October 15, 2024
LIST OF EMERGENCY PURCHASE AFFIDAVITS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024
to
September 30, 2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
1 Central Management Services, Department of File Date: 6/21/2024
Original Filing – 06/21/2024: FY25, Qtr 1, Item# 1
The area has been treated previously with chemical but the bedbugs continue show up (serviced previously by
JPMC Vendors Chicago Pests and American Pest Control). This vendor was selected because they will use High
Heat Treatment to kill the bedbugs.
Treat reception area on 4th floor DOI with high heat to kill bedbugs at L6302, 320 West Washington,
Springfield, IL 62702.
This Emergency Purchase has an expected start date of 06/21/2024 through 09/20/2024 with an Original
Estimated Cost of $7500.00.
Signed By: Martha Blackwell, FPM
Vendor: Environ Pest Elimination, Inc. Notary Date: 6/21/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $7,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
2 Corrections, Department of File Date: 6/25/2024
Original Filing – 6/25/2024: FY25, Qtr 1, Item# 2
The vendor currently has the needed vans in stock and available for immediate purchase.
The vendor will be providing two brand new 12 passenger vans. 2023 ProMaster 2500 VIN
3C6LRVPG6PE546135, 2023 ProMaster 2500 VIN 3C6LRVPG7PE546127.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/23/2024 with an Original
Estimated Cost of $137,472.06.
Signed By: Jacenta Wilson, APO
Vendor: Green Automotive Notary Date: 6/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $137,472.06 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
3 Innovation & Technology, Department of File Date: 6/26/2024
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 3
Precisely's ACR software products are utilized by the State to automatically balance the results of processed
batched data jobs. Without the support of ACR products, the State would need to stop automatically processing
batch jobs and would have do process them manually - exposing the process to the risk of human error and
slowing it significantly, and requiring significantly more personnel resources than the State has available. This
software is critical to the continued support and functionality of the Department of Health and Family Services
("HFS") and the Department of Human Services ("DHS").
The State has utilized Precisely' software since
7/1/2006. Precisely owns the exclusive copyright to the software utilized by the State.
Execute a contract for maintenance on Precisely ACR Detail and ACR Summary for MVS software products:
- ACR/Detail
- ACR/Summary for MVS (MIPS MARS and MMIS NIPS capacity 1025)
- ACR Wornch.
Currently, the State maintains two licenses for Precisely ACR products: One for ACR/Summary used by Dept.
of Health and Family Services and the other for ACR/Detail used by Dept. of Human Services (DHS).
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $261,316.00.
Signed By: Chris Brinkmeyer, CAO
Vendor: Precisely Software Incorp Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $261,316.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
8 Veterans Affairs, Department of File Date: 7/15/2024
Original Filing – 07/15/2024: FY25, Qtr 1, Item# 8
Illinois Joining Forces currently provides the services required per statute 20 ILCS 2805/8
This Emergency Purchase has an expected start date of 07/15/2024 through 10/12/2024 with an Original
Estimated Cost of $60,000.00.
Signed By: Amanda Gray, APO
Vendor: Illinois Joining Forces Notary Date: 7/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $60,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
13 Toll Highway Authority, Illinois State File Date: 7/24/2024
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 13
The Tollway does not operate on State-appropriated funds. Procurement are funded through toll revenue.
The Tollway has a 24/7 emergency dispatch operations center that answers approximately 150,000 calls for
service annually. The Tollway Dispatch Center's communication with the public (accidents, incidents, etc.),
emergency medical services (EMS), police (state and local), and fire departments occurs through a computer-
aided dispatch (CAD) system. As a result of the State of Illinois ending their master contract with Motorola
Solutions to provide the Illinois Wireless Information Network (IWIN) program, a procedural change in Tollway
communication protocol is now required to communicate with emergency personnel and State Police units.
The Tollway has determined that Infor eDispatch Mobile Client user licenses are compatible with our current
CAD system and will replace the service previously provided by the State's IWIN program. In conjunction with
the emergency purchase of the 125 Infor eDispatch Mobile Client user licenses, the Tollway requires 10
additional Infor EnRoute CAD Seats to allow additional internal Tollway staff to answer non-emergency *999
calls.
In light of the critical need to address the current public safety issue and support essential operations,
the Tollway recommends proceeding with the emergency procurement of 125 Infor eDispatch Mobile Client
user licenses and 10 Infor EnRoute CAD Seats. This action is necessary to ensure that the Tollway's
emergency dispatch operations center has concise communications with Tollway maintenance personnel and the
Illinois State Police, as well as to enhance support for the *999 project.
SKU: PSD-EDISMC
DESCRIPTION: eDispatch Mobile Client
QUANTITY : 125
SUPPORT PLAN: XTP
SKU: PSSEATS
SKU DESC: EnRoute CAD Seats
QUANTITY : 10
SUPPORT PLAN: XTP
Formal quote will include the
initial upfront cost of the software licenses plus an estimated 40 hours of consultant implementation
Formal quote will include the initial upfront cost of the software licenses plus an estimated 40 hours of
consultant implementation time to integrate the changes to the Tollway systems.
This Emergency Purchase has an expected start date of 07/24/2024 through 10/21/2024 with an Original
Estimated Cost of $200,000.00, using funds generated through toll revenue..
Signed By: Eric Occomy, APO
Vendor: National Tek Service Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
15 University of Illinois File Date: 7/31/2024
Original Filing – 07/31/2024: FY25, Qtr 1, Item# 15
The University is experiencing a staffing shortage of building service workers, who provide custodial,
environmental, and sanitation cleaning services on campus. To address this shortage the University procures
contracted cleaning services from several vendors to supplement our workforce. Southeast Service Corporation
(SSC) provides custodial, environmental, and sanitation cleaning services under cooperative award #1912ALC
that will expire on August 2, 2024. The University’s transition plan to Cooperative award #2501GAL will not
be complete by 8/2/24. To ensure the continuation of critical services that support the public health posture on
campus and to allow for an orderly transition of services, the University will utilize the vendor SSC under this
emergency award.
Southeast Service Corporation (SSC) provides custodial, environmental, and sanitation services at campus
buildings, College of Dentistry (801 South Paulina Street, Chicago, IL 60612), College of Pharmacy (833 South
Wood Street, Chicago, IL 60612), and Outpatient Care Center (1801 West Taylor Street, Chicago, IL 60612).
The vendor will provide all labor and equipment required to complete this work.
This Emergency Purchase has an expected start date of 08/03/2024 through 10/31/2024 with an Original
Estimated Cost of $913,247.57, using Self - Supporting Funds.
Signed By: Aaron Rosenthal, IVC
Vendor: Southeast Service Corp Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $913,247.57 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
16 Transportation, Department of File Date: 7/31/2024
Original Filing – 7/31/2024: FY25, Qtr 1, Item# 16
The following vendor was contacted and their respective bid is noted:
Hennegan & Associates LTD $1,479,008.00
Hennegan & Associates LTD was the only vendor that the department contacted due to them having the
expertise in the repairs needed and the appropriate material to fix the issue we have on I 70 in St. Clair County.
This vendor was recommended to the district from the central office bureau of bridges and structures.
Provide 198LF of 6" and 9" modular expansion joint swivel along with front face cover plate assemblies for
repairs on I -70 over I 55 at structure 082-0322 and 082-0324.
This Emergency Purchase has an expected start date of 07/30/2024 through 10/27/2024 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Joseph Monroe, Dist 8 Operations Engineer
Vendor: Hennegan & Assoc. LTD Notary Date: 7/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
20 Central Management Services, Department of File Date: 8/21/2024
Original Filing – 08/21/2024: FY25, Qtr 1, Item# 20
The area has been treated previously with chemical but the bedbugs continue show up. This vendor was
selected because they will use High Heat Treatment to kill the bedbugs.
Treat mail room and conference room on 4th floor DOI with high heat to kill bedbugs at L6302, 320 West
Washington, Springfield, IL 62702.
This Emergency Purchase has an expected start date of 08/21/2024 through 11/19/2024 with an Original
Estimated Cost of $8,100.00.
Signed By: Martha Blackwell, Manager
Vendor: Environ Pest Elimination, Inc. Notary Date: 8/21/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $8,100.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
23 Revenue, Department of File Date: 9/6/2024
Original Filing – 09/06/2024: FY25, Qtr 1, Item# 23
Sam Leman was the only vendor that could provide the Department of Lottery with 6 Chrysler Pacificas.
Finding a vendor to provide inventory has been difficult. The Department of Lottery has done research to find a
vendor and Sam Leman has the inventory to meet our needs.
The Department of Lottery has been needing and searching for vehicles for our Lottery Sales Representatives
who must be able to travel throughout the State of Illinois. The fleet has been diminished due to recent wrecks
and damages. The Department of Lottery's fleet of 12 vehicles is now down to 4 that are being used. One of the
concerns is the agency would not be able provide its sales representatives with working vehicles in order to do
their daily tasks. Section 20-30(d) of the Illinois Procurement Code and the CPO-GS Administrative Rules
[44ILL. Adm. Code 1.2030(c)] provide that the use of the Emergency method of source selection may be used
to make a "quick purchase" in situations when "items are available on the spot market or at discounted prices for
a limited time so that good business judgment mandates a "quick purchase" immediately to take advantage of
the availability and price". The emergency spot market method of procurement was chosen over a competitive
solicitation because of the amount of time a competitive selection could take and given the current market
environment, vehicle dealerships are unlikely to hold multiple vehicles on their lots without a guarantee of award.
The Department of Lottery has done research and made and effort to utilize the master contract. However, the
vendor on the master contract did not have the inventory in stock.
This Emergency Purchase has an expected start date of 09/06/2024 through 12/06/2024 with an Original
Estimated Cost of $247,428.18
Signed By: Ryan Schone, APO
Vendor: Sam Leman Notary Date: 9/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $247,428.18 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
25 Veterans Affairs, Department of File Date: 9/6/2024
Original Filing – 09/06/2024: FY25, Qtr 1, Item# 25
Arena Foods Inc has the ability to begin services in the time frame that is required, prior to October 1, 2024 and
is also overseeing a similar project at our Manteno home. This is beneficial as Arena Foods Inc is familiar with
the service and processes at IDVA which will allow for services to be expedited.
Vendor will act as the Project Manager will oversee the Agency transition from the services currently being
administered at the Illinois Veterans Home at Quincy (IVHQ) to the newly designed and developed facility
kitchen. The staff will need professional guidance and direction in order to ensure a smooth transition of
services and new processes. Vendor will direct Agency Staff as needed in the transition of services. Vendor will
be the point of contact for all services related to the Dietary transition. . Vendor will be the point of contact and
will provide direction to all Agency staff regarding all aspects of the dietary transition from the former service
to the new innovative service.Vendor will provide services including, but not limited to, conducting test dietary
operations; overseeing and training Agency staff and assessing IDVA dietary operations to ensure applicable
standards are met; drafting and reviewing policies and procedures for dietary operations. Vendor will attend
meetings as requested. Vendor will provide updates weekly or as requested to identified staff, including but not
limited to; the Senior Home Administrator, Home Administrator and Assistant Director. Develop and present in-
service training and education for Facility’s personnel on a quarterly basis or more frequently as requested by
facility and document each presentation. Assist in the development of appropriate food service department
policies and procedures. Provide other services as requested by food service management and operation.
This Emergency Purchase has an expected start date of 09/16/2024 through 12/14/2024 with an Original
Estimated Cost of $200,000.00.
Signed By: Amanda Gray, APO
Vendor: Arena Foods Notary Date: 9/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
30 Student Assistance Commission, Illinois File Date: 9/19/2024
Original Filing – 09/19/2024: FY25, Qtr 1, Item# 30
The FAFSA Student Support Strategy project grant allows ISAC to use funds for advertising campaigns for
FAFSA completion support events and information. Initially, Illinois Board of Higher Education (IBHE) was
providing the advertising services (through a contract IBHE already had with Flowers Communications Group)
for ISAC by means of an intergovernmental agreement (IGA).
IBHE’s contract has reached it maximum amount so ISAC can no longer obtain advertising services using IBHE.
Flowers Communications Group has the information & materials for the advertising campaign already so it
the quickest and most cost efficient to continue with obtaining advertising and marketing services through them.
Flowers has already developed creative content for these campaigns. It is most efficacious and cost-effective
to hire Flowers to continue the campaign through the fall.
The funding for the procurement is a federal grant (being handled though Education Credit Management
Corp, ECMC) so if ISAC does not use the emergency quick purchase method, we will have no advertising
services in place before the funds expire.
Marketing and advertising services for the FAFSA Student Support Campaign. This includes targeted paid
advertising and continuation of the statewide marketing campaign that was already developed in collaboration
with IBHE and ISAC. This advertising shall include billboards, geotargeting colleges, search and email ads,
social media, and streaming audio.
This Emergency Purchase has an expected start date of 09/18/2024 through 12/17/2024 with an Original
Estimated Cost of $500,000.00, using Federal Funds.
Signed By: Lisa Sayers, APO
Vendor: Flowers Communications Group Notary Date: 9/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $500,000.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
32 Southern Illinois University File Date: 9/24/2024
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 32
Smartsheet is spreadsheet software that was initially used for project management. With the creation of a new
Project Management Office (PMO) within the Office of Strategy, their mission is to standardize processes and
facilitate the sharing of resources, methodologies, tools, and techniques across the SIU School of Medicine
campus. PMO uses this primary end-to-end solution, Smartsheet, to streamline business processes using
sheets, reports, automation, and dashboards. Most of the tools used by PMO is built within Smartsheet.
Additionally, Smartsheet is available to all SIU Medicine staff members and can be utilized by any department for
their needs. The university is also in the middle of a new E-Procurement and contract management
implementation that uses Smartsheet for project management, goals and risk analysis. Department end-users
have also found this tool to be effective for workflow management. Before selecting this application, several
were reviewed and Smartsheet was selected by administration by what started as a small purchase.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $146,500.00, using Local Funds.
Signed By: Shannon Reed, Director
Vendor: Smartsheet Inc Notary Date: 9/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $146,500.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
4 University of Illinois File Date: 10/1/2024
Final Cost Statement
Latest Filing – 10/1/2024: FY25, Qtr 2, Item #328
The Actual Total Cost of FY25, Qtr 2, Item# 328 is $600,000.00, with a final contact term ending.
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 4
University of Illinois, Chicago is seeking additional interim staffing to support and aid the day-to-day operations
in the Office of the Vice Chancellor for Research. Currently there is a lack of resources to support the need for
the department due to delays in recruitment for the university. The Attain Partners consultants have experience
in pre-award processes, post-award revenue and expenditure accounting; sponsored programs policy and
business processes; and familiarity with various grants management supporting systems, including various
Enterprise Resource System (ERP).
The support is currently needed for the comprehensive research administration activities including review grant
guidelines, research and review sponsor requirements and review application materials to ensure compliance
prior to application submission.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $600,000.00, using Institutional Costs Recovered (ICR) Funds.
Signed By: Aaron Rosenthal, SA Director
Vendor: Attain Consulting Group/Attain Partners Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $600,000.00 $600,000.00 $600,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
5 Human Services, Department of File Date: 12/5/2024
Final Cost Statement
Latest Filing – 12/05/2024: FY25, Qtr 2, Item # 375
The Actual Total Cost of FY25, Qtr 2, Item# 375 is $230,000.00, with a final contact term ending.
Original Filing – 06/28/2024: FY25, Qtr 1, Item# 5
This vendor is mandated to meet the requirements of both the Williams Consent Decree and Colbert Consent
Decree. This service is procured via Sole Source each year and an emergency purchase is needed to allow time
for the FY25 Sole Source contract to be completed and executed.
The Corporation of Supportive Housing (CSH) will provide the following:
• Co-convene in Housing Forums;
• Ongoing development and implemention of consumer assessment process;
• Maintain current Bridge
Program policy and procedures;
• Support Housing Location Team;
• Ensure consumer satisfaction;
•
Ongoing development of DMH and mental health agency understanding of Permanent Supportive Housing (PSH)
models, financing and best practices;
• Engage additional developers and property managers in PSH
creation for class members and assist with class member referral/placement into units;
• Foster partnerships and
creative financing strategies;
• Ongoing development and implementation of policies to develop PSH for Williams
Consent Decree and subsequent settlements.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $230,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Corporation for Supportive Housing Notary Date: 6/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $230,000.00 $230,000.00 $230,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
6 Transportation, Department of File Date: 10/7/2024
Final Cost Statement
Latest Filing – 10/7/2024: FY25, Qtr 2, Item # 329
The Actual Total Cost of FY25, Qtr 2, Item# 329 is $610,832.65, with a final contact term ending.
Original Filing – 07/01/2024: FY25, Qtr 1, Item# 6
All work performed at IL 15/IL 158 to prevent further slope damage and/or impact adjacent creek.
200’ of Sheet Pile Retaining Wall,
To be installed 4' off of edge of shoulder with vibratory hammer.
Existing HMA shoulder to be removed and replaced with full-depth HMA shoulders, 10", approximate 12’ width
to edge of sheet pile retaining wall.
Pipe underdrains with filter fabric to be installed at edge of ramp pavement and along the back side of the sheet
pile retaining wall.
Stone Riprap, Class A3 with Filter Fabric to be installed on back/creek side of sheet pile retaining wall.
Existing highway lighting foundation #9 to be removed. Highway lighting pole shall be removed by others prior
to this work.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $1,500,000.00.
Signed By: Joseph Monroe, Dist 8, Operations Eng
Vendor: Stutz Excavating Inc. Notary Date: 7/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,500,000.00 $610,832.65 $610,832.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
7 Capital Development Board File Date: 9/18/2024
Second Filing – 07/23/24: FY25, Qtr 2, Item # 321
An Emergency Purchase Extension was received on September 18, 2024 requesting an extension for dates
starting 09/29/2024 to 12/31/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/02/2024: FY25, Qtr 1, Item# 7
The scope of work provides for the rental, installation, maintenance, and eventual removal of temporary air
conditioning units. Any ancillary items, such as electrical power improvements or other necessary work needed
for temporary installation, is considered part of the scope. The contractor is also responsible for any needed
trouble-shooting throughout the cooling season, should issues arise.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction Services provided under this
procurement should not exceed $50,000.00, which is a place-holder prior to entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/02/2024 through 09/29/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: JB Contracting Corp Notary Date: 7/2/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
9 Capital Development Board File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 322
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/20/2024 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/23/2024: FY25, Qtr 1, Item# 9
The scope of work provides for expedited construction services identified by the Architect/Engineer and
approved by CDB as needing immediate action to allow the facility to reoccupy the building and continue
operations as quickly as possible. The Architect/Engineer will provide design assistance to the contractor to start
immediate repairs. Repairs not identified as emergency in nature will be completed under a separate contract.
Temporary solutions such as renting equipment and/or providing temporary utilities may be required.
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 be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 07/23/2024 through 10/20/2024 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Chris Miles, Exec II
Vendor: F.H. Paschen, SN Nielsen & Assoc LLC Notary Date: 7/23/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
10 Capital Development Board File Date: 10/17/2024
Second Filing – 10/17/24: FY25, Qtr 2, Item # 323
An Emergency Purchase Extension was received on October 17, 2024 requesting an extension for dates starting
10/21/2024 to 01/21/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 10
The scope of work provides for expedited construction services to remove and replace approximately 24,000
s.f. of ballasted EPDM roofing and all attendant accessories. The Scope also includes tuckpointing
approximately 700 l.f. of coping joints.
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 $1,135,000.00, 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 07/24/2024 through 10/21/2024 with an Original
Estimated Cost of $1,135,000.00.
Signed By: Chris Miles, Exec II
Vendor: Designed Roofing Systems, Inc. Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,135,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
11 University of Illinois File Date: 10/9/2024
Second Filing – 10/09/2024: FY25, Qtr 2, Item # 320
An Emergency Purchase Extension was received on October 9, 2024 requesting an extension for dates starting
10/19/2024 to 06/30/2025 at an additional estimated cost of $250,000.00, revising the total estimated cost to
$400,000.00.
Original Filing – 7/24/2024: FY25, Qtr 1, Item# 11
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. We are requesting a new emergency to continue the
medical coding services until the competitive solicitation RFP #PPA109 is awarded and a contract agreement is
fully executed.
Medical coding services for hospital inpatient and outpatient accounts.
This Emergency Purchase has an expected start date of 07/21/2024 through 10/18/2024 with an Original
Estimated Cost of $150,000.00.
Signed By: Aaron Rosenthal, IVC
Vendor: American Academy of Prof Coders Serv Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $400,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
12 University of Illinois File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 317
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/17/2024 to 07/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 07/24/2024: FY25, Qtr 1, Item# 12
Using self-supporting funds
Chiller #2 located at the Utilities Building (1100 South Morgan ST, Chicago, IL 60607) will be rebuilt as
follows:
• Move the necessary tools and equipment into the mechanical room.
• Lock out tag out electrical
service.
• Disconnect electrical connections at the motor.
• Remove the refrigerant and store on site as per EPA
standards.
• Dismantle the compressor and motor assembly.
• Lower the motor and send it out to be re-
manufactured. Meg Test
o Hipot & Surge Test
o Clean and check all parts
o Clean and dry windings
o
Install insulated bearings
o Install grounding ring
o Balance rotating assembly
o Paint and test motor
•
Disassemble the compressor.
• Replace the compressor bearings.
• Replace the High Speed bearing.
• Replace the
EB gearset.
• Reassemble the compressor/motor assembly with new o-rings and gaskets.
• Install a new seal kit.
• Install remanufactured motor.
• Install York Flex Coupling
• Verify and leak check the unit.
• Perform a vibration
analysis on the chiller.
• Evacuate the system.
• Install the refrigerant charge that was removed.
• Start up and
check operation.
• Remove tools and clean up site. • Install York Flex Coupling
• Verify and leak check the unit.
•
Perform a vibration analysis on the chiller.
• Evacuate the system.
• Install the refrigerant charge that was
removed.
• Start up and check operation.
• Remove tools and clean up site.
This Emergency Purchase has an expected start date of 07/22/2024 through 10/19/2024 with an Original
Estimated Cost of $257,051.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, IVC
Vendor: Kroeschell Service, Inc. Notary Date: 7/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $257,051.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
14 Corrections, Department of File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item #344
The Actual Total Cost of FY25, Qtr 2, Item# 344 is $634,404.48, with a final contact term ending
Original Filing – 07/29/2024: FY25, Qtr 1, Item# 14
CDB funded expenditure
To procure corrections-safe, non-medical furniture for the IDOC Joliet Hospital consisting of various tables,
chairs, dining, storage, office and conference items consistent with the CDB construction plan for the facility.
This Emergency Purchase has an expected start date of 07/29/2024 through 10/26/2024 with an Original
Estimated Cost of $634,404.48, CDB funded expenditure.
Signed By: Sandy Robinson II, Purchasing Manager
Vendor: Wiley Office Equipment Notary Date: 7/29/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $634,404.48 $634,404.48 $634,404.48 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
17 Commerce and Economic Opportunity, Department of File Date: 10/22/2024
Using Federal Funds
Second Filing – 10/22/24: FY25, Qtr 2, Item # 324
An Emergency Purchase Extension was received on October 22, 2024 requesting an extension for dates starting
10/30/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 08/01/2024: FY25, Qtr 1, Item# 17
Using Federal Funds
Apex IT will:
o Enhance: Enhance the application under the guidance from DCEO. This could include, but is
not limited to:
• Data table maintenance
• Configuration changes
• New Configurations
• New Page layouts
•
Calculation updates & enhancements
• Security Profiles
• Approval Workflow
• Mobile Application maintenance
•
Integrations
• Reports
• Migration of enhancements/fixes across instances
• Train: Deliver necessary training and
training materials on key functional and technical areas of the application. Training will be delivered to key
DCEO Team Leads.
• Support: Provide Level 3 Application Administration and Support Tasks (described below)
for the Oracle Weatherization application:
o Assist with managing and prioritizing the development roadmap.
o
Perform functional and technical design reviews, including code reviews.
o Release Management:
• Monitor and
make recommendations and/or implement new code to the application as necessary to keep the application
compatible with new Oracle releases.
• Work with DCEO resources to test new quarterly Oracle releases in all
Oracle application environments.
o Support before, during, and post system upgrades and patches.
o Provide
Service Request (SR) management for issue resolution.
o Provide Specialized Support (vacation backup,
capacity constraints).
o Provide support, follow-up and action for all Oracle Product SRs. Work with Oracle
on design considerations and product limitations.
Apex is sole vendor able to enhance and provide production support for the Weatherization system they created.
The system went live on 7-1-24 and integration is currently ongoing. The use of any other vendor would
require a 6-8 month learning curve. It is in the best interest of the State to utilize Apex.
This Emergency Purchase has an expected start date of 08/01/2024 through 10/26/2024 with an Original
Estimated Cost of $825,230.92, using Federal Funds.
Signed By: Rick Rogers, APO
Vendor: NGI Capital Inc. dba Apex IT Notary Date: 8/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $825,230.92 $0.00
18 Human Services, Department of File Date: 11/4/2024
Second Filing – 11/4/2024: FY25, Qtr 2, Item # 342
An Emergency Purchase Extension was received on November 4, 2024 requesting an extension for dates
starting 11/30/2024 to 11/29/2025 at an additional estimated cost of $277,999.75, revising the total estimated
cost to $411,999.75.
Original Filing – 08/28/2024: FY25, Qtr 1, Item# 18
The facility relies on coal to fuel their power plant and Knight Hawk is the only supplier with immediate
availability in the area.
90 day supply coal approximately 2000 tons delivered. Coal is critical for Murray to provide heat and electricity
to our facility. Murray is at critically low levels due to the contract not being renewed.
This Emergency Purchase has an expected start date of 09/01/2024 through 11/29/2024 with an Original
Estimated Cost of $134,000.00.
Signed By: Jean Sandstrom, APO
Vendor: Knight Hawk Coal Notary Date: 8/28/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $134,000.00 $411,999.75 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
19 Central Management Services, Department of File Date: 11/25/2024
Final Cost Statement
Latest Filing – 11/25/2024: FY25, Qtr 2, Item # 371
The Actual Total Cost of FY25, Qtr 2, Item# 371 is $13,988.00, with a final contact term ending
Original Filing – 08/8/2024: FY25, Qtr 1, Item# 19
There is no JPMC HVAC contract in place for this region. Prairie State is an SBSA Vendor and was available
immediately to do the repair. they are located within 50 miles of the facility.
Estimated cost equipment and labor to repair the only performing boiler in the HVAC system at the Dickson
Mounds Museum. The thing is running but not correctly and we can’t get the temperature down in the building
and the humidity is running at over 70% which could cause this building to mold up and ruin exhibits, due to
the pipe that burst previously and that spilled water in to the building.
This Emergency Purchase has an expected start date of 08/08/2024 through 11/06/2024 with an Original
Estimated Cost of $18,980.00.
Signed By: Martha Blackwell, Manager
Vendor: Prairie State Plumbing & Heating Notary Date: 8/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $18,980.00 $13,988.00 $13,988.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
22 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 345
The Actual Total Cost of FY25, Qtr 2, Item# 345 is $400,000.00, with a final contact term ending.
Original Filing – 08/22/2024: FY25, Qtr 1, Item# 22
At approximately 6:00 AM on August 16, 2024, the College of Medicine East Tower (Building 910) located at
808 S Wood Street experienced a significant power outage. Outside of the emergency power, all other electrical
systems within the building, including lighting, Heating, Ventilation, and Air Conditioning (HVAC), and power to
critical lab equipment, were affected. To restore power to the building as soon as possible, the university
dispatched vendor Airport Electric Company. This vendor has the labor, materials, and expertise necessary to
immediately begin repairs necessary to restore power to the building and protect state property from further
damage.
The vendor will provide labor and materials for the following services.
1) Trenching for new power lines into the building.
2) Construction of a new electrical duct bank.
3) Re-feed power lines and cut-over of power line feeders for building.
This Emergency Purchase has an expected start date of 08/16/2024 through 11/13/2024 with an Original
Estimated Cost of $400,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Interim Asst Vice Chancellor
Vendor: Airport Electric Co Notary Date: 8/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $400,000.00 $400,000.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
24 State Police, Illinois File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/24/2024: FY25, Qtr 2, Item # 331
The Actual Total Cost of FY25, Qtr 2, Item# 331 is $368,245.23, with a final contact term ending
Original Filing – 09/10/2024: FY25, Qtr 1, Item# 24
The current printers are based on Entrust's technology and products. The vendor is capable of providing
commodities in a timely manner so the production of Firearm Owners Identification (FOID) and Concealed
Carry License (CCL) cards is not disrupted. Due to the high volume of cards and letters printed on a daily
basis, over a million combined per year, it is crucial to have available supplies meet the legislative mandates of
the FOID Act (430 ILCS 65/5) and Public Act 98-063 Firearm CCL Act (430 ILCS 66). FOID and CCL cards
must be produced within specified time frames.
Commodities used by the MX2100 and MX6100 printers. To include: adhesive stickers, cleaning tapes,
Duragard, print ribbons, graphic monochrome ribbons, HP M806 Printer toner cartridges, and HPM806 printer
maintenance kits.
This Emergency Purchase has an expected start date of 09/09/2024 through 12/07/2024 with an Original
Estimated Cost of $201,429.04.
Signed By: Amy Hinds, Exec II
Vendor: Entrust, Inc. Notary Date: 9/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $201,429.04 $368,245.23 $368,245.23 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
26 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 346
The Actual Total Cost of FY25, Qtr 2, Item# 346 is $154,250.00, with a final contact term ending.
Original Filing – 09/04/2024: FY25, Qtr 1, Item# 26
One of two electrical feeders in building 663 (Thomas Beckham Hall) needs to be repaired. The electrical
feeders support all the electrical needs in the building, including fire alarm and fire pump, lights, air handling
systems, domestic water pumps, etc. If the remaining feeder, which is of equal age, goes out, the students will
have to be evacuated and will have nowhere to live. We are requesting this emergency purchase to avoid loss of
revenue due to dorm fees needing to be refunded. Contractors Power and Light Company specialize in this type
of work. We have successfully used them in similar projects. They are also available to mobilize right away.
Isolate cable to building 663 in manhole to restore main electrical feeder:
1. Remove and replace damaged 15kv siemens switch in building 663. Dispose of damaged switch off site.
2. Install new 15kv 4/0cu. MV-105 cable from manhole to new switch and between switches in building 663
3. Install terminations on cable at switches (3 locations)
4. Install (3) 15kv 600amp terminations in manhole
5. VLF test cables. Bolt up and ground switches
6. Take outage on Feeder 7 and bolt in new cables in manhole. Energize feeder and check for proper voltage
This Emergency Purchase has an expected start date of 08/30/2024 through 11/27/2024 with an Original
Estimated Cost of $154,250.00.
Signed By: Aaron Rosenthal, Interim Asst Vice Chancellor
Vendor: Contractors Power & Light Co. Notary Date: 9/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $154,250.00 $154,250.00 $154,250.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
27 Transportation, Department of File Date: 12/20/2024
Final Cost Statement
Latest Filing – 12/16/2024: FY25, Qtr 2, Item # 399
The Actual Total Cost of FY25, Qtr 2, Item# 399 is $340,718.95, with a final contact term ending.
Original Filing – 9/13/2024: FY25, Qtr 1, Item# 27
Collect images and data to document the 2024 pavement condition and meet Federal reporting requirements on
Illinois’ interstate system. This includes both the state maintained and Illinois Tollway maintained interstate
systems in both directions (northbound/southbound and eastbound/westbound). the total mileage for collection
is estimated to be 4,370 miles. All data and images must be provided to the department along with reports or the
capability of the department to produce reports for the 1/10-mile Federal PM2 submittal requirements. The
department must also have the ability to complete the Condition Rating Survey pavement assessment with the
data/images provided. The Department is expecting that Pathway will be able to complete the field collection of
data within 2 - 4 weeks. The processing and submission of the data will begin as they collect and we would
expect to have the data all the data within 6 - 8 weeks allowing us enough time in the emergency contract
window to be able to quality check and validate the data and images meet the federal reporting requirements
This Emergency Purchase has an expected start date of 09/16/2024 through 12/16/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: William Morgan, Section Chief
Vendor: Pathway Services Notary Date: 9/13/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $340,718.95 $340,718.95 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
28 Public Health, Department of File Date: 11/12/2024
Second Filing – 11/12/2024: FY25, Qtr 2, Item # 360
An Emergency Purchase Extension was received on November 12, 2024 requesting an extension for dates
starting 11/13/2024 to 05/11/2025 at an additional estimated cost of $1,370,611.00, revising the total estimated
cost to $2,100,000.00.
Original Filing – 09/17/2024: FY25, Qtr 1, Item# 28
Federal requirements require the Illinois Department of Public Health to maintain large quantities of emergency
medical equipment, pharmaceuticals, and supplies in case of an unexpected public health crisis. This equipment
and supplies allow IDPH to respond quickly to Illinois health crises or shortcomings in local health facilities. If
the use of these supplies is required, the federal government replenishes them or adds additional items if needed.
The requirement for IDPH to maintain this relationship requires IDPH to be a good steward of the items in our
possession and follow all applicable local, state, and Federal requirements, including but not limited to Good
Manufacturing Procedures (cGMP) regulations as they pertain to the storage and safety of medical items so that
they are usable in case of an emergency. IDPH will meet this objective by using contracted storage facilities
that agreed to maintain this guideline for the items IDPH stored in their possession.
IDPH is relocating these
supplies and equipment to maintain Illinois's state of readiness. The new location has a working knowledge of
the proper storage of this equipment, pharmaceuticals, and supplies, not only with the proper climate control but
also backup systems in place for security. Agility Health has confirmed that it will remain compliant with
applicable local, state, and Federal requirements, including but not limited to Good Manufacturing Procedures
(cGMP).
Contractor must assign a dedicated Program Manager (single point of contact) who must provide reports on the
schedules identified within each service category, as stated in this Scope of Work. As appropriate, standard
Deliverables must include, unless specifically defined within the service categories:
1. Technical reports for
management and operations, plans, analyses, and prototype efforts on a monthly basis
2. Reports reflecting
identified Deliverables, performance measures, or as requested by the Illinois Department of Public Health.
3.
Reports must be delivered to IDPH no later than the 20th of each month with information for the preceding
month and must include information on all activities; monthly and cumulative prices; expenditures versus plan
(burn rate); and any support or technical issues.
4. Data visualization platform, to allow for immediate
understanding of incoming, outgoing and static inventories across all product lines and inventory Tier classes.
a. The Contractor must follow formal document archival protocols (which are provided by the State DoIT)
utilized within all IDPH managed facilities, which includes the utilization of the IMS system. The Contractor
must ensure all documentation (Inventory loads, consumption reports, medical formulary, in-bound / out-bound
records, etc.) is available for retrieval or generation upon any government entities request, following established
State and Federal Records Act. All data, information, draft, and/or final work products must be turned over to
any government entity upon completion of this task. In no event will any of the data or information obtained
during the course of this effort be disclosed to anyone unless expressly authorized in writing by the IDPH OPR
Deputy Director,DPR Division Chief, or SNS Program Manager. Coverage and Response Time
A. Contractor
upon receipt of a request for service from CDPH, the Contractor and support personnel must respond to IDPH
with status updates within four (4) hours during normal operations and within (2) hours in a training
environment or declared State emergency.
Requests may include, but are not limited to, the following:
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
identified disruption of IMS services, identified disruption of Supervisory Control and Data Acquisition
(SCADA) monitoring, Temperature / Humidity alarms, change order for programmatic updates, request
forchange in services or audit inquiries.
B. Status update reports must detail out the specific issue, proposed
remediation efforts underway, technical advice or clarifications to proposed remediation actions.
C. IDPH
requires the same level of support for “Normal and Off-hours” work environments. The Contractor must
contact IDPH and provide a substitute contact if needed due to operational conflicts. “Normal Hours” of support
shall be defined as 8:00 AM to 5:00 PM CST, Monday through Friday.
D. “Off Hours” support must be arranged
for special circumstances (e.g., special deployments) and must be agreed to by the State in advance of work to
be performed. “Off Hours” support shall be defined as 5:01 PM to 7:59 AM CST, Monday through Friday, and
anytime on weekends and holidays.
The Illinois Department of Public Health (IDPH) maintains a Tier 1
Pharmaceutical and Medical Materiel management program, which encompasses and utilizes on-site / local,
redundant and remote applications associated to the sustainment of emergency power, temperature/humidity-
controlled environments and material management (mechanical) equipment.
a. The Contractor must have the
present ability and shall provide technical support and regulatory guidance to ensure that facilities, materials,
power platforms, and electronic systems described in this statement are compliant and remain compliant with
applicable local, state and Federal requirements, including but not limited to Good Manufacturing Procedures
(cGMP).
b. The Contractor is responsible for providing external guidance and recommendations based on
existing or updated industry
standards, in relationship to the ongoing daily functions of the associated
Emergency Power Platform, Temperature/Humidity
Monitoring and Mechanical Equipment Management
Systems, ensuring the maintenance of facilities, materials, power platforms and electronic systems remain in a
state of operational readiness, necessary for the State of Illinois to successfully respond to community disasters
and public health threats. These obligations also include the Contractor’s obligation for the day-to-day
maintenance and operations of these resources, maintenance of equipment associated with the work of the
EAMC, RSS’s and provision of technical assistance (including updated User Guides, Policies, Procedures, etc.)
c. These systems and controls ensure that IDPH can maintain a “Ready State” to respond 24 hours a day, 7
days a week (24/7) to Public Health emergencies within the IDPH’s jurisdiction and are centrally controlled
through a web enabled SCADA monitoring platform.
Agiliti Health personnel serve as the First Tier for day-to-
day management and monitoring of these systems, which includes responding the alarm notifications linked to
the independent Power platform and Temperature/ Humidity monitoring systems.
d. The Contractor shall utilize
a web enabled supervisory controls and data acquisition (SCADA) monitoring platform, monitor and address
alarm notifications during non-business hours for IDPH. This includes making notifications to IDPH personnel
during nonbusiness hours, so that an initial investigation can be initiated. As part of the monitoring requirements,
if system alarms can be addressed remotely, the Contractor shall address the situation in the appropriate manner
and follow-up with a deviation or incident report to IDPH within 24 hours.
This Emergency Purchase has an expected start date of 08/16/2024 through 11/13/2024 with an Original
Estimated Cost of $729,389.00, using Federal Funds.
Signed By: Mike Caceres, APO
Vendor: Agiliti Health Notary Date: 9/17/2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $729,389.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
29 Capital Development Board File Date: 11/26/2024
Second Filing – 11/26/2024: FY25, Qtr 2, Item # 370
An Emergency Purchase Extension was received on November 26, 2024 requesting an extension for dates
starting 12/15/2024 to 3/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/17/2024: FY25, Qtr 1, Item# 29
The scope of work provides for expedited construction services to relocate approximately 40 lf. of the existing
fence, and attaching to the existing vertical gate post to remove that 40-foot section nearest the sink hole should
the existing fence fail. Provide a new section of fence running across the existing parking lot with a 24-foot-
wide gate to enclose the parking lot completely, making the perimeter fully secure. All fencing is to be the same
as what is currently in place. Relocate all the perimeter lighting to the new fence for nightly security.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. 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 $141,285.12, 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 09/17/2024 through 12/15/2024 with an Original
Estimated Cost of $141,285.12.
Signed By: Chris Miles, Exec II
Vendor: Sjostrom & Sons, Inc. (576) Notary Date: 9/17/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $141,285.12 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
31 Capital Development Board File Date: 12/12/2024
Second Filing – 12/12/2024: FY25, Qtr 2, Item # 390
An Emergency Purchase Extension was received on December 12, 2024 requesting an extension for dates
starting 12/22/2024 to 09/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 09/24/2024: FY25, Qtr 1, Item# 31
The hydraulic freight elevator in the Nielson Building (W0643) which provides critical dietary service for the
entire facility has failed and must undergo significant repairs or replacement to be returned to service. The scope
of work provides for substantial repairs or replacement of the elevator and associated hoistway, machine room,
controllers, hydraulic components, cab, operators, call buttons and all other associated equipment including
ancillary items such as lobby smoke detectors, elevator recall, elevator shutdown, video interface and other such
items as required by the Illinois Elevator Safety Rules (IL Admin Code Title 41 Part 1000) and applicable
building codes.
Hazardous materials (hydraulic fluid) will need to be removed from the elevator pit. The Illinois Department of
Innovation and Technology (DoIT) should be consulted for video interface requirements if required by Code.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement. Section
01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items listed in the
Contractor Schedule of Values should equal the contract award amount. Payment amounts will be approved
based on proof of work actually performed and materials actually used. Construction services provided under
this procurement should not exceed $500,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 09/24/2024 through 12/22/2024 with an Original
Estimated Cost of $500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Veterans United Construction Notary Date: 9/24/2024
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
July 1, 2024 through September 30, 2024
State Cost: $500,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
33 Corrections, Department of File Date: 12/18/2024
Second Filing – 12/18/2024: FY25, Qtr 2, Item # 389
An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates
starting 12/24/2024 to 06/30/2025 at an additional estimated cost of $2,400,000.00, revising the total estimated
cost to $3,600,000.00.
Original Filing – 09/25/2024: FY25, Qtr 1, Item# 33
The vendor will provide global positioning systems (GPS) and radio (RF) electronic monitoring equipment
related services for individuals being monitored outside of correctional facilities.
This Emergency Purchase has an expected start date of 09/25/2024 through 12/24/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: Jacenta Wilson, APO
Vendor: BI Incorp Notary Date: 9/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $3,600,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
34 Human Services, Department of File Date: 8/8/2024
Second Filing – 08/08/2023: FY25, Qtr 1, Item #34
An Emergency Purchase Extension was received on August 8, 2024 requesting an extension for dates starting
09/3/2024 to 09/2/2025 at an additional estimated cost of $1,317,405.36, revising the total estimated cost to
$1,755,920.40. Reported in the same filing quarter.
Original Filing – 6/6/2024: FY25, Qtr 1, Item# 300
The John Madden MHC is establishing a new emergency contract for services starting June 5th, 2024 with the
Stone Group to provide 24/7 temporary engineering staff and a chief engineer. The emergency extension for
the previous emergency contract PO-63641 was not processed in time and the emergency contract ended on
June 4, 2024. The Center cannot be without these services.
The Stone Group was providing services on the previous emergency contract. They are also familiar with
all boiler systems at Madden MHC and has done extensive work at the site before. The Stone Group has also
provided emergency engineering services for similar facilities.
Responsibilities include but not limited to:
Performing and assisting in routine building maintenance tasks;
Perform minor electrical maintenance to
include but not be limited to replacement or repair of fixtures (e.g. wall switches and outlets, incandescent and
fluorescent bulbs and tubes, ballasts, sockets, fuses, minor appliances, cords etc.) using appropriate hand or
power or specialty tools;
Perform minor plumbing maintenance (e.g., replacement or repair of leaks in drains
and faucets, unclogging of drains, etc.);
Perform minor painting, carpentry, and masonry work (e.g.,
preparing surfaces and using brush, roller or sprayer to apply paint, fitting locks and handles, hanging doors
etc.);
Reconfigures, installs, positions and remounts modular offices and space (e.g. furniture, wall panels,
work surfaces, storage bins, lighting, filing cabinets, etc.) to accommodate user needs and maximize office
space using various hand, power and specialty tools, dollies and hand trucks;
Perform other work-related
duties as assignee
The Stone Group will assist and provide support to ensure our employees are performing to the best of
their capabilities.
This Emergency Purchase has an expected start date of 06/06/2024 through 09/02/2024 with an Original
Estimated Cost of $438,515.04.
Signed By: Jean Sandstrom, APO
Vendor: The Stone Group Notary Date: 6/6/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $438,515.04 $1,755,920.40 $0.00 $0.00 25 1
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Federal $0.00 $0.00
35 University of Illinois File Date: 9/20/2024
Second Filing – 09/20/2024: FY25, Qtr 1, Item #35
An Emergency Purchase Extension was received on September 20, 2024 requesting an extension for dates
starting 09/23/2024 to 02/20/2025 at an additional estimated cost of $386,000.00, revising the total estimated
cost to $986,000.00. Reported in the same filing quarter
Original Filing – 6/24/2024: FY25, Qtr 1, Item# 302
The University continues to experience a shortage of Building Service Worker (BSW) staff, which means that
buildings were receiving inadequate levels of service and experienced improper levels of sanitation and
cleanliness. The existing emergency award VLH280 with Apache will terminate on June 24, 2024. We are
requesting a new emergency to allow time for an agreement and transition to be made with Aramark Healthcare
Support Services via Cooperative purchase #849IDM.
Apache Service and Supply Company will provide EVS/hospital-grade cleaning, housekeeping, and COVID-19
disinfection services at UI Hospital (Building 949). Vendor will provide all labor and required equipment to
complete the work.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/22/2024 with an Original
Estimated Cost of $600,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, SA Director
Vendor: Apache Service & Supply Co. Notary Date: 6/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $600,000.00 $986,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
36 Human Services, Department of File Date: 8/9/2024
Final Cost Statement
Latest Filing – 08/09/2024: FY25, Qtr 1, Item# 36
An Actual Total Cost of FY25, Qtr 1, Item # 36 is $184,815.22 was reported in the same filing quarter.
Original Filing – 6/25/2024: FY25, Qtr 1, Item# 304
The facility reached out to Master Contract vendors but the vendors were unable to provide timely service. The
Stone Group responded quickly and had the ability to begin work immediately. The Stone Group was contacted
because of their familiarity with the facility from past procurements.
On Saturday, June 22nd at approximately 2100 hours, EMHC experience a power surge of unknown origin and
blew two (2) fuses in the switchyard. Once power was lost to the building and that loop that supported, three
(3) patient units, the chiller house, and public aid house. The surge, in 2400- volt lint, damaged underground
lines from a switch to a transformer, about 100 feet of lines. Chief Engineer called and emailed the primary and
secondary vendors on the contract list, contacted The Stone Group. Right now, a generator is powering the
buildings that do not have power. The need to run the A/C to the patient buildings due to high muggy
temperatures. Chief Engineer estimates that the repair may be done in ten (10) days.
This Emergency Purchase has an expected start date of 06/25/2024 through 09/20/2024 with an Original
Estimated Cost of $250,000.00.
Signed By: Jean Sandstrom, APO
Vendor: The Stone Group Notary Date: 6/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $184,815.22 $184,815.22 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
37 Student Assistance Commission, Illinois File Date: 12/5/2024
Final Cost Statement
Latest Filing – 12/5/2024: FY25, Qtr 2, Item # 376
The Actual Total Cost of FY25, Qtr 2, Item# 376 is $15,465.00, with a final contact term ending.
Second Filing - 08/28/2024: FY25, Qtr 1, Item # 37
An Emergency Purchase Extension was received on August 28, 2024 requesting an extension for dates starting
09/01/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 6/26/2024: FY25, Qtr 1, Item# 305
This vendor has a tracking management system that will meet the reporting requirements of the grant. This
vendor also can provide the electronic gift cards with no additional fees. The only cost will be the face value
cost of the gift cards.
Procurement of electronic gift cards gift cards as incentives for the students/families attending FAFSA Support
Events or for meals/refreshments to be provided at the FAFSA Support events. For transportation, each
electronic gift card will be in the amount of $25. Food gift card amounts will vary and will be purchased as
needed and the cards will be provided to the High School staff member that will be hosting the FAFSA
Completion event. The cost of the gift cards will include access to an electronic management platform for
purchasing and tracking the gift cards and can be limited to gift card options for eligible transportation and
food/restaurant brands. The gift card tracking management system must allow for the control, tracking and
reporting of the gift cards as required under the grant agreement. Payments must be made to students/families at
the time of the event.
This Emergency Purchase has an expected start date of 06/26/2024 through 08/31/2024 with an Original
Estimated Cost of $90,000.00, using Federal Funds.
Signed By: Lisa Sayers, APO
Vendor: Telenations dba Giftogram Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 1
Federal $90,000.00 $15,465.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
38 Central Management Services, Department of File Date: 8/6/2024
Final Cost Statement
Latest Filing – 08/06/2024: FY25, Qtr 1, Item# 38
An Actual Total Cost of FY25, Qtr 1, Item # 38 is $284,932.86 was reported in the same filing quarter.
Original Filing – 06/26/2024: FY25, Qtr 1, Item# 306
CMS intends to purchase two (2) conventional day cab trucks. These trucks are heavy duty (semi) trucks that
are designed for day, as opposed to overnight, trips to haul and deliver heavy loads across long distances. CMS
Property Control will use these trucks to move, redistribute and recycle surplus state property.
This is a quick purchase for items that are available onsite at a severely discounted price, so there would not be
an opportunity for subcontracting. The NIGP code 072-08 resulted in a 1% goal. The three vendors listed under
that code were 3642 Logistics Group, LLC, Terrazas Trucking, Inc, and TWS Enterprises, Inc. These are all
trucking companies that provide freight hauling services but do not sell trucks.
This Emergency Purchase has an expected start date of 06/26/2024 through 06/30/2024 with an Original
Estimated Cost of $285,262.86.
Signed By: David Thomas, APO
Vendor: CIT Trucks Notary Date: 6/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $285,262.86 $284,932.86 $284,932.86 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
39 Capital Development Board File Date: 9/16/2024
Second Filing – 09/16/24: FY25, Qtr 1, Item # 39
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 9/17/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 309
The scope of work provides for the assessment and repair of the air handling unit blower motor, and other
ancillary components if required, at the Pontiac Correctional Center Health Care Unit. Temporary cooling
measures may be required.
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 $50,000.00, 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 06/20/2024 through 09/17/2024 with an Original
Estimated Cost of $50,000.00.
Signed By: Chris Miles, Exec II
Vendor: Comtech Holding dba Xcell Mechanical Serv Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $50,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
40 Chicago State University File Date: 9/16/2024
Second Filing – 09/16/2024: FY25, Qtr 1, Item #40
An Emergency Purchase Extension was received on September 16, 2024 requesting an extension for dates
starting 09/29/2024 to 03/29/2025 at an additional estimated cost of $20,000.00, revising the total estimated cost
to $60,000.00. Reported in the same filing quarter
Original Filing – 06/27/2024: FY25, Qtr 1, Item# 310
Chicago State University had hired a search firm and since the search failed to provide the best qualified
candidates, we are required to restart the search. Therefore, since Consultant Natalie Covello is most familiar
with our processes and our need is immediate and ongoing, we are asking her to continue as the consultant for
the internal auditor's office.
Consultant Covello will provide support to facilitate the internal and external audit functions. Carry out audit
activities as set forth in the University's FY2024 Audit Plan. Assist in the facilitation, planning and the
conducting of audits in areas such as finance, compliance, IT, and operations. Analyze institution's highly
technical and complex processes and recommend improvements in efficiency and compliance with regulations.
Recommend feasible solutions and operational changes. Facilitate the communication of audit results through
written reports to the President and the CSU Board of Trustees Finance and Audit Committee. Advise on the
enterprise risk management and the compliance and ethics program. Provide support to facilitate external audit
functions. Coordinate with risk management team members including the Chief Compliance Officer and the
Associate Director for Compliance.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $40,000.00.
Signed By: Zaldwaynak Scott, Pres
Vendor: Natalie Covello Notary Date: 6/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000.00 $60,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
41 University of Illinois File Date: 9/24/2024
Second Filing – 09/24/2024: FY25, Qtr 1, Item #41
An Emergency Purchase Extension was received on September 24, 2024 requesting an extension for dates
starting 09/29/2024 to 09/28/2025 at an additional estimated cost of $405,000.00, revising the total estimated
cost to $540,000.00. Reported in the same filing quarter
Original Filing – 07/09/2024: FY25, Qtr 1, Item# 314
Water treatment program for the steam distribution and condensate return piping systems, cooling, pre-
treatment reverse osmosis (RO) systems, counsel to the Power Plant’s chemical treatment personnel, quality
assurance testing and any other specialized services necessary to ensure effective and efficient maintenance of
heat transfer surfaces. The plants consist of two (2) chill water plants, two (2) chill loops, one (1) high temp
hot water loop, one (1) steam generation and distribution system.
This Emergency Purchase has an expected start date of 07/01/2024 through 09/28/2024 with an Original
Estimated Cost of $135,000.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, SAD
Vendor: ChemTreat, Inc. Notary Date: 7/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $135,000.00 $540,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
43 Corrections, Department of File Date: 8/7/2024
Final Cost Statement
Latest Filing – 08/07/2024: FY25, Qtr 1, Item# 43
An Actual Total Cost of FY25, Qtr 1, Item # 43 is $32,688.00 was reported in the same filing quarter as the
third filing.
Third Filing – 07/12/2024: FY25, Qtr 1, Item #317
An Emergency Purchase Extension was received on July 12, 2024 requesting an extension for dates starting
07/15/2024 to 10/14/2024. The extension expenditure is not assessed and will be charged for time only.
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 Statesville 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 $32,688.00 $32,688.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
44 Central Management Services, Department of File Date: 10/30/2024
Final Cost Statement
Latest Filing –10/30/2024: FY25, Qtr 2, Item # 343
The Actual Total Cost of FY25, Qtr 2, Item# 343 is $1,245,413,.87, with a final contact term ending
Second Filing – 04/11/2024: FY25, Qtr 1, Item # 44
An Emergency Purchase Extension was received on April 11, 2024 requesting an extension for dates starting
4/12/2024 to 7/11/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/9/2024: FY24, Qtr 3, Item# 11
Qualified and experienced professional firm to implement and maintain a comprehensive branding, marketing,
recruitment, advertising, media buying, and public relations services in a unified and efficient manner. This
initiative is meant to provide critical State positions (medical and safety) with qualified employees in order to
maintain the highest level of care and safety in facilities throughout the State. The struggle to hire and retain
qualified medical and support staff for care facilities throughout the State has led to the serious disruption in
providing a safe environment for both tax payers and State staff. This contract is meant to provide a solution to
the ongoing hiring crisis.
This Emergency Purchase has an expected start date of 01/16/2024 through 04/15/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: David Thomas, APO
Vendor: TimeZoneOne, Inc. Notary Date: 1/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $1,245,413.87 $1,245,413.87 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
45 Central Management Services, Department of File Date: 10/11/2024
Final Cost Statement
Latest Filing – 10/11/2024: FY25, Qtr 2, Item # 335
The Actual Total Cost of FY25, Qtr 2, Item# 335 is $1,291,876.14, with a final contact term ending.
Third Filing –06/25/2024: FY25, Qtr 1, Item # 45
An Emergency Purchase Extension was received on June 25, 2024 requesting an extension for dates starting
7/11/2024 to 12/31/2024 at an additional estimated cost of $2,500,000.00, revising the total estimated cost to
$3,700,000.00
Reported in the same filing quarter as second filing.
Second Filing – 04/11/2024: FY25, Qtr 1, Item # 318
An Emergency Purchase Extension was received on April 11, 2024 requesting an extension for dates starting
4/12/2024 to 7/11/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/9/2024: FY24, Qtr 3, Item# 11
Qualified and experienced professional firm to implement and maintain a comprehensive branding, marketing,
recruitment, advertising, media buying, and public relations services in a unified and efficient manner. This
initiative is meant to provide critical State positions (medical and safety) with qualified employees in order to
maintain the highest level of care and safety in facilities throughout the State. The struggle to hire and retain
qualified medical and support staff for care facilities throughout the State has led to the serious disruption in
providing a safe environment for both tax payers and State staff. This contract is meant to provide a solution to
the ongoing hiring crisis.
This Emergency Purchase has an expected start date of 01/16/2024 through 04/15/2024 with an Original
Estimated Cost of $1,200,000.00.
Signed By: David Thomas, APO
Vendor: TimeZoneOne, Inc. Notary Date: 1/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,200,000.00 $3,700,000.00 $1,291,876.14 $1,291,876.14 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
46 Corrections, Department of File Date: 12/16/2024
Fifth Filing – 12/16/2025: FY25, Qtr 2, Item # 388
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 01/01/2025 to 02/28/2025 at an additional estimated cost of $50,000,000.00, revising the total estimated
cost to $730,250,000.00.
Fourth Filing –06/13/2024: FY25, Qtr 1, Item # 46
An Emergency Purchase Extension was received on June 13, 2024 requesting an extension for dates starting
7/1/2024 to 12/31/2024 at an additional estimated cost of $150,000,000.00, revising the total estimated cost to
$680,250.000.00
Third Filing – 03/14/2024: FY24, Qtr 3, Item # 138
An Emergency Purchase Extension was received on March 14, 2024 requesting an extension for dates starting
03/31/2024 to 06/30/2024 at an additional estimated cost of $75,000.00, revising the total estimated cost to
$530,250,000.00.
Second Filing – 12/27/2023: FY24, Qtr 3, Item # 63
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 10/28/2022 to 3/30/2024 at an additional estimated cost of $262,250,000.00, revising the total estimated
cost to $455,250,000.00.
Original Filing – 7/31/2022: FY23, Qtr 1, Item# 23
Vendor is to provide the medical, dental, vision, audiology, pharmaceutical and mental health services for
offenders at specified State correctional centers. Under the direction of the IDOC Medical Director and the
IDOC Chief of Mental Health Services and according to the program definitions and specifications as outlined in
this contract, Vendor is to arrange and provide for services on-site and as necessary off-site at local hospitals,
outpatient facilities and consultative physician offices. Agency recognizes that methods of delivery of these
services may differ from methods used to provide services to members of the general public, but the care and
services Vendor provides should be similar. It is the intent of Agency for all offenders to receive adequate and
medically necessary health care services regardless of place of assignment or disciplinary status. Vendor will
provide these services at the following correctional centers beginning with the effective date of this contract: Big
Muddy, Centralia, Danville, Decatur, Dixon, East Moline, Elgin, Graham, Hill, Illinois River, Jacksonville, Joliet
Treatment Center, Joliet Inpatient Treatment Center, Kewanee, Lawrence, Lincoln, Logan, Menard,
Murphysboro, Pinckneyville, Pontiac, Robinson, Shawnee, Sheridan, Southwestern, Statesville (including the
Reception & Classification Center), Taylorville, Vandalia, Vienna, and Western Illinois.
The vendor will
continue to supply medical, dental, vision, audiology, pharmaceutical and mental health services for individuals
in custody at the specified correctional centers. The Illinois Department of Corrections is in the final phases of
RFP review before publicly posting.
The Illinois Department of Corrections has made efforts to ensure that Wexford Health Source, Inc. maintains
the 15% BEP goal established under this emergency.
Boswell Pharmacy Services, LLC, Affinity Pharmacy
Care, LLC, CarePath Integrated Health, LLC, 3 R Healthcare Products, Precise Specialties, Mid Central Medical
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Inc., Chardonnay Dialysis, LLC, Comfort Care Medical Supply, ProAlliance Corp, Target Office Products,
Professional Mgt Enterprises, Inc, Jubilee Medical Services PLLC
This Emergency Purchase has an expected start date of 07/30/2022 through 10/27/2022 with an Original
Estimated Cost of $40,000,000.00.
Signed By: Jacenta Wilson, APO
Vendor: Wexford Health Sources, Inc. Notary Date: 7/31/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $40,000,000.00 $730,250,000.00 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
47 Southern Illinois University File Date: 9/26/2024
Final Cost Statement
Latest Filing – 09/26/2024: FY25, Qtr 2, Item # 332
The Actual Total Cost of FY25, Qtr 2, Item# 332 is $569,596.00, with a final contact term ending
Second Filing – 07/11/2024: FY25, Qtr 1, Item # 47
An Emergency Purchase Extension was received on July 11, 2024 requesting an extension for dates starting
07/10/2024 to 10/8/2024 at an additional estimated cost of $3528.00, revising the total estimated cost to
$569,596.00
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 $569,596.00 $569,596.00 $569,596.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
48 Innovation & Technology, Department of File Date: 6/21/2024
Third Filing – 06/21/2024: FY25, Qtr 1, Item # 48
An Emergency Purchase Extension was received on June 21, 2024 requesting an extension for dates starting
07/01/2024 to 01/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing - 07/31/2023: FY24, Qtr 1, Item # 60
An Emergency Purchase Extension was received on July 31, 2023 requesting an extension for dates starting
09/28/2023 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 6/20/2023: FY24, Qtr 1, Item# 103
Alert IT Solutions, Inc. (AlertIT) is a CMS registered BEP reseller of Rocket Software. The Rocket products in
use by DoIT provide application access to the agency' mainframe.
Rocket Software is the provider of several Mainframe software packages including Legasuite,
Mobius\Document Direct, Bluezone, CICS TS,
The reason for this emergency purchase is due to DoIT has an IFB for a master contract in process, but
the IFB will require reposting we did not receive any bids on the first posting. Redoing the bid posting added to
the time it that it will take to award a vendor which is now too long to allow timely execution of our annual
license renewals expiring. Additionally, DoIT has been holding a vital security upgrade to our Mobius software
which is no longer supported by the vendor and exposes the State to ransomware and other attacks. Mobius is
critical for business functions running and the software licenses are also critical to the mainframe and the many
applications SOI employees and citizens rely upon to provide services. Once the IFB is complete it will replace
this Emergency and when the IFB has been executed, the emergency contract will no longer be needed.
Below are the systems impacted:
Mobius\Direct View version that SOI is running is at end of life and could
be subject to malicious attacks. The master contract will not be awarded in a timely manner, and we can’t wait
for December or January for this upgrade after waiting nearly a year after it's end of life to utilize the master for
this upgrade. We now run the risk of significant work disruption with this software. Mobius is a mainframe
reporting software, which processes thousands of reports monthly from the mainframe and is critical to the
State of Illinois for daily processing and business needs. Mobius functionality also requires CICS TIMON, Data
Z- Data Z Web and View Direct API.
Legasuite is a Web based GUI front end to the IMS Mainframe based KIDS system. GUI is Graphical User
Interface and IMS is a mainframe database and transaction system in which applications for mainframe are
written. We are choosing them as a Rocket reseller because of an excellent track record in providing SOI
service. Lack of maintenance would cause the interfaces to the KIDS application to become unstable and
unreliable, resulting in reduced efficiency and increased costs of using KIDS and possibly system failure. This
could result in the Agency's failure to meet program objectives, federal and state mandates. The KIDS or Key
Information Delivery System is used by Child Support Enforcement and the information it is providing directly
impacts child welfare in the state of Illinois. The Key Information Delivery System (KIDS) notifies the Division
of Child Support Enforcement (DCSE) of all: Approvals; Suspensions; Resumptions; Cancellations; Sanctions;
Reinstatements; Additions and deletions of a dependent child to the cash or medical assistance unit; Inter-Office
transfers of cases; Changes in program eligibility; Changes in the basis of a child's eligibility; Account
information; and all known information relating to the noncustodial parent.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
Bluezone- is the primary terminal access to the mainframe. It is the application used to sign on for every single
mainframe user in order to access every single application on the mainframe.
The below products are currently licensed and used by agencies hosted and supported on the State of Illinois IT
infrastructure. The licenses expire on 6/30/2022.
This Emergency is for maintenance on:
VNZ - Mobius®-Windows,VNB - Mobius®-Windows - Packet
Production,VNN - Mobius®-Windows - Network Server Access,VNL -
Mobius®-Windows - Advanced Laser
Printing,DRZ - ASG-DocumentDirect®,DRN - ASG-DocumentDirect® - Network Server
Access,DRA - ASG-
DocumentDirect® - AFP,DRD - ASG-DocumentDirect® - DJDE/Metacode,DXZ - ASG-DocumentDirect®
Application
Suite,DXN - ASG-DocumentDirect® Application Suite - Network Server Access,DXA - ASG-
DocumentDirect® Application Suite -
AFP,DNA - ASG-DocumentDirect® for the Internet-NT - AFP,DRM -
ASG-DocumentDirect® - z/OS Server Access,DRA -
ASGDocumentDirect -®AFP,DRD - ASG-
DocumentDirect® - DJDE/Metacode - TCE - ASG-TMON® for CICS TS for z/OS - DNZ - ASG-
DocumentDirect® for the Internet-NT,DNM - ASG-DocumentDirect® for the Internet-NT - z/OS Server
Access,DND - ASG-DocumentDirect® for the Internet-NT - DJDE/Metacode,VZZ - Mobius®-z/OS,VZB -
Mobius®-z/OS - Packet Production,VZC - Mobius®-z/OS - CICS Server,VZU - Mobius®-z/OS -VTAM
Server,VZL - Mobius®-z/OS - Advanced Laser Printing,VZR - Mobius®-z/OS - Remote Job - Output,VZM -
Mobius®-z/OS - Microfiche,VZT - Mobius®-z/OS - Tape ViewDirect,VZN - Mobius®-z/OS -IBM-OAM,VZO
- Mobius®-z/OS - FileTek Optical ViewDirect,VZK - Mobius®-z/OS - Kodak Optical ASG-DocumentDirect®
for the Internet-NT - ViewDirect API for JAVA (DNJ) - LS 3270 GUI Developer WinJa Maintenance - LS 3270
GUI Server WinJa Maintenance - LS Client Access License 3270/VT WinJa Maintenance - Rocket MX
(Desktop Edition) Engine For 3270 Maintenance - Rocket MX (Desktop Edition) Builder For 3270 Maintenance
- Rocket Modern Experience Reinstatement Fee.
Rocket Data Z and Data Z Webserver: supporting software for Mobius
This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original
Estimated Cost of $2,105,999.59.
Signed By: Van P Austin, APO
Vendor: Alert IT Solutions Inc Notary Date: 6/20/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,105,999.59 $0.00 $0.00 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
49 Innovation & Technology, Department of File Date: 7/15/2024
Final Cost Statement
Latest Filing – 07/15/2024: FY25, Qtr 1, Item # 49
The Actual Total Cost of FY25, Qtr 1, Item# 49 is $585,489.10
Original Filing – 4/7/2023: FY23, Qtr 4, Item# 16
The ease of use and reliability of the YubiKey is proven to reduce password support incidents by 92%. These
devices are more secure and user friendly than SMS and many other methods. They are also phishing-resistant.
CDW Government is a authorized reseller, and they are a vendor that we have used in the past to purchase a
small amount of the YubiKeys. We have also used CDW Government to procure project managers in the past
using their subcontractor, Revere Consulting, a registered CMS BEP firm.
Qty of 2,000 YubiKey 5 NFC FIPS Series which is a hardware based authentication solution that provides
superior defense against phishing, eliminates account takeovers, and enables compliance requirements for strong
authentication. 2,500 project management hours to manage remediation efforts.
An IFB for Yubikeys is currently posted and once evaluated, awarded, negotiated, and executed will provide
a long term contract vehicle to purchase more Yubikeys to expand protection of state devices and network.
All of the project management hours will be completed by a BEP vendor. The value of this emergency is
approximately 20/80% goods/services. 100% of the services are provided by Revere, a registered CMS BEP
firm. Therefore, this emergency is estimated at 80% BEP
This Emergency Purchase has an expected start date of 04/07/2023 through 07/06/2023 with an Original
Estimated Cost of $743,000.00.
Signed By: Van P Austin, APO
Vendor: CDW Government Notary Date: 4/7/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $743,000.00 $585,489.10 $585,489.10 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
50 Central Management Services, Department of File Date: 6/6/2024
Final Cost Statement
Latest Filing – 06/06/2024: FY25, Qtr 1, Item # 50
The Actual Total Cost of FY25, Qtr 1, Item# 50 is $1,408.65.
Original Filing – 4/11/2023: FY23, Qtr 4, Item#18
Repair gas leak on main gas line that feeds boilers and tune north boiler because it is burning yellow. May be
necessary to replace 4" gas line. Failure to repair the gas leak will cause the building to have to shut down and
will affect State operations.
Statewide there are two (2) BEP vendors registered for NIGP code 910-63 and both of these vendors are
located in the Chicago area, which is over 4 hours away. Therefore, due to the emergency condition, we feel it
is better to use a local vendor who is familiar with the system.
This Emergency Purchase has an expected start date of 04/11/2023 through 07/09/2023 with an Original
Estimated Cost of $2,000.00.
Signed By: Martha Blackwell, manager
Vendor: Henson Robinson Co. Notary Date: 4/11/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000.00 $1,408.65 $1,408.65 25 1
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
July 1, 2024 through September 30, 2024
51 Central Management Services, Department of File Date: 8/1/2024
REVISED
Final Cost Statement
Latest Filing – 08/01/2024: FY25, Qtr 1, Item # 51
The Actual Total Cost of FY25, Qtr 1, Item# 51 is $1,235,904.40.
Revised in the same filing quarter.
Final Cost Statement
Latest Filing – 06/27/2024: FY25, Qtr 1, Item # 325
The Actual Total Cost of FY25, Qtr 1, Item# 325 is $1,047,798.14.
Original Filing – 2/12/2024: FY24, Qtr 3, Item# 32
Estimated cost equipment and labor to clean up an oil spill from a leaking generator that got into Lake Story at
2100 N. Lake Storey Rd, Galesburg IL 61401 (E0002).
Statewide, there is only 1 BEP vendor registered under NIGP Code 926-65. However, they are in Chicago
which is almost 2 hours away and a vendor that could get there immediately was needed so EnviroServe was
chosen as they are a little less than an hour away.