LIST OF EMERGENCY PURCHASE STATEMENTS

FILED WITH THE OFFICE OF THE AUDITOR GENERAL

April 1,2024 through June 30, 2024

 

 

 

  1      Human Services, Department of                                                              File Date:  3/27/2024

  Original Filing – 3/26/2024: FY24, Qtr 4, Item# 1

 

  Until yesterday, the vendor was providing fingerprinting services for all agencies under a CMS master contract.

  DHS used this contract almost daily, as we continue to respond to a desperate shortage in staffing. Due to the

  short notice of the termination of coverage, DHS selected the incumbent to preserve the onboarding operations

  currently underway.

 

  Fingerprinting and photo ID services.

 

  This Emergency Purchase has an expected start date of 03/27/2024 through 06/24/2024 with an Original

  Estimated Cost of $97,500.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Biometrics                                                                              Notary Date:           3/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $97,500.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  2      Human Services, Department of                                                              File Date:  4/4/2024

  Original Filing –4/4/2024: FY24, Qtr 4, Item# 2

 

  The vendor was selected based on their availability, qualifications and experience.

 

  Emergency procurement needed to repair and modernize the facility elevator for Chester Mental Health Center. 

  Elevator Modification: Controller Replacement, Troubleshooting, Repair, Addition of Hydraulic Oil Heater. 

  CMHC is seeking a modification and repair to an existing ThyssenKrupp brand elevator.

 

  This Emergency Purchase has an expected start date of 04/04/2024 through 06/30/2024 with an Original

  Estimated Cost of $128,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Phoenix Modular Elevator                                                           Notary Date:           4/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $128,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  3      Natural Resources, Department of                                                           File Date:  4/5/2024

  Original Filing – 04/05/2024: FY24, Qtr 4, Item# 3

 

  The Agency is moving forward with the following associated with this emergency procurement:

1)

  Investigation & Repairs of failed fire suppression pump (including pressure testing and physical inspection).

2)

  Investigation & Repairs of failed water conveyance piping (including pressure testing, etc.).

3) Investigation &

  Repairs (Replacement TBD) of nine (9) nonfunctional hydrants serving the Vendor Mall & Vendor Barns

  (separate system from the Event Building).

4) Investigation & Repairs to water supply (local municipal water

  may be determined to be a safer, less costly, and more consistent source).

5) Investigation & Repairs of

  associated electrical systems (upgrading the electrical system may be required to accommodate a modern fire

  suppression pump).

 

  There are two (potentially, three) Contractor/Vendor commodity areas of expertise for this project-- the first for

   the fire suppression pump that has failed (34-016) and the second for the nine (9) hydrants & water

  conveyance and connection that has failed (93-633). Additional work may be required by an Electrical

  contractor if the electrical system must be upgraded to accommodate modern pumps (914-38). A search of the

  Illinois Procurement Gateway  for BEP firms by these NIGP Code show that no BEP firms 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 Mattoon IL (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,

  Kane) 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 contractor selection.

 

  This Emergency Purchase has an expected start date of 04/05/2024 through 07/04/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Erick Huck, Division Manager

      Vendor:  Kane Mechancial Group                                                             Notary Date:           4/5/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  4      Natural Resources, Department of                                                           File Date:  4/16/2024

  Original Filing – 4/16/2024: FY24, Qtr 4, Item# 4

 

  There was a subsidence event overnight on 4/10/2024 in the City of DuQuoin.  The subsidence event is near the

   South Central Transit location (busing station) near the fuel pumps.   On the morning of 4/10/24 OMM was

  notified and emergency staff were on site to access the situation and to procure a contractor to fill in the void. 

  The main mine void was filled on 4/10/24  with 72 cubic yards of flowable fill.  4/15/24  – excavated and

  backfilled the other void located in the yard area.  The void is located adjacent to the sag area.  The contractor

  excavated the cross sections through the sag area approximately 3’ wide x 4’ in depth.  The contractor used the

   weight of the trackhoe to determine the firmness of the soil.  Clay soil material is dry and firm.  The contractor

  hauled CA6 rock to fill the trenches and the sag area.  Pending soil fill and site restoration on 4/19/24.  This

  emergency contract is necessary to alleviate the potential life-threating hazards of an open pit within a heavily

  used pedestrian bus station.  This vendor is able to complete the work immediately.  They are located within the

  City of DuQuoin.

 

  The main mine void was filled on 4/10/24  with 72 cubic yards of flowable fill.  4/15/24  – excavated and

  backfilled the other void located in the yard area.  The void is located adjacent to the sag area.  The contractor

  excavated the cross sections through the sag area approximately 3’ wide x 4’ in depth.  The contractor used the

   weight of the trackhoe to determine the firmness of the soil.  Clay soil material is dry and firm.  The contractor

  hauled CA6 rock to fill the trenches and the sag area.  Pending soil fill and site restoration on 4/19/24. 

 

  This Emergency Purchase has an expected start date of 04/10/2024 through 07/09/2024 with an Original

  Estimated Cost of $50,000.00, using Federal Funds.

   Signed By:  Lance Range, AML Div. Manager

      Vendor:  J & S Excavating                                                                      Notary Date:           4/16/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal                 $50,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  5      Central Management Services, Department of                                            File Date:  3/29/2023

  Original Filing – 03/29/2023: FY24, Qtr 4, Item# 5

 

  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.

 

  This Emergency Purchase has an expected start date of 03/29/2023 through 06/26/23 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Johnson Control Fire Protection                                                    Notary Date:           3/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  6      Corrections, Department of                                                                    File Date:  3/22/2024

  Original Filing – 3/22/2024: FY24, Qtr 4, Item# 6

 

  The Vendor will conduct onsite surveys and inspections at Stateville and Logan Correctional Centers to

  determine the environmental impact of demolishing and cleaning up the two sites. Logan Correctional Center has

   a coal plant that will require specific remediation efforts to prevent long-term contamination of the surrounding

  water and land.

 

  This Emergency Purchase has an expected start date of 03/22/2024 through 06/20/2024 with an Original

  Estimated Cost of $200,000.00.

   Signed By:  Jacenta Wilson, APO

      Vendor:  CDM Smith Inc.                                                                       Notary Date:           3/22/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $200,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  7      University of Illinois Urbana-Champaign                                                  File Date:  4/8/2024

  Original Filing – 04/08/2024: FY24, Qtr 4, Item# 7

 

  Due to the Change Healthcare/Optum cyberattack, the Hospital's information systems shut down some of our

  systems. This included the Computer Assisted Coding (CAC) Optum coding platform that was not available to

  the coders to complete coding for 10 days. This system disruption led to the coding backlog.  AAPC is being

  utilized for coding and auditing services by our Compliance Department.  The vendor has experienced hospital

  coders that can be assigned to our site relatively quickly.

 

  Medical coding services for hospital inpatient and outpatient accounts.

 

  This Emergency Purchase has an expected start date of 04/22/2024 through 07/20/2024 with an Original

  Estimated Cost of $270,000.00.

   Signed By:  Aaron Rosenthal, Sen. Assoc. Director

      Vendor:  AAPC Services                                                                        Notary Date:           4/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $270,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  8      Southern Illinois University - School of Medicine                                         File Date:  4/15/2024

  Original Filing – 4/15/2024: FY24, Qtr 4, Item# 8

 

  Art & Design East (ADE) and Student Fitness Center on the Edwardsville campus were severely damaged in a

  storm on March 15, 2024. Both roofs sustained total loss and require replacement. Insurance claim is being

  made, SIUE Facilities Fee account will be fund costs until insurance reimbursement is complete.

 

  This Emergency Purchase has an expected start date of 04/10/2024 through 06/10/2024 with an Original

  Estimated Cost of $566,068.00.

   Signed By:  Matt Brown, Dir of Purchases

      Vendor:  W. James Taylor Inc.                                                                 Notary Date:           4/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $566,068.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00

  9      Transportation, Department of                                                               File Date:  4/18/2024

  Original Filing – 4/18/2024: FY24, Qtr 4, Item# 9

 

  Buying 12 each of Triton Barrier Section Assembly TL-2(6-1/2 ft section) and 24 each of Triton Pedestals (TL-

  3KIT)  Bridge repair District 8, Collinsville.

 

  This Emergency Purchase has an expected start date of 04/15/2024 through 07/14/2024 with an Original

  Estimated Cost of $30,000.00.

   Signed By:  Joseph Monroe, Dist 8 Operations Eng

      Vendor:  Valtir                                                                                    Notary Date:           4/18/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $30,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  10     Transportation, Department of                                                               File Date:  4/25/2024

  Original Filing – 4/25/2024: FY24, Qtr 4, Item# 10

 

  Keeley & Sons, Inc was selected due to their geographic location and the expertise they have with bridge work.

 

  They can respond immediately to the damaged location and start the process of the required repairs.

 

  The contractor will design and repair the bridge carrying 26th Street over the Norfolk Southern Railroad in East

 

  St. Louis (SN 082-0131) that sustained significant damage as a result of being struck by a truck traveling over

  the bridge with its hydraulic lift fully extended.

 

  This Emergency Purchase has an expected start date of 04/25/2024 through 07/24/2024 with an Original

   Signed By:  Joseph Monroe, Dist 8 Operations Eng

      Vendor:  Keeley & Sons                                                                         Notary Date:           4/25/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,500,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  11     Public Health, Department of                                                                  File Date:  4/26/2024

  Original Filing – 4/26/2024: FY24, Qtr 4, Item# 11

 

  Provide qualified nursing staff team of two to inspect long term care facilities that have fallen in to financial or

  physical distress.  to ensure the safety of its residents. the teams will;

• Note improvements with regulatory

  compliance;

• Verify continued compliance and maintenance with regulation;

• Observe facility staff providing care

   and services to residents;

• Review records and inform the facility designee of concerns;

• Intervene on behalf of

  the residents that are not receiving the necessary direct care services;

• Routinely meet with residents to discuss

  the services they are receiving;

• Advise residents about the services they are entitled to receive; and

• Determine

  if the facility is failing to meet the direct care needs of residents.

 

  Due to IDPH's emergency nature, nine long-term care facilities fell into financial distress with an immediate need

   for monitoring while we were developing an IFB to establish a monitoring contract. IDPH is responsible for

  ensuring that the safety and well-being of our residents in these long-term care facilities are maintained and

  monitored. We contacted a qualified vendor and have worked with IDPH on other contracts for our Informal

  Dispute Resolution in the past few years. IDPH is working with an IFB to create a long-term agreement and will

   contact the BEP community.

 

  This Emergency Purchase has an expected start date of 04/22/2024 through 07/21/2024 with an Original

  Estimated Cost of $96,750.00, using Federal Funds.

   Signed By:  Michael Caceres, APO

      Vendor:  Certisurv, LLC                                                                        Notary Date:           4/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal                 $96,750.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  12     Human Services, Department of                                                              File Date:  4/30/2024

  Original Filing – 04/30/2024: FY24, Qtr 4, Item# 12

 

  This project was bid out to SBSA vendors as a small purchase however the responsive bid received was over

  the small purchase threshold.  The project was being rebid as an Invitation for Bid but there is not time to

  complete that process because the funding for this project expires 6/30/24.  Due safety reasons and lack of time

   for bidding, this project is being procured as an Emergency.   The vendor, Mac Industrial, bid on the project

  when it was solicited as a small purchase is able to complete the project prior to end of FY24 .  Funding for this

   project will not be available in FY25. 

 

  This contract includes all labor, materials, and equipment for the removal of old fencing and installation for

  security fencing on two Units.  Both B-Unit  and D-Unit fencing has failed and must be replaced with security

  fencing immediately to prevent elopements. 

 

  This Emergency Purchase has an expected start date of 05/03/2024 through 06/30/2024 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  MAC Industrial Serv                                                                 Notary Date:           4/30/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  13     Human Services, Department of                                                              File Date:  5/3/2024

  Original Filing – 5/3/2024: FY24, Qtr 4, Item# 13

 

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

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

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

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

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

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

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

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

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

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

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

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

  make any corrections to its submission. 

Additionally, NORC will work with the State to design and establish a

   permanent and coordinated data gathering solution so that population data requests which occur in addition to

  the 10 year census can be fulfilled with the most current and accurate counts available.

 

  This Emergency Purchase has an expected start date of 04/29/2024 through 07/26/2024 with an Original

  Estimated Cost of $660,734.00.

   Signed By:  Jean Sandstrom, APO

      Vendor:  NORC                                                                                   Notary Date:           5/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $660,734.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  14     Capital Development Board                                                                    File Date:  5/6/2024

  Original Filing – 05/06/2024: FY24, Qtr 4, Item# 14

 

  The scope of work provides for asbestos abatement and any necessary clean-up of Pine Cottage at Alton Mental

   Health Center 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 $1,000,000.00, 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 bereported 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 05/06/2024 through 08/03/2024 with an Original

  Estimated Cost of $1,000,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  American Asbestos Abatement                                                     Notary Date:           5/6/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,000,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  15     Environmental Protection Agency                                                            File Date:  4/18/2024

  Original Filing – 4/18/2024: FY24, Qtr 4, Item# 15

 

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

  environment to ensure the health and safety of residents. The specific vehicle was chosen due to the Bureau of

  Land's requirements. The Office of Site Evaluation (OSE) presently has two Geoprobes that are towed using

  two separate trailers and two separate trucks.  Presently the Office of Site Evaluation only has two vehicles in

  the group that are able to pull a trailer.  The OSE currently has four trailers and only two trucks capable to pull

  these trailers.  On certain occasions three trailers are needed for specific jobs.  Presently, we do not have the

  ability to bring all trailers needed for certain jobs. The drill rigs are used to collect soil, waste, groundwater

  samples, and install monitoring wells at potentially hazardous waste sites around the state of Illinois.   Currently,

  there are not enough adequate trucks to haul all equipment needed to install monitoring wells.  The OSE is in

  need of a 4X4 Super Duty 3500 or 350 truck to transport trailers used at sites that the OSE conducts

  environmental investigations. We have chosen this vendor because it is difficult to find a vehicle capable of

  hauling these trailers and this vendor had it readily available.

 

   

 

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.  In addition, the time that ordering windows for fleet

  vehicles are open have been decreased dramatically 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.

 

  Dodge Ram 3500 4X4 quad cab diesel.

 

  This Emergency Purchase has an expected start date of 04/18/2024 through 07/10/2024 with an Original

  Estimated Cost of $63,884.00, using Federal Funds.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Green Dodge                                                                           Notary Date:           4/18/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal                 $63,884.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  16     Environmental Protection Agency                                                            File Date:  4/19/2024

  Original Filing – 4/19/2024: FY24, Qtr 4, Item# 16

 

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

  unable to perform.  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 04/17/2024 through 07/16/2024 with an Original

  Estimated Cost of $24,083.00.

   Signed By:  Andrew Shackelford, APO

      Vendor:  Pace Analytical Services                                                             Notary Date:           4/19/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $24,083.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  17     Natural Resources, Department of                                                           File Date:  5/3/2024

  Original Filing – 5/3/2024: FY24, Qtr 4, Item# 17

 

  Construction services involving heavy equipment and trucks to remove pavement and excavate collapsed soils in

   the area of the pit/sag mine subsidence.  Ready mix concrete supplier will deliver Controlled Low Strength

  Material (flowable fill) to seal the subsidence.

 

  This Emergency Purchase has an expected start date of 05/03/2024 through 08/01/2024 with an Original

  Estimated Cost of $500,000.00, using Federal Funds.

   Signed By:  Brent Guttmann, PSA

      Vendor:  Ellis Excavating                                                                       Notary Date:           5/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal               $500,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  18     Human Services, Department of                                                              File Date:  5/8/2024

  Original Filing – 5/8/2024: FY24, Qtr 4, Item# 18

 

  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, because additional specifications needed to be

  added to the bid.  The second bid was canceled because BEP considered the vendor's bid non-responsive "due

  to a lack of a good faith effort" when completing its BEP Utilization Plan. The vendor filed an award protest, and

   a decision has not been made.

 

  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 05/04/2024 through 08/01/2024 with an Original

  Estimated Cost of $58,865.50.

   Signed By:  Jean Sandstrom, APO

      Vendor:  J & L Contractor dba Ox Cartage & Warehouse                                 Notary Date:           5/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $58,865.50                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  19     Public Health, Department of                                                                  File Date:  4/26/2024

  Original Filing – 4/26/2024: FY24, Qtr 4, Item# 19

 

  Provide qualified nursing staff team of two to inspect long term care facilities that have fallen in to financial or

  physical distress.  to ensure the safety of its residents. the teams will;

• Note improvements with regulatory

  compliance;

• Verify continued compliance and maintenance with regulation;

• Observe facility staff providing care

   and services to residents;

• Review records and inform the facility designee of concerns;

• Intervene on behalf of

  the residents that are not receiving the necessary direct care services;

• Routinely meet with residents to discuss

  the services they are receiving;

• Advise residents about the services they are entitled to receive; and

• Determine

  if the facility is failing to meet the direct care needs of residents.

 

  Due to IDPH's emergency nature, nine long-term care facilities fell into financial distress with an immediate need

   for monitoring while we were developing an IFB to establish a monitoring contract. IDPH is responsible for

  ensuring that the safety and well-being of our residents in these long-term care facilities are maintained and

  monitored. We contacted a qualified vendor and have worked with IDPH on other contracts for our Informal

  Dispute Resolution in the past few years. IDPH is working with an IFB to create a long-term agreement and will

   contact the BEP community.

 

  This Emergency Purchase has an expected start date of 04/22/2024 through 07/21/2024 with an Original

  Estimated Cost of $96,750.00. using Federal Funds.

   Signed By:  Michael Caceres, APO

      Vendor:  Certisurv, LLC                                                                        Notary Date:           4/26/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                                                                                 $0.00                   $0.00      24 4

   Federal                 $96,750.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  20     Capital Development Board                                                                    File Date:  5/8/2024

  Original Filing – 5/8/2024: FY24, Qtr 4, Item# 20

 

  The scope of work provides for a new gutter system that removes the lock joint from inside the gutter and will

  bring the seam onto the roof, making the gutter system one cohesive piece to allow the seam to be soldered on

  the roof itself. The scope also includes adding three (3) downspouts, and coring through the south masonry

  wall to install four (4) scupper head collection boxes to allow water to eject to grade. The downspouts coming

  from the upper clay tile roof section will be redirected to divert water from draining to the lower copper roof

  gutter system. 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 this

  procurement should not exceed $160,000.00, 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 05/8/2024 through 08/05/2024 with an Original

  Estimated Cost of $160,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Kreiling Roofing Co.                                                                 Notary Date:           5/8/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $160,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  21     Innovation & Technology, Department of                                                  File Date:  5/14/2024

  Original Filing – 5/15/2024: FY24, Qtr 4, Item# 21

 

  These are IBM Mainframe units which require Hardware services by certified IBM technicians.

 

  We require senior level IBM Mainframe technician to come to assess the Hardware management console for the

  z-14 Mainframe.  We are receiving a COMMUNICATIONS NOT ACTIVE hardware error message when we

  remoted into the z14 ADC Hardware Management Console (HMC). The error message indicates that the

  Support Element (SE) of the z14 Central Processing Complex (CPC) is not communicating with this HMC.

  After reinitializing the HMC, the error message did not go away. Due to inactive IBM maintenance contract with

   all IBM hardware, an emergency procurement is needed for an IBM  to look into the issue as soon as possible.

  With this connection down, we are unable to perform or conduct an actual disaster recovery in the case of an

  outage at the main data center. We are approximating around 62 hours at $995/hour.

 

  This Emergency Purchase has an expected start date of 05/13/2024 through 08/11/2024 with an Original

  Estimated Cost of $60,258.00.

   Signed By:  Albert Coll, AAPO

      Vendor:  International Business Machines Corp                                            Notary Date:           5/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $60,258.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  22     Capital Development Board                                                                    File Date:  5/16/2024

  Original Filing – 5/16/2024: FY24, Qtr 4, Item# 22

 

  The scope of work provides for expedited construction services to remediate the PCB from the vault and

  reroute main feeds to a new pad-mounted transformer, install a new duct bank for the buildings via a new duct

  bank, the end of the duct bank where the water main broke will be encased by a concrete cap, a transformer

  leaking PCB near the South Cell will be remediated and replaced, a pad mount switch SS-12 feeding South Cell

  House requires a pedestal and feeders extended.

 

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

  documents provided by the Architect/Engineer of record and quote received by Block Electric Co., 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 $1,124,000.00, 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 05/16/2024 through 08/13/2024 with an Original

  Estimated Cost of $1,124,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Block Electric Co. (29440)                                                          Notary Date:           5/16/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,124,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  23     University of Illinois Urbana-Champaign                                                  File Date:  5/16/2024

  Original Filing – 5/16/2024: FY24, Qtr 4, Item# 23

 

  UIC Human Resources (HR) is currently working with this vendor via a small purchase to provide immediate

  and critical recruitment and staffing support to UIC and University of Illinois Hospital & Health Sciences System

   (UIH). UIC HR was understaffed and with the growing number of Civil Service vacancies across UIC and UIH,

   we were not staffed nor equipped to handle the increased workload on a long term basis. Workload was

  distributed among recruiters and was based on a vacancy level of 600-650. UIC has been operating with a

  vacancy level of 1400+. We simply were not staffed to successfully continue at this level for an extended period

   of time.  Delays in the hiring process are negatively impacting hiring units across UIC and UI Health. Hiring

  seasoned recruiters to assist with the workload will help fill these positions, reduce the backlog and provide

  much needed relief to UIC HR recruiters and our UIC and UI Health hiring units.  We are working closely with

  campus to evaluate the number of vacancies across units and colleges to ensure all positions are budgeted and

  should be filled.  We have hired several new permanent recruiters including four who recently started who are

  currently being trained and will be able to assist in the coming months.

 

  Lucas James Talent Partners Talent Acquisition Consultants will perform the front-end part of the recruiting

  process for UIC from sourcing to minimum qualification review to credentials assessment and will then pass on

  candidates to the HR/Internal Recruiting team.

  Specific responsibilities include:

  • Outreach to passive candidates that meet minimum qualifications and credentials assessment utilizing existing

  tools and resources

  • Review of minimum qualifications from candidates from the register to credentials assessment

  • Screen candidates

  • Weekly reporting updates and weekly client communication

 

  This Emergency Purchase has an expected start date of 05/13/2024 through 08/10/2024 with an Original

  Estimated Cost of $250,000.00.

   Signed By:  Aaron Rosenthal, SA Director

      Vendor:  Lucas James Talent Partners                                                        Notary Date:           5/16/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $250,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  24     Toll Highway Authority, Illinois State                                                       File Date:  5/20/2024

  Original Filing – 5/20/2024: FY24, Qtr 4, Item# 24

 

  Using Other Funds - $613,500.00

 

  Maintain and provide surveilliance of maintenance of traffic devices along I-294 between Cermak Plaza 35 and

  Roosevelt Road and along I-290 between I-294 and St. Charles Road.  Complete repair/replacement or

  relocation of glare screen, temporary concrete barrier, impact attenuators, temporary information signing,

  guardrail, arrow boards, barricades, drums, lights, and work zone signs.

 

  This Emergency Purchase has an expected start date of 05/17/2024 through 08/14/2024 with an Original

  Estimated Cost of $613,500.00, using Other Funds.

   Signed By:  Eric Occomy, APO

      Vendor:  Roadsafe Traffic Systems                                                           Notary Date:           5/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $613,500.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  25     Southern Illinois University - School of Medicine                                         File Date:  5/20/2024

  Original Filing – 5/20/2024: FY24, Qtr 4, Item# 25

 

  Using State and Federal funds from patient revenue.

 

  Memorial Health and SIU School of Medicine work in collaboration to provide medical services and resident

  training.  The location at 3220 Atlanta Street, Springfield, IL will provide 3,340.62 square feet of space to

  provide urgent medical care to the undeserved population on the northern side of the city.

 

  This space was approved by the Health Resources and Services Administration (HRSA), an agency of the U.S.

  Department of Health and Human Services, in joint scope with the SIU Center for Family and Community

  Medicine Federally Qualified Health Center ("FQHC").  FQHC must react quickly in order to provide the

  continuity of care necessitated by HRSA as government paperwork indicated a start date of May 20, 2024 in

  order to mobilize and be ready to provide urgent medical care services.

 

  This Emergency Purchase has an expected start date of 05/20/2024 through 08/17/2024 with an Original

  Estimated Cost of $25,438.83, using State and Federal funds from patient revenue.

   Signed By:  Shannon Reed, Director

      Vendor:  Memorial Health                                                                      Notary Date:           5/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,438.83                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  26     Veterans Affairs, Department of                                                              File Date:  4/11/2024

  Original Filing – 4/11/2024: FY24, Qtr 4, Item# 26

 

  provide referral, care coordination, counseling, psychotherapy, and, where appropriate, facilitate prescription

  coverage for behavioral health medications, legal and financial counseling and other support services for eligible

  veterans and their family members who are seeking counseling related to their military service and associated

  transitional challenges.  The focus is on veterans returning from Iraq and Afghanistan and their families,

  although assistance to veterans of other conflicts is also available under the IWAP statute. Illinois Joining Forces

   are currently providing these services and are maintaining  comprehensive website owned by IDVA, including a

   web chat feature 24-hour live service seven days a week, that provides clinical consultations to potential clients

  and communicates the benefits of the program. A key component of this 24/7 toll-free phone line is the IJF's

  capability to provide telephonic TBI and PTSD screening for eligible veterans, as well as online outreach

  communication capabilities.

 

  This Emergency Purchase has an expected start date of 04/15/2024 through 07/14/2024 with an Original

  Estimated Cost of $55,834.00.

   Signed By:  Amanda Gray, APO

      Vendor:  IL Joining Forces                                                                      Notary Date:           4/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $55,834.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  27     State Police, Illinois                                                                              File Date:  5/23/2024

  Original Filing – 5/23/2024: FY24, Qtr 4, Item# 27

 

  Morrow Bros. Ford Inc has these particular patrol vehicles readily available on the lot for purchase. The vendor

  on master contract does not have any available vehicles for purchase.

 

  This purchase is for 58 Interceptor Patrol vehicles, 12 Responder Patrol vehicles and 10 Ford F-150 patrol

  trucks to replace outdated and higher mileage patrol vehicles that are currently in use in the field. These older

  vehicles are becoming high maintenance and cost as well as requiring the trooper to incur downtime for

  maintenance.

 

  This Emergency Purchase has an expected start date of 05/23/2024 through 08/21/2024 with an Original

  Estimated Cost of $4,721,960.00.

   Signed By:  Jason Williams, Fleet Services

      Vendor:  Morrow Bros Ford, Inc                                                               Notary Date:           5/23/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $4,721,960.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  28     Education, State Board of                                                                      File Date:  6/3/2024

  Original Filing – 6/3/2024: FY24, Qtr 4, Item# 28

 

  The vendor, as directed by ISBE, will efficiently receive and provide dry, cooler, and frozen storage of USDA

  Foods shipped to the State throughout the Summer for preparation of delivery in the Fall when school begins. 

  Minimal delivery may occur as required.  Intended recipients are USDA program approved public and private

  nonprofit schools, summer food program participants, correctional facilities, and emergency disaster-relief

  agencies.  

 

  This Emergency Purchase has an expected start date of 06/10/2024 through 08/21/2024 with an Original

  Estimated Cost of $1,100,000.00, using Federal Funds.

   Signed By:  Jason Perry,

      Vendor:  Lanter Distributing LLC                                                             Notary Date:           6/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal             $1,100,000.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  29     Capital Development Board                                                                    File Date:  6/7/2024

  Original Filing – 6/7/2024: FY24, Qtr 4, Item# 29

 

  The project scope provides for design services for the temporary shoring of the deteriorated concrete wall and

  utility supports, and a detailed engineering evaluation of the deteriorated wall. Based on the extent of

  deterioration that is detected, concrete repair will be provided, as recommended by the architect/engineer of

  record. It is anticipated this will consist of removing portions of the concrete wall, applying a rust inhibitor to

  exposed reinforcing bars, and replacing with cast-in-place concrete. The work also includes an engineering

  assessment to determine the cause and factors contributing to the deterioration of the concrete.

 

  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 06/07/2024 through 09/04/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Kuhn & Trello Consulting Engineers                                              Notary Date:           6/7/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 4

   Federal                                                                                                 $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  30     University of Illinois Urbana-Champaign                                                  File Date:  6/11/2024

  Original Filing – 6/17/2024: FY24, Qtr 4, Item# 30

 

  Using Self-Supprting Funds

 

 

  Worldwide Equipment Sales, LLC has been able to source one (1) new, unused, full size, 2024 RAM 5500

  chassis 4X4 rollback tow truck, with additional specifications. UIC previously tried to procure this vehicle

  through solicitation Bid #BJB126, but the solicitation was not awarded as no respondent was able to fulfill the

  requirements of the bid. The University needs to successfully provide parking and transportation services to the

  campus. The vendor Worldwide Equipment Sales, LLC located a vehicle in Pennsylvania, but will only hold for

  a short period while we complete the Emergency/Quick Purchase. In addition to the failed solicitation, the

  University has been unable to find a suitable Joint Purchase Master Contract held by the State of Illinois, as

  related agreements are for vehicles with incompatible specifications. We are receiving a discount of

  approximately 5% below market rate. If we do not proceed with this purchase now, we risk losing a vehicle

  that is priced below market rate.

 

  1) Chassis: White 2024 Dodge Ram 5500 4X4 SLT with Cummings diesel engine

 

2) Tow Truck Bed Configuration: Jerr Dan 20NGAF6T-LPW, 22' X 102" lo-profile aluminum deck with

  permanent rails

 

  This Emergency Purchase has an expected start date of 06/17/2024 through 12/12/2024 with an Original

  Estimated Cost of $119,310.00, using Self-Supporting Funds.

   Signed By:  Aaron Rosenthal, Director

      Vendor:  Worldwide Equipment Sales, LLC                                                 Notary Date:           6/11/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $119,310.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  31     Capital Development Board                                                                    File Date:  6/12/2024

  Original Filing – 6/12/2024: FY24, Qtr 4, Item# 31

 

  The scope of work provides for a detailed structural/geotechnical investigation of a foundation failure of the

  Vocational Building at Centralia Correctional Center in Centralia, IL. It is believed that a water main break and

  subsequent erosion beneath the building has caused this settlement. Investigation may include, but is not limited

  to, assessment of conditions underneath the building floor, plan review of the original onstruction and any

  renovations since its original construction, and extent of damage including that which is concealed from view.

  Based on the results of testing, assessment, and analysis of the causes of damage, a recommended solution will

  be formulated to allow reoccupation of the Vocational Building and restoration of utilities considering cost,

  timeliness of repairs, and safety.

 

  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 06/12/2024 through 09/09/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Oates Associates, Inc.                                                                Notary Date:           6/12/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  32     University of Illinois Urbana-Champaign                                                  File Date:  6/18/2024

  Original Filing – 6/18/2024: FY24, Qtr 4, Item# 32

 

  Aegis Aerospace owns and operates the Materials International Space Station Experiment (MISSE) platform,

  permanently installed on the ISS truss near the solar arrays (ELC 2, Site 3) for external orbital testing of a wide

  range of technologies. Aegis is authorized by NASA to provide integration services for payloads utilizing these

  unique external accommodations at ISS such as SEAQUE requires. The accommodations include placement on

  a space and radiation exposed platform, power and data interfaces, payload operations support, and return of the

   payload to earth. No other company can provide such services at this time.

 

  The sponsor stated that if we can get the documents in place on time, they will provide the money to cover the

  full cost to Aegis Aerospace, Inc. and the cost of the UIUC for operations and analysis.

 

  Space Entanglement And Annealing Quantum Experiment (SEAQUE) which requires the launch of hardware

  into space. Aegis will be responsible for MISSE flight of approximately twelve (12) months for the following

  test articles; One (1) experiment flight article that is 8.7” X 12.4” X 4.1” facing any orbital direction; Experiment

   data downlink and experiment command file upload not to exceed 4 hours per week; provide experiment data

  sent electronically to the SEAQUE team facility (weekly) including temperature data of the carrier deck

  (standard service), and total ionizing dose radiation data. Return of the SEAQUE flight hardware.

 

  This Emergency Purchase has an expected start date of 06/18/2024 through 06/18/2025 with an Original

  Estimated Cost of $570,978.00, using Federal Funds.

   Signed By:  Aaron Finder, PCMO

      Vendor:  Aegis Aerospace Inc.                                                                 Notary Date:           6/18/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal               $570,978.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  33     State Police, Illinois                                                                              File Date:  6/14/2024

  Original Filing – 6/14/2024: FY24, Qtr 4, Item# 33

 

  Morrow Bros. Ford Inc has these particular investigative vehicles readily available on the lot for purchase. The

  vendor on master contract does not have any available vehicles of this type for purchase.

 

  This purchase is for 28 Ford Edges. 6 of which will go to the canabis control section in the Division of Justice

  Services.

 

  The agency has reached out to all BEP and master contract vendors in search of these particular investigative

  vehicles. However all vendors have exhausted or sold all remaining inventory for the year to plan for the

  incoming new models arriving later in the calendar year. These particular vehicles are also not available through

  the CMS Master Contract. These are new prior year models at a lessor price than the current model yearl

  essentially saving the state money.

 

  This Emergency Purchase has an expected start date of 06/18/2024 through 09/15/2024 with an Original

  Estimated Cost of $1,169,280.00.

   Signed By:  Jason Williams, Bureau Chief Fleet Service

      Vendor:  Morrow Bros. Ford inc.                                                              Notary Date:           6/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,169,280.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  34     Toll Highway Authority, Illinois State                                                       File Date:  6/14/2024

  Original Filing – 6/14/2024: FY24, Qtr 4, Item# 34

 

  Metromex has previously completed pavement patching work  at the interchange.  They are familiar with the

  area and the traffic configuration.  Utilizing Metromex will have the least impact to the traveling public.

 

  The Tollway must have a source to complete pavement repairs to ensure the pavement continues to be safely

  maintained and avoid severe impact to the over 100,000 vehicles traveling on I-290 per day.  In addition, fencing

   is required to ensure access to the right of way and work zone is prohibited and erosion control must be

  maintained to comply with federal clean water requirements, avoid impact to streams and waterways and avoid

  monetary penalties for non-conformance.  In order to complete the erosion control measures, clearing of

  partially removed trees must also be completed.  The work is along I-290 between North Ave and Butterfield

  Road.

 

  This Emergency Purchase has an expected start date of 06/14/2024 through 09/11/2024 with an Original

  Estimated Cost of $500,000.00, using Other Funds.

   Signed By:  Eric Occomy, APO

      Vendor:  Metromex Contractors, Inc.                                                         Notary Date:           6/14/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  35     Corrections, Department of                                                                    File Date:  5/1/2024

 

  Third Filing – 05/01/2024: FY24, Qtr 4,  Item # 35

  An Emergency Purchase Extension was received on May 1, 2024 requesting an extension for dates starting

  06/01/2024 to 12/31/2024 at an additional estimated cost of $210,000.00, revising the total estimated cost to

  $720,000.00.

 

  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 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  36     Innovation & Technology, Department of                                                  File Date:  4/26/2024

 

 

  Fourth Filing – 04/26/2024:  FY24,  Qtr 4,  Item # 36

  An Emergency Purchase Extension was received on April 26, 2024 requesting an extension for dates starting

  5/1/2024 to 07/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  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.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   Signed By:  Dante Watson, APO

      Vendor:  Motorola Solutions Inc                                                               Notary Date:           4/1/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $2,000,000.00       $10,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  37     Central Management Services, Department of                                            File Date:  2/7/2023

 

  Second Filing – 2/7/2023:  FY24,  Qtr 4, Item # 37

  An Emergency Purchase Extension was received on April 13, 2024 requesting an extension for dates starting

  02/15/2023 to 05/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

 

 

  Original Filing – 11/17/2022: FY23, Qtr 3, Item# 29

 

  In order to meet statutory requirements, it has been determined that replacement of the entire system is in the

  best interest of the State.  Based on the lack of success in replacing the satellite controller, IOCI contacted the

  vendor who installed the current satellite transmission equipment in the early 1990s to request a quote.  The

  vendor was able to access their records and has a good understanding of the location of the equipment and what

   is needed to meet the State's needs and the vendor was willing to provide a quote for the new equipment.

 

 

 

The BEP goals calculated at 0% as there are no BEP vendors certified under NIGP Codes:

             726-54

   Ground Stations, Satellite: Transmit/Receive and Receive Only (Including Antennas)

 

  840-20 Broadcast Equipment, Television

  

  840-45 Satellite Receiver Dish (Video)

 

 

 

Due to the recently recognized requirement of a crane being needed to remove the original satellite as well as

   installing the new satellite once the construction has been completed and the previous Emergency contract

  extension was not executed, we are doing a new Emergency which includes the estimated cost of the crane.  It

  is estimated as we are unsure how many days it will actually be needed.  The cost of the satellite itself will be

  paid under the old Emergency P-41130 and cost of the removal, installation and crane will be covered under this

   new Emergency.

 

  Civil Engineering:

 

 

1. Vendor shall provide all necessary drawings to provide for modification of roof load frame to support the

  new CPI Satcom 4.8 meter antenna.

2. The load frame shall support the weight of the antenna assembly and

  all motors and control equipment for motorized azimuth, elevation, and polarization. 3. The load frame shall be

  of sufficient strength to allow the antenna to be capable of surviving 125 mph winds minimum.

4. If possible,

  the load frame shall be modified in a way that does not require removal of the current antenna.

5. The load

  frame shall be designed to place the antenna center position at the necessary azimuth to allow the greatest view

  of North American satellites.

 

  Construction:

 

 

1. The vendor shall be responsible for the modification of the roof load frame in accordance with the

  drawings provided by the structural engineer.

2. The vendor shall be responsible for the addition, subtraction,

  or substitution of steel members in accordance with the design of the structural engineer.

3. The vendor shall

  perform any necessary modifications to the roof structure, if necessary, in accordance with the design of the

  structural engineer.

4. The vendor shall perform any required fireproofing to interior steel members,

  ifnecessary, in accordance with the design of the structural engineer.

5. The vendor shall paint all external

  steel members in accordance with the design of the structural engineer.

6. The vendor shall be responsible for


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  obtaining all necessary construction permits.

 

  Satellite Equipment:

 

 

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

   RX, 1 TX). 

2. Mount for above antenna for roof load frame.

3. Antenna control unit (RCI4500 or

  equivalent), controller to be mounted in interior equipment rack with contactor and local control assembly at the

  antenna. ACU must be capable of integrating with Crystal M&C software.  Serial or IP interface (IP preferred).

 

4. Ku-band low noise block downconverter, quantity 2.

5. Forced air (or equivalent) dish deicing system

  with local and remote controls.

6. System design, checkout, performance analysis, warranty.

7. Removal of

  current non-functional antenna.

8. Assembly of antenna on customer supplied roof interface. Install feed,

  waveguide, and remote-control cable, maximum of 100 ft, includes IFL cable connectors and crane.

9.

  Lightning grounding kit.

10. Crane will be brought in for 1-2 days to remove the original unit and then brought

  in again for another 1-2 days to install the new equipment once the construction is completed.

 

  NIGP 72654 yielded no BEP Vendors registered with the State of Illinois.  Therefore, no opportunity presents

  itself for BEP participation.

 

  This Emergency Purchase has an expected start date of 11/16/2022 through 02/14/2023 with an Original

  Estimated Cost of $144,766.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Comm & Power Industries LLC/Satcom & Antenna Tech                     Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $144,766.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  38     Public Health, Department of                                                                  File Date:  4/30/2024

 

  Second Filing – 04/30/2024: FY24, Qtr 4,  Item # 38

  An Emergency Purchase Extension was received on April 30, 2024 requesting an extension for dates starting

  05/06/2024 to 08/05/2024 at an additional estimated cost of $1,305.000.00, revising the total estimated cost to

  $3,898,994.40. Federal Funding

 

 

  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 4

   Federal             $2,593,310.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  39     Corrections, Department of                                                                    File Date:  4/8/2024

 

  Second Filing – 04/08/2024:  FY24,  Qtr 4,  Item # 39

  An Emergency Purchase Extension was received on April 8, 2024 requesting an extension for dates starting

  04/15/2024 to 07/14/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  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 $16,344.00.

   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 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  40     Corrections, Department of                                                                    File Date:  4/10/2024

 

  Second Filing – 04/10/2024: FY24, Qtr 4,  Item # 40

  An Emergency Purchase Extension was received on April 10, 2024 requesting an extension for dates starting

  05/01/2024 to 10/31/2024 at an additional estimated cost of $7,000,000.00, revising the total estimated cost to

  $10,500,000.00.

 

 

 

  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       $10,500,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  41     Transportation, Department of                                                               File Date:  3/7/2024

 

  Second Filing – 03/07/2024: FY24, Qtr 4,  Item # 41

  An Emergency Purchase Extension was received on March 7, 2024 requesting an extension for dates starting

  03/30/2024 to 06/30/2024 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to

  $4,000,000.00.

 

 

  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        $4,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  42     Transportation, Department of                                                               File Date:  4/18/2024

 

  Second Filing – 04/15/2024: FY24, Qtr 4,  Item # 42

  An Emergency Purchase Extension was received on April 18, 2024 requesting an extension for dates starting

  05/19/2024 to 12/31/2024 at an additional estimated cost of $96,419.16, revising the total estimated cost to

  $128,558.88.

 

 

  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          $128,558.88                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  43     Transportation, Department of                                                               File Date:  4/18/2024

  Second Filing – 04/18/2024: FY24, Qtr 4,  Item # 43

  An Emergency Purchase Extension was received on April 18, 2024 requesting an extension for dates starting

  05/19/2024 to 12/31/2024 at an additional estimated cost of $54,052.80, revising the total estimated cost to

  $81,079.20.

 

 

  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            $81,019.20                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  44     Chicago State University                                                                       File Date:  3/25/2024

 

  Second Filing – 03/25/2024: FY24, Qtr 4,  Item # 44

  An Emergency Purchase Extension was received on March 25, 2024 requesting an extension for dates starting

  3/31/2024 to 12/31/2024 at an additional estimated cost of $1,419,000.00, revising the total estimated cost to

  $2,070,500.00.

 

 

  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        $2,070,500.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  45     Capital Development Board                                                                    File Date:  4/4/2024

 

  Second Filing – 04/04/2024: FY24, Qtr 4,  Item # 45

  An Emergency Purchase Extension was received on April 4, 2024 requesting an extension for dates starting

  April 23, 2024 to 4/30/2025. The extension expenditure is not assessed and will be charged for time only.

 

  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 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  46     Central Management Services, Department of                                            File Date:  3/28/2024

 

  Second Filing – 03/28/2024: FY24, Qtr 4,  Item # 46

  An Emergency Purchase Extension was received on March 28, 2024 requesting an extension for dates starting

  04/10/2024 to 04/10/2025 at an additional estimated cost of $465,955.20, revising the total estimated cost to

  $621,273.60.

 

  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          $621,273.60                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  47     Healthcare and Family Services                                                               File Date:  4/16/2024

 

  Third Filing – 04/16/2024: FY24, Qtr 4,  Item # 47

  An Emergency Purchase Extension was received on April 16, 2024 requesting an extension for dates starting

  06/30/2024 to 12/31/2024 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $154,444,000.00.

 

 

  Second Filing – 08/03/2023: FY24, Qtr 2,  Item # 154

  An Emergency Purchase Extension was received on August 3, 2023 requesting an extension for dates starting

  09/30/2023 to 06/30/2024 at an additional estimated cost of $108,399,600.00. revising the total estimated cost to

   $130,444,000.00.

 

 

  Original Filing – 06/29/2023: FY24, Qtr 2, Item# 139

 

  Dental Program Administrator will expire on 06/30/2023.  30 ILCS 500/20-60(a) limits the duration of contracts

   to ten (10) years inclusive of renewals and extensions, and as of its expiration date of 06/30/2023, this contract

   will be at the ten-year mark.  As such, HFS intends to establish an emergency contract from 07/01/2023

  through an anticipation end date of 11/01/2023 to allow time  to complete the competitive process.

 

 

 

Efforts to establish a new contract have been ongoing since November 2021.  The requisition was approved

   on 11/16/2021, and the first attempt to competitively procure was bid 23-478HFS-DIREC-B-26285, published

  03/30/2022, with a bid opening date of 06/16/2022.  After the bid opening, it was determined that the solicitation

   did not provide for consideration of all factors of significance to the State and bid B-26285 was canceled on

  12/01/2022.

 

 

 

The next bid, 23-478HFS-DIREC-B-35003, was published on 02/23/2023 with a bid opening of 03/30/2023.

   The notice of award for B-35003 was published on 06/09/2023, which started the 14-day protest period. A

  protest was received by the Chief Procurement Officer (CPO) on 06/23/2023, which has paused the

  procurement until further notice when the CPO will issue the determination.

 

   

 

Due to circumstances outside of HFS' control, HFS is declaring an emergency to ensure the continuity of

  services. . Dentaquest has agreed to a 90-day emergency contract to ensure that there is no lapse in service. 

  Any break in service would be extremely detrimental to the Department of Healthcare and Family Services and

  their constituents who rely on these dental services.  This 90-day emergency should allow time to resolve the

  protest and complete the competitive process.  We intend to cancel the emergency contract when the new

  contract is executed.

 

  The terms of this Contract shall be for the Dental Program of the Illinois Medical Assistance Program (MAP)

  regarding customers who receive services on a fee-or-service (FFS) basis including: ensuring that a customer

  receives necessary covered dental services; referring customers for dental care to those providers willing to

  accept customers in their practice; assisting customers with appointment assistance, monitoring access to care

  and ensuring that Early and Periodic, Screening, Diagnostic, and Treatment (EPSDT) participation for oral

  health increases; referring customers for transportation services to and from dental appointments; acting as


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  prior approval agent; education and outreach, appeals, and adjudicating MAP claims. Vendor must also provide

  assistance and outreach to enrolled dental providers, including provider enrollment assistance, provider appeals,

  etc.

 

  DentaQuest intends to meet a BEP goal of 5%, which was approved by the State of Illinois Commission on

  Equity & Inclusion previously under 23-478HFS-DIREC-B-35003. 

 

  15M0000049 Dental Program Administrator will expire on 06/30/2023.  30 ILCS 500/20-60(a) limits the

  duration of contracts to ten (10) years inclusive of renewals and extensions and as of its expiration date of

  06/30/2023, this contract will be at the ten-year mark.  As such, HFS will need to establish an emergency

  contract from 07/01/2023 through 11/01/2023 to allow time for the completion of the competitive process.

 

  This Emergency Purchase has an expected start date of 07/01/2023 through 09/29/2023 with an Original

  Estimated Cost of $12,044,400.00, using State & Federal Funds.

   Signed By:  Devin McQuillan, APO

      Vendor:  DentaQuest of Illinois LLC dba DentaQuest                                     Notary Date:           6/29/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $12,044,400.00     $154,444,000.00                  $0.00                   $0.00      24 4

   Federal                                                                                                 $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  48     Capital Development Board                                                                    File Date:  3/5/2024

 

  Third Filing – 03/05/2024:  FY24,  Qtr 4,  Item # 48

  An Emergency Purchase Extension was received on March 5, 2024 requesting an extension for dates starting

  05/31/2024 to 8/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing – 03/05/2024:  FY24,  Qtr 3,  Item # 133

  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 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  49     Capital Development Board                                                                    File Date:  8/24/2023

 

  Third Filing – 08/24/2023:  FY24,  Qtr 4,  Item # 49

  An Emergency Purchase Extension was received on August 24, 2023 requesting an extension for dates starting

  1/31/2024 to 4/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Second Filing - 08/24/2023:  FY24, Qtr 1, Item # 212

  An Emergency Purchase Extension was received on August 24, 2023 requesting an extension for dates starting

  11/1/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 6/6/2023: FY23, Qtr 4, Item# 52

 

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

  sized temporary chiller,to serve the East Moline Correctional Center Administration Building through November

  1, 2023 as directed by the Architect/Engineer of record.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $350,000.00, which is a place-holder prior to entering into a Construction

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/06/2023 through 09/04/2023 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ragan Mechanical, Inc.                                                              Notary Date:           6/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00          $350,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  50     Capital Development Board                                                                    File Date:  3/29/2024

 

  Final Cost Statement

  Latest Filing – 03/29/2024 FY24, Qtr 4, Item #50

  The Actual Total Cost of FY24, Qtr 4, Item# 50   is $5,236,387.51.

 

 

  Second Filing – 06/12/2023: FY24, Qtr 4,  Item #225

  An Emergency Purchase Extension was received on June 12, 2023 requesting an extension for dates starting

  06/30/2023 to 09/30/2023 at an additional estimated cost of $20,000.00, revising the total estimated cost to

  $5,241,322.37.

 

 

  Original Filing – 1/31/2022: FY22, Qtr 3, Item# 42

 

   CDB entered into a Professional Services Agreement and a Construction Contract for design and construction

  services to replace certain roofing systems at Shawnee Correctional Center, specifically for the Administration

  Building, Dietary Building,and Industries Building, otherwise known as CDB Project No. 120-255-025.

   On May 29, 2020, CDB issued a Notice of Termination of Contract letter to the selected contractor as a result

  of their failure to adhere to the contract documents which requires a valid roofing license issued by the State of

  Illinois. Further, CDB made a demand upon the contractor's surety to complete the work under the Performance

   Bond. The surety has refused to complete the work. CDB requested that the former contractor or surety

  provide temporary weather protection work by utilizing a licensed roofing contractor to protect the roofing

  systems from the elements as there are several leaks in each building. Both the former contractor and surety

  refused to provide such weather protection work.

   In October of 2020, CDB and the Chief Procurement Office authorized an emergency declaration to inspect the

   buildings and provide temporary weather protection to protect the buildings from the elements. A subsequent

  small purchase was authorized in May of 2021 for further weather protection work as the buildings continued to

   leak and prior protection was temporary. The original design team was subsequently terminated as it was

  determined that proper design and observations services were lacking. The buildings will continue to leak

  causing further damage to the roofing structure, including interior components.

   Therefore, an emergency purchase for construction services is necessary to replace the roofing systems as

  quickly as possible in order to protect the buildings. This project began by utilizing the prior Indefinite

  Delivery/lndefinate Quantity ("IDIQ") selection of an Architect/Engineer for design services.

   Joiner Sheet Metal & Roofing,Inc.,located in Highland,IL was selected to provide emergency construction

  services to replace the roofing systems because they provided the lowest responsive and responsible quote and

  can respond immediately to this request for emergency services. Several firms were invited to provide quotes,

  after having reviewed the Architect/Engineer's design documents, based on their availability, expertise,

  experience and location.

   The scope of work provides for the replacement of roofing systems and accessories on three buildings

  (Building Cl 137 Administration Building, Building Cl 138 Dietary Building, Building C1140 Industries Building) at

   the Shawnee Correctional Center to include the replacement of the existing standing seam metal roofing and

  accessories on all three buildings. At the Industries Building replace existing standing seam metal roofing and

  accessories on the lower roof area of the building with low-slope membrane roof and insulation.Some storm

  sewer work will be required for down spout tie in.


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 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 Joiner Sheet Metal &

  Roofing, Inc.  Services provided under this procurement should not exceed $5,160,679.00, prior to entering into

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

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

  out.

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

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

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

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

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

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

  contractor.

   Additionally, Governor Pritzker has issued Executive Order 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 03/09/2022 through 06/06/2022 with an Original

  Estimated Cost of $5,160,679.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Joiner Sheet Metal & Roofing, Inc.                                                Notary Date:           3/9/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $5,160,679.00        $5,241,322.37       $5,236,387.51        $5,236,387.51      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  51     Capital Development Board                                                                    File Date:  3/29/2024

 

  Final Cost Statement

  Latest Filing – 03/29/2024: FY24, Qtr 4, Item # 51

  The Actual Total Cost of FY24, Qtr 4, Item# 51  is $180,964.92.

 

 

  Second Filing - 08/24/2023:  FY24, Qtr 1, Item # 113

  An Emergency Purchase Extension was received on August 24, 2023 requesting an extension for dates starting

  11/1/2023 to 01/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 6/6/2023: FY23, Qtr 4, Item# 52

 

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

  sized temporary chiller,to serve the East Moline Correctional Center Administration Building through November

  1, 2023 as directed by the Architect/Engineer of record.

 

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

  design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $350,000.00, which is a place-holder prior to entering into a Construction

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

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

 

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 06/06/2023 through 09/04/2023 with an Original

  Estimated Cost of $350,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Ragan Mechanical, Inc.                                                              Notary Date:           6/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $350,000.00          $350,000.00         $180,964.92           $180,964.92      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  52     Capital Development Board                                                                    File Date:  3/29/2024

  Final Cost Statement

  Latest Filing – 03/29/2024: FY24, Qtr 4, Item # 52

  The Actual Total Cost of FY24, Qtr 4, Item# 52 is $51,051.88.

 

 

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

 

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

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

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

  power is restored at the facility.

 

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

  Back-End of the facility

 

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

   design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this procurement should not

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

  authorization from the Capital Development Board in consultation with the Chief Procurement Office. Final

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

 

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

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

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

  where the material is installed by the contractor.

 

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

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                    $51,051.88            $51,051.88      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  53     Capital Development Board                                                                    File Date:  3/29/2024

 

  Final Cost Statement

  Latest Filing – 03/29/2024: FY24, Qtr 4, Item # 53

  The Actual Total Cost of FY24, Qtr 4, Item# 53  is $0.00.  (transfer to BIOS)

 

 

  Original Filing – 12/6/2023: FY24, Qtr 2, Item# 123

 

  The scope of work provides for design/observation services for recommended 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. Ihe scope also provides tor immediate repairs to the x-bridging in the steel bar joists to

  stabilize the roof. Roof replacement and repairs will be done under a separate contract.

  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 12/06/2023 through 03/04/2024 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Mode Architects PC                                                                  Notary Date:           12/6/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  54     Human Services, Department of                                                              File Date:  4/1/2024

 

  Final Cost Statement

  Latest Filing – 04/01/2024: FY24, Qtr 4, Item # 54

  The Actual Total Cost of FY24, Qtr 4, Item# 54   is $17,617.04

 

  Original Filing – 12/5/2023: FY24, Qtr 2, Item# 120

 

  Summit Cold Storage Corp. has been providing cold storage services based on the most recent Invitation for Bid

   for FY21-23. The vendor did not return the FY24 renewal documents in time to process the renewal, and the

  services are in the process of being bid. Two Invitation for Bids (IFB)s have been conducted and no bids were

  received.  

 

  The vendor shall receive the frozen & refrigerated food delivered by various food vendors, store the food at

  correct temperatures, withdraw & deliver the food items that the kitchen requests once a week. The Center

  does not have adequate storage space for all of the frozen & refrigerated foods necessary to meet menu

  requirements.

 

  This Emergency Purchase has an expected start date of 12/1/2023 through 02/28/2024 with an Original

  Estimated Cost of $22,452.45.

   Signed By:  Jean Sandstrom, APO

      Vendor:  Summit Cold Storage Corp                                                          Notary Date:           12/5/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $22,452.45                                    $17,617.04            $17,617.04      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  55     Corrections, Department of                                                                    File Date:  4/4/2024

 

  Final Cost Statement

  Latest Filing – 04/04/2024: FY24, Qtr 4, Item # 55

  The Actual Total Cost of FY24, Qtr 4, Item# 55  is $135,504.49

 

 

  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                                   $135,504.49           $135,504.49      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  56     Corrections, Department of                                                                    File Date:  4/4/2024

 

  Final Cost Statement

  Latest Filing – 04/04/2024: FY24, Qtr 4, Item # 56

  The Actual Total Cost of FY24, Qtr 4, Item# 56  is $200,185.09.

 

  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                                   $200,185.09           $200,185.09      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  57     Capital Development Board                                                                    File Date:  4/4/2024

  Final Cost Statement

  Latest Filing – 04/04/2024: FY24, Qtr 4, Item # 57

  The Actual Total Cost of FY24, Qtr 4, Item# 57  is $2,925.05.

 

 

  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                                      $2,925.05              $2,925.05      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  58     Northeastern Illinois University                                                               File Date:  4/8/2024

 

  Final Cost Statement

  Latest Filing – 04/08/2024: FY24, Qtr 4, Item # 58

  The Actual Total Cost of FY24, Qtr 4, Item# 58  is $156,800.00

 

  Third Filing - 11/27/2023:  FY24, Qtr 2, Item # 133

  An Emergency Purchase Extension was received on November 27, 2023 requesting an extension for dates

  starting 12/1/2023 to 03/29/2024. The extension expenditure is not assessed and will be charged for time only. 

  Reported in the same filing quarter.

 

 

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

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

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

 

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

 

 

 

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

 

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

 

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

   campus on another project.

  Quotes:

  Demco $156,800.00

  Hill $164,520.00

  Air Design Systems $179,000.00

 

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

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

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

  domestic water piping and insulation.

 

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

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

  by insurance carrier..

   Signed By:  Victoria Santiago, Director Procurement Services

      Vendor:  Demco                                                                                  Notary Date:           8/2/2023


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $156,800.00                                   $156,800.00           $156,800.00      24 4

   Federal                        $0.00                                                                   $0.00

  59     Central Management Services, Department of                                            File Date:  4/8/2024

 

  Final Cost Statement

  Latest Filing – 04/08/2024: FY24, Qtr 4, Item # 59

  The Actual Total Cost of FY24, Qtr 4, Item# 59  is $15,625.94.

 

  Original Filing – 5/31/2023: FY23, Qtr 4, Item# 48

 

  The vendor was chosen due to familiarity with the fire suppression system at the location.  The vendor

  performed fire pump system repair under P-48920 dated 3-23-2023, the fire sprinkler repair under P-33681

  dated 2-04-2022, and another fire sprinkler repair under P-51802 dated 4-11-2023. We contacted the JPMC

  Plumbing Vendors on contract; however, none of them wanted to touch the repair on the ancient system as they

   felt they may cause further damage.

 

  Estimated cost equipment and labor to repair the leak in the sprinkler line in the Old Lottery Space on the

  concourse in the JRTC building.

 

  Statewide, there are 56 BEP vendors under NIGP Code 914-68. However, due to the severity of the need for the

   repair and the age of the system, while the chosen vendor is  not a BEP vendor, due to their experience in the

  repair of the JRTC Fire Sprinkler system, we feel they are the best vendor for this job.  

 

  This Emergency Purchase has an expected start date of 05/31/2023 through 08/28/2023 with an Original

  Estimated Cost of $25,000.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Johnson Control Fire Protection LP                                                Notary Date:           5/31/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $25,000.00                                    $15,625.94            $15,625.94      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  60     University of Illinois Urbana-Champaign                                                  File Date:  4/22/2024

 

  Final Cost Statement

  Latest Filing – 04/22/2024: FY24, Qtr 4, Item # 60

  The Actual Total Cost of FY24, Qtr 4, Item# 60  is $196,729.26

 

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

 

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

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

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

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

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

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

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

  sensitive ongoing research.

 

   

 

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

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

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

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

 

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

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

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

 

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

  Estimated Cost of $196,729.26.

   Signed By:  Aaron Finder, Asst. Dir.  Purchasing

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $196,729.26                                   $196,729.26           $196,729.26      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  61     Capital Development Board                                                                    File Date:  4/22/2024

 

  Final Cost Statement

  Latest Filing –04/22/2024: FY24, Qtr 4, Item # 61

  The Actual Total Cost of FY24, Qtr 4, Item# 61   is $83,291.38.

 

 

  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                                    $83,291.38            $83,291.38      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  62     Central Management Services, Department of                                            File Date:  4/24/2024

  Final Cost Statement

  Latest Filing – 04/24/2024: FY24, Qtr 4, Item # 62

  The Actual Total Cost of FY24, Qtr 4, Item# 62  is $126,566.00. was reported in the same filing quarter.

 

 

  Second Filing – 2/7/2023:  FY24,  Qtr 4,  Item # 228

  An Emergency Purchase Extension was received on April 13, 2024 requesting an extension for dates starting

  02/15/2023 to 05/31/2023. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 11/17/2022: FY23, Qtr 3, Item# 29

 

  In order to meet statutory requirements, it has been determined that replacement of the entire system is in the

  best interest of the State.  Based on the lack of success in replacing the satellite controller, IOCI contacted the

  vendor who installed the current satellite transmission equipment in the early 1990s to request a quote.  The

  vendor was able to access their records and has a good understanding of the location of the equipment and what

   is needed to meet the State's needs and the vendor was willing to provide a quote for the new equipment.

 

 

 

The BEP goals calculated at 0% as there are no BEP vendors certified under NIGP Codes:

             726-54

   Ground Stations, Satellite: Transmit/Receive and Receive Only (Including Antennas)

 

  840-20 Broadcast Equipment, Television

  

  840-45 Satellite Receiver Dish (Video)

 

 

 

Due to the recently recognized requirement of a crane being needed to remove the original satellite as well as

   installing the new satellite once the construction has been completed and the previous Emergency contract

  extension was not executed, we are doing a new Emergency which includes the estimated cost of the crane.  It

  is estimated as we are unsure how many days it will actually be needed.  The cost of the satellite itself will be

  paid under the old Emergency P-41130 and cost of the removal, installation and crane will be covered under this

   new Emergency.

 

  Civil Engineering:

 

 

1. Vendor shall provide all necessary drawings to provide for modification of roof load frame to support the

  new CPI Satcom 4.8 meter antenna.

2. The load frame shall support the weight of the antenna assembly and

  all motors and control equipment for motorized azimuth, elevation, and polarization. 3. The load frame shall be

  of sufficient strength to allow the antenna to be capable of surviving 125 mph winds minimum.

4. If possible,

  the load frame shall be modified in a way that does not require removal of the current antenna.

5. The load

  frame shall be designed to place the antenna center position at the necessary azimuth to allow the greatest view

  of North American satellites.

 

  Construction:

 

 

1. The vendor shall be responsible for the modification of the roof load frame in accordance with the

  drawings provided by the structural engineer.

2. The vendor shall be responsible for the addition, subtraction,

  or substitution of steel members in accordance with the design of the structural engineer.

3. The vendor shall

  perform any necessary modifications to the roof structure, if necessary, in accordance with the design of the

  structural engineer.

4. The vendor shall perform any required fireproofing to interior steel members,


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  ifnecessary, in accordance with the design of the structural engineer.

5. The vendor shall paint all external

  steel members in accordance with the design of the structural engineer.

6. The vendor shall be responsible for

  obtaining all necessary construction permits.

 

  Satellite Equipment:

 

 

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

   RX, 1 TX). 

2. Mount for above antenna for roof load frame.

3. Antenna control unit (RCI4500 or

  equivalent), controller to be mounted in interior equipment rack with contactor and local control assembly at the

  antenna. ACU must be capable of integrating with Crystal M&C software.  Serial or IP interface (IP preferred).

 

4. Ku-band low noise block downconverter, quantity 2.

5. Forced air (or equivalent) dish deicing system

  with local and remote controls.

6. System design, checkout, performance analysis, warranty.

7. Removal of

  current non-functional antenna.

8. Assembly of antenna on customer supplied roof interface. Install feed,

  waveguide, and remote-control cable, maximum of 100 ft, includes IFL cable connectors and crane.

9.

  Lightning grounding kit.

10. Crane will be brought in for 1-2 days to remove the original unit and then brought

  in again for another 1-2 days to install the new equipment once the construction is completed.

 

  NIGP 72654 yielded no BEP Vendors registered with the State of Illinois.  Therefore, no opportunity presents

  itself for BEP participation.

 

  This Emergency Purchase has an expected start date of 11/16/2022 through 02/14/2023 with an Original

  Estimated Cost of $144,766.00.

   Signed By:  Martha Blackwell, Manager

      Vendor:  Comm & Power Industries LLC/Satcom & Antenna Tech                     Notary Date:           11/17/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $144,766.00                                   $126,566.00           $126,566.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  63     Capital Development Board                                                                    File Date:  4/30/2024

 

  Final Cost Statement

  Latest Filing – 04/30/2024: FY24, Qtr 4, Item # 63

  The Actual Total Cost of FY24, Qtr 4, Item# 63  is $992,637.42.

 

 

  Second Filing – 11/7/2023:  FY24,  Qtr 2,  Item # 135

 

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

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

 

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

 

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

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

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

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

  waterfowl season.

 

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

   design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,

  will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should

  equal the contract award amount. Payment amounts will be approved based on proof of work actually

  performed and materials actually used. Construction Services provided under this

  procurement should not exceed $650,000.00, which is a place-holder prior to entering into a Construction

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

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

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

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

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

  where the material is installed by the contractor.

 

  This Emergency Purchase has an expected start date of 09/05/2023 through 12/03/2023 with an Original

  Estimated Cost of $650,000.00.

   Signed By:  Chris Miles, Exec II

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $650,000.00                                   $992,637.42           $992,637.42      24 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   Federal                        $0.00                                                                   $0.00

  64     Transportation, Department of                                                               File Date:  5/13/2024

 

  Final Cost Statement

  Latest Filing – 05/13/2024: FY24, Qtr 4, Item # 64

  The Actual Total Cost of FY24, Qtr 4, Item# 64   is $3,473,828.35.

 

  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                                 $3,473,828.35        $3,473,828.35      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  65     University of Illinois Urbana-Champaign                                                  File Date:  5/14/2024

 

  Final Cost Statement

  Latest Filing –05/14/2024: FY24, Qtr 4, Item # 65

  The Actual Total Cost of FY24, Qtr 4, Item# 65  is $203,020.63

 

 

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

 

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

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

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

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

 

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

  Estimated Cost of $203,020.63.

   Signed By:  Debra Matlock, Exec Dir

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $203,020.63                                   $203,020.63           $203,020.63      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  66     Innovation & Technology, Department of                                                  File Date:  5/16/2024

  Fifth Filing – 05/16/2024:  FY24,  Qtr 4,  Item # 66

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  06/01/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Fourth Filing – 08/08/2023: FY24, Qtr 1,  Item # 110

  An Emergency Purchase Extension was received on August 10, 2023 requesting an extension for dates starting

  08/20/2023 to 5/31/2024 at an additional estimated cost of $5,100,000.00, revising the total estimated cost to

  $10,150,000.00.

 

 

  Third Filing - 05/18/2023: FY23, Qtr 4  Item # 108

  An Emergency Purchase Extension was received on May 18, 2023 requesting an extension for dates starting

  05/21/2023 to 08/19/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to

  $5,050,000.00.

 

 

  Second Filing - 02/14/2023: FY23, Qtr 3, Item# 70

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

  starting 2/20/2023 to 05/20/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated

  cost to $3,050,000.00.

 

  Original Filing – 11/23/2022: FY23, Qtr 2, Item# 32

 

  The state sold the JRTC to Google, which means DoIT has to remove/relocate the state owned fiber network

  from the basement of the JRTC.  Complicating matters and compressing the timeline for this move, the city of

  Chicago issued an unexpected temporary moratorium on cutting LaSalle and Lake Streets beginning 12/1/22. 

  DoIT must have the conduit along these streets relocated/replaced by the end of November, which is Phase 1 of

   the JRTC fiber relocate project.  Once the conduit has been moved/relocated, Phase 2 will begin to finish the

  installation. Phase 2 includes: remainder of LaSalle Street fiber, hand-hole, conduit placement, the inside plant

  work at City hall - splice work, conduit, fiber install, fiber termination (repeat for MABB).  DoIT and Meade are

  at the mercy of several local permitting entities before work can be done in downtown Chicago, this further

  delayed the ability of DoIT and Meade to get the emergency relocation started earlier.

 

 

 

The existing contract CIC3648240 with Meade expires 11/27/22 with no renewals.  DoIT submitted an

  amendment on 11/4/2022 to add $850,000 of funds to finish phase 1 of the fiber move on BidBuy B-33097. 

  Due to receiving amendment approval with only one business day remaining before contract expiration, some

  funds from the amendment have also been included in this emergency to ensure contract coverage and a

  funding source to finish phase 1 of the fiber move before the moratorium begins 12/1 and allow the state to

  vacate the JRTC per the sales agreement.  Failure to finish phase 1 may result in significant delays and pose a

  risk to the fiber network which is a critical state asset.  The JRTC fiber provides one of two physical paths to

  the Chicago POP which serves all Chicago and collar county government and education sites, Equinix which

  processes ~50% of all traffic leaving the network, and network services for the City of Chicago and Cook

  County.  Loss of the JRTC fiber creates a vulnerability that will almost certainly result in a widespread outage


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  that would likely take days to restore. 

 

  In addition to the emergency fiber move detailed above, Meade also covers our owned fiber network statewide.

   If we do not have a fiber maintenance vendor on contract we risk prolonged network outages every time our

  fiber is damaged by having to negotiate a new emergency contract for the fiber repair each time it is damaged.

 

 

 

 

DoIT is in process of completing a request for a 12-month sole source contract to cover Meade's services

  until a new RFP can be issued and awarded.  DoIT anticipates sending the sole source for review and approval

  within one to two weeks.  The new RFP is currently being drafted and is being done on R-125058.

 

 

  This Emergency Purchase has an expected start date of 11/22/2022 through 02/19/2023 with an Original

  Estimated Cost of $1,050,000.00.

   Signed By:  Van P Austin, APO

      Vendor:  Meade, Inc.                                                                             Notary Date:           11/23/2022

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,050,000.00       $10,150,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  67     Employment Security, Department of                                                       File Date:  5/3/2024

 

  Third Filing – 05/3/2024: FY24, Qtr 4,  Item # 67

  An Emergency Purchase Extension was received on May 3, 2024 requesting an extension for dates starting

  07/01/2024 to 03/31/2025 at an additional estimated cost of $350,000.00, revising the total estimated cost to

  $5,205,541.00.

 

 

  Second Filing - 12/16/2021 FY22, Qtr 2, Item# 80

  An Emergency Purchase Extension was received on December 16, 2021 requesting an extension for dates

  starting 12/19/2021 to 09/18/2022 at an additional estimated cost of $4,355,541.00, revising the total estimated

  cost to $4,855,541.00.

 

 

  Original Filing – 09/18/2021: FY22, Qtr 1, Item# 75

 

  IDES currently has an Emergency Contract with KeyBank National Association ("KeyBank") for benefit banking

   services that will expire on December 31, 2021 ("current Emergency Contract") and it is unlikely that KeyBank

  will agree to another extension.  IDES cannot be without benefit banking services as these are critical to the

  Agency's mission. A competitive RFP has yet to be completed, and with the current emergency contract ending

  soon, IDES was left with no other option than to pursue a new emergency contract. IDES completed a goal

  setting worksheet for determining if the emergency contract would require a Business Enterprise Program

  (BEP) goal. After review and consultation with CMS BEP, it was determined that no goal would be required.

   

 

In an effort to have as much competition as possible, on August 17, 2021, IDES contacted five vendors

  about possibly providing the benefit banking services beginning January 1, 2022. The five vendors contacted are

   Conduent Bank, US Bank, Central Bank, Wells Fargo, and JP Morgan Chase Bank. IDES did not receive a

  response from Wells Fargo or Central Bank. Conduent Bank responded that there would not be enough time to

  implement the system, and therefore they would not be submitting a quote. US Bank and JP Morgan Chase Bank

   did provide a response.

   

 

Regarding the Quote submitted by US Bank, IDES does not believe that US Bank is able to implement all the

   required benefit banking services by December 31, 2021. Especially, since we are already in the window of US

  Bank’s proposed timeline. Hence, there would be a high probability of a gap in benefit banking services if IDES

  accepts the Quote submitted by US Bank. 

   

 

Regarding the Quote submitted by JPMC, JPMC did not offer debit card services but did offer check

  writing services that can be implemented by December 31, 2021.  Under the current Emergency Contract,

  JPMC serves as a subcontractor providing LockBox Services including, but not limited to, maintaining all

  required IDES accounts, demand deposit and investment accounts, lockbox processing, archive digital images

  of lockbox materials, and staff online banking related portal and reporting ("LockBox Services"). Since JPMC is

  currently administering IDES' Lockbox Services, there will be no need to implement a new lockbox solution (i.e.

   no gap in Lockbox Services). While IDES prefers debit card services over check writing services, IDES is

  willing to accept the check writing services to avoid a gap in services.  

 

  The benefit banking services include two core components: (1) a Benefit Payment Component for the

  distribution of unemployment insurance benefits to eligible claimants; and (2) a Lockbox Component for the

  administration of the lockbox operations. 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   

 

Under the Benefit Payment Component, the vendor is required, in part, to provide eligible claimants with

  access to their benefit payments by direct deposit or checks. In addition, the Benefit Payment Component

  includes, but not limited to, Automated Clearing House (ACH) transfers from individuals’ accounts, issuance of

  employer refunds via check or ACH, other funds disbursements, the acceptance of benefit reimbursement

  repayments, fraud prevention and detection services, claimant customer support services, secure portal for

  IDES staff, and transaction information analysis and reporting.   Further, the vendor must implement the check

  writing/printing services before December 31, 2021.

  This Emergency Purchase has an expected start date of 09/20/2021 through 12/18/2021 with an Original

  Estimated Cost of $500,000.00, using Federal Funds.

   Signed By:  Kristin Richards, Acting Director

      Vendor:  JP Morgan Chase Bank                                                              Notary Date:           9/18/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal             $4,855,541.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  68     Employment Security, Department of                                                       File Date:  5/3/2024

 

  Second Filing – 05/03/2024: FY24, Qtr 4,  Item # 68

  An Emergency Purchase Extension was received on May 3, 2024 requesting an extension for dates starting

  7/01/2024 to 03/31/2025 at an additional estimated cost of $146,400.00, revising the total estimated cost to

  $216,000.00.

 

 

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

 

  Using Federal Funding

 

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

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

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

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

  vendor under Emergency Contract #4100148165.

   Signed By:  Raymond Marchioro, Acting Director

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                               $0.00                                           $0.00                   $0.00      24 4

   Federal                 $69,600.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  69     Corrections, Department of                                                                    File Date:  5/23/2024

 

  Second Filing – 05/23/2024: FY24, Qtr 4,  Item # 69

  An Emergency Purchase Extension was received on May 23, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

  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       $30,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  70     Corrections, Department of                                                                    File Date:  5/16/2024

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 70

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  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       $30,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  71     Corrections, Department of                                                                    File Date:  5/16/2024

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 71

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  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       $30,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  72     Corrections, Department of                                                                    File Date:  5/16/2024

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 72

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 05/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

  $30,000,000.00.

 

 

  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       $30,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  73     Corrections, Department of                                                                    File Date:  5/16/2024

 

  Second Filing – 05/16/2024: FY24, Qtr 4,  Item # 73

  An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting

  05/25/2024 to 105/24/2025 at an additional estimated cost of $24,000,000.00, revising the total estimated cost to

   $30,000,000.00.

 

 

  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:                    $6,000,000.00       $30,000,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  74     Capital Development Board                                                                    File Date:  5/21/2024

 

  Third Filing - 05/21/2024:  FY24, Qtr 4, Item # 74

  An Emergency Purchase Extension was received on May 21, 2024, revising the original estimated cost to

  $172,500.00; and, requesting an extension for dates starting 06/06/2024 to 12/06/2024.

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

      Vendor:  Ross & Baruzzini, Inc. / Introba, Inc.                                              Notary Date:           8/31/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $172,500.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  75     Capital Development Board                                                                    File Date:  5/22/2024

  Third Filing - 05/22/2024:  FY24,  Qtr 4, Item # 75

  An Emergency Purchase Extension was received on May 22, 2024, at an additional estimated cost of

  $60,000.00 revising the original estimated cost to $623,178.78; and, requesting an extension for dates starting

  06/06/2024 to 12/06/2024.

 

  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          $623,178.78                  $0.00                   $0.00      24 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  76     University of Illinois Urbana-Champaign                                                  File Date:  5/20/2024

 

  Final Cost Statement

  Latest Filing –05/20/2024: FY24, Qtr 4, Item # 76

  The Actual Total Cost of FY24, Qtr 4, Item# 76   is $106,094.00

 

 

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

 

  Using Self-Supporting Funds.

 

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

  Bloomington Ford-Lincoln Incorporated provided the lowest pricing.

 

Dodge and Ford are the only

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

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

 

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

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

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

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

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

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

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

  competitive offers.

 

 

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

 

 

 

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

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

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

 

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

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

   Signed By:  Aaron Finder, Asst. Director of Purchasing

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $105,924.00                                   $106,094.00           $106,094.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  77     Capital Development Board                                                                    File Date:  12/13/2023

 

  Second Filing – 12/13/2023: FY24, Qtr 4,  Item # 77

  An Emergency Purchase Extension was received on December 13, 2023 requesting an extension for dates

  starting 12/31/2023 to 12/31/2024 at an additional estimated cost of $150,000.00, revising the total estimated

  cost to $250,000.00.

 

 

  Original Filing – 09/02/2021 FY22, Qtr 1, Item #46:

 

  The Department of Corrections notified the Capital Development Board that the transformer that supports the

  Dixon Correctional Center Warehouse Building failed. This transformer supplies electrical power for office

  equipment, lights, freezers, coolers, an elevator, loading dock doors and chillers. The transformer is almost 60

  years old and beyond its useful life. Normal life expectancy for a transformer is 30 years. Without some

  emergency support, there is a possibility of losing almost $200,000 in frozen and refrigerated

  product used for making daily meals. The facility warehouse has partial power now by utilizing an emergency

  generator, but the electrical needs have exceeded its capacity. A borrowed additional generator has also been

  brought to the site for additional power as the freezers, which are the main concern, are not able to be hooked

  up to the initial emergency generator. The Department of Corrections has requested that CDB declare an

  emergency to assist with the assessment of the transformer failure, to provide recommendations and guidance

  for temporary solutions, and to provide design and construction services for the replacement of the failed

  transformer.

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

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

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

  award procedures, an assessment of the failed transformer followed by temporary solutions and the design and

  replacement of the failed transformer under the existing processes would likely not begin for

  several months. For this reason, emergency purchases are necessary to assess, provide temporary solutions

  such as renting a temporary generator and/or a temporary transformer, followed by replacing the failed

  transformer as quickly as possible in order to protect against the threat to public health and safety, to protect

  against further loss or damage and to prevent or minimize serious disruption in critical State services. Block

  Electric Co., Inc., located in Niles, IL, was selected because they are relatively in close proximity to the site,

  they have the expertise and experience to complete the work, and they can respond immediately to this request

  for emergency services.

 

    The scope of work provides for supplying and installing a minimum 750 kVA, 208/120V, 3 phase rental

  generator to supply power to the building until a rental transformer can be installed. The scope also provides for

  supplying and installing a 750kVA, 2400V PRI, 208/120V SEC, 3 phase rental transformer until a permanent

  transformer is installed in a future project. All related cabling, conduits, and generator fuel are to be included.

  Incorporated documents include the March 2009 Standard Documents for construction & Supplement. Services

   provided under this procurement should not exceed $100,000.00, which is a place-holder prior to entering into

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

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

  out.

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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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 09/01/2021 through 11/29/2021 with an Original

  Estimated Cost of $100,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Block Electric Co.                                                                    Notary Date:           9/2/2021

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $100,000.00          $250,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  78     Natural Resources, Department of                                                           File Date:  5/21/2024

 

  Second Filing – 05/21/2024: FY24, Qtr 4,  Item # 78

  An Emergency Purchase Extension was received on May 21, 2024 requesting an extension for dates starting

  05/30/2024 to 08/28/2024 at an additional estimated cost of $53,000.00, revising the total estimated cost to

  $153,000.00.

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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

   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          $153,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  79     Capital Development Board                                                                    File Date:  12/8/2023

 

  Third Filing – 12/08/2023:  FY24,  Qtr 4,  Item # 79

  An Emergency Purchase Extension was received on December 8, 2023 requesting an extension for dates

  starting 12/1/23 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 03/07/2023:FY23, Qtr 3, Item# 44

  An Emergency Purchase Extension was received on March 7, 2023 in the same filing quarter, requesting an

  extension for dates starting 03/19/2023 to 07/30/2023. The extension expenditure is not assessed and will be

  charged for time only.

 

 

  Original Filing – 12/20/2022: FY23, Qtr 3, Item# 207

 

  The scope of work provides for expedited construction services to replace 3 boiler feedwater pumps, including

  ancillary electrical,piping and asbestos abatement work, at Dixon Correctional Center. Work shall also include a

  3 month rental of a stand-by pump, should complete failure of the existing pumps occur.

 

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

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

  $360,000.00, which is a place-holder prior to entering into a Construction Contract, without prior authorization

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

  be reported upon project completion and project close-out.

 

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

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

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

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

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

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

  contractor.

  Additionally, Governor Pritzker has issued Executive Order 2022-23 containing additional mitigations to address

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

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

 

  This Emergency Purchase has an expected start date of 12/20/2022 through 03/19/2023 with an Original

  Estimated Cost of $360,000.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  Commercial Mechanical Inc                                                        Notary Date:           12/20/2022


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $360,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  80     Central Management Services, Department of                                            File Date:  6/3/2024

  Second Filing – 06/03/2024:  FY24,  Qtr 4,  Item # 80

  An Emergency Purchase Extension was received on June 3, 2024 requesting an extension for dates starting

  6/28/2024 to 09/25/2024. The extension expenditure is not assessed and will be charged for time only.

 

  Original Filing – 3/28/2024: FY24, Qtr 4, Item# 208

 

 

  This Emergency JPMC will allow for the continuation of critical services for the State through a simplified

  purchasing process for the State Agencies, local governmental units, and qualified not-for-profit agencies

  because terms, conditions and pricing will be established prior to the time of orders for release off masters. This

   process will save considerable time and resources for the end users because they

  will not have to conduct their own solicitations, evaluate bids and establish individual contracts. This Emergency

   Joint purchasing agreement will permit the State of Illinois, local governmental units, and qualified not-for-profit

   agencies to leverage their market power with the expected outcome of lower pricing.

 

  CMS intends to establish an Emergency Joint Purchase Master Contract (JPMC) for Fingerprinting & Photo ID

  Services which includes photo identification, live scan and ink finger printing services which is available to State

   Agencies, local governmental units, and qualified not-for-profit agencies.

 

  CMS performed market research, demand and spend analysis for applicable cost based on the the current

  industry and national market for applicable and similar services being procured. Spend analysis was processed

  from Bidbuy on the prior contract, which expired 3/25/2024, with additional direct outreach to government units

   using the prior JPMC for services to request both 90 and 180 days service estimates.

 

  This Emergency Purchase has an expected start date of 03/28/2024 through 06/24/2024 with an Original

  Estimated Cost of $560,000.00.

   Signed By:  Mary Beth Poani, GSSS Manager

      Vendor:  Accurate Biometrics                                                                  Notary Date:           3/28/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $560,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  81     Capital Development Board                                                                    File Date:  6/4/2024

 

  Second Filing – 06/04/2024:  FY24,  Qtr 4,  Item # 81

  An Emergency Purchase Extension was received on June 4, 2024 requesting an extension for dates starting

  08/12/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 5/15/2024: FY24, Qtr 4, Item# 260

 

  The scope of work provides for the replacement of the crane which includes selective demolition, steel framing,

   concrete work, and electrical work.

 

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

  documents provided by the Architect/Engineer of record, and quote received by CAD 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 $287,680.00, 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 05/15/2024 through 08/12/2024 with an Original

  Estimated Cost of $287,680.00.

   Signed By:  Chris Miles, Exec II

      Vendor:  CAD Construction Inc.                                                               Notary Date:           5/15/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $287,680.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  82     Transportation, Department of                                                               File Date:  5/15/2024

 

  Second Filing – 05/15/2024:  FY24,  Qtr 4,  Item # 82

  An Emergency Purchase Extension was received on May 15, 2024 requesting an extension for dates starting

  07/09/2024 to 10/31/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing – 04/19/2024: FY24, Qtr 4, Item# 205

 

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

   once the nececssary

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 the reset the

  breaker that trips several times a week but the situation is untenable. The

vendor has some suggestions of

  modification 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 04/10/2024 through 07/08/2024 with an Original

  Estimated Cost of $121,700.00.

   Signed By:  Omolara Erewele, APO

      Vendor:  Outsen Elec                                                                            Notary Date:           4/9/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $121,700.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  83     Capital Development Board                                                                    File Date:  6/2/2024

 

  Final Cost Statement

  Latest Filing – 06/03/2024: FY24, Qtr 4, Item # 83

  The Actual Total Cost of FY24, Qtr 4, Item# 83  is $24,458.30

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

      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                                    $24,458.30            $24,458.30      24 4

   Federal                        $0.00                                                                   $0.00

  84     Central Management Services, Department of                                            File Date:  5/14/2024

 

  Final Cost Statement

  Latest Filing – 05/14/2024: FY24, Qtr 4, Item # 84

  The Actual Total Cost of FY24, Qtr 4, Item# 84  is $68,286.62.

 

 

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

 

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

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

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

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

 

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

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

 

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

  Estimated Cost of $50,000.00.

   Signed By:  Martha Blackwell, Manager

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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                        $50,000.00                                    $68,286.62            $68,286.62      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  85     Governors State University                                                                    File Date:  5/29/2024

 

  Final Cost Statement

  Latest Filing – 05/29/2024: FY24, Qtr 4, Item # 85

  The Actual Total Cost of FY24, Qtr 4, Item# 85  is $130,000.00

 

 

  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                                   $130,000.00           $130,000.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  86     Corrections, Department of                                                                    File Date:  4/30/2024

  Final Cost Statement

  Latest Filing – 04/30/2024: FY24, Qtr 4, Item # 86

  The Actual Total Cost of FY24, Qtr 4, Item# 86  is $821,254.34

 

 

  Original Filing – 3/3/2023: FY23, Qtr 3, Item# 26

 

  Vendor has previously provided correctional facilities with temporary boiler units and had availability to

  immediately respond with the necessary equipment to quickly provide a temporary unit until boiler repairs or

  replacement can be completed. 

 

  Vendor shall provide a 350HP boiler to Lawrence Correctional Center to provide heat in housing unit where

  current boiler is inoperable and will be repaired or replaced.  Temporary boiler will provide heat in housing units

  for individuals in custody and staff which is required due to outside temperatures. 

 

  Need for heating is immediate in the housing unit at Lawrence Correctional Center.  BEP participation was not

  feasible due to the lack of heat in the housing unit. BEP will be used if needed to procure additional services. 

 

  This Emergency Purchase has an expected start date of 02/27/2023 through 05/27/2023 with an Original

  Estimated Cost of $187,232.52.

   Signed By:  Sandy Robinson, II, Purchasing Manager

      Vendor:  Aggreko, LLC                                                                         Notary Date:           3/3/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $187,232.52                                   $821,254.34           $821,254.34      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  87     Capital Development Board                                                                    File Date:  6/2/2024

  Final Cost Statement

  Latest Filing –06/02/2024: FY24, Qtr 4, Item # 87

  The Actual Total Cost of FY24, Qtr 4, Item# 87 is $34,490.00.

 

 

  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                                    $34,490.00            $34,490.00      24 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  88     Capital Development Board                                                                    File Date:  6/2/2024

 

  Final Cost Statement

  Latest Filing – 06/02/2024: FY24, Qtr 4, Item # 88

  The Actual Total Cost of FY24, Qtr 4, Item# 88  is $199,761.86.

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

      State Cost:                      $165,869.00          $200,869.00         $199,767.86           $199,767.86      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  89     Capital Development Board                                                                    File Date:  6/2/2024

 

  Final Cost Statement

  Latest Filing – 06/02/2024: FY24, Qtr 4, Item #89

  The Actual Total Cost of FY24, Qtr 4, Item# 89   is $16,900.00.

 

  Second Filing -04/26/2023:  FY23, Qtr 4, Item # 278

  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                                    $16,900.00            $16,900.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  90     Innovation & Technology, Department of                                                  File Date:  6/10/2024

 

  Third Filing – 06/10/2024: FY24, Qtr 4,  Item # 90

  An Emergency Purchase Extension was received on June 10, 2024 requesting an extension for dates starting

  06/12/2024 to 12/11/2024, revising the total estimated cost to $57,000,000.00.

 

 

  Second Filing - 03/03/2023: FY23, Qtr3, Item #263

  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       $57,000,000.00                  $0.00                   $0.00      24 4


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  91     Healthcare and Family Services                                                               File Date:  6/7/2024

  Second Filing – 06/07/2024: FY24, Qtr 4,  Item # 91

  An Emergency Purchase Extension was received on June 7, 2024 requesting an extension for dates starting

  06/14/2024 to 12/14/2024 at an additional estimated cost of $2,778,078.32, revising the total estimated cost to

  $4,290,240.32.

 

  Using both Federal & State funding

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,512,162.00        $4,290,240.32                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  92     Financial and Professional Regulation, Department of                                  File Date:  5/24/2024

 

  Third Filing – 05/29/2024: FY24, Qtr 4,  Item # 92

  An Emergency Purchase Extension was received on May 24, 2024 requesting an extension for dates starting

  07/01/2024 to 06/30/2025 at an additional estimated cost of $165,000.00, revising the total estimated cost to

  $800,000.00.

 

 

  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          $800,000.00                  $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  93     University of Illinois Urbana-Champaign                                                  File Date:  6/7/2024

 

  Final Cost Statement

  Latest Filing – 06/07/2024: FY24, Qtr 4, Item # 93

  The Actual Total Cost of FY24, Qtr 4, Item# 93  is $1,052,863.08

 

  Second Filing – 08/31/2023: FY24, Qtr 1,  Item #61

  An Emergency Purchase Extension was received on August 31, 2023 requesting an extension for dates starting

  09/23/2023 to 03/26/2024 at an additional estimated cost of $600,000.00, revising the total estimated cost to

  $1100,000.00. Reported in the same filing quarter.

 

  Original Filing – 6/27/2023: FY24, Qtr 1, Item# 116

 

  The University is experiencing a staffing shortage of building service workers, who provide custodial and

  environmental cleaning services on campus.  The university currently has an emergency extension #VLH139

  with the vendor that is set to expire on 6/30/23. We are currently seeking a more permanent solutions by

  pursuing a cooperative procurement. The vendors proposals are due Friday. However, that will not be sufficient

   time to transition a new vendor on-board by 7/1/23.  Upon the award of this cooperative procurement and

  execution of a resulting contract, the University will no longer experience conditions that necessitate an

  emergency purchase.  This emergency purchase serves as a stopgap to ensure custodial and environmental

  cleaning services on campus continue.

 

  Apache Service and Supply Company will provide temporary EVS/hospital-grade cleaning, housekeeping, and

  COVID-19 disinfection services at the UI Hospital (Building 949). Vendor will provide all labor and required

  equipment to complete the work. The University continues to experience a shortage of Building Service Worker

  (BSW) staff, which means that buildings have received inadequate levels of service and experience improper

  levels of sanitation and cleanliness.

 

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

  Estimated Cost of $500,000.00.

   Signed By:  Debra Matlock, Exec Director

      Vendor:  Apache Service & Supply Co                                                       Notary Date:           6/27/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00        $1,100,000.00       $1,052,563.08        $1,052,563.08      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  94     University of Illinois Urbana-Champaign                                                  File Date:  6/7/2024

 

  Final Cost Statement

  Latest Filing – 06/07/2024: FY24, Qtr 4, Item # 94

  The Actual Total Cost of FY24, Qtr 4, Item# 94  is $162,454.00.

 

 

  Original Filing – 10/16/2023: FY24, Qtr 2, Item# 105

 

  The vendor specializes in boiler and tube failures, including repairs and replacement of parts on the East and

  West campus plant boilers.

 

  Boiler number 3 in the East plant (1100 South Morgan) suffered extreme tube failures due to the age of the

  boiler. This boiler is critical to ensuring we are able to supply heat to the East campus. The vendor will

  remove/replace 76 floor tubes and 15 knee wall tubes. Expose tubes at headers. Remove/reinstall inner & outer

  casing to expose tubes at the headers. Remove/replace refractory, insulation as needed.

 

  This Emergency Purchase has an expected start date of 10/13/2023 through 1/10/2024 with an Original

  Estimated Cost of $172,151.50.

   Signed By:  Debra Matlock, Executive Director

      Vendor:  Independent Mechancial Industries                                                Notary Date:           10/16/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $172,151.00                                   $162,454.00           $162,454.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  95     Transportation, Department of                                                               File Date:  6/11/2024

 

  Final Cost Statement

  Latest Filing – 06/11/2024: FY24, Qtr 4, Item# 95

  An Actual Total Cost of FY24, Qtr 4, Item # 95  is $161,416.20 was reported in the same filing quarter.

 

 

  Original Filing – 5/20/2024: FY24, Qtr 4, Item# 95

 

  Major items of work consist of the construction of Sub-Base Granular, Type A (12" and variable), Full depth

  HMA (14.25"), HMA Shoulders (8"), Furnished Excavation, Seeding.  Traffic control and protection and all

  pavement markings will be provided by Dist 9 forces.  Work will begin once allowance is provided by the

  Office of Mines and Minerals after their repair work is complete.

 

  This Emergency Purchase has an expected start date of 05/20/2024 through 08/17/2024 with an Original

  Estimated Cost of $500,000.00

   Signed By:  Rob Graeff, Operations Engineer, Dist 9

      Vendor:  Samron Midwest Contracting                                                       Notary Date:           5/20/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $500,000.00                                   $161,416.20           $161,416.20      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  96     Central Management Services, Department of                                            File Date:  12/11/2023

 

  Final Cost Statement

  Latest Filing – 12/11/2023: FY24, Qtr 4, Item# 96

  An Actual Total Cost of FY24, Qtr 4, Item # 96  is $226,946.78 was reported in the same filing quarter.

 

 

  Original Filing –09/19/2023 FY24, Qtr 4 Item# 96

 

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

  necessary vehicles to the different state agencies.

 

   

 

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

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

  (currently $0.625 per mile), with the employee paying the costs for fuel and vehicle maintenance up front.

 

   

 

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

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

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

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

  many of the State's large orders for model years 2021 and 2022 vehicles, forcing State agencies to re-order

  vehicles at the increased pricing for the new model year (2023).  In addition, the time that ordering windows for

   fleet vehicles are open have been decreased dramatically (some as little as two weeks for the entire 2023 model

  year) so State agencies cannot place orders against the JPMCs for the model year if the ordering window has

  opened and closed and must seek other means to procure the needed vehicles.

 

   

 

DOV and CMS BOSS has been scrambling for vehicles, including compact Sedans or SUVs, Midsize

  Sedans, Passenger Minivans, and SUVs.  The fleet has been diminished so much that we were forced to look

  for vehicles on lots that are deliverable immediately.  Section 20-30(d) of the Illinois Procurement Code and the

  CPO-GS Administrative Rules [44 Ill. Adm. Code 1.2030(c)] provide that the use of the Emergency method of

  source selection may be used to make a "quick purchase" in situations when "items are available on the spot

  market or at discounted prices for a limited time so that good business judgment mandates a "quick purchase"

  immediately to take advantage of the availability and price".  The emergency spot market method of

  procurement was chosen over a competitive solicitation because of the amount of time a competitive selection

  could take and given the current market environment, vehicle dealerships are unlikely to hold up to 40 vehicles

  on their lots without a guarantee of award.

 

   

 

CMS gave preference to Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid (PHEV) vehicles* offered by

  dealerships.  In the event the Agency's needs were not met with Flex-Fuel, Hybrid (HEV), and Plug-In Hybrid

  (PHEV) vehicles, CMS considered gasoline vehicles to cover the unmet needs.  As such, CMS requested a

  Motor Vehicle Exemption from the Chief Procurement Officer per 30 ILCS 500/25-75. 

 

   

 

There are currently not any Business Enterprise Program Certified Vendors registered for new and unused

  vehicles.  Sutton Ford previously had this certification but does not at this time.  CMS contacted Landmark

  Ford, Inc Sutton Ford and Bob Ridings Taylorville who hold state contracts for specific types of vehicles. Bob


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  Ridings holds the contract for small and midsize SUV's which they had none available that met the contract

  specifications. However, Landmark Ford Trucks INC does have three Ford trucks on the lot that meets the

  State's needs.

 

  1 Ford Truck F-250 with a service body

 

1 Ford Truck 250

 

1 Ford Truck F-450

 

  This Emergency Purchase has an expected start date of 09/18//2024 through 12/18/2023 with an Original

  Estimated Cost of $225,996.52.

   Signed By:  David Thomas, APO

      Vendor:  Landmark Ford Trucks, Inc                                                         Notary Date:           9/19/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $225,996.52                                   $226,946.78           $226,946.78      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  97     Transportation, Department of                                                               File Date:  5/7/2024

 

  Second Filing – 05/07/2024:  FY24,  Qtr 4,  Item #97

  An Emergency Purchase Extension was received on May 7, 2024 requesting an extension for dates starting June

   30, 2024 to 12/29/2025. The extension expenditure is not assessed and will be charged for time only.

 

 

  Original Filing –4/3/2024: FY24, Qtr 4, Item# 204

 

  Purchase of 65 Snowplow Dump Trucks for the Illinois Department of Transportation. The last new trucks

  IDOT received were in October of 2021, which were from FY21 orders.  From FY22 orders, 65 units (of the

  original 235 units ordered) are pending delivery but have yet to be delivered. No units were able to be ordered

  from the contract in FY23 or FY24 due to production and supply issues.  The old contract expired on 6/2/23

  and there is no contract to purchase new units. Given that approximately 34% of the fleet is replacement eligible

   at this time and is expected to reach 47% within the next 2 years, it is crucial to replenish the fleet to maintain

  operational efficiency and safety standards.

 

  This Emergency Purchase has an expected start date of 04/01/2024 through 06/29/2024 with an Original

  Estimated

  Cost of $16,285,000.00.

   Signed By:  Megan Seitzinger, Bureau Chief

      Vendor:  Rush Truck Center, Springfield                                                     Notary Date:           4/3/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                  $16,285,000.00                                           $0.00                   $0.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  98     Innovation & Technology, Department of                                                  File Date:  6/11/2024

 

  Third Filing – 06/11/2024:  FY24,  Qtr 4,  Item #98

  An Emergency Purchase Extension was received on June 11, 2024 requesting an extension for dates starting

  7/1/2024 to 09/28/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing – 03/21/2024:  FY24,  Qtr 4,  Item # 230

  An Emergency Purchase Extension was received on March 21, 2024 requesting an extension for dates starting

  04/07/2024 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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

      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 4

   Federal                        $0.00                                                                   $0.00


 

 

Updates

To

Previously Filed

Emergency Purchases


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  99     Innovation & Technology, Department of                                                  File Date:  6/12/2024

 

  Final Cost Statement

  Latest Filing – 06/12/2024: FY24, Qtr 4, Item# 99

  An Actual Total Cost of FY24, Qtr 4, Item # 99  is $1,906,000.02 was reported in the same filing quarter.

 

 

 

  Original Filing – 3/29/2024: FY24, Qtr 4, Item# 201

 

  This current emergency was necessitated by an upgrade to the primary production mainframe from an EC12 to

  a Z16 in January 2024.  Once this upgrade was completed,it was discovered that the Rocket DATA Z product

  was not working with the current license keys.  In order to update the license keys to a new mainframe unit,

  Rocket requested an SCRT usage report.  The report showed that the State was using significantly more

  'Millions of Instructions Per Second' (MIPS) than were originally licensed for.  The license amount established

  previously was for 545 MIPS on the mainframe units, while the new mainframes now processed up to 3400

  MIPS on the LPARS using Rocket DATA Z.  Rocket is now requiring a true up for the overage and correct

  licensing for our mainframe units.  This procurement is for an increase from 545 LPAR MIPS to 3400 LPAR

  MIPS.

 

 

 

Systems impacted by this procurement listed below:

 

 

 

Mobius\Direct View version that SOI is running is at end of life and could be subject to malicious attacks.

  Mobius is a mainframe

reporting software, which processes thousands of reports monthly from the mainframe

   and is critical to the State of Illinois for daily

processing and business needs. Mobius functionality also

  requires CICS TIMON, Data Z- Data Z Web and View Direct API

Legasuite is a Web based GUI front end to

  the IMS Mainframe based  Key Information Delivery System (KIDS). GUI is Graphical User Interface and IMS

  is a mainframe database and transaction system in which applications for mainframe are written. Lack of

  maintenance would cause the interfaces to the KIDS application to become  unstable and unreliable, resulting in

  reduced efficiency and increased costs of using KIDS and possibly system failure. This could result in the

  Agency's failure to meet program objectives, as well as federal and state mandates. KIDS  is used by Child

  Support Enforcement and the information it is providing directly impacts child welfare in the state of Illinois.

  KIDS notifies the Division of Child Support Enforcement (DCSE) of all: Approvals, Suspensions, Resumptions,

 

Cancellations, Sanctions, Reinstatements, Additions, and Deletions of a dependent child to the cash or medical

  assistance unit; Inter-Office transfers of cases; Changes in program eligibility; Changes in the basis of a child's

  eligibility; Account information; and all known information relating to the noncustodial parent.

 

  Bluezone- is the primary terminal access to the mainframe. It is the application used to sign on for every single

  mainframe user in order

to access every single application on the mainframe.

 

  The below products are currently licensed and used by agencies hosted and supported on the State of Illinois IT

   infrastructure.

 

This procurement is for an increase from 545 LPAR MIPS to 3400 LPAR MIPS through the

  purchase of additional Rocket licenses and maintenance compatible with the State's upgraded mainframe system

   being utilized to host the various impacted programs . 

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  This Emergency Purchase has an expected start date of 03/29/2024 through 06/27/2024 with an Original

  Estimated Cost of $1,906,000.01.

   Signed By:  Chris Brinkmeyer, APO

      Vendor:  Alert IT Solutions                                                                     Notary Date:           3/29/2024

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                    $1,906,000.01                                 $1,906,000.02        $1,906,000.02      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  100   Capital Development Board                                                                    File Date:  6/17/2024

 

  Final Cost Statement

  Latest Filing – 06/17/2024: FY24, Qtr 4, Item # 100

  The Actual Total Cost of FY24, Qtr 4, Item# 100  is $2,030,074.23

 

 

  Third Filing - 03/02/2023:  FY24,  Qtr 1,  Item # 68

  An Emergency Purchase Extension was received on March 2, 2023 requesting an extension for dates starting

  08/31/2023 to N/A. The extension expenditure is not assessed and will be charged for time only.

 

 

  Second Filing - 03/02/2023: FY23, Otr. 3, Item # 63

  An Emergency Purchase Extension was received on March 2, 2023 requesting an extension for dates starting

  11/10/2021 to 03/21/2023 at an additional estimated cost of $2,002,784.23, revising the total estimated cost to

  $2,502,784.23

 

  Original Filing – 11/10/2021: FY22, Qtr 2, Item# 27

 

  The 54 years old elevators are showing signs of excessive wear and tear. The major electrical and mechanical

  components of the elevators are either technologically obsolete or commercially obsolete and have exceeded

  their effective net useful life.

   Recently one of the two elevators that serves this building was stuck in between floors. It took 45 minutes to

  get the passenger car moving. Two individuals in wheelchairs and one individual with a walker were stuck in the

   elevator with no ability to seek help.

   The elevators are unreliable and create a risk of physical harm or death should an elevator experience a

  catastrophic failure.

 

  The scope of work is for construction services to assist in providing reliable code compliant elevators including

  all ancillary components at Dixon Correctional Center's Healthcare Unit, to include procuring all necessary trades

   to complete the work, coordination efforts with those trades, as well coordination with the prime specialty

  elevator contractor, as directed and designed by the Architect/Engineer of record.

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

  any drawings and specifications provided by the A/E of record. Services provided under this procurement

  should not exceed $500,000.00, which is a place-holder prior to entering into a time and material Construction

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

  Procurement Office. Final Actual Costs will be reported upon project completion and project closeout.

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

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

  a material term of the contract.

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

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

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

  purchases where the material is installed by the contractor.

 


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  This Emergency Purchase has an expected start date of 11/10/2021 through 02/07/2022 with an Original

  Estimated Cost of $500,000.00.

   Signed By:  Chris Miles, Exec II

      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       $2,030,074.23        $2,030,074.23      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  101   Human Services, Department of                                                              File Date:  6/12/2024

 

  Final Cost Statement

  Latest Filing – 06/12/2024: FY24, Qtr 4, Item # 101

  The Actual Total Cost of FY24, Qtr 4, Item# 101   is $660,734.00

 

 

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

 

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

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

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

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

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

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

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

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

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

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

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

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

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

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

  Office. 

 

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

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

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

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

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

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

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

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

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

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

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

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

  make any corrections to its submission. 

 

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

  Estimated Cost of $660,734.00.

   Signed By:  Pamela Enno, PO


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

      Vendor:  NORC                                                                                   Notary Date:           7/28/2023

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $660,734.00                                   $660,734.00           $660,734.00      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  102   Capital Development Board                                                                    File Date:  6/17/2024

 

  Final Cost Statement

  Latest Filing – 06/17/2024: FY24, Qtr 4, Item # 102

  The Actual Total Cost of FY24, Qtr 4, Item# 102  is $136,810.26

 

 

  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         $136,810.26           $136,810.26      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  103   Chicago State University                                                                       File Date:  6/14/2024

 

  Final Cost Statement

  Latest Filing – 06/14/2024: FY24, Qtr 4, Item # 103

  The Actual Total Cost of FY24, Qtr 4, Item# 103  is $1,103,049.06.

 

 

  Original Filing - 12/14/2016:

  A boiler failure occurred on 12/10/2016 affecting main buildings at Chicago State University Campus. Failure

  required students at Residence Hall to be relocated. The estimated cost for Anchor Mechanical is $250,000.00

  and the estimated cost for Chicago South Loop Hotel is $7,000.00. This Emergency Purchase has an expected

  start date of 12/10/2016 through 02/10/2017 for Anchor Mechanical and an expected start date of 12/10/2016

  through 12/15/2016 for Chicago South Loop Hotel, making the Original Estimated Cost at $257,000.00.

   Signed By:  Cecil Lucy, Asst. Director Physical Facilities

      Vendor:  Anchor Mechanical and Chicago South Loop Hotel                            Notary Date:           12/13/2016

                                Original                Revised              Paid To                Actual

                                Estimate               Estimate                  Date                  Final Cost                                 FY                    QTR

      State Cost:                      $257,000.00                                 $1,103,049.06        $1,103,049.06      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  104   Capital Development Board                                                                    File Date:  6/13/2024

 

  Final Cost Statement

  Latest Filing –06/13/2024: FY24, Qtr 4, Item # 104

  The Actual Total Cost of FY24, Qtr 4, Item# 104   is $1,544,649.32

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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.

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

   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 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       $1,544,649.32        $1,544,649.32      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  105   Capital Development Board                                                                    File Date:  6/13/2024

  Final Cost Statement

  Latest Filing – 06/13/2024: FY24, Qtr 4, Item # 105

  The Actual Total Cost of FY24, Qtr 4, Item# 105   is $210,811.28.

 

 

  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


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024

  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.

   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         $210,811.28           $210,811.28      24 4

   Federal                        $0.00                                                                   $0.00


                                 LIST OF EMERGENCY PURCHASE STATEMENTS

                             FILED WITH THE OFFICE OF THE AUDITOR GENERAL

                                               April 1,2024 through June 30, 2024