due to their experience with the fire

  inspection criteria at the James R. Thompson Center as the Chicago Fire Department contractor of record.   

 

  This Emergency Purchase has an expected start date of 03/27/23 through 06/25/2023 with an Original

  Estimated Cost of $6,600.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                         $6,600.00                                    $10,708.20            $10,708.20      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  86     Capital Development Board                                                                    File Date:  8/2/2023

  Fourth Filing – 12/08/2023:  FY24,  Qtr 3,  Item # 86

  An Emergency Purchase Extension was received on December 8, 2023 requesting an extension for dates

  starting 12/31/2023 to 4/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Signed By:  Chris Miles, Exec II

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00        $2,502,784.23                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  87     Central Management Services, Department of                                            File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing – 01/04/2024: FY24, Qtr 3, Item # 87

  The Actual Total Cost of FY24, Qtr3, Item#  87  is $17,301.21.

 

 

  Original Filing – 3/14/2023: FY23, Qtr 3, Item# 31

 

  The vendor was chosen due to their extensive past work, familiarity and expertise with the sytem involved and

  proximity to the location.  The vendor was the contract holder under P-16276, Chiller HVAC Svcs MABB,

  Chicago Med Center until the contract expired on 2-28-2023. The vendor is located within 5 miles on the facility

   where emergency repair is required.  We have JPMC contracts for HVAC and Chiller routing for execution but

  cannot wait for them.

 

  Estimated cost equipment and labor to repair the compressor in the computer server room at the Michael A

  Bilandic Building.

 

  Statewide, there are 11 BEP vendors under NIGP Code 910-36. However, we need an immediate repair as the

  temperature is reaching critical stage of shut-down, we did not believe using a BEP vendor who is not familiar

  with the massive system was the correct choice.  We did not believe we had the time to spare to call around and

   find someone.  We chose The Stone Group due to their experience in the repair of the MABB HVAC system

  from P-16276.    

 

  This Emergency Purchase has an expected start date of 03/14/2023 through 06/12/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, FP Manager

      Vendor:  The Stone Group                                                                      Notary Date:           3/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                    $17,301.21            $17,301.21      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  88     Central Management Services, Department of                                            File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing – 1/4/2024: FY24, Qtr 3, Item # 88

  The Actual Total Cost of FY24, Qtr 3, Item#  88  is $5,289.32.

 

 

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 5

 

  The vendor was chosen due to familiarity of the complex system and proximity to the location. The vendor was

   the contract holder

under P-33681, Fire Sprinkler Repair J0205 JRTC until the contract expired on 06/03/22.

  The vendor has a location in Chicago and due

to their familiarity of the complex system, they would be able to

  provide immediate service without delay.

 

  Fire suppression system has a leak. The leak is coming from a rust spot in the sprinkler line on the Concourse.

  It is located in the AA fan room. This is a high pressure line with an 8 inch rust spot. The engineers are afraid to

   touch it because with the leak being in the middle of a rust spot, if they touch it the potential for a more

  extreme leak is possible. The repairs will be to a leaking pipe which maintains the integrity to the existing Fire

  Suppression System that provides 24/7 Fire Protection for the entire JRTC.  If not corrected quickly this could

  cause the entire sprinkler system to go down flooding various parts  of the building and compromising the entire

   systems functionality.  The sprinkler line that is leaking is a high pressure line that could rupture at any time. If

  the leak isn’t repaired, it could potentially rupture and activate the entire fire suppression system, flooding all

  spaces. In addition, water damage from a rupture could potentially harm other mechanical equipment and office

  spaces causing closure to the facility and displacement of employees who provide critical services to the State

  of Illinois. The end result would be a loss in the fire suppression system for the JRTC building.

 

  Statewide, there are 50 BEP Registered Vendors in Illinois, with 12 having a Chicago address. However, due to

  the immediate need of

repair, we selected the Vendor who was already familiar with the system and did not

  need time to familiarize itself to the system which

could have potentially left the building without a Fire

  Suppression System during the downtime or extensive damage if the sprinklers

went off.

 

  This Emergency Purchase has an expected start date of 03/29/2023 through 06/26/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                      $5,289.32              $5,289.32      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  89     Capital Development Board                                                                    File Date:  1/3/2024

 

  Final Cost Statement

  Latest Filing –01/033/2024: FY24, Qtr 3, Item # 89

  The Actual Total Cost of FY24, Qtr 3, Item# 89

  Second Filing – 08/29/2023:  FY24,  Qtr 3,  Item #89

  An Emergency Purchase Extension was received on August 29, 2023 requesting an extension for dates starting

  09/6/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 6/9/2023: FY23, Qtr 4, Item# 57

 

  The scope of work provides for immediate shoring and repair work to structural concrete members of the

  underground parking garage at the William G. Stratton Building, as directed by the Architect/Engineer of record.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this procurement should not

  exceed $340,000.00, which is a place-holder prior to entering into a Construction Contract, without prior

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

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

 

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

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

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

  where the material is installed by the contractor.

 

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

  Estimated Cost of $340,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Western Waterproofing Co.                                                         Notary Date:           6/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $340,000.00                                   $332,841.80           $332,841.80      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  90     Central Management Services, Department of                                            File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing – 01/04/2024: FY24, Qtr 3, Item # 90

  The Actual Total Cost of FY24, Qtr 3, Item# 90   is $56,250.76.

 

 

  Original Filing – 5/25/2023: FY23, Qtr 4, Item# 47

 

  This  emergency contract will be with The Stone Group. They were the contracted vendor on P-16276 Chiller

  HVAC Services MABB Chi Med Ctr for the period of 3/24/2020 - 3/28/2023. Given the Stone Group's proximity

   to the Chicago medical Center and their experience performing Chiller/HVAC repair at the Chicago Medical

  Center, they were contacted, and replied they could perform the work immediately.

 

  Estimated cost to provide and install a temporary chiller within the HVAC system at the Chicago Medical Center

  located at 1151 S. Wood Street Chicago, IL 60612

 

  Statewide, there are 10 BEP vendors listed under NIGP code 910-36, none are located in the city of Chicago.

  Given the Stone Group's proximity to to the Chicago Medical Center and their experience performing

  Chiller/HVAC repair at the Chicago Medical Center,  we did not believe using a BEP vendor who is not familiar

  with the they HVAC system at the Chicago Medical Center was the correct choice.  We did not believe we had

  the time to spare to call around and find someone. 

 

  This Emergency Purchase has an expected start date of 05/25/2023 through 08/23/2023 with an Original

  Estimated Cost of $65,000.00.

   Signed By:  Rick Rogers, SSM

      Vendor:  The Stone Group                                                                      Notary Date:           5/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $65,000.00                                    $56,250.76            $56,250.76      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  91     Capital Development Board                                                                    File Date:  1/17/2024

 

  Second Filing – 01/17/2024:  FY24,  Qtr 3,  Item # 91

  An Emergency Purchase Extension was received on January 17, 2024 requesting an extension for dates starting

  1/23/2024 to 5/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 10/26/2023: FY24, Qtr 2, Item# 107

 

  The scope of work provides for the removal and replacement of approximately 1,700 square feet of flat roof

  area down to the existing deck and replace the roof area with new insulation, membrane, flashing, downspouts,

  gutters, metal edging, and any other required components as directed and/or specified by the A/E 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 $150,000.00, 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 10/26/2023 through 01/23/2024 with an Original

  Estimated Cost of $150,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  A-1 Roofing                                                                            Notary Date:           10/26/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $150,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  92     Central Management Services, Department of                                            File Date:  1/5/2024

 

  Final Cost Statement

  Latest Filing – 01/05/2024: FY24, Qtr 3, Item # 92

  The Actual Total Cost of FY24, Qtr 3, Item#  92  is $730,987.00

 

 

  Second Filing - 6/14/2023: FY23, Qtr 4  Item #310

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

  06/26/2023 to 10/31/2023, revising the total estimated cost to $381,425.00.

 

 

  Original Filing – 3/27/2023: FY23, Qtr 4, Item# 81

 

  The vendor was chosen due to familiarity with the facility. Anchor Mechanical Inc. was the contract holder for

  P-11011 HVAC Services at JRTC ended on 06-30-22. Anchor Mechanical, Inc. was also the contractor holder

  for P-39304 SP Emergency HVAC JRTC that ended on 10-27-22. This commodity is hard to get as it is being

  phased out by the government and is on a first come/first served basis.  The Vendor had the material at a spot

  buy and as this is needed for the HVAC System going into Spring and Summer.  A total of 10,000 pounds will

  be needed for the season and the State is responsible for half of that cost.

 

  Estimated cost for the supply and delivery of 5,000 pounds of R-22 refrigerant for the HVAC System at the

  James R. Thompson Center, located at 100 W. Randolph, Chicago, IL 60601

 

  Statewide, there are 0 BEP vendors under NIGP Code 740-55. Therefore we chose Anchor Mechanical, Inc.

  due to their experience with the HVAC with the HVAC system at the James R. Thompson Center.   

 

  This Emergency Purchase has an expected start date of 03/27/2023 through 06/25/2023 with an Original

  Estimated Cost of $363,575.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  Anchor Mechanical                                                                   Notary Date:           3/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $363,575.00          $381,425.00         $730,987.00           $730,987.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  93     Central Management Services, Department of                                            File Date:  1/5/2024

 

  Final Cost Statement

  Latest Filing –01/05/2024: FY24, Qtr 3, Item # 93

  The Actual Total Cost of FY24, Qtr 3, Item# 93    is $193,000.00. Received in the same filing quarter.

 

 

  Third Filing – 5/23/2023:  FY24,  Qtr3,  Item # 82

  An Emergency Purchase Extension was received on May 25, 2023 requesting an extension for dates starting

  06/01/2023 to 09/30/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 02/28/2023: FY23, Qtr 3, Item #267

  An Emergency Purchase Extension was received on February 28, 2023 requesting an extension for dates

  starting 03/09/2023 to 05/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 12/08/2022: FY23, Qtr 2, Item# 41

 

  This Vendor's role of construction was outlined in the original Emergency Purchase Statement on B-28680,

  declared when ordering the Satellite and Engineering services; however, was not actually named in the

  Emergency Statement. 

1) The specifications for the new satellite had to be built out which took several

  months.  We did not receive these specs until 3/28/22.

2) Then we had to have the Engineering firm use those

   specifications to do the engineering work of what was needed to reinforce the roof of the building to hold the

  new satellite.  The solicitation was done but the contract was not executed until 6/9/22 due to terms and

  conditions. The engineering work was not completed until 08/2022.

3) The estimate received for the

  construction services dated 9/23/22 was in the amount of $193,000 and could not be done as a Small Purchase

  as originally intended.

4) Personnel resource changes prevented the forward movement of the original

  emergency project.

5) Due to the time constraints of the crane being scheduled with the original satellite

  Vendor, for removal of the old satellite and the timing of opening the roof for the upgrades, we need to do this

  as an emergency. 

 

 

  1) Remove and reinstall drop ceilings in work area on upper floor

 

2) Remove fireproofing on existing beams where new steel members will be instald

   

3) Install new fireproofing at locations disturbed by our scope of wor

   

4) Remove portions of existing ballast roof to install new steel meber

   

5) Patch ballast roof at complete of steel wor

  .

6) Remove existing roof frame in preparation for new satellite structe

  .

7) Install new galvanized steel frame for new satellite structure.

 

  This Emergency Purchase has an expected start date of 12/08/2022 through 03/08/2023 with an Original

  Estimated Cost of $193,000.00.

   Signed By:  Martha Blackwell, FPM


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      Vendor:  R.D. Lawrence                                                                        Notary Date:           12/8/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $193,000.00                                   $193,000.00           $193,000.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  94     Capital Development Board                                                                    File Date:  1/16/2024

 

  Second Filing – 01/16/2024:  FY24,  Qtr 3,  Item # 94

  An Emergency Purchase Extension was received on January 16, 2024 requesting an extension for dates starting

  01/29/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 11/1/2023: FY24, Qtr 2, Item# 106

 

  The scope of work provides for the removal and replacement of four existing heating boilers and four domestic

  water heaters at two existing individual Boiler House buildings. Boilers and heaters supply building heating water

  and domestic hot water to eight individual inmate Housing buildings and one inmate Segregation building.

  Connecting piping, pumps, controls, and electrical feeds will be replaced or reconnected. New underground

  piping will be added from each building, back to the Boiler Houses, to allow domestic hot water to be

  recirculated and reheated.

 

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

  documents provided by the Architect/Engineer of record and quote received by Henson Robinson Company.

  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 $2,989,600.00, 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 11/1/2023 through 01/29/2024 with an Original

  Estimated Cost of $2,989,600.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Henson Robinson Co.                                                                Notary Date:           11/1/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,989,600.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  95     Central Management Services, Department of                                            File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing – 01/04/2024: FY24, Qtr 3, Item # 95

  The Actual Total Cost of FY24, Qtr 3, Item# 95

 

  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                                      $1,284.00              $1,284.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  96     Capital Development Board                                                                    File Date:  8/23/2023

 

  Second Filing – 08/21/2023:  FY24,  Qtr 3,  Item # 96

  An Emergency Purchase Extension was received on August 21, 2023 requesting an extension for dates starting

  08/22/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 5/25/2023: FY23, Qtr 4, Item# 46

 

  The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air

  conditioning units as directed by the Architect/Engineer of record. Any ancillary items, such as electrical power

  improvements or other necessary work needed for temporary installation, is considered part of the scope. The

  contractor is also responsible for any needed trouble-shooting throughout the cooling season, should issues

  arise.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to entering into a Construction

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 05/25/2023 through 08/22/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  JB Contracting Corp.                                                                 Notary Date:           5/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  97     Central Management Services, Department of                                            File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing –01/04/2024: FY24, Qtr 3, Item # 97

  The Actual Total Cost of FY24, Qtr 3, Item#  97  is $11,273.30.

 

 

  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                                    $11,273.30            $11,273.30      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  98     Capital Development Board                                                                    File Date:  4/18/2022

 

  Second Filing – 04/18/2022:  FY24,  Qtr 3,  Item # 98

  An Emergency Purchase Extension was received on April 18, 2022 requesting an extension for dates starting

  4/18/2022 to 8/4/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/18/2022: FY22, Qtr 3, Item# 28

 

  On December 16th, 2021, the Department of Corrections requested that the Capital Development Board procure

   vendors under an emergency procurement to provide replacements of the facility's cell door locks at the

  Lawrence Correctional Center (LCC). As a result of ongoing litigations, the LCC will be upgraded to a maximum

   security correctional facility to accept the transfer of inmates from other correctional facilities so structural and

   other upgrades can be made at those locations.

 

  Currently, software upgrades supporting the locking mechanisms at LCC are underway under CDB project

  #120-295-012. However, at the time of design and bid, the replacement of the physical cell-door lock

  components were not included in this project. The Department of Corrections intended to make those

  replacements with their internal maintenance personnel.

 

  However, it has been recently discovered that inmates are able to physically compromise and disable the actual

  cell-door lock mechanisms.

 

  Considering the time frames needed for bidding and award procedures, the ordering and replacement of the cell-

  door locking mechanisms under the existing processes would likely not begin for several months. Therefore,

  emergency purchases are necessary to upgrade the cell-door locking mechanisms as quickly as possible in order

   to protect the health and safety of the Law Enforcement Officers, State employees, and inmates, and to prevent

   or minimize any serious disruptions in critical State services at the facility.

 

  River City Construction LLC was selected to provide emergency services because they submitted the lowest

  responsive and responsible quote, and they can respond immediately to this request for emergency services.

  Several firms were invited to provide quotes, based on their availability, expertise, experience and location.

 

  The scope of work provides for the replacement of 1,188 cell-door lock mechanisms, 124 sliding cell door

  mechanisms, and related power and communication system components at the Lawrence Correctional Center as

   specified by the Architect/Engineer of record. Incorporated documents include the March 2009 Standard

  Documents for Construction & Supplement,design documents provided by the Architect/Engineer of record,

  and quote provided by River City Construction LLC. Services provided under this procurement should not

  exceed $8,257,000.00, prior to entering into a Construction Contract, without prior authorization from the

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

  reported upon project completion and project closeout. " Name of vendor" is authorized to proceed with the

  scope of work outlined in this Emergency Purchase Statement.

 

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

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

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

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

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

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

  contractor.

  Additionally, Governor Pritzker has issued Executive Orders 2021-22 (and subsequent Executive Orders)

  containing additional mitigations to address the COVID-19 pandemic. This includes an indoor mask requirement

  and vaccinations for those working at Illinois Department of Corrections (IDOC) facilities. These requirements

  apply to this project.

  This Emergency Purchase has an expected start date of 2/18/2022 through 05/18/2022 with an Original

  Estimated Cost of $8,257,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction LLC                                                       Notary Date:           2/18/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $8,257,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  99     Central Management Services, Department of                                            File Date:  1/2/2024

 

  Final Cost Statement

  Latest Filing – 01/2/2024: FY24, Qtr 3, Item # 99

  The Actual Total Cost of FY24, Qtr 3, Item# 99   is $225,705.51.

 

  Second Filing - 06/01/2023:  FY23, Qtr 4, Item #109

  An Emergency Purchase Extension was received on June 1, 2023 requesting an extension for dates starting

  06/15/2023 to 12/14/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 09/20/2022: FY23, Qtr 1, Item# 53

 

  Vendor is the Incumbent for the contract in process which has depleted funding and can not be increased via

  change order, as it was procured as a professional and artistic agreement.

 

  These services allow CMS to properly assign departmental costs to professional licensure categories in a

  manner that is consistent with Federal and State government cost accounting guidelines. Once properly

  assigned, costs are recoverable from the professions' licensing fees that have been deposited into the appropriate

   fund designated to receive such fees. Services would also include developing various financial data, salary and

  wage analysis, and recommendations resulting from the cost allocation study.

 

  he prior agreement was run using  the NACIS code 541211,  comparable NIGP code is Offices of

  Certified Public Accountants 918-32 Certified Public Accountant (CPA) Services. CMS is re-running the BEP

  Goals for this emergency purchase order.

 

  This Emergency Purchase has an expected start date of 09/15/2022 through 12/14/2022 with an Original

  Estimated Cost of $195,000.00.

   Signed By:  Krysti Rinaldi, Asst Deputy Dir

      Vendor:  Maximus Consulting Servs, Inc                                                    Notary Date:           9/20/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $195,000.00                                   $225,705.51           $225,705.51      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  100   Corrections, Department of                                                                    File Date:  2/14/2023

  Final Cost Statement

  Latest Filing – 02/14/2024: FY24, Qtr 3, Item # 100

  The Actual Total Cost of FY24, Qtr 3, Item# 100   is $7,134,379.59.

 

  Second Filing - 12/18/2020: FY23, Qtr 3, Item #51

  An Emergency Purchase Extension was received on March 1, 2023 in the same filing quarter, requesting an

  extension for dates starting 03/2/2023 to 06/30/2023 at an additional estimated cost of $4,666,666.68, revising

  the total estimated cost to $8,166,666.60.

 

  Original Filing – 12/05/22: FY23, Qtr 3, Item# 233

 

  Favorite Healthcare Staffing Inc has been providing multiple skill levels of nursing staff for the Illinois

  Department of Corrections statewide. 

 

  The Illinois Department of Corrections assigned a BEP Goal of  8% to the emergency to assist with the

  inclusion of Business Enterprise Program vendors.

 

  The incumbent vendor Wexford Health Sources, Inc. has been unable to effectively recruit and fill nursing

  vacancies.  This has left the agency with critically low staffing levels at each of its correctional facilities.

 

  This Emergency Purchase has an expected start date of 12/03/2022 through 03/02/2023 with an Original

  Estimated Cost of $3,500,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  Favorite Healthcare Staffing Inc.                                                   Notary Date:           12/5/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $3,500,000.00        $8,166,666.60       $7,134,379.59        $7,134,379.59      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  101   Human Services, Department of                                                              File Date:  1/26/2024

 

  Final Cost Statement

  Latest Filing – 01/26/2024: FY24, Qtr 3, Item # 101

  The Actual Total Cost of FY24, Qtr 3, Item# 101  is $114,502.50

 

 

  Original Filing – 09/29/2023: FY24, Qtr 2, Item# 94

 

  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 expired on 6/30/2023. 

  Emergency Contract P-53429 expired on 9/28/23.

 

  Staffing services 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 09/29/2023 through 12/27/2023 with an Original

  Estimated Cost of $163,800.00.

   Signed By:  Pamela Enno, PO

      Vendor:  Locum Tenens.com                                                                   Notary Date:           9/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $163,800.00                                   $114,502.50           $114,502.50      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  102   Capital Development Board                                                                    File Date:  2/21/2024

 

  Third Filing – 02/21/24:  FY24,  Qtr 3,  Item # 102

  An Emergency Purchase Extension was received on February 21, 2024 requesting an extension for dates

  starting 12/31/2023 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Second Filing -04/26/2023:  FY23, Qtr 4, Item # 107

  An Emergency Purchase Extension was received on April 26, 2023 requesting an extension for dates starting

  5/31/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/9/2023: FY23, Qtr 3, Item# 23

 

  The scope of work provides for expedited design services to assess the IDPH Oakland Street Laboratory Roof

  to include recommendations, short term repair options if feasible, as well as cost estimates and material lead

  time. The scope of work may also include design services for short term roofing repair work and/or roofing

  replacement work, subject to CDB approval in consultation with the CPO office.

 

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

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

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

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 02/09/2023 through 05/09/2023 with an Original

  Estimated Cost of $50,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Architechniques, Ltd                                                                 Notary Date:           2/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  103   Human Services, Department of                                                              File Date:  1/30/2024

 

  Final Cost Statement

  Latest Filing – 1/30/2024: FY24, Qtr 3, Item # 103

  The Actual Total Cost of FY24, Qtr 3, Item# 103  is $38,830.00.

 

  Original Filing – 5/5/2023: FY23, Qtr 4, Item# 27

 

  Security Sitter Services has been bid out several times, over the years we have found  that of those vendors

  who provide guard services, most do not provide one on one psychiatric unarmed monitoring in a hospital

  setting in the Chicagoland  or suburban Chicagoland area.  The  one other company we have used in the past,

  Elgin MHC has previously reported for leaving a patient unattended. TriStone is a newer local company willing

  to provide the services required, in the locations we need, and is already SBSA State of Illinois Certified. 

 

  Unarmed Security Sitter Services to monitor Elgin Mental Health Center  Psychiatric Patient while at UIC

  Hospital (University of Illinois Chicago) located at 1740 W. Taylor St. Chicago, IL., 60612. ( Must be able to

  provide 2 officers per shift to cover breaks/lunches as the patient cannot be left alone for any amount of time)

  from May 3rd through June 30th, 2023.

 

  This vendor is State of Illinois vendor certified SBSA in the Illinois Procurement Website.  The vendor is BEP

  certified.

 

  This Emergency Purchase has an expected start date of 05/03/2023 through 06/30/2023 with an Original

  Estimated Cost of $111,360.00.

   Signed By:  Jean Sandstrom, APO

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $111,360.00                                    $38,830.00            $38,830.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  104   Innovation & Technology, Department of                                                  File Date:  12/27/2023

 

  Third Filing – 12/27/2023: FY24, Qtr 3,  Item #104

  An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates

  starting 12/31/2023 to 106/27/2024 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# 68

  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

                                           January 1, 2024 through March 31, 2024

   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 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  105   Human Services, Department of                                                              File Date:  10/10/2023

 

  Final Cost Statement

  Latest Filing –10/03/2023: FY24, Qtr 3, Item # 105

  The Actual Total Cost of FY24, Qtr 3, Item# 105   is $628,492.74

 

 

  Original Filing – 3/29/2023: FY23, Qtr 4, Item# 7

 

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

  economically feasible source procurement, which requires review by Federal CMS.  NTT Data State Health

  Consulting, LLC (NTT) was selected and engaged by DoIT during the pandemic to manage the Refresh.

 

  IDHS/DoIT requires a Program Management Office (PMO) vendor to continue coordinating the State’s

  executive leadership in managing and overseeing efforts related to the IES Tech Refresh project.  IES

  determines eligibility for programs such as Medicaid, the Supplemental Nutrition Assistance Program (SNAP),

  and the Temporary Assistance for Needy Families program (TANF) in Illinois.   The Tech Refresh Project will

  upgrade the hardware and system software of the State's data center. The refresh project will reduce security

  threats, system downtime and compatibility issues. The IES system is critical to the uninterrupted service of

  these programs to those in need.

 

 

NTT will continue its role, allowing work to continue without interruption. NTT was selected by DoIT to

  manage the performance refresh of the Integrated Eligibility System (IES), due to multiple pandemic-related

  programmatic changes and increasing system demands.   Continued oversight on the IES Tech Refresh project

  is essential to ensure the needed system upgrades are performed in an accurate, coordinated and timely manner.

   These system upgrades are needed to reduce security vulnerabilities, reduce system downtime and comply with

   federal CMS' Authority to Connect (ATC) compliance findings.  The PMO will support DHS by responding to

  request for reports for information about IES by various federal or state related entities.

 

 

NTT PMO will provide the most economical way of continuing the management of multiple, concurrent

  activities relating to the IES System, including the technical refresh of IES, without compromising the level of

  quality necessary for the successful management of that system and completing pandemic priorities. 

 

  The Vendor has been advised that there is potential for 13% of the contract to be conducted by BEP Vendors.

 

  This Emergency Purchase has an expected start date of 05/01/2023 through 07/29/2023 with an Original

  Estimated Cost of $628,492.74.

   Signed By:  Jean Sandstrom, APO

      Vendor:  NTT Data State Health Consulting                                                 Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $628,492.74                                   $628,492.74           $628,492.74      24 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  106   Innovation & Technology, Department of                                                  File Date:  12/27/2023

 

  Third Filing – 12/27/2023: FY24, Qtr 3,  Item #106

  An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates

  starting 12/31/2023 to 06/27/2024 at an additional estimated cost of $4,000,000.00, revising the total estimated

  cost to $10,000,000.00.

 

 

  Second Filing - 12/21/2022:  FY23, Qtr 3, Item # 60

  An Emergency Purchase Extension was received on December 21, 2022 requesting an extension for dates

  starting 12/27/2022 to 03/26/2023 at an additional estimated cost of $4,000,000.00, revising the total estimated

  cost to $6,000,000.00.

 

 

 

  Original Filing – 4/1/2022: FY22, Qtr 4, Item# 10

 

  This vendor can provide the support for Radio services, maintenance, and services needed by DoIT to support

  Emergency radio services.  This Vendor previously implemented and supported DoIT and other state agencies

  with Radio Maintenance services.  DoIT has previously been able to successfully negotiate contracts with this

  vendor and the existing contract terms will be used for the Emergency period. Contract negotiations with a new

  vendor could take several weeks creating significant risk and exposure during negotiations. The administrative

  review process has previously been completed with this vendor, including financial discloser and BEP utilization

  plan. Bringing in a new vendor for such a large and complicated implementation would take months as the 

  maintenance of radio service is required for emergency service personnel throughout the state and loss of this

  service could disrupt emergency radio communications if not properly maintained.

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

  categories below -

 

Statewide Radio Maintenance and support services provides State of Illinois entities

  (Illinois State Police, Local Law Enforcement, Emergency Medical Services, Department of Corrections,

  Department of Transportation) the ability to procure radio maintenance and support services for invaluable

  emergency communications equipment used by emergency communication agencies throughout the state.   The

  support services include radio support, repair, installation, radio tower site infrastructure for life saving

  communication services.  These services provide an essential support service to the State of Illinois valuable

  emergency services communication using radio and if not supported would cause loss of life or injury.  

 

  This Emergency Purchase has an expected start date of 4/1/2022 through 06/29/2022 with an Original

  Estimated Cost of $2,000,000.00.

   Signed By:  Dante Watson, APO

      Vendor:  Motorola Solutions Inc                                                               Notary Date:           4/1/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      State Cost:                    $2,000,000.00       $10,000,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  107   University of Illinois Urbana-Champaign                                                  File Date:  1/3/2024

 

  Final Cost Statement

  Latest Filing – 01/03/2024: FY24, Qtr 3, Item# 107

  An Actual Total Cost of FY24, Qtr 3, Item # 107   is $975,000.00 was reported in the same filing quarter.

 

  Second Filing – 1/3/2024:  FY24,  Qtr 3,  Item # 81

  An Emergency Purchase Extension was received on January 3, 2024 requesting an extension for dates starting

  4/1/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only. Reported

  in the same filing quarter.

 

 

  Original Filing – 1/3/2024: FY24, Qtr 3, Item# 11

 

  The University had to terminate the agreement with our broker on November 30, 2023.  Since this was

  unexpected, we had less than a month to find a 2024 medical/dental plan for our employees.  Short-term

  coverage (e.g., 90 days) is not available as a group policy which is required of employers in order to comply

  with the federal Affordable Care Act (ACA). Short-term coverage does not offer a Minimum Essential Coverage

   (MEC) plan which is required by the ACA for group plans.  Otherwise, there are federal “Penalty A” penalties

  of approximately $86M annually for not being compliant.  Additionally, short-term coverage plans do not offer

  COBRA coverage, which is required by federal law. There are additional federal penalties for not offering

  COBRA coverage.

 

  We knew of one other broker familiar with the University's structure who had the ability to find a plan carrier

  and Third-Party Administrator (TPA).  That broker is Gallagher Benefits Services (GBS).  GBS works with

  Staff Benefits Management & Administrators (SBMA) which provides medical/dental plan coverage along with

  COBRA coverage.  SBMA was able to have an acceptable plan in place for our employees starting January 1,

  2024.  Both GBS and SBMA recommended GoWell Benefits, Inc. (GoWell) as the TPA. GoWell provides an

  online enrollment platform and collects all payments from the University and its employees.  The University is

  currently working on an RFP for a broker and carrier to provide services for the 2025 calendar year.

 

  Medical/dental plan and COBRA coverage for employees and dependents.

 

  This Emergency Purchase has an expected start date of 01/01/2024 through 03/31/2024 with an Original

  Estimated Cost of $975,000.00, using Employee and Self-Supporting Funds.

   Signed By:  Daniel Szajna, Director

      Vendor:  GoWell Benefits, Inc.                                                                Notary Date:           1/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $975,000.00                                   $975,000.00           $975,000.00      24 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  108   Capital Development Board                                                                    File Date:  1/4/2024

 

  Final Cost Statement

  Latest Filing – 1/04/2024: FY24, Qtr 3, Item # 108

  The Actual Total Cost of FY24, Qtr 3, Item# 108  is $8,215,152.89. Reported in the same filing quarter as the

  extension.

 

 

  Third Filing – 07/05/2023:  FY24,  Qtr 3,  Item # 75

  An Emergency Purchase Extension was received on July 5, 2023 requesting an extension for dates starting

  08/04/2023 to 10/10/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Second Filing – 04/18/2022:  FY24,  Qtr 3,  Item # 74

  An Emergency Purchase Extension was received on April 18, 2022 requesting an extension for dates starting

  4/18/2022 to 8/4/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/18/2022: FY22, Qtr 3, Item# 28

 

  On December 16th, 2021, the Department of Corrections requested that the Capital Development Board procure

   vendors under an emergency procurement to provide replacements of the facility's cell door locks at the

  Lawrence Correctional Center (LCC). As a result of ongoing litigations, the LCC will be upgraded to a maximum

   security correctional facility to accept the transfer of inmates from other correctional facilities so structural and

   other upgrades can be made at those locations.

 

  Currently, software upgrades supporting the locking mechanisms at LCC are underway under CDB project

  #120-295-012. However, at the time of design and bid, the replacement of the physical cell-door lock

  components were not included in this project. The Department of Corrections intended to make those

  replacements with their internal maintenance personnel.

 

  However, it has been recently discovered that inmates are able to physically compromise and disable the actual

  cell-door lock mechanisms.

 

  Considering the time frames needed for bidding and award procedures, the ordering and replacement of the cell-

  door locking mechanisms under the existing processes would likely not begin for several months. Therefore,

  emergency purchases are necessary to upgrade the cell-door locking mechanisms as quickly as possible in order

   to protect the health and safety of the Law Enforcement Officers, State employees, and inmates, and to prevent

   or minimize any serious disruptions in critical State services at the facility.

 

  River City Construction LLC was selected to provide emergency services because they submitted the lowest

  responsive and responsible quote, and they can respond immediately to this request for emergency services.

  Several firms were invited to provide quotes, based on their availability, expertise, experience and location.

 

  The scope of work provides for the replacement of 1,188 cell-door lock mechanisms, 124 sliding cell door


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  mechanisms, and related power and communication system components at the Lawrence Correctional Center as

   specified by the Architect/Engineer of record. Incorporated documents include the March 2009 Standard

  Documents for Construction & Supplement,design documents provided by the Architect/Engineer of record,

  and quote provided by River City Construction LLC. Services provided under this procurement should not

  exceed $8,257,000.00, prior to entering into a Construction Contract, without prior authorization from the

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

  reported upon project completion and project closeout. " Name of vendor" is authorized to proceed with the

  scope of work outlined in this Emergency Purchase Statement.

 

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

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

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

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

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

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

  contractor.

  Additionally, Governor Pritzker has issued Executive Orders 2021-22 (and subsequent Executive Orders)

  containing additional mitigations to address the COVID-19 pandemic. This includes an indoor mask requirement

  and vaccinations for those working at Illinois Department of Corrections (IDOC) facilities. These requirements

  apply to this project.

  This Emergency Purchase has an expected start date of 2/18/2022 through 05/18/2022 with an Original

  Estimated Cost of $8,257,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction LLC                                                       Notary Date:           2/18/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $8,257,000.00                                 $8,215,152.89        $8,215,152.89      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  109   Central Management Services, Department of                                            File Date:  2/28/2023

 

  Third Filing – 5/24/2023:  FY24,  Qtr3,  Item # 109

  An Emergency Purchase Extension was received on May 24, 2023 requesting an extension for dates starting

  06/01/2023 to 09/30/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 02/28/2023: FY23, Qtr 3, Item #75

  An Emergency Purchase Extension was received on February 28, 2023 requesting an extension for dates

  starting 03/09/2023 to 05/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 12/08/2022: FY23, Qtr 2, Item# 41

 

  This Vendor's role of construction was outlined in the original Emergency Purchase Statement on B-28680,

  declared when ordering the Satellite and Engineering services; however, was not actually named in the

  Emergency Statement. 

1) The specifications for the new satellite had to be built out which took several

  months.  We did not receive these specs until 3/28/22.

2) Then we had to have the Engineering firm use those

   specifications to do the engineering work of what was needed to reinforce the roof of the building to hold the

  new satellite.  The solicitation was done but the contract was not executed until 6/9/22 due to terms and

  conditions. The engineering work was not completed until 08/2022.

3) The estimate received for the

  construction services dated 9/23/22 was in the amount of $193,000 and could not be done as a Small Purchase

  as originally intended.

4) Personnel resource changes prevented the forward movement of the original

  emergency project.

5) Due to the time constraints of the crane being scheduled with the original satellite

  Vendor, for removal of the old satellite and the timing of opening the roof for the upgrades, we need to do this

  as an emergency. 

 

 

  1) Remove and reinstall drop ceilings in work area on upper floor

 

2) Remove fireproofing on existing beams where new steel members will be instald

   

3) Install new fireproofing at locations disturbed by our scope of wor

   

4) Remove portions of existing ballast roof to install new steel meber

   

5) Patch ballast roof at complete of steel wor

  .

6) Remove existing roof frame in preparation for new satellite structe

  .

7) Install new galvanized steel frame for new satellite structure.

 

  This Emergency Purchase has an expected start date of 12/08/2022 through 03/08/2023 with an Original

  Estimated Cost of $193,000.00.

   Signed By:  Martha Blackwell, FPM

      Vendor:  R.D. Lawrence                                                                        Notary Date:           12/8/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      State Cost:                      $193,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  110   Capital Development Board                                                                    File Date:  1/8/2024

 

  Final Cost Statement

  Latest Filing – 01/08/2024: FY24, Qtr 3, Item # 110

  The Actual Total Cost of FY24, Qtr 3, Item# 110  is $173,163.80. Reported in the filing quarter as the

  extension.

 

  Second Filing – 11/14/2022:  FY24,  Qtr 3,  Item # 93

  An Emergency Purchase Extension was received on November 14, 2022 requesting an extension for dates

  starting 11/14/2022 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

 

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

 

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

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

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

  Pharmacy and Medical Offices.

 

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

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

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

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

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

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

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

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

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

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

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

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

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

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

   Additionally,Governor Pritzker has issued Executive Order 2022-14 containing additional mitigations to address

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

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

 

  This Emergency Purchase has an expected start date of 06/28/2022 through 09/25/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                   $173,163.80           $173,163.80      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  111   Capital Development Board                                                            File Date:

 

  Second Filing – 08/29/2023:  FY24,  Qtr 3,  Item # 111

  An Emergency Purchase Extension was received on August 29, 2023 requesting an extension for dates starting

  09/6/2023 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 6/9/2023: FY23, Qtr 4, Item# 57

 

  The scope of work provides for immediate shoring and repair work to structural concrete members of the

  underground parking garage at the William G. Stratton Building, as directed by the Architect/Engineer of record.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this procurement should not

  exceed $340,000.00, which is a place-holder prior to entering into a Construction Contract, without prior

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

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

 

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

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

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

  where the material is installed by the contractor.

 

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

  Estimated Cost of $340,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Western Waterproofing Co.                                                         Notary Date:           6/9/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $340,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  112   Capital Development Board                                                                    File Date:  1/8/2024

 

  Final Cost Statement

  Latest Filing – 01/08/2024: FY24, Qtr 3, Item # 112

  The Actual Total Cost of FY24, Qtr 3, Item# 112  is $97,228.42. Filed in the same quarter as the extension.

 

  Second Filing – 08/21/2023:  FY24,  Qtr 3,  Item # 73

  An Emergency Purchase Extension was received on August 21, 2023 requesting an extension for dates starting

  08/22/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 5/25/2023: FY23, Qtr 4, Item# 46

 

  The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air

  conditioning units as directed by the Architect/Engineer of record. Any ancillary items, such as electrical power

  improvements or other necessary work needed for temporary installation, is considered part of the scope. The

  contractor is also responsible for any needed trouble-shooting throughout the cooling season, should issues

  arise.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $100,000.00, which is a place-holder prior to entering into a Construction

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 05/25/2023 through 08/22/2023 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  JB Contracting Corp.                                                                 Notary Date:           5/25/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                    $97,228.42            $97,228.42      24 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00

  113   Capital Development Board                                                                    File Date:  1/29/2024

 

  Final Cost Statement

  Latest Filing – 1/29/2024: FY24, Qtr 3, Item # 113

  The Actual Total Cost of FY24, Qtr 3, Item# 113  is $1,617,514.62.

 

  Original Filing – 5/17/2023: FY23, Qtr 4, Item# 43

 

  The scope of work provides for replacing approximately 400 feet of existing clay tile storm sewer as designed

  by the Architect/Engineer of record. This line runs under the BNSF Railroad and is subject to permitting and

  design approval. This work also includes, but is not limited to, investigating, and locating all other utilities under

  the railroad for permitting by BNSF and the installation of a utility conveyance duct for future utility needs.

  Additionally, the scope of work provides for a new domestic water service from the City of Quincy to the

  Cemetery. The new service is replacing the old service that previously ran underneath the railroad.

 

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

  documents provide by the Architect/Engineer, and Rees Construction Company of Quincy’s quote dated May 8,

   2023. Services provided under this procurement should not exceed $1,580,000.00, prior to entering into a

  Construction Contract, without prior authorization from the Capital Development Board. Final Actual Costs will

  be reported upon project completion and project close-out.

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 05/17/2023 through 08/14/2023 with an Original

  Estimated Cost of $1,580,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Rees Construction Co.                                                               Notary Date:           5/17/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,580,000.00                                 $1,617,514.62        $1,617,514.62      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  114   Capital Development Board                                                                    File Date:  1/29/2024

 

  Final Cost Statement

  Latest Filing – 01/29/2024: FY24, Qtr 3, Item # 114

  The Actual Total Cost of FY24, Qtr 3, Item# 114   is $119,983.91.

 

  Original Filing – 7/29/2021 FY22, Qtr 1, Item #40:

 

  The sewer line from the main campus of the Illinois Veterans' Home at Quincy, running directly under the BNSF

   and

  AMTRAK railroad tracks to the north portion of the campus, has collapsed and is washing away the railroad

  ballast. The railroad tracks are active with up to 26 trains per day going over the affected area. The area has

  been filled with rock several times in order to provide stabilization. However, there is a threat that further

  deterioration of the area caused by the collapsed sewer line poses a danger to railroad activity. Additionally, this

  storm line incorporates the outdoor drains near the powerhouse. The gravel added by BNSF has begun to

  function as a filter, preventing water coming through the pipe to empty efficiently, causing it to back up,

  flooding the powerhouse each rain as water cannot get through the collapsed portion quickly. Therefore, an

  emergency declaration is necessary in order to assess and provide immediate repair work to the storm sewer

  line, in order to prevent the threat to public health and safety and to prevent further damage to buildings due to

  backflow issues. GSG Consultants, Inc. was chosen for this emergency work as they are familiar with the

  storm sewer line and scope of work, and they can respond immediately to this request for emergency services.

 

 

  The scope of work provides for replacing approximately 400 feet of existing clay tile storm sewer. This line

  runs under the BNSF Railroad and is subject to permitting and design approval. This work also includes, but is

  not limited to, investigating and locating all other utilities under the railroad for permitting by BNSF and the

  installation of a utility conveyance duct for future utility needs. The design may also require USDVA approval.

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

  March 2009 Design & Construction Manual and Supplement. Services provided under this procurement should

  not exceed $100,00.00, prior to entering into a Professional Services Agreement, without prior authorization

  from the Capital Development Board. Final Actual Costs will be reported upon project completion and project

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

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

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

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

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

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

 

  This Emergency Purchase has an expected start date of 07/29/2021 with an Original Estimated Cost of

  $100,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  GSG Consultants, Inc                                                                Notary Date:           7/29/2021


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                   $119,983.91           $119,983.91      24 3

   Federal                        $0.00                                                                   $0.00

  115   Environmental Protection Agency                                                            File Date:  1/3/2024

  Final Cost Statement

  Latest Filing – 01/03/2024: FY24, Qtr 3, Item # 115

  The Actual Total Cost of FY24, Qtr 3, Item# 115   is $6,912.00.

 

  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                                      $6,912.00              $6,912.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  116   Environmental Protection Agency                                                            File Date:  2/6/2024

 

  Final Cost Statement

  Latest Filing –02/06/2024: FY24, Qtr 3, Item # 116

  The Actual Total Cost of FY24, Qtr 3, Item# 116   is $326,745.00.

 

 

  Original Filing – 12/1/2023: FY24, Qtr 2, Item# 126

 

  Vendor has the supplies to meet IEPA's demands and is offering a regional discount.

 

  6 new vehicles from Landmark Ford. Four 2023 Ford Explorers and two 2023 Ford F-150s. See attached

  specifications.

 

  he only option IEPA had was to go though CMS for vehicle purchases. The vendor(s) CMS uses is not keeping

  up with demand.

 

  This Emergency Purchase has an expected start date of 12/01/2023 through 01/31/2024 with an Original

  Estimated Cost of $326,745.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Landmark Ford                                                                        Notary Date:           12/1/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $326,745.00                                   $326,745.00           $326,745.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  117   State Fire Marshal                                                                               File Date:  12/28/2023

 

  Final Cost Statement

  Latest Filing – 12/28/2023: FY24, Qtr 3, Item # 117

  The Actual Total Cost of FY24, Qtr 3, Item# 117   is $160,045.00.

 

  Original Filing – 10/02/2023: FY24, Qtr 2, Item# 100

 

  Bob ridings holds the Master Contract for SUVs. The agency was unable to secure SUVs 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.

 

   

 

OSFM procurement has identified Four (4) SUVs available locally at Landmark Ford that would meet the

  need and moved quickly to secure them.

 

  There are two (2) explorers and two (2) escapes currently on the Vendor's lot. 

 

  This Emergency Purchase has an expected start date of 09/29/2023 through 12/27/2023 with an Original

  Estimated Cost of $165,756.04.

   Signed By:  Crystal Blakeman, APO

      Vendor:  Landmark Ford, Inc.                                                                  Notary Date:           10/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $165,756.04                                   $160,045.00           $160,045.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  118   Chicago State University                                                                       File Date:  1/5/2024

 

  Final Cost Statement

  Latest Filing – 01/05/2024: FY24, Qtr 3, Item # 118

  The Actual Total Cost of FY24, Qtr 3, Item# 118   is $336,507.41.

 

  Original Filing – 3/30/2023: FY23, Qtr 4, Item# 8

 

  Chicago State University (CSU) has utilized a Central Management Services (CMS) award to Constellation New

  Energy for many years for electricity service.  That award has expired.  Do to unforeseen delays in the

  finalization of the CMS award, CSU must utilize an emergency purchase to secure continued electricity service

  to campus to avoid shutting down.

 

  Electricity service (commodity)

 

  This Emergency Purchase has an expected start date of 03/28/2023 through 06/28/2023 with an Original

  Estimated Cost of $550,000.00. Using Local Income Funds

   Signed By:  Kent Clapsaddle, Dir Procurement Services

      Vendor:  Constellation New Energy                                                           Notary Date:           3/30/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $550,000.00                                   $336,507.41           $336,507.41      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  119   Chicago State University                                                                       File Date:  1/30/2023

 

  Final Cost Statement

  Latest Filing – 1/30/2024: FY24, Qtr 3, Item # 119

  The Actual Total Cost of FY24, Qtr 3, Item# 119   is $2,076,361.55.

 

 

  Second Filing - 02/16/2023: FY23, Qtr 3, Item# 262

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

   03/01/2023 to 11/29/2023 at an additional estimated cost of $3,415,544.00, revising the total estimated cost to

  $4,600,392..00.

 

 

  Original Filing – 11/29/2022: FY23, Qtr 2, Item# 34

 

  Chicago State University (CSU) made necessary personnel adjustments within the Information Technology

  Department  (ITD) on campus at the end of August 2022 that required immediate engagement with an outside

  vendor for interim leadership and project management under Emergency Purchase CSU090122.  EC-United has

  provided CSU with personnel and managed projects for CSU during the emergency purchase term utilizing both

  CSU ITD personnel, EC-United personnel, and has contracted with outside vendors as subcontractors as

  necessary to provide necessary services to campus. 

 

  The emergency need has not abated.  Much of the initial emergency term has been utilized addressing

  immediate, emergency needs while reviewing exactly what technology is in place on campus, what is

  operational, and what requires attention.  A competitive solicitation alone cannot address the ongoing need for

  personnel, and search processes are just beginning to identify qualified candidates to lead CSU's ITD team in a

  more permanent fashion.  The University will engage with this vendor for a new three month emergency term

  so the vendor can continue managing projects and CSU personnel until the internal team stabilizes. 

 

  This Emergency Purchase has an expected start date of 11/30/2022 through 02/28/2023 with an Original

  Estimated Cost of $1,184,848.00.

   Signed By:  Kent M. Clapsaddle, Dir Procurement Services

      Vendor:  Exec Consultants United LLC dba EC-United                                   Notary Date:           11/29/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,184,848.00        $4,600,392.00       $2,076,361.55        $2,076,361.55      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  120   University of Illinois Urbana-Champaign                                                  File Date:  2/7/2023

 

  Final Cost Statement

  Latest Filing – 02/07/2024: FY24, Qtr 3, Item # 120

  The Actual Total Cost of FY24, Qtr 3, Item# 120   is $171,510.00

 

  Second Filing - 03/17/2023: FY23. Qtr4, Item # 97

 

  An Emergency Purchase Extension was received on March 17, 2023 requesting an extension for dates starting

  04/09/2023 to 10/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 11/17/2022: FY23, Qtr 2, Item# 29

 

  The existing Epic implementation consulting partner contracts that emanated from KRS125 are expiring in

  January 2023. These existing partners are currently engaged in several important Epic optimization initiatives.

  We expect new Epic module implementations to start in January. A new RFP has been drafted and issued

  (EWM168) and vendor responses are currently being evaluated. We had hoped that the RFP award would be on

   the January 2023 University of Illinois Board of Trustees (BOT) meeting agenda. However, we have been given

   guidance that the proposed timeline would not allow a January Board meeting and therefore are now targeting

  the March 2023 BOT. As a result, we are requesting an emergency to continue to utilize this consulting partner

  in order not to create a gap in services and to avoid causing delays in critical project start dates.

 

  Nordic will continue to provide consulting services on several important Epic optimization initiatives.

 

  This Emergency Purchase has an expected start date of 01/09/2023 through 04/08/2023 with an Original

  Estimated Cost of $180,000.00.

   Signed By:  Debra Matlock, Exec Dir

      Vendor:  Nordic Consulting Partners                                                          Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $180,000.00                                   $171,510.00           $171,510.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  121   Chicago State University                                                                       File Date:  2/13/2024

 

  Final Cost Statement

  Latest Filing – 02/13/2024: FY24, Qtr 3, Item # 121

  The Actual Total Cost of FY24, Qtr 3, Item# 121    is $509,335.01.

 

 

  The University is currently without a vendor to provide dining, catering and concession services to support

  students. The University posted a solicitation in April of 2015 for listed services. The responses received were

  unsuccessful and non-responsive. The University is currently preparing a new solicitation for the upcoming

  fiscal year. In addition, the University is incapable of supporting or rendering requests for internal or external

  events for catering and concession services. This Emergency Purchase has an Original Estimated Cost of

  $1,100,000.00.

   Signed By:  Larry Pinkelton, V-President of Admin & Finance

      Vendor:  Perkins Management Services                                                      Notary Date:           6/22/2015

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,100,000.00                                   $509,335.01           $509,335.01      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  122   Capital Development Board                                                                    File Date:  2/22/2024

 

  Second Filing – 02/22/2024:  FY24,  Qtr 3,  Item # 122

  An Emergency Purchase Extension was received on February 22, 2024 requesting an extension for dates

  starting 12/31/2023 to 02/29/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 08/31/2021 FY22, Qtr 1, Item #41:

 

  The Department of Human Services ("DHS") notified the Capital Development Board ("CDB") that on August 2,

  2021 the Alton Mental Health Hospital had a power outage. During this outage the Locust Cottage (BD013),

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

  emergency generator was located and brought to Locust and installed.  Alton staff had an electrical contractor

  look at the older generator and it was found to have major engine problems and was releasing oil and water into

  the generator motor.  This generator was installed in 1992.   DHS requests that CDB declare an emergency to

  replace the emergency generator at Locust Cottage as soon as possible to avoid further power outages without a

   permanent functioning emergency generator.  The Alton Hospital will be responsible for the $3,750 monthly

  rental until the generator is replaced.  

  The scope of work provides for design services to replace the existing failed emergency generator with a code

  compliant emergency generator at Alton Mental Health Hospital's Locust Cottage, including all ancillary

  components.  

   

 

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

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

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

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

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

  and project close-out. 

 

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

  be used whose contract/subcontract exceeds an annual value of $50,000, shall submit financial disclosures and

  certifications as a material term of the contract.

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 08/31/2021 through 11/28/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ross & Baruzzini, Inc.                                                               Notary Date:           8/31/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  123   Capital Development Board                                                                    File Date:  2/22/2024

  Second Filing – 02/22/2024:  FY24,  Qtr 3,  Item # 123

  An Emergency Purchase Extension was received on February 22, 2024 requesting an extension for dates

  starting 05/02/2023 to 02/29/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 2/2/2023: FY23, Qtr 3, Item# 5

 

  The scope of work provides for replacing the existing 150kW diesel engine generator set located outside Locust

  Cottage, which served all loads to Locust Cottage and Recreation Hall Buildings. This will include a new

  generator pad, automatic transfer switches and life safety distribution panel at each building. Existing lighting,

  access control, and fire alarm systems, as well as some new lighting will be connected to the new life safety

  panelboards. The new generator will be protected by a new gated chain link 8-foot-high fence.

 

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

  documents provided by the A/E of record, and quote provided by Camp Electric & Engineering Services, P.C.

  Services provided under this procurement should not exceed $552,000.00, prior to entering into a Construction

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  Additionally, Governor Pritzker has issued Executive Orders 2023-01 containing additional mitigations to address

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

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

 

  This Emergency Purchase has an expected start date of 02/02/2023 through 05/02/2023 with an Original

  Estimated Cost of $552,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Camp Electric & Engineering Serv                                                Notary Date:           2/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $552,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  124   Capital Development Board                                                                    File Date:  3/1/2024

 

  Second Filing – 03/01/2024:  FY24,  Qtr 3,  Item # 124

  An Emergency Purchase Extension was received on March 1, 2024 requesting an extension for dates starting

  3/4/2024 to 08/01/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 12/6/2023: FY24, Qtr 2, Item# 124

 

  The scope of work provides for repair and replacement of items damaged during a fire in maintenance bays 1-3

  (1 common area) including wiring devices,light fixtures, water heaters, water piping,unit heaters, overhead

  doors, door motors and tracks, including all related conduit, wiring, water piping, gas piping, and other fire

  damaged items. The entire area is to be cleaned and finishes restored to their pre-tire condition. I he scope also

  provides tor immediate repairs to the x-bridging in the steel bar joists to stabilize the root. Root replacement and

  repairs will be done under a separate contract. Roof replacement and repairs will be done under a separate

  project.

 

  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 $400,000.00, 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 12/6/2023 through 03/04/2024 with an Original

  Estimated Cost of $400,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Hein Construction Co. Inc.                                                          Notary Date:           12/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $400,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  125   Capital Development Board                                                                    File Date:  3/5/2024

 

  Second Filing – 03/05/2024:  FY24,  Qtr 3,  Item # 125

  An Emergency Purchase Extension was received on March 5, 2024 requesting an extension for dates starting

  03/10/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 12/14/2023: FY24, Qtr 2, Item# 132

 

  The scope of work provides for assessment assistance and temporary repairs to the roofing system on Resident

   Unit C-2, CDB Building Number C0839, at Sheridan Correctional Center as a result of a fire.

 

 

 

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 12/14/2023 through 03/10/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Sterling Commercial Roofing                                                       Notary Date:           12/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  126   Financial and Professional Regulation, Department of                                  File Date:  10/16/2023

 

  Second Filing – 10/16/2023: FY24, Qtr 3,  Item # 126

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

   11/1/2023 to 12/31/2024 at an additional estimated cost of $560,000.00, revising the total estimated cost to

  $635,000.00.

 

 

  Original Filing – 7/27/2021 FY22, Qtr 1, Item #27:

 

  Vendor shall provide licensing, maintenance, and hosting of the state's Seed to Sale (S2S) Inventory Tracking

  System.  The S2S system is a cloud-based vendor-hosted centralized system solution that tracks the state's

  regulated cannabis products from 'seed' and a licensed cultivator to 'sale' at a licensed dispensary.  The S2S

  system also tracks the inventory purchases/transactions.  If Medical cannabis inventory, patient and/or caregiver

   status validation must provided along with the permitted amount of cannabis available for purchase.  Cannabis

  transportation information and shipping manifests will also be tracked and accepted.  Inventory registrations,

  data reporting, audit trail, and training to system users will be provided.

 

  This Emergency Purchase has an expected start date of 08/01/2021 through 10/29/2021 with an Original

  Estimated Cost of $75,000.00.

   Signed By:  Brandon Purcell, APO

      Vendor:  BiotrackTHC dba Bio-Tech Medical Software                                  Notary Date:           7/27/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $75,000.00          $635,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  127   Agriculture, Department of                                                                    File Date:  3/4/2024

 

  Final Cost Statement

  Latest Filing – 03/04/2024: FY24, Qtr 3, Item # 127

  The Actual Total Cost of FY24, Qtr 3, Item# 127  is $325,000.00

 

 

  Original Filing – 06/07/2022: FY22, Qtr 4, Item# 50

 

  Waste Management is the only provider capable of providing waste removal services for the Illinois State Fair

  on a 24 hour schedule, seven days a week during the fair. 

 

  Waste Management will provide waste removal services for numerous Dept. of Agriculture locations throughout

   the Illinois State Fairgrounds, and will provide comprehensive waste removal services on a 24 hour schedule,

  seven days a week during the Illinois State Fair.  No other waste provider is willing or able to provide these

  services on weekends and/or holidays.

 

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

  Estimated Cost of $328,995.00.

   Signed By:  Michelle Grimsley, APO

      Vendor:  Waste Management of Illinois                                                      Notary Date:           6/7/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $328,995.00                                   $325,000.00           $325,000.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  128   Capital Development Board                                                                    File Date:  2/22/2024

 

  Final Cost Statement

  Latest Filing – 02/22/2024: FY24, Qtr 3, Item # 128

  The Actual Total Cost of FY24, Qtr 3, Item# 128   is $118,392.89

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

      State Cost:                      $130,081.00                                   $118,392.89           $118,392.89      24 3

   Federal                        $0.00                                                                   $0.00

  129   Capital Development Board                                                                    File Date:  2/29/2024

 

  Final Cost Statement

  Latest Filing – 2/29/2024: FY24, Qtr 3, Item # 129

  The Actual Total Cost of FY24, Qtr 3, Item# 129   is $7,432.50.

 

 

  Original Filing – 12/14/2023: FY24, Qtr 2, Item# 131

 

  The scope of work includes but is not limited to the inspection and repair or replacement of the existing roof

  system and related accessories damaged from a fire on Resident Unit C-2, CDB Building Number C0839, at

  Sheridan Correctional Center.

 

 

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 12/12/2023 through 03/10/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  StudioK Architecture                                                                 Notary Date:           12/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                      $7,432.50              $7,432.50      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  130   Capital Development Board                                                                    File Date:  2/29/2024

 

  Final Cost Statement

  Latest Filing – 02/29/2024: FY24, Qtr 3, Item # 130

  The Actual Total Cost of FY24, Qtr 3, Item# 130  is $80,994.41.

 

 

  Original Filing – 11/16/2023: FY24, Qtr 2, Item# 113

 

  The project scope provides for the repair of a pole barn building which was damaged by fire. The project

  provides for the removal of damaged or burnt members, and reconstruction of the frame as was originally in

  place prior to the fire. Frame members include poles, girts, prefabricated wood trusses, and a garage header.

  Replacement of metal cladding will be necessary. The project will provide for a new overhead door including

  track, spring and other appurtenances. Two (2) new electrical breakers and 20 amp circuits will be provided to

  replace the ones damaged. Shoring will be provided as necessary to facilitate construction.

 

  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 $500,000.00, 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 11/16/2023 through 02/13/2024 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Executive II

      Vendor:  CAD Construction Inc.                                                               Notary Date:           11/16/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                    $80,994.41            $80,994.41      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  131   Central Management Services, Department of                                            File Date:  2/27/2024

 

  Final Cost Statement

  Latest Filing – 02/27/2024: FY24, Qtr 3, Item # 131

  The Actual Total Cost of FY24, Qtr 3, Item# 131   is $454,916.64.

 

 

  Original Filing – 11/2/2023: FY24, Qtr 2, Item# 112

 

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

  holder under P-8781, JPMC GASOLINE DIESEL BIODIESEL FUEL until the contract expired on 10-31-2023.

   

 

  Estimated cost of the purchase of approximately 62,000.00 gallons of fuel at the CMS Division Of Vehicles in

  Christian and Cook counties.

 

  Statewide, there are 3 BEP vendors under NIGP Code 405-09. None of which are located in Christian or Cook

  counties.  However, the chosen vendor is not a BEP vendor, due to their experience and familiarity with CMS -

  DOV as the contracted vendor under P-8781.  

 

  This Emergency Purchase has an expected start date of 11/2/2023 through 01/05/2024 with an Original

  Estimated Cost of $175,000.00.

   Signed By:  David Thomas, APO

      Vendor:  Christian Co. Farmers Supply Co.                                                 Notary Date:           11/2/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $175,000.00                                   $454,916.64           $454,916.64      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  132   Corrections, Department of                                                                    File Date:  3/11/2024

 

  Second Filing –03/11/2024: FY24, Qtr 3,  Item # 132

  An Emergency Purchase Extension was received on March 11, 2024 requesting an extension for dates starting

  3/23/2024 to 09/22/2024 at an additional estimated cost of $151,448.16, revising the total estimated cost to

  $284,102.94.

 

 

  Original Filing – 09/27/2023: FY24, Qtr 2, Item# 102

 

  The vendors for this type of rental are limited and this is a specialty service. 

 

  Aggreko will be providing rental of two boilers for Shawnee CC.  They will also be changing out the wire for

  the new boilers and updating it up to code.

 

  Shawnee CC looked for Vendor to meet this type of emergency and was only able to find Agrekko in our area.

 

 

  This Emergency Purchase has an expected start date of 09/25/2023 through 12/22/2023 with an Original

  Estimated Cost of $132,654.78.

   Signed By:  Sandy Robinson, Purchasing Manager

      Vendor:  Aggreko                                                                                Notary Date:           9/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $132,654.78          $284,102.94                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  133   University of Illinois Urbana-Champaign                                                  File Date:  3/15/2024

 

  Second Filing – 03/15/2024: FY24, Qtr 3,  Item # 133

  An Emergency Purchase Extension was received on March 15, 2024 requesting an extension for dates starting

  03/31/2024 to 07/31/20243 at an additional estimated cost of $350,000.00, revising the total estimated cost to

  $600,000.00.

 

 

  Original Filing – 11/14/2023: FY24, Qtr 2, Item# 114

 

  Currently VIP Valet services are utilized at the Specialty Care Building with a term date of 12/31/2023. In

  addition, the Outpatient Care Center north and south tower entrances utilizes UIC campus valet service

  attendants that will also term on 12/31/23. We would like to avoid disruption of valet services at all three

  entrances by utilizing VIP Valet Services 1/1/24-3/31/24.  Many patients and visitors are receiving procedures

  and have scheduled appointments at the Specialty Care Building 1009 S. Wood and the Out Patient Care Center

  1801 S Taylor North and South Tower. VIP valet parking services allows the patients to park at the door

  entrance of the structures and enter the building avoiding commuting from the parking structure which could be

   a challenge depending on the patients condition and it assists the patients with timely arrivals to their

  appointments. This service also allows patients to arrive to their appointments more timely,  many patients have

  mobility challenges.  We are in the process of contract negotiations to secure a valet services vendor for five

  years. This emergency purchase request is to allow continued valet services until the contract terms for RFP

  #PPA101 are completed.

 

  IP Parking with attendants at the entrance of three locations; the Specialty Care Building (SCB), Outpatient Care

  Center (OCC) North and South tower entrances which allows the patients to park at the door entrance.

 

  This Emergency Purchase has an expected start date of 01/01/2024 through 03/31/2024 with an Original

  Estimated Cost of $250,000.00, using Institution Funds.

   Signed By:  Debra Matlock, Exec. Diirector

      Vendor:  VIP Services                                                                           Notary Date:           11/14/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00          $600,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  134   Capital Development Board                                                                    File Date:  3/18/2024

  Third Filing - 03/18/2024:  FY24, Qtr 3, Item # 134

  An Emergency Purchase Extension was received on March 18,2024 requesting an extension for dates starting

  04/01/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Second Filing - 12/13/2023:  FY24, Qtr 3, Item # 134

  An Emergency Purchase Extension was received on March 13, 2024 requesting an extension for dates starting

  12/23/2023 to 04/04/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  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 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  135   Capital Development Board                                                                    File Date:  3/18/2024

  Third Filing - 03/18/2024:  FY24, Qtr 3, Item # 135

  An Emergency Purchase Extension was received on March 18, 2024 requesting an extension for dates starting

  4/01/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing - 12/13/2023:  FY24, Qtr 3, Item # 135

  An Emergency Purchase Extension was received on December 13, 2023 requesting an extension for dates

  starting 12/23/2023 to 04/01/2024. The extension expenditure is not assessed and will be charged for time only.

   Reported in the same filing quarter.

 

 

  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 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  136   Capital Development Board                                                                    File Date:  3/18/2024

  Third Filing - 03/18/2024:  FY24, Qtr 3, Item # 136

  An Emergency Purchase Extension was received on March 18, 2024 requesting an extension for dates starting

  4/01/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing - 12/13/2023:  FY24, Qtr 3, Item # 158

  An Emergency Purchase Extension was received on December 13, 2023 requesting an extension for dates

  starting 12/23/2023 to 04/01/2024. The extension expenditure is not assessed and will be charged for time only.

   Reported in the same filing quarter.

 

 

  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 3


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

   Federal                        $0.00                                                                   $0.00

  137   Transportation, Department of                                                               File Date:  3/15/2024

 

  Final Cost Statement

  Latest Filing – 03/15/2024: FY24, Qtr 3, Item # 137

  The Actual Total Cost of FY24, Qtr 3, Item# 137  is $1,358,145.06

 

 

  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                                 $1,358,145.06        $1,358,145.06      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  138   Corrections, Department of                                                                    File Date:  3/14/2024

 

  Third Filing – 03/14/2024: FY24, Qtr 3,  Item # 138

  An Emergency Purchase Extension was received on March 14, 2024 requesting an extension for dates starting

  03/31/2024 to 06/30/2024 at an additional estimated cost of $75,00,000.00, revising the total estimated cost to

  $530,250,000.00.

 

  Second Filing – 12/27/2023: FY24, Qtr 3,  Item # 63

  An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates

  starting 10/28/2022 to 3/30/2024 at an additional estimated cost of $262,250,000.00, revising the total estimated

  cost to $455,250,000.00.

 

 

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

 

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

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

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

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

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

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

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

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

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

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

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

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

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

 

The vendor will

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

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

  RFP review before publicly posting.

 

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

  the 15% BEP goal established under this emergency. 

Boswell Pharmacy Services, LLC, Affinity Pharmacy

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

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

  Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC

 

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

  Estimated Cost of $40,000,000.00.

   Signed By:  Jacenta Wilson, APO

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $40,000,000.00     $530,250,000.00                  $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  139   Capital Development Board                                                                    File Date:  3/18/2024

  Third Filing - 03/18/2024:  FY24, Qtr 3, Item # 139

  An Emergency Purchase Extension was received on March 18,2024 requesting an extension for dates starting

  04/01/2024 to 05/31/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

  Second Filing - 12/13/2023:  FY24, Qtr 3, Item # 156

  An Emergency Purchase Extension was received on March 13, 2024 requesting an extension for dates starting

  12/23/2023 to 04/04/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  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 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  140   Capital Development Board                                                                    File Date:  1/16/2024

  Second Filing – 01/16/2024:  FY24,  Qtr3  Item # 140

  An Emergency Purchase Extension was received on January 63, 2024 requesting an extension for dates starting

  01/20/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 10/23/2023: FY24, Qtr 2, Item# 108

 

  Immediate expenditure is necessary to repair and stabilize the Hotel Florence Annex masonry walls to remove a

  threat to public health and safety. While the collapse of the south wall of the Hotel Florence Annex will be

  contained within a secured light well, the DNR must access this light well to repair areas of the Hotel Florence

  Proper to prevent water infiltrating into the older structure. The potential for collapsing masonry prohibits

  contractors moving forward with repairs or DNR staff removing weed trees and other standard maintenance

  within the light well. Furthermore, the collapse of the Hotel Florence Annex masonry walls may damage the

  Hotel Florence proper; immediate expenditure is also necessary for repairs to State property to protect against

  further damage to State property.

 

  Therefore, DNR has requested that CDB provide an assessment of the Hotel Florence Annex under an

  emergency declaration to determine what can be done to remedy the situation so that DNR can continue to

  make repairs to the Hotel Florence and to alleviate any public health/safety concerns.

 

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

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

  frames needed for the selection, negotiation and execution of an A/E contract, an assessment and potential

  design services under the existing processes would likely not begin forseveral months. For this reason, an

  emergency purchase is necessary to provide an expedited assessment and potential design services to support

  shoring and/or repair work to the Hotel Florence Annex wall as quickly as possible.

  Wiss, Janney, Elstner Associates, Inc., located in Chicago, IL, was selected because the firm has experience

  working with CDB and DNR on direct selection projects including CDB project #102-311-102, the firm is

  located close to the project site and has the capabilities to perform the work, and they are willing to provide

  expedited assessment and potentially design services for this emergency work.

 

  The project scope provides for an engineering assessment of the existing structural and life safety conditions of

  Hotel Florence Annex, specifically focusing on the south wall. The inspection shall be performed by a firm with

  specific expertise in structural engineering inspections of historic (subject to Illinois Historic Preservation

  Agency) buildings, utilizing drones for accessing areas deemed hazardous

  to human occupancy. This inspection should address the feasibility and safety of continued use of the building

  and include an evaluation of different shoring and stabilization methods that can remain in place until a

  permanent solution can be initiated.

 

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 10/23/2023 through 01/20/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Wiss, Janney,Elstner Assoc, Inc.                                                   Notary Date:           10/23/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  141   Corrections, Department of                                                                    File Date:  12/27/2023

 

  Second Filing – 12/27/2023:  FY24,  Qtr3,  Item # 141

  An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates

  starting 12/31/2023 to 10/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 12/22/2022: FY23, Qtr 3, Item# 10

 

  The agency previously awarded a contract to new vendor but the contract had to be terminated.  The current

  vendor was a previous incumbent with direct experience with the agency and manages the current network

  system so there will be no disruption of services.

 

  Network Maintenance, Video Visitation, Tablet Access, Personal Entertainment, Learning Opportunities

 

  The BEP vendor search under the NIGP code (83992) for this procurement yielded no matches.

 

  This is a $0.00 dollar contract.  All expenses are incurred by the individuals in custody.

 

  This Emergency Purchase has an expected start date of 12/24/2022 through 03/23/2023 with an Original

  Estimated Cost of $00, using incurred dollars by the individuals in custody.

   Signed By:  Sandy Robinson, PM

      Vendor:  Global Tel Link Corp                                                                 Notary Date:           12/22/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

  142   Capital Development Board                                                                    File Date:  7/5/2023

 

  Third Filing – 07/05/2023:  FY24,  Qtr 3,  Item # 142

  An Emergency Purchase Extension was received on July 5, 2023 requesting an extension for dates starting

  08/04/2023 to 10/10/2023. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

  Second Filing – 04/18/2022:  FY24,  Qtr 3,  Item # 91

  An Emergency Purchase Extension was received on April 18, 2022 requesting an extension for dates starting

  4/18/2022 to 8/4/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 2/18/2022: FY22, Qtr 3, Item# 28

 

  On December 16th, 2021, the Department of Corrections requested that the Capital Development Board procure

   vendors under an emergency procurement to provide replacements of the facility's cell door locks at the

  Lawrence Correctional Center (LCC). As a result of ongoing litigations, the LCC will be upgraded to a maximum

   security correctional facility to accept the transfer of inmates from other correctional facilities so structural and

   other upgrades can be made at those locations.

 

  Currently, software upgrades supporting the locking mechanisms at LCC are underway under CDB project

  #120-295-012. However, at the time of design and bid, the replacement of the physical cell-door lock

  components were not included in this project. The Department of Corrections intended to make those

  replacements with their internal maintenance personnel.

 

  However, it has been recently discovered that inmates are able to physically compromise and disable the actual

  cell-door lock mechanisms.

 

  Considering the time frames needed for bidding and award procedures, the ordering and replacement of the cell-

  door locking mechanisms under the existing processes would likely not begin for several months. Therefore,

  emergency purchases are necessary to upgrade the cell-door locking mechanisms as quickly as possible in order

   to protect the health and safety of the Law Enforcement Officers, State employees, and inmates, and to prevent

   or minimize any serious disruptions in critical State services at the facility.

 

  River City Construction LLC was selected to provide emergency services because they submitted the lowest

  responsive and responsible quote, and they can respond immediately to this request for emergency services.

  Several firms were invited to provide quotes, based on their availability, expertise, experience and location.

 

  The scope of work provides for the replacement of 1,188 cell-door lock mechanisms, 124 sliding cell door

  mechanisms, and related power and communication system components at the Lawrence Correctional Center as

   specified by the Architect/Engineer of record. Incorporated documents include the March 2009 Standard

  Documents for Construction & Supplement,design documents provided by the Architect/Engineer of record,

  and quote provided by River City Construction LLC. Services provided under this procurement should not

  exceed $8,257,000.00, prior to entering into a Construction Contract, without prior authorization from the


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

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

  reported upon project completion and project closeout. " Name of vendor" is authorized to proceed with the

  scope of work outlined in this Emergency Purchase Statement.

 

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

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

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

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

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

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

  contractor.

  Additionally, Governor Pritzker has issued Executive Orders 2021-22 (and subsequent Executive Orders)

  containing additional mitigations to address the COVID-19 pandemic. This includes an indoor mask requirement

  and vaccinations for those working at Illinois Department of Corrections (IDOC) facilities. These requirements

  apply to this project.

  This Emergency Purchase has an expected start date of 2/18/2022 through 05/18/2022 with an Original

  Estimated Cost of $8,257,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  River City Construction LLC                                                       Notary Date:           2/18/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $8,257,000.00                                           $0.00                   $0.00      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

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

 

  Final Cost Statement

  Latest Filing – 01/08/2024: FY24, Qtr 3, Item # 143

  The Actual Total Cost of FY24, Qtr 3, Item# 143  is $173,163.80. Reported in the filing quarter as the

  extension.

 

  Second Filing – 11/14/2022:  FY24,  Qtr 3,  Item # 110

  An Emergency Purchase Extension was received on November 14, 2022 requesting an extension for dates

  starting 11/14/2022 to 12/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

 

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

 

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

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

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

  Pharmacy and Medical Offices.

 

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

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

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

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

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

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

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

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

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

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

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

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

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

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

   Additionally,Governor Pritzker has issued Executive Order 2022-14 containing additional mitigations to address

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

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

 

  This Emergency Purchase has an expected start date of 06/28/2022 through 09/25/2022 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                   $173,163.80           $173,163.80      24 3

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                           January 1, 2024 through March 31, 2024