LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
1 University of Illinois File Date: 10/1/2024
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 1
MindPower/Staffing Team Inc provides temporary staffing for UIC and UI Health HR under RFP award
#KRS128 that will expire on September 30, 2024. These temporary employees provide clinical and non-clinical
support in areas with staffing shortages, open positions that have not yet been filled, or have been hired due to a
critical, short-term needs. The university is currently in the review of the proposals received under the new RFP
#PPA109. Given the volume, and the time required to successfully complete the RFP award process, UIC HR
is requesting an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
MindPower/Staffing Team Inc will provide temporary, agency hires to fill a variety of clinical and non-clinical
positions at UIC and UIH.
This Emergency Purchase has an expected start date of 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $945,000.00.
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: MindPower/Staffing Team Notary Date: 9/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $945,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
2 Public Health, Department of File Date: 10/3/2024
Original Filing – 10/03/2024: FY25, Qtr 2, Item# 2
Using State & Federal Funds
Netsmart Technologies, Inc. provides the source code that the current customized, proprietary application uses.
They are the only vendor who can maintain the current software. Without this vendor IDPH would experience
untimely delays in the filing of vital records would result in delayed dispositions. Families would be delayed
along with death benefits, legal and estate matters. Families would be delayed months to place their newborns
on their health insurance and months to obtain a social security card for their newborn. Access to vital records
by stakeholders, governmental units, and others would be delayed. Issuance of certified copies of birth and
death records will be delayed and in turn will delay obtaining the drivers licenses, passports and other legal
documents that require certified copies of vital records. The current system is used to monitor disease
outbreaks, cause of death data tracking and surveillance would be manual and delayed by months. Training time
and effort costs for over 6,000 statewide users of the system to switch back to paper filing of vital records. It
would be extremely difficult for the over 6000 system users and limited State staff to manually transfer vital
records for signatures and to the State archives for manual retrieval purposes.
These services are necessary for licensing, maintenance, and services associated with the maintenance on
existing functions in the Illinois Vital Records System. The IVRS system provides a web-based means for Vital
Record staff to maintain vital event data. The software also provides hospitals, clinics, funeral directors,
physicians, medical examiners, coroners, and local registrars around the state a web-based means to enter data
associated with the registration of births, deaths, and fetal deaths. In addition, the software provides hospitals a
web-based means to enter data associated with IDPH’s birth-related programs and a means for IDPH to extract
the individual data of the birth-related programs. About 500,000 vital records are registered annually. If the state
did not go forward with this procurement, all vital record event recording would revert to paper
filing/registration, and manual entry into a database would be required at the state level.
Licensing and maintenance services allowing for the continued functionality of the IVRS classic system.
Services provided will include:
VRS / Birth Customerization
VRS / OVS
VRS / Framework
VRS / Security Application
VRS / GIS
Interface
VRS / Death Module
VRS / Death Customization
VRS / APORS
Vital Records Fax Attestation
Subsystem
Acordex Maintenance
This Emergency Purchase has an expected start date of 10/7/2024 through 01/4/2025 with an Original
Estimated Cost of $459,846.47, using State & Federal Funds.
Signed By: Michael Caceres, APO
Vendor: Netsmart Tech, Inc. Notary Date: 10/3/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $459,846.47 $0.00 $0.00 25 2
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Federal $0.00 $0.00
3 Human Services, Department of File Date: 10/4/2024
Original Filing – 10/04/2024: FY25, Qtr 2, Item# 3
Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This vendor was
previously used at the Ludeman Center for FY23 water and mold remediation. The Center has been satisfied
with the services provided by the vendor.
The vendor will provide temporary kitchen trailers while performing water and mold remediation in the existing
Kitchen area.
This Emergency Purchase has an expected start date of 09/30/2024 through 12/27/2024 with an Original
Estimated Cost of $227,593.52.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises Notary Date: 10/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $227,593.52 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
4 Human Services, Department of File Date: 10/4/2024
Original Filing – 10/4/2024: FY25, Qtr 2, Item# 4
Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This vendor was
previously used at the Ludeman Center for FY23 water and mold remediation. The Center has been satisfied
with the services provided by the vendor.
The vendor will provide all labor and materials to investigate and remediate water damage in the Ludeman Center
kitchen area.
This Emergency Purchase has an expected start date of 09/30/2024 through 12/27/2024 with an Original
Estimated Cost of $107,221.82
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises Notary Date: 10/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $107,221.82 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
5 Innovation & Technology, Department of File Date: 10/10/2024
Original Filing – 10/10/2024: FY25, Qtr 2, Item# 5
2 2024 FORD TRANSIT T-150 CARGO VANS
Vehicles must be purchased from new car dealerships. NIGP Code 071-90 & 071-92 do not have any BEP
Certified vendors that are new car dealerships therefore we could not attempt to utilize any BEP certified
vendors.
Vendor quoted at least 6 months for the delivery of vans under the master contract.
This Emergency Purchase has an expected start date of 10/10/2024 through 12/31/2024 with an Original
Estimated Cost of $104,115.00.
Signed By: Albert Coll, Chief Admin Officer
Vendor: Landmark Ford Notary Date: 10/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $104,115.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
6 Transportation, Department of File Date: 10/10/2024
Original Filing – 10/10/2024: FY25, Qtr 2, Item# 6
IDOT recently placed an order for 508 paratransit vehicles on behalf of the state's public transportation
providers and non-profit agencies providing transportation for seniors and individuals with disabilities. This
professional services contract will provide in-plant inspections throughout the manufacturing process of these
complex paratransit vehicles, preparation of Pre-Award and Post-Delivery Buy America Audits, and oversight to
ensure all federal rolling stock requirements are met prior to delivery of these vehicles.
This Emergency Purchase has an expected start date of 10/10/2024 through 01/07/2025 with an Original
Estimated Cost of $174,265.56.
Signed By: Omolara Erewele, APO
Vendor: AmeriTran Serv Corp dba Transit Resource Ctr Notary Date: 10/10/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 25 2
Federal $174,265.56 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
7 Transportation, Department of File Date: 10/15/2024
Original Filing – 10/15/2024: FY25, Qtr 2, Item# 7
IDOT is purchasing twelve (12) 2024 Chevrolet Tahoe 4WD 4dr for IDOT D1 Emergency Traffic Patrol. The
Emergency Traffic Patrol (ETP) personnel serve as critical first responders on the highway system within
District 1. They collaborate with the Illinois State Police (ISP), fire departments, EMS, and other agencies at
accident scenes, vehicle breakdowns, and criminal investigations, providing essential traffic control to protect
both the motoring public and first responders. In addition to traffic control, ETP personnel assist stranded
motorists, ensuring safe and efficient traffic flow. Currently, ETP has exhausted its pool of spare vehicles,
leaving no backups available when front-line vehicles are undergoing repair or maintenance. Given the nature of
their work, these vehicles are frequently involved in accidents while performing traffic management, resulting in
substantial wear and damage. To maintain uninterrupted service and ensure ETP can meet safety demands on
the highway, the immediate acquisition of 12 SUVs is essential. This emergency purchase will provide the
necessary fleet support to prevent operational disruptions and maintain the safety of both the public and first
responders.
This Emergency Purchase has an expected start date of 10/15/2024 through 01/12/2025 with an Original
Estimated Cost of $672,672.00.
Signed By: Omolara Erewele, APO
Vendor: Bachman Auto Group Notary Date: 10/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $672,672.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
8 University of Illinois File Date: 10/22/2024
Original Filing – 10/22/2024: FY25, Qtr 2, Item# 8
Using Self-Supporting Funds
Mechanical Vibration and Balancing Services Inc will provide labor and materials for the following emergency
rebuild services.
Roll out the AHU and remove pitched wheel from the motor shaft, remove the old motor for the housing and
transport for off-site repairs, install university-owned (repaired) spare motor, install rebuilt fixed pitched wheel,
reinstall AHU, reinstall flex connection, test and balance AHU after repairs are complete.
This Emergency Purchase has an expected start date of 10/21/2024 through 01/18/2025 with an Original
Estimated Cost of $111,890.00., using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Interim Asst V. Chancellor
Vendor: Mechanical Vibration & Balancing Serv Notary Date: 10/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $111,890.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
9 Natural Resources, Department of File Date: 10/21/2024
Original Filing – 10/21/2024: FY25, Qtr 2, Item# 9
The Agency would like to move forward with repairing the chiller as soon as possible. This project will include
removal and replacement of the failed chiller (with an in-kind system utilizing modern glycol mixture – RF410A
refrigerant). This project will also include disconnection of power systems (including control wiring and
required extensions), modification of existing piping connections, and setting new chiller isolators. The project
will also require proper disposal (recycling) of the failed chiller refrigerant (including draining down antiquated
chemicals and disposal per EPA regulations). The new chiller shall use existing conduit, thermostats, and
sensors. Lastly, the project will include crane rental (to place the new chiller unit), warranties (labor, refrigerant,
and compressor), startup, and training.
Given the Emergency Criteria, the Agency has prioritized resolving the Criteria as swiftly as possible. Chapman's
Mechanical Systems, Inc. already has the required chiller available and can resolve the Criteria quickly.
Therefore, the agency's focus is to protect the health, safety and well being of citizens visiting and staying at
Starved Rock, and, while recognizing and supporting the importance of diversifying contracts, in this particular
instance, felt it was in the best interest of the agency, the State of Illinois and the citizens visiting Illinois Beach
to use the vendor who had performed sprinkler head replacements at the site previously.
Given the Emergency Criteria, the Agency has prioritized resolving the Criteria as swiftly as possible. Chapman's
Mechanical Systems, Inc. already has the required chiller available and can resolve the Criteria within the next
weeks (as opposed to an anticipated lead time of 52 weeks to order a chiller from a manufacturer - this lead
time is industry standard).
This Emergency Purchase has an expected start date of 10/21/2024 through 01/18/2025 with an Original
Estimated Cost of $178,240.00.
Signed By: Erick Huck, Division Manager
Vendor: Chapman's Mechanical Systems, Inc. Notary Date: 10/21/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $178,240.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
10 Natural Resources, Department of File Date: 10/31/2024
Original Filing – 10/31/2024: FY25, Qtr 2, Item# 10
The Consolidated Coal Company No. 7 mine operated in Staunton, Illinois from 1881 to 1952. Acid mine
drainage from this mine has infiltrated the wells of homes along Herman Road and old Route 66.
Recommendations from the Illinois Department of Public Health suggest that the main water line be extended to
these residents. The City of Staunton has been replacing and installing water lines over ten years. Staunton has
been in the process of replacing the water mains for many years now and has replaced around 85% of the old
cast iron water mains and have eliminated 99.99 % of lead service lines in town. As Staunton continues with
this process of installing the water infrastructure, it is in the best interest of Illinois Department of Natural
Resources to coordinate and utilize the City of Staunton’s engineers and contractors.
The City of Staunton has acquired their own trenching and boring equipment over the years. At first, all
work was done by outside contractors that would do the installs. Unfortunately, the problem with outside
contractors was in workmanship. Once these water pipes and lines were installed, the contractors were gone,
and if problems arose, the City was left to correct the workmanship. Since this time the City of Staunton has
found that hiring the professionals (Plumbers) themselves and doing it in house, that the job is done with less
complications since the plumbers that are doing the install are also the ones that will have to come back and fix
it right if something fails.
Due to the City of Staunton’s infrastructure and requirements, IDNR should not require the City to accept the
low bid from a solicitation. The City should have the right to control the construction on it’s own infrastructure
and projects and to have a voice in the selection of the Engineering and Design work that will be completed on
its behalf for the citizens of Staunton.
All water main projects are done through PSC Engineering, the City informs the consultant of the areas that
need construction and the contractors do the design and apply for the EPA permits. The City of Staunton is
then able to control the process and construction.
This Emergency Purchase has an expected start date of 11/01/2024 through 01/29/2025 with an Original
Estimated Cost of $306,473.00, using Federal Funds.
Signed By: Lance Range, AML Div Manager
Vendor: City of Staunton Notary Date: 10/31/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $0.00 $0.00 $0.00 25 2
Federal $306,473.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
11 Ill. Workers' Compensation Commission File Date: 11/1/2024
Original Filing – 11/1/2024: FY25, Qtr 2, Item# 11
The IWCC administers tens of thousands of workers’ compensation cases each year and does not possess the
physical capacity to store all open case files and closed case files (within the statutory retention period) at its
main office in the Dunne County Building ("Dunne Building"). The IWCC needs storage space for approximately
11,000 cubic feet of paper documents. These records must be retrievable in a timely manner to satisfy
Freedom of Information Act ("FOIA") requests. As such, the storage facility must also provide indexing,
retrieval, and couriers to deliver and pickup requested records at the Dunne Building. Finally, the IWCC
requires document destruction and disposal services for those records identified for destruction pursuant to its
records retention schedule.
IWCC will proceed under the same terms and conditions of its prior, now-expired contract, with updates to
the appropriate clauses and the elimination of Section 3.1.3., which was likely not enforceable at any time.
IWCC performed research on each of the firms identified in the CEI's BEP directory under the NAICS/NIGP
codes on this procurement. Through that research, IWCC determined the listed businesses are not capable of
providing the services in the scope of work. None of the BEP vendors operate a storage facility capable of
housing 11,000 cubic feet of records, and none of them provide records management services including the
transportation and delivery of records in the Chicagoland area.
This Emergency Purchase has an expected start date of 11/1/2024 through 1/29/2025 with an Original
Estimated Cost of $21,500.00.
Signed By: Cole Garrett, APO
Vendor: Iron Moutain Information Management Notary Date: 11/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $21,500.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
12 University of Illinois File Date: 11/7/2024
Original Filing – 11/7/2024: FY25, Qtr 2, Item# 12
Using Self-Supporting Funds.
Mechanical Vibration and Balancing Services Inc will provide labor and materials for the following emergency
rebuild services.
For the (OCC) building the vendor will provide two (2) new spare 200HP 1200RPM motors and two (2) spare
variable pitch wheels for supply fans #1 and #2. The vendor will also provide two (2) new spare 100HP
900RPM motors and two (2) spare variable pitch wheels.
For the (UIH) building the vendor will provide one (1) new 15HP 3600RPM motor and rebuild the existing fixed
pitch wheel for supply fan #1. For the supply fan #1 spare, the vendor will rebuild the existing 15HP 3600RPM
motor and existing variable pitch wheel. For supply fan #2 the vendor will provide one (1) new 20HP 3600RPM
motor and rebuild the existing fixed pitch wheel. For supply fan #2 spare, the vendor will provide one (1) new
20HP 3600RPM motor and rebuild the existing fixed pitch wheel. For return fan #1 and #2, the vendor will
rebuild the existing motors and wheels.
This Emergency Purchase has an expected start date of 11/7/2024 through 02/02/2025 with an Original
Estimated Cost of $630,500.00, using Self-Supporting Funds.
Signed By: Aaron Rosenthal, Asst Vice Chancellor
Vendor: Mechanical Vibration & Balancing Serv Notary Date: 11/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $630,500.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
13 Central Management Services, Department of File Date: 11/7/2024
Original Filing – 11/7/2024: FY25, Qtr 2, Item# 13
Estimated cost to repair/replace a broken pipe in the fire sprinkler system. The pipe has completely broken and
is spraying water everywhere and needs immediate attention.
This Emergency Purchase has an expected start date of 11/7/2024 through 02/05/2025 with an Original
Estimated Cost of $2,500.00.
Signed By: Martha Blackwell, Manager
Vendor: Getz Fire Equipment Notary Date: 11/7/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,500.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
14 Guardianship and Advocacy Commission File Date: 9/27/2024
Original Filing – 09/27/2024: FY25, Qtr 2, Item# 14
The purpose of this emergency procurement is to bring the wiring in our new office location up to DoIT and
AT&T standards for compatibility and security. Employees in our current location are experiencing respiratory
issues due to mold which has permeated the carpeting and furniture, as well as other construction hazards, i.e.,
debris from falling acoustical ceiling. The Agency's CFO and General Counsel felt the effects after being in the
office for one hour. The new location is available October 1, with a planned move in date of October 3 and 4. If
DoIT were to install the wiring, it would push the move in date until January or February. We are unable to use
a BEP vendor because of the short time-frame and we need to relocate staff as soon as possible. Utilitra is the
vendor DoIT recommends that can complete the project in a such a short time-frame.
Project labor: Pull new Cat 6 cable from network closet to (56) new locations. Label faceplate and patch panel
cable numbers. Install new network rack. Test, troubleshoot connectivity of each new cable connection,
terminate each cable end, install patch panel and patch cords. Hardware: CAT6 plenum blue box, NetKey CAT6
punchdown - blue, PANDUIT 2 socket NetKey faceplate - 2x socket(s) - 1-gang -white, PANDUIT 4 position
faceplate, PANDUIT 48 port patch panel, 3' Cat 6 patch cable (blue). Tripplite by Eaton 45U SmartRack 4 post
open frame rack, 1000 lbs. capacity, organize and secure network rack equipment - 45U. 6 ft vertical manager
finger duct, 3/4" Jhook wide/RET batwing clip, 2in Jhook widebase with retainer. Other miscellaneous materials
include ceiling sleeves, caulking, conduit and connections. Subcontractor will run 1" conduit from 2nd floor
IDF down to basement MDF network locations and run grounded connection for network rack on 2nd floor.
This Emergency Purchase has an expected start date of 09/03/2024 through 10/11/2024 with an Original
Estimated Cost of $22,448.26.
Signed By: Eric Bolinger, CFO
Vendor: Utilitra, LLC Notary Date: 9/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $22,448.26 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
15 Capital Development Board File Date: 12/4/2024
Original Filing – 12/04/2024: FY25, Qtr 2, Item# 15
The scope of work provides for fire brick repairs to Boiler #1at Choate Mental Health and Developmental
Center.
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 $51,552.97, which is a place-holder prior entering into a Construction Contract,
without prior authorization from the Capital Development Board in consultation with the Chief Procurement
Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 12/04/2024 through 03/03/2025 with an Original
Estimated Cost of $51,552.97.
Signed By: Chris Miles, Exec II
Vendor: Fager-McGee Commercial Construction Notary Date: 12/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $51,552.97 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
16 Transportation, Department of File Date: 11/26/2024
Original Filing – 11/26/2024: FY25, Qtr 2, Item# 16
Monroe Truck Equipment was the last contract holder for snowplow repair parts under BidBuy P-19940.
Master contract expired 4/30/2023. The Department has been waiting for the CMS Master replacement, but to
date no contract is in place. This vendor also holds two cooperative contracts via NASPO and Sourcewell.
These options are not available to utilize at this time.
Monroe snowplow repair parts and accessories as needed during the emergency contract.
This Emergency Purchase has an expected start date of 11/26/2024 through 2/23/2025 with an Original
Estimated Cost of $1,000,000.00.
Signed By: Megan Seitzinger, BCBS
Vendor: Monroe Truck Equipment Notary Date: 11/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,000,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
17 Human Services, Department of File Date: 11/25/2024
Original Filing – 11/25/2024: FY25, Qtr 2, Item# 17
J & L Contractors, Inc., dba Ox Cartage & Warehousing, Inc. has been providing dry storage services based on
the most recent Invitation for Bid for FY19-21 and the renewals for FY22 and FY23, and a contract extension
for FY24. The Center has been satisfied with the services provided by the vendor. BidBuy Bid #37902 was
published to award a subsequent contract. That bid was cancelled and rebid due to additional information
needing to be added to the bid. The second bid, BidBuy Bid #B-39042 was cancelled due to no responsive bids
being received. The third bid, BidBuy Bid # B-41204 was cancelled due to no responsive bids being received.
The current contract is a Small Purchase with Emergency Conditions contract with a term of 8/2/24 - 11/30/24.
There is limited warehouse storage space at the Ludeman Center to accommodate the volume of food that is
delivered from the vendors on a quarterly or monthly basis. The vendor shall be responsible for receiving,
handling and storage of products on behalf of the Center, which will be delivered from various suppliers. The
vendor will deliver the required items to the Ludeman Center on a weekly basis.
This Emergency Purchase has an expected start date of 12/01/2024 through 02/28/2025 with an Original
Estimated Cost of $65,751.00.
Signed By: Jean Sandstrom, APO
Vendor: J & L Contrs dba Ox Cartage & Warehousing, Inc Notary Date: 11/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $65,751.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
18 Natural Resources, Department of File Date: 6/4/2024
Original Filing – 06/04/2024: FY25, Qtr 2, Item# 18
The Agency is moving forward to replace all failed/failing sprinkler heads due to IDNR's technical contractor,
Primera, sampling the sprinkler heads and determining in May of 2024 that two out of three of the remaining
625 heads had failed and that 1/3 of the remaining heads that have not yet failed are eminently at risk of failure in
the short-term.
The project will include:
- Draining down the sprinkler system
- Identification of remaining failed/failing
(approximately 625) sprinkler heads
- Remove & replace like-for-like characteristics new sprinkler heads (K-
factor, response time, temperature rating, etc.)
- Refill sprinkler system
- Patch & Paint to match adjacent
existing wall/ceilings.
- Replace Damaged ceiling tiles.
- Lift Rental
- Fire Watch provided during all times
when the sprinkler system is out of service (so the building can remain in operation)
Due to emergent need, as well as the specialized sprinkler head replacement expertise required for this
emergency project, including potential risk to public life, health & safety, the Agency acted swiftly by selecting
a Vendor that has previously mobilized to replace sprinkler heads at this location (Dependable Fire Equipment,
Inc.) and that can work quickly to rectify this emergent need. Therefore, the agency's focus is to protect the
health, safety and well being of citizens visiting and staying at Illinois Beach, and, while recognizing and
supporting the importance of diversifying contracts, in this particular instance, felt it was in the best interest of
the agency, the State of Illinois and the citizens visiting Illinois Beach to use the vendor who had performed
sprinkler head replacements at the site previously.
This Emergency Purchase has an expected start date of 06/04/2024 through 08/30/2024 with an Original
Estimated Cost of $100,000.00.
Signed By: Erick Huck, Division Manager
Vendor: Dependable Fire Equipment, Inc. Notary Date: 6/4/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $100,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
19 Toll Highway Authority, Illinois State File Date: 11/25/2024
Original Filing – 11/25/2024: FY25, Qtr 2, Item# 19
XX - Other Funds - The tollway does not operate on State -appropriated funds. Procurement are funded
through toll revenue.
The mission of the ITS maintenance team is to keep the ITS equipment operating at a level which supports
traffic, incident management, and law enforcement. This system contributes to the safety, mobility, and security
of the Tollway. Its continuous, reliable operation is vital for continued, efficient traffic and incident
management. Meade will be responsible for maintaining the following devices:
· Full matrix Dynamic Message
Signs and Lane Control Signs
· TCP/IP communications networks (including fiber optic, wireless IP radio and
digital cellular links)
· Roadside Closed Circuit Television (CCTV) with PTZ and zoom (both analog and HD
Digital)
· Traffic monitoring devices (microwave and magnetic sensors)
· Roadway Weather Information Systems
with snow/ice detection on pavement, automatic high speed vehicle weighing systems
· Additional traffic
management field equipment as determined by thTollway.
The new replacement Invitation for Bid solicitation (B-38650) should be published in the next few weeks,
allowing us to receive bids from all interested contractors. However, given the time constraints and the
significant value of inventory--worth hundreds of thousands of dollars--currently being stored with our existing
vendor, any abrupt changes at this stage could have a detrimental impact on the agency.
This Emergency Purchase has an expected start date of 12/08/2024 through 03/07/2025 with an Original
Estimated Cost of $562,500.00, using Other Funds through toll revenue.
Signed By: Eric Occomy, APO
Vendor: Meade, Inc. Notary Date: 11/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $562,500.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
20 Agriculture, Department of File Date: 11/22/2024
Original Filing – 11/22/2024: FY25, Qtr 2, Item# 20
The Illinois Department of Agriculture has been needing ans searching vehicles for the inspectors at the Illinois
Department of Agriculture. Our department has many inspectors that travel throughout Illinois to inspect food,
animals, meat, eggs, and many other items. The bureaus have hired many new inspectors recently due to the
need to complete the task of inspection on time. These workers need vehicles, while at the same time 10
vehicles have been retired due to the high milage and the damages that they have occurred. Without these
vehicles, our workers won't be able to do the job. 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 Agriculture 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.
Landmark Ford INC was the only vendor that could provide the Department of Agriculture with three (3) Ford
Escapes Hybrids in a very short time. Finding a vendor to provide inventory has been difficult. The Department
of Agriculture has doen research to fidn a vendor and Landmark Ford INC was able to meet our needs.
This Emergency Purchase has an expected start date of 11/22/2024 through 02/21/2025 with an Original
Estimated Cost of $118,240.00.
Signed By: Michelle Grimsley, APO
Vendor: Landmark Ford, Inc. Notary Date: 11/22/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $118,240.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
21 Toll Highway Authority, Illinois State File Date: 12/16/2024
Original Filing – 12/16/2024: FY25, Qtr 2, Item# 21
Other Funds - Tollway does not operate on State-appropriated funds, funded through toll revenue.
ThermFlo, Inc. has a small purchase contract with the Tollway (which expires 12/16/2024) for Generator
Rental Services which includes the following associated equipments: one (1) Liebert NPower 80kW UPS unit &
battery cabinet; two (2) 225 Amp disruption panels & breakers; one (1) 600 Amp disconnect, outlets inside
underfloor whips, cables and tails.
The Generator Rental Services is required to ensure the Data Center is up and running without disruption. The
Tollway would like to purchase the aforementioned equipment from ThermFlo, Inc. to ensure that no services
will be disrupted when the current generator is replaced on 12/17/2024.
Challenges of not purchasing this equipment from ThermFlo, Inc. is as follows:
1.If the aforementioned equipment is not purchased, the system would need to be powered down. Powering
down the Data Center to replace the generator will require IT vendors (Dell, Presidio, Accenture) to be on site
to monitor their equipment, which will cost approximately $2K to $4K in man hours. In addition to the estimated
cost, it may be difficult to schedule Dell, Accenture, and Presidio to be on site between now and 12/16/2024.
2. It will take 1-2 days for ThermFlo, Inc. to remove the batteries, disruption panel, and associated cabling
before new
equipment can be installed.
3. It will take 1-2 days to install new batteries, disruption panel, and associated cabling.
By purchasing the equipment, there will be no network downtime because batteries, cabling and panel will
remain in place. The purchase will also allow a quick transition between contracts since a temporary generator
could be quickly changed while batteries maintain systems.
Lastly, by purchasing the equipment, there will be no additional IT vendor costs.
Items purchased through this contract are one (1) Liebert NPower 80kW UPS unit &. battery cabinet, two (2)
225 Amp
disruption panels & breakers, one (1) 600 Amp disconnect, outlets inside underfloor whips, cables and tails.
This Emergency Purchase has an expected start date of 12/17/2024 through 01/31/2025 with an Original
Estimated Cost of $49,462.00, using Other Funds. (Tollway Revenue)
Signed By: Eric Occomy, Chief of Contract Serv
Vendor: ThermFlo, Inc. Notary Date: 12/16/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $49,462.00 $0.00 $0.00 25 2
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
22 Illinois State University File Date: 12/9/2024
Original Filing – 12/09/2024: FY25, Qtr 2, Item# 22
Other Funds - Academic & Operational Funding Sources- ISU
The project scope includes the partial redevelopment of the property located at 1709 General Electric Road into
a new ISU College of Engineering Facility. The existing facility will be renovated to incorporate approximately
83,000 sf of classrooms, labs, lecture rooms, and faculty offices. Programming shall incorporate, at a
minimum, the College of Engineering spaces previously identified for the John Green Building. Design and
coordination of a dedicated entrance for the College will be required.
Portions of the existing complex will remain occupied by the current tenant during and after construction.
the JOC Contractor will provide A/E services for: utilizing the existing program and adapt program areas to the
existing conditions.
Schematic Design, Design Development, Construction Documents, Bidding Support, Construction Contract
Administration and On-Site Observation. Services include Architectural Design, Interior Design, MEPFP,
Structural Design, AV, IT, Security, Lighting Design, Signage, and revisions to the existing FF&E documents as
needed. Provide commissioning services for all MEP systems, including (at a minimum) OPR, Design Review,
Submittal Review, Construction Site Review, Performance Review and Training Reviews.
-(Best Interest of State language)
Due to the College of Engineering project being changed from the on-campus location to the acquired location,
the schedule to design and build this project will be greatly compressed. We have confidence that the best
viable procurement option available to get the permanent College of Engineering location open in time for the Fall
2026 semester, is utilizing the IPHEC Job Order Contract (JOC) award # IPHEC1708 and utilizing the design
services selection method per "Best Interest of the State/University" allowances in Section 30 ILCS 535/50 of
the QBS Act. In our experience there are certain advantages and efficiencies of using JOC for projects on a
tight timeline. These advantages would be realized while managing costs and complying with State Procurement
codes, including BEP goals.
This Emergency Purchase has an expected start date of 10/15/2024 through 12/31/2026 with an Original
Estimated Cost of $33,000,000.00, using Operational Funding Sources/ISU Funds.
Signed By: Ernest Olson, Director
Vendor: Core Construction Notary Date: 12/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $33,000,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
23 Southern Illinois University File Date: 12/11/2024
Original Filing – 12/11/2024: FY25, Qtr 2, Item# 23
Other Funds - Property Insurance Claim - Local Funds
This emergency work included the final connections from the new exterior equipment to the interior electrical
panels and making final connections to quickly return the Clinic to normal operations schedule.Materials
included conduits, wiring,breakers and related electrical supplies and the labor to make the final connection.
This Emergency Purchase has an expected start date of 03/25/2024 through 07/31/2024 with an Original
Estimated Cost of $200,000.03 using Other Funds.
Signed By: Matt Brown, Director
Vendor: Camp Electric & Engineering Serv PC Notary Date: 12/11/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $200,000.03 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
24 Transportation, Department of File Date: 12/12/2024
Original Filing – 12/12/2024: FY25, Qtr 2, Item# 24
The Department owns many pieces of heavy equipment required to support winter snow removal operations.
The Department owns Swenson Brand spreaders and require repair and maintenance parts to keep equipment on
the road during winter operations. This vendor is a supplier of Swenson parts and have the infrastructure to
provide parts on an immediate need during winter option season.
Under tailgate Swenson brand repair parts to repair spreaders.
This Emergency Purchase has an expected start date of 12/12/2024 through 03/11/2025 with an Original
Estimated Cost of $500,000.00.
Signed By: Megan Seitzinger, Burearu Chief
Vendor: Swenson Spreader Notary Date: 12/12/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $500,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
25 Veterans Affairs, Department of File Date: 12/15/2024
Original Filing – 12/15/2024: FY25, Qtr 2, Item# 25
Vendor will act as the Project Manager, will continue to oversee the Agencies transition with in the the newly
designed and developed facility kitchen at Illinois Veterans Home of Quincy (IVHQ). 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 12/15/2024 through 03/13/2025 with an Original
Estimated Cost of $300,000.00.
Signed By: Amanda Gray, APO
Vendor: Arena Food Service, Inc. Notary Date: 12/15/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
26 Human Services, Department of File Date: 12/11/2024
Original Filing – 12/11/2024: FY25, Qtr 2, Item# 26
Nichols Enterprises, LLC is a ServPro vendor experienced in mold and water remediation. This is a continuation
of the previous emergency because the first emergency was declared late and there was not enough time to
process an extension. The Center has been satisfied with the services provided by the vendor.
The vendor will provide temporary kitchen trailers while performing water and mold remediation in the existing
Kitchen area.
This Emergency Purchase has an expected start date of 12/17/2024 through 03/16/2025 with an Original
Estimated Cost of $227,593.52.
Signed By: Jean Sandstrom, APO
Vendor: Nichols Enterprises, LLC Notary Date: 12/11/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $227,593.52 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
27 Veterans Affairs, Department of File Date: 12/19/2024
Original Filing – 12/19/2024: FY25, Qtr 2, Item# 27
Vendor is available for immediate repairs & is currently on site working on other CDB Projects. Facility requires
immediate repairs to further stop damage to facility and state property per CDB.
Vendor is to provide labor & materials for the removal & replacement of boiler pipe. including excavation of site
to locate pipe and leak.
The facility required immediate repairs to system. selected vendor is currently working on grounds and capable
of completing this work in the time frame needed.
This Emergency Purchase has an expected start date of 12/19/2024 through 03/19/2025 with an Original
Estimated Cost of $35,000.00.
Signed By: Stephanie Heckenkamp, CFO
Vendor: Chas F. Bruckner & Sons Notary Date: 12/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $35,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
Updates
To
Previously Filed
Emergency Purchases
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
28 University of Illinois File Date: 12/9/2024
Using ICR Funds
Second Filing – 12/09/24: FY25, Qtr 2, Item # 28
An Emergency Purchase Extension was received on December 09, 2024 requesting an extension for dates
starting 12/28/2024 to 06/30/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 300
Using ICR Funds
The University of Illinois, Chicago is seeking 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 Systems (ERP). We are requesting an emergency to allow the university time to complete
the competitive process via RFP #EWM186 in which sealed proposals are due on October 9, 2024.
Provide support 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 09/29/2024 through 12/27/2024 with an Original
Estimated Cost of $990,000.00, using Institutional Costs Recovered (ICR) Funds
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Attain Consulting Group/Attain Partners Notary Date: 9/27/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $990,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
29 University of Illinois File Date: 12/16/2024
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 29
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $420,000.00, revising the total estimated
cost to $990,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 301
Maxim Healthcare Services Inc provides temporary staffing for UIC and UI Health HR under RFP award
#KRS128 that will expire on September 30, 2024. These temporary employees provide clinical and non-clinical
support in areas with staffing shortages, open positions that have not yet been filled, or have been hired due to a
critical, short-term needs. The university is currently in the review of the proposals received under the new RFP
#PPA109. Given the volume, and the time required to successfully complete the RFP award process, UIC HR
is requesting an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
Maxim Healthcare Services Inc will provide temporary, agency hires to fill a variety of clinical and non-clinical
positions at UIC and UIH.
This Emergency Purchase has an expected start date of 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $570,000.00.
Signed By: Aaron Rosenthal, Assist. V. Chancellor
Vendor: Maxim Healthcare Services/Staffing Solutions Notary Date: 9/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $570,000.00 $990,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
30 University of Illinois File Date: 12/16/2024
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 30
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $330,000.00, revising the total estimated
cost to $660,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 302
Anchor Staffing provides temporary staffing for UIC and UI Health HR under RFP award #KRS128 that will
expire on September 30, 2024. These temporary employees provide clinical and non-clinical support in areas
with staffing shortages, open positions that have not yet been filled, or have been hired due to a critical, short-
term needs. The university is currently in the review of the proposals received under the new RFP #PPA109.
Given the volume, and the time required to successfully complete the RFP award process, UIC HR is requesting
an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
Anchor Staffing will provide temporary, agency hires to fill a variety of clinical and non-clinical positions at UIC
and UIH.
This Emergency Purchase has an expected start date of 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $330,000.00.
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Anchor Staffing Notary Date: 9/26/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $330,000.00 $660,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
31 University of Illinois File Date: 12/16/2024
Second Filing – 12/16/2024: FY25, Qtr 2, Item # 31
An Emergency Purchase Extension was received on December 16, 2024 requesting an extension for dates
starting 12/30/2024 to 06/30/2025 at an additional estimated cost of $150,000.00, revising the total estimated
cost to $300,000.00. Reported in the same filing quarter
Original Filing – 10/01/2024: FY25, Qtr 2, Item# 303
Premier Staffing Source provides temporary staffing for UIC and UI Health HR under RFP award #KRS128 that
will expire on September 30, 2024. These temporary employees provide clinical and non-clinical support in
areas with staffing shortages, open positions that have not yet been filled, or have been hired due to a critical,
short-term needs. The university is currently in the review of the proposals received under the new RFP
#PPA109. Given the volume, and the time required to successfully complete the RFP award process, UIC HR
is requesting an emergency for the temporary staffing services until the new RFP #PPA109 is awarded.
Premier Staffing Source will provide temporary, agency hires to fill a variety of clinical and non-clinical
positions at UIC and UIH.
This Emergency Purchase has an expected start date of 10/01/2024 through 12/29/2024 with an Original
Estimated Cost of $150,000.00.
Signed By: Aaron Rosenthal, Asst. V. Chancellor
Vendor: Premier Staffing Source Notary Date: 10/1/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $150,000.00 $300,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
32 Transportation, Department of File Date: 12/14/2024
Final Cost Statement
Latest Filing – 12/14/2024: FY25, Qtr 2, Item # 32
The Actual Total Cost of FY25, Qtr 2, Item# 32 is $144,433.00, with a final contact term ending. Reported in
the same filing quarter.
Original Filing – 10/08/2024: FY25, Qtr 2, Item# 308
Emergency removal of damaged bridge beam and associated bridge deck/railing. Traffic control as required by
emergency contract documents. All work to be completed according to IDOT Standard Specifications.
This Emergency Purchase has an expected start date of 10/08/2024 through 01/06/25 with an Original
Estimated Cost of $300,000.00.
Signed By: Gary Sims, D5 Operations Engineer
Vendor: Stark Excavation Notary Date: 10/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $300,000.00 $144,433.00 $144,433.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
33 Capital Development Board File Date: 11/6/2024
Second Filing - 11/06/2024: FY25, Qtr 2, Item # 33
An Emergency Purchase Extension was received on November 6, 2024 requesting an extension for dates
starting 01/06/2025 to 12/31/2025. The extension expenditure is not assessed and will be charged for time only.
Reported in the same filing quarter.
Original Filing – 10/09/2024: FY25, Qtr 2, Item# 309
The scope of work provides for the renovation of 16 elevators and 1 chair lift located within 9 buildings on the
Chicago State University campus. These buildings include Education, Business Health Science, Harold
Washington Hall, Williams Science Center, Douglas Hall, Cook Administration, Jacoby Dickens Athletic and
Physical Education Center (JDC), Gwendolyn Brooks Library and Jones Convocation Center. Renovations will
include updating elevators for code compliance, maintenance and aesthetics. Asbestos abatement is part of 5
elevator floor systems. The scope also includes any temporary measures needed to utilize elevators most in
need, before more permanent repairs can be implemented.
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 $2,500,000.00, 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 10/09/2024 through 01/06/2025 with an Original
Estimated Cost of $2,500,000.00.
Signed By: Chris Miles, Exec II
Vendor: Parkway Elevators, Inc. Notary Date: 10/9/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,500,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
34 Capital Development Board File Date: 12/18/2024
Second Filing – 12/18/24: FY25, Qtr 2, Item # 34
An Emergency Purchase Extension was received on December 18, 2024 requesting an extension for dates
starting 01/08/2025 to 08/31/2025. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 10/11/2024: FY25, Qtr 2, Item# 312
The scope of work provides for expedited stabilization and limited repair work at the Rear Erecting Shop as
directed by the Architect/Engineer. The scope of also includes any recommended fencing around the perimeter
of the building to ensure public safety.
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 $1,040,000.00, 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 10/11/2024 through 1/08/2025 with an Original
Estimated Cost of $1,040,000.00
Signed By: Chris Miles, Exec II
Vendor: Otto Baum Co Notary Date: 10/11/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,040,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
35 Central Management Services, Department of File Date: 12/3/2024
Final Cost Statement
Latest Filing – 12/3/2024: FY25, Qtr 2, Item# 35
An Actual Total Cost of FY25, Qtr 2, Item # 35 is $35,952.00 was reported in the same filing quarter.
Original Filing – 10/24/2024: FY25, Qtr 2, Item# 315
Estimated cost equipment and labor to repair at least 10 elevators that have stoppage issues and could cause
personnel to become trapped.
This Emergency Purchase has an expected start date of 10/23/2024 through 01/21/2025 with an Original
Estimated Cost of $30,000.00.
Signed By: Martha Blackwell, Manager
Vendor: KONE Notary Date: 10/24/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $30,000.00 $35,952.00 $35,952.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
36 University of Illinois File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 36
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.
Using self-supporting funds
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
37 Innovation & Technology, Department of File Date: 9/27/2024
Fourth Filing – 09/28/24: FY25, Qtr 2, Item # 37
An Emergency Purchase Extension was received on September 28, 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.
Third Filing – 06/11/2024: FY24, Qtr 4, Item #98
An Emergency Purchase Extension was received on June 11, 2024 requesting an extension for dates starting
7/1/2024 to 09/28/2024. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 03/21/2024: FY24, Qtr 4, Item # 230
An Emergency Purchase Extension was received on March 21, 2024 requesting an extension for dates starting
04/07/2024 to 06/30/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 1/8/2024: FY24, Qtr 3, Item# 9
Kyndryl, Inc Hosting Services hosting IBM Z workloads on Kyndryl's secure, multi-tenant infrastructure,
maintaining the resiliency, exceptional security, and high availability you expect from your mainframe. Kyndryl
was chosen based upon the existing relationship with IBM - Kyndryl and their ability to accomplish the rehost
with minimal risk to the Illinois State Police primary business function to protect the public. Agency used
Gartner's Magic Quadrant research on as infrastructure as a serivce to determine which vendor's could
complete the entire scope of work. The Magic Quadrants are based on market segmentation, ability to execute,
completeness of services, graphic representation, and strengths and weaknesses. There were only two vendors
identified the could perform the scope with Kyndryl being ranked as the best option.
Kyndryl Hosted Mainframe Services
• Kyndryl Hosting Primary Site: Omaha, NE
• Kyndryl Hosting
Secondary Site: Chicago, IL
• Client retains application and operational support.
• Kyndryl will operate,
maintain, and support the Base Components, connected devices, IBM MLC Software and disaster recovery
services
• Migration assistance via data replication from client storage system to FNTS storage system
utilizing IBM TDMF Software. Kyndryl will continue to use virtual tape in steady state.
• A site-to-site VPN
is included for connectivity to client’s primary site/network, subject to availability of client’s internet bandwidth.
•
Solution sizing is for estimated capacities based on information provided by Customer. Further Due
Diligence will be required to “right-size”. If additional resources are required, client may contract for those
additional resources.
• request that the Disaster Recovery LPAR be activated. The LPARs on the Primary
Server will no longer be activated.
• Additional Security Requirements - An encrypted VPN (Virtual Private
Network) connection between Customer and Kyndryl (where provided by Kyndryl as Base Component) shall be
maintained by Kyndryl for system access during the host migration. All Content stored in the Mainframe
Hosting Environment shall be treated as confidential and Kyndryl will perform its Services in accordance with
CSA and this SOW in order to protect Content from unauthorized access and/or distribution.
• All Content
stored in the Mainframe Hosting Environment shall remain in the United States.
• Service level Hosting
Availability is 99.9% availability from unplanned outages.
Migration from the customer data center to the
Kyndryl Hosting Primary Site
• Migration of the Customer mainframe environment will be accomplished via
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
DASD data replication from Client to Kyndryl. Kyndryl will work with Customer to install temporary IBM
Global Mirror license (at no cost to the Customer) on Customer DASD to facilitate DASD Global Mirror
replication from Customer DASD to target DASD system at the hosting facility.
• Migration of the
Customer mainframe tape environment will also be accomplished via virtual tape data replication using a virtual
tape system (VTS) from Client to Kyndryl. Kyndryl will work with the Customer to replicate the backend Dell
Data Domain utilizing the Dell/EMC proprietary data replication tool.
• Kyndryl will assist with physical tape
to virtual tape conversion.
This Emergency Purchase has an expected start date of 01/08/2024 through 04/06/2024 with an Original
Estimated Cost of $131,334.88.
Signed By: Van P Austin, APO
Vendor: Kyndryl, Inc. Hosting Services Notary Date: 1/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $131,334.88 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
38 Capital Development Board File Date: 10/15/2024
Fourth Filing –10/15/24: FY25, Qtr 2, Item # 38
An Emergency Purchase Extension was received on October 15, 2024 requesting an extension for dates starting
10/25/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 07/23/2024: FY25, Qtr 1, Item # 58
An Emergency Purchase Extension was received on July 23,2024 requesting an extension for dates starting
08/01/2024 to 10/25/2024 at an additional estimated cost of $500,000.00, revising the total estimated cost to
$900,000.00.
Second Filing – 03/01/2024: FY24, Qtr 3, Item # 124
An Emergency Purchase Extension was received on March 1, 2024 requesting an extension for dates starting
3/4/2024 to 08/01/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 12/6/2023: FY24, Qtr 2, Item# 124
The scope of work provides for repair and replacement of items damaged during a fire in maintenance bays 1-3
(1 common area) including wiring devices, light fixtures, water heaters, water piping, unit heaters, overhead
doors, door motors and tracks, including all related conduit, wiring, water piping, gas piping, and other fire
damaged items. The entire area is to be cleaned and finishes restored to their pre-tire condition. I he scope also
provides tor immediate repairs to the x-bridging in the steel bar joists to stabilize the root. Root replacement and
repairs will be done under a separate contract. Roof replacement and repairs will be done under a separate
project.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement and any
design documents provided by the Architect/Engineer of record. Section 01 29 00 PAYMENT PROCEDURES,
will be strictly followed and adhered to. The sum of all items listed in the Contractor Schedule of Values should
equal the contract award amount. Payment amounts will be approved based on proof of work actually
performed and materials actually used. Construction services provided under this
procurement should not exceed $400,000.00, which is a place-holder prior entering into a Construction
Contract, without prior authorization from the Capital Development Board in consultation with the Chief
Procurement Office. Final Actual Costs will be reported upon project completion and project close-out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 12/6/2023 through 03/04/2024 with an Original
Estimated Cost of $400,000.00.
Signed By: Chris Miles, Exec II
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Vendor: Hein Construction Co. Inc. Notary Date: 12/6/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $400,000.00 $900,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
39 University of Illinois File Date: 10/9/2024
Second Filing – 10/09/2024: FY25, Qtr 2, Item # 39
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.
Self Supporting Funds
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
40 Capital Development Board File Date: 9/18/2024
Second Filing – 09/18/24: FY25, Qtr 2, Item # 40
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
41 Capital Development Board File Date: 10/15/2024
Second Filing – 10/15/24: FY25, Qtr 2, Item # 41
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
42 Capital Development Board File Date: 10/17/2024
Second Filing – 10/17/24: FY25, Qtr 2, Item # 42
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
43 Commerce and Economic Opportunity, Department of File Date: 10/22/2024
Using Federal Funds
Second Filing – 10/22/24: FY25, Qtr 2, Item # 43
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 2
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Federal $825,230.92 $0.00
44 Central Management Services, Department of File Date: 9/30/2024
Final Cost Statement
Latest Filing – 09/30/2024: FY25, Qtr 2, Item # 44
The Actual Total Cost of FY25, Qtr 2, Item# 44 is $40,882.56, with a final contact term ending.
Original Filing – 3/27/2023: FY23, Qtr 4, Item# 4
The vendor was chosen due to familiarity and proximity to the location. The vendor was the contract holder
under P-11011 which expired 06/30/2022. We are in the process of establishing JPMC contracts but as yet
none have been executed in the region. Due to the possible damage we needed to get in someone familiar with
the system who could get there as fast as possible.
Estimated cost equipment and labor to repair a leaking isolation valve on the circulating pump that also provides
heat to the James R Thompson Center (JRTC).
Statewide, there are 10 BEP vendors under NIGP Code 910-36, with the closest being over 26 miles away and
none located in the city of Chicago proper. The chosen vendor is not a BEP vendor but due to their experience
and familiarity of the HVAC system from P-11011and the immediate need, they were chosen as they could get
there within minutes.
This Emergency Purchase has an expected start date of 03/24/2023 through 06/22/2023 with an Original
Estimated Cost of $42,000.00.
Signed By: Martha Blackwell, Manager
Vendor: Anchor Mechanical Notary Date: 3/27/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $42,000.00 $40,882.56 $40,882.56 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
45 Transportation, Department of File Date: 10/3/2024
Final Cost Statement
Latest Filing – 10/3/2024: FY25, Qtr 2, Item # 45
The Actual Total Cost of FY25, Qtr 2, Item# 45 is $389,045.54, with a final contact term ending.
Original Filing – 4/25/2024: FY24, Qtr 4, Item# 10
Keeley & Sons, Inc was selected due to their geographic location and the expertise they have with bridge work.
They can respond immediately to the damaged location and start the process of the required repairs.
The contractor will design and repair the bridge carrying 26th Street over the Norfolk Southern Railroad in East
St. Louis (SN 082-0131) that sustained significant damage as a result of being struck by a truck traveling over
the bridge with its hydraulic lift fully extended.
This Emergency Purchase has an expected start date of 04/25/2024 through 07/24/2024 with an Original
Signed By: Joseph Monroe, Dist 8 Operations Eng
Vendor: Keeley & Sons Notary Date: 4/25/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,500,000.00 $389,045.54 $389,045.54 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
46 Environmental Protection Agency File Date: 10/8/2024
Final Cost Statement
Latest Filing – 10/8/2024: FY25, Qtr 2, Item #46
The Actual Total Cost of FY25, Qtr 2, Item# 46 is $8,298.00, with a final contact term ending.
Original Filing – 4/19/2024: FY24, Qtr 4, Item# 16
This purchase request is for sample testing (Per- and Polyfluoroalkyl Substances (PFAS)) that the state lab is
unable to perform. Protecting Illinois drinking water is a top priority for IEPA. Perfluorooctyl Sulfonate (PFOS)
and Perfluorooctanoic Acid (PFOA) are fluorinated organic Per and Polyfluoroalkyl (PFASs) chemicals that are
part of a larger group of chemicals referred to as Per and Polyfluoroalkyl (PFASs). These chemicals are man-
made and ubiquitous in the environment. PFAS testing is necessary to ensure an adequate supply of water that is
safe in quality, clean, adequate in quantity, and of satisfactory mineral characteristics for ordinary domestic
consumption.
This Emergency Purchase has an expected start date of 04/17/2024 through 07/16/2024 with an Original
Estimated Cost of $24,083.00.
Signed By: Andrew Shackelford, APO
Vendor: Pace Analytical Services Notary Date: 4/19/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $24,083.00 $8,298.00 $8,298.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
47 University of Illinois File Date: 10/1/2024
Final Cost Statement
Latest Filing – 10/1/2024: FY25, Qtr 2, Item #47
The Actual Total Cost of FY25, Qtr 2, Item# 47 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
48 Transportation, Department of File Date: 10/7/2024
Final Cost Statement
Latest Filing – 10/7/2024: FY25, Qtr 2, Item # 48
The Actual Total Cost of FY25, Qtr 2, Item# 48 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
49 Human Services, Department of File Date: 9/25/2024
Final Cost Statement
Latest Filing – 09/25/2024: FY25, Qtr 2, Item # 49
The Actual Total Cost of FY25, Qtr 2, Item# 49 is $54,288.00, with a final contact term ending.
Original Filing – 5/8/2024: FY24, Qtr 4, Item# 18
J & L Contractors, Inc., dba Ox Cartage & Warehousing, Inc. has been providing dry storage services based on
the most recent Invitation for Bid for FY19-21 and the renewals for FY22 and FY23, and a contract extension
for FY24. The Center has been satisfied with the services provided by the vendor. Two Invitation for Bids have
been conducted for the services. The first bid was canceled, because additional specifications needed to be
added to the bid. The second bid was canceled because BEP considered the vendor's bid non-responsive "due
to a lack of a good faith effort" when completing its BEP Utilization Plan. The vendor filed an award protest, and
a decision has not been made.
There is limited warehouse storage space at the Ludeman Center to accommodate the volume of food that is
delivered from the vendors on a quarterly or monthly basis. The vendor shall be responsible for receiving,
handling and storage of products on behalf of the Center, which will be delivered from various suppliers. The
vendor will deliver the required items to the Ludeman Center on a weekly basis.
This Emergency Purchase has an expected start date of 05/04/2024 through 08/01/2024 with an Original
Estimated Cost of $58,865.50.
Signed By: Jean Sandstrom, APO
Vendor: J & L Contractor dba Ox Cartage & Warehouse Notary Date: 5/8/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $58,865.50 $54,288.00 $54,288.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
50 State Police, Illinois File Date: 9/24/2024
Final Cost Statement
Latest Filing – 09/24/2024: FY25, Qtr 2, Item # 50
The Actual Total Cost of FY25, Qtr 2, Item# 50 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
51 Southern Illinois University File Date: 9/26/2024
Final Cost Statement
Latest Filing – 09/26/2024: FY25, Qtr 2, Item # 51
The Actual Total Cost of FY25, Qtr 2, Item# 51 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
52 Southern Illinois University File Date: 10/17/2024
Final Cost Statement
Latest Filing – 10/17/2024: FY25, Qtr 2, Item # 52
The Actual Total Cost of FY25, Qtr 2, Item# 52 is $328,676.21, with a final contact term ending.
Original Filing – 2/23/2024: FY24, Qtr 3, Item# 58
LOW BIDDER from among three resellers of this manufacturer. This is a manufacturer build to suit product.
2000 AMP 480/277 VOLT SWITCHGEAR AND 480V/277 VOLT PANELBOARDS AND 120/208 VOLT
PANELBOARDS
This Emergency Purchase has an expected start date of 03/11/2024 through04/30/2024 with an Original
Estimated Cost of $328,990.00.
Signed By: Matt Brown, Dir. Of Purchases
Vendor: Butler Supply Notary Date: 2/23/2024
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $328,990.00 $328,676.21 $328,676.21 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
53 Innovation & Technology, Department of File Date: 10/3/2024
Final Cost Statement
Latest Filing – 10/3/2024: FY25, Qtr 2, Item # 53
The Actual Total Cost of FY25, Qtr 2, Item# 53 is $1,868,735.97, with a final contact term ending.
Sixth Filing – 07/17/2024: FY25, Qtr 1, Item # 59
An Emergency Purchase Extension was received on July 17, 2024 requesting an extension for dates starting
08/01/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Fifth Filing – 05/16/2024: FY24, Qtr 4, Item # 66
An Emergency Purchase Extension was received on May 16, 2024 requesting an extension for dates starting
06/01/2024 to 07/31/2024. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 08/08/2023: FY24, Qtr 1, Item # 110
An Emergency Purchase Extension was received on August 10, 2023 requesting an extension for dates starting
08/20/2023 to 5/31/2024 at an additional estimated cost of $5,100,000.00, revising the total estimated cost to
$10,150,000.00.
Third Filing - 05/18/2023: FY23, Qtr 4 Item # 108
An Emergency Purchase Extension was received on May 18, 2023 requesting an extension for dates starting
05/21/2023 to 08/19/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated cost to
$5,050,000.00.
Second Filing - 02/14/2023: FY23, Qtr 3, Item# 70
An Emergency Purchase Extension was received on February 14, 2023 requesting an extension for dates
starting 2/20/2023 to 05/20/2023 at an additional estimated cost of $2,000,000.00, revising the total estimated
cost to $3,050,000.00.
Original Filing – 11/23/2022: FY23, Qtr 2, Item# 32
The state sold the JRTC to Google, which means DoIT has to remove/relocate the state owned fiber network
from the basement of the JRTC. Complicating matters and compressing the timeline for this move, the city of
Chicago issued an unexpected temporary moratorium on cutting LaSalle and Lake Streets beginning 12/1/22.
DoIT must have the conduit along these streets relocated/replaced by the end of November, which is Phase 1 of
the JRTC fiber relocate project. Once the conduit has been moved/relocated, Phase 2 will begin to finish the
installation. Phase 2 includes: remainder of LaSalle Street fiber, hand-hole, conduit placement, the inside plant
work at City hall - splice work, conduit, fiber install, fiber termination (repeat for MABB). DoIT and Meade are
at the mercy of several local permitting entities before work can be done in downtown Chicago, this further
delayed the ability of DoIT and Meade to get the emergency relocation started earlier.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
The existing contract CIC3648240 with Meade expires 11/27/22 with no renewals. DoIT submitted an
amendment on 11/4/2022 to add $850,000 of funds to finish phase 1 of the fiber move on BidBuy B-33097.
Due to receiving amendment approval with only one business day remaining before contract expiration, some
funds from the amendment have also been included in this emergency to ensure contract coverage and a
funding source to finish phase 1 of the fiber move before the moratorium begins 12/1 and allow the state to
vacate the JRTC per the sales agreement. Failure to finish phase 1 may result in significant delays and pose a
risk to the fiber network which is a critical state asset. The JRTC fiber provides one of two physical paths to
the Chicago POP which serves all Chicago and collar county government and education sites, Equinix which
processes ~50% of all traffic leaving the network, and network services for the City of Chicago and Cook
County. Loss of the JRTC fiber creates a vulnerability that will almost certainly result in a widespread outage
that would likely take days to restore.
In addition to the emergency fiber move detailed above, Meade also covers our owned fiber network statewide.
If we do not have a fiber maintenance vendor on contract we risk prolonged network outages every time our
fiber is damaged by having to negotiate a new emergency contract for the fiber repair each time it is damaged.
DoIT is in process of completing a request for a 12-month sole source contract to cover Meade's services
until a new RFP can be issued and awarded. DoIT anticipates sending the sole source for review and approval
within one to two weeks. The new RFP is currently being drafted and is being done on R-125058.
This Emergency Purchase has an expected start date of 11/22/2022 through 02/19/2023 with an Original
Estimated Cost of $1,050,000.00.
Signed By: Van P Austin, APO
Vendor: Meade, Inc. Notary Date: 11/23/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $1,050,000.00 $10,150,000.00 $1,868,735.97 $1,868,735.97 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
54 Central Management Services, Department of File Date: 10/11/2024
Final Cost Statement
Latest Filing – 10/11/2024: FY25, Qtr 2, Item # 54
The Actual Total Cost of FY25, Qtr 2, Item# 54 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
55 Innovation & Technology, Department of File Date: 10/29/2024
Fifth Filing – 10/29/24: FY25, Qtr 2, Item # 55
An Emergency Purchase Extension was received on October 29, 2024 requesting an extension for dates starting
11/1/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Fourth Filing – 07/30/24: FY25, Qtr 1, Item # 67
An Emergency Purchase Extension was received on July 30, 2024 requesting an extension for dates starting
7/31/2024 to 10/31/2024. The extension expenditure is not assessed and will be charged for time only.
Third Filing – 12/27/2023: FY24, Qtr 3, Item # 106
An Emergency Purchase Extension was received on December 27, 2023 requesting an extension for dates
starting 12/31/2023 to 06/27/2024 at an additional estimated cost of $10,000,000.00, revising the total estimated
cost to $20,000,000.00.
Second Filing - 02/16/2023: FY23, Qtr 3, Item# 68
An Emergency Purchase Extension was received on Febraury 6, 2023 requesting an extension for dates starting
02/13/2023 to 12/30/2023 at an additional estimated cost of $8,000,000.00, revising the total estimated cost to
$10,000,000.00.
Original Filing – 11/15/2022: FY23, Qtr 2, Item# 23
Motorola has been the current vendor for the MC Starcom21 compatible subscriber radio equipment contract.
Motorola was originally selected through competitive bid process. Motorola previously supported DoIT during
initial 5 years contract term, there were no renewals. DoIT has previously been able to successfully negotiate
contracts with this vendor and the existing contract terms will be used for the Emergency period. Contract
negotiations with a new vendor could take several weeks creating significant risk and exposure during
negotiations. The administrative review process has previously been completed with this vendor, including
financial disclosures and BEP utilization plan. Bringing in a new vendor for such a large and complicated
implementation would take months as the configuration.
The Department of Innovation and Technology is currently working on an IFB for replacement of the
Emergency Starcom21 Equipment Contract. Due to additional needs and time constraints in procurements,
DoIT will need a 90 day emergency contract to allow adequate time to review any new pricing, equipment and
needs for this contract, to publish the IFB, and allow time for bids to be received, bids reviewed, award
published, and contract execution. There was an emergency contract in place that expired. A new extension
was requested, but that contract extension was not able to get executed prior to the emergency contract
expiring. Therefore this new emergency is being processed to allow time for the new IFB to be completed and
awarded.
Motorola supplies equipment to the state of Illinois entities utilizing Starcom21 radio network communication
via radio mobile and portable radios, emergency agencies and dispatch consoles. The equipment purchased
from this contract is invaluable to the support of Illinois Law enforcement agencies State, Local and County.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
This equipment also supports emergency communication with the equipment purchased on this contract. The
loss of the ability to purchase equipment on this contract would be detrimental to all Emergency agencies
throughout the state and would degrade emergency communications in critical incidents throughout the state
with law enforcement and emergency agencies such as fire departments, emergency medical technicians, prison
guards. This Emergency JPMC contract will be available for use by all governmental units and qualified not-
for-profits.
This Emergency Purchase has an expected start date of 11/15/2022 through 02/13/2023 with an Original
Estimated Cost of $2,000,000.00.
Signed By: Van P Austin, APO
Vendor: Motorola Solutions Inc Notary Date: 11/15/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,000,000.00 $20,000,000.00 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
56 Human Services, Department of File Date: 11/4/2024
Second Filing – 11/4/2024: FY25, Qtr 2, Item # 56
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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
57 Central Management Services, Department of File Date: 10/30/2024
Final Cost Statement
Latest Filing –10/30/2024: FY25, Qtr 2, Item # 57
The Actual Total Cost of FY25, Qtr 2, Item# 57 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
58 Corrections, Department of File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item #58
The Actual Total Cost of FY25, Qtr 2, Item# 58 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
59 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 59
The Actual Total Cost of FY25, Qtr 2, Item# 59 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 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
60 University of Illinois File Date: 11/1/2023
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 60
The Actual Total Cost of FY25, Qtr 2, Item# 60 is $243,675.00, with a final contact term ending.
Second Filing - 09/06/2023: FY24, Qtr 1, Item # 62
An Emergency Purchase Extension was received on September 6, 2023 requesting an extension for dates
starting 09/30/2023 to 07/30/24. The extension expenditure is not assessed and will be charged for time only, in
the same filing quarter.
Original Filing – 6/28/2023: FY24, Qtr 1, Item# 117
Self-Supporting Funds
The University is experiencing overcrowding at the Paulina Street Parking Structure, which is one of the
primary parking facilities adjacent to the university medical complex. The overcrowding is causing serious
disruption to critical healthcare services as employees are unable to report to their positions in a timely and
scheduled manner. These delays are causing cascading effects across the healthcare operations, which have
begun to impact patients. To correct this issue, the University plans to institute a shuttle bus service between the
Harrison Street Parking Structure and the Hospital so that employees who park in the Paulina Street Parking
Structure may be temporarily relocated. Immediately establishing shuttle bus services, as a component of our
larger infrastructure initiatives, will help us to ensure that critical medical services are not interrupted and
provide accessible parking options for our patients. Ensuring timely conveyance of these medical services will
prevent serious disruption to critical operations that affect public health. In recognition of long-term need to
correct this unforeseen impact to critical services operations, the University is preparing a solicitation to procure
shuttle bus services. This solicitation will allow the University the ability to stabilize parking operations and
provide additional time to address infrastructure needs that will ultimately be necessary to correct this
imbalance. The vendor was selected by University parking services professionals as they are able to
immediately begin providing requested services, supply an appropriate vehicle, guarantee staff, and offer pricing
that the department believes to be appropriate.
Vendor shall provide one (1) 25-passenger minibus and two (2) drivers to operate shuttle service between
Harrison Street Parking Structure (1100 W Harrison ST, Chicago, IL 60607) and University of Illinois Hospital
(1740 W Taylor ST, Chicago, IL 60612), from 5:00am to 8:00pm, Monday through Friday.
This Emergency Purchase has an expected start date of 06/29/2023 through 09/26/2023 with an Original
Estimated Cost of $154,440.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Director
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Vendor: United Bus Incorp Notary Date: 6/28/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $154,440.00 $243,675.00 $243,675.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
61 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 61
The Actual Total Cost of FY25, Qtr 2, Item# 61 is $975,000.00, with a final contact term ending.
Second Filing - 09/13/2023: FY24, Qtr 1, Item # 117
An Emergency Purchase Extension was received on September 12, 2023 requesting an extension for dates
starting 09/29/2023 to 12/28/2023. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 5/17/2023: FY23, Qtr 4, Item# 34
Student fees associated with the purchase of dining plans
Chartwells is currently in place as our dining services partner and their current contract is expiring June 30,
2023. The RFP to solicit and select a new dining service partner was canceled and will be re-issued. We are
requesting an emergency to allow us to continue working with Chartwells while the RFP is re-issued.
Continuing to use Chartwells for the services they currently provide is necessary to prevent serious disruption to
these critical university services.
Board plan dining services for students on meal plans, retail dining operations in multiple locations around
campus, catering services and operation of retail convenience stores.
This Emergency Purchase has an expected start date of 07/01/2023 through 09/28/2023 with an Original
Estimated Cost of $975,000.00, using Student fees associated with the purchase of dining plans.
Student fees associated with the purchase of dining plans.
Signed By: Debra Matlock, Exec Director
Vendor: Compass Group USA (Chartwells Division) Notary Date: 5/17/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $975,000.00 $975,000.00 $975,000.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
62 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 62
The Actual Total Cost of FY25, Qtr 2, Item# 62 is $10,000,000.00, with a final contact term ending.
Original Filing – 12/04/2023: FY24, Qtr 2, Item# 119
Chartwells provides board plan dining services for students on meal plans, retail dining operations in multiple
locations around campus, catering services, and operation of retail/convenience stores.
This Emergency Purchase has an expected start date of 12/28/2023 through 03/26/2024 with an Original
Estimated Cost of $10,000,000.00, using student fees associated with the purchase of dining plans.
Signed By: Debra Matlock, Exec Dir
Vendor: Compass Group USA Notary Date: 12/4/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $10,000,000.00 $10,000,000.00 $10,000,000.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
63 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing –11/1/2024: FY25, Qtr 2, Item # 63
The Actual Total Cost of FY25, Qtr 2, Item# 63 is $144,074.00, with a final contact term ending.
Second Filing – 03/15/2024: FY24, Qtr 3, Item # 133
An Emergency Purchase Extension was received on March 15, 2024 requesting an extension for dates starting
03/31/2024 to 07/31/2024 at an additional estimated cost of $350,000.00, revising the total estimated cost to
$600,000.00.
Original Filing – 11/14/2023: FY24, Qtr 2, Item# 114
Currently VIP Valet services are utilized at the Specialty Care Building with a term date of 12/31/2023. In
addition, the Outpatient Care Center north and south tower entrances utilizes UIC campus valet service
attendants that will also term on 12/31/23. We would like to avoid disruption of valet services at all three
entrances by utilizing VIP Valet Services 1/1/24-3/31/24. Many patients and visitors are receiving procedures
and have scheduled appointments at the Specialty Care Building 1009 S. Wood and the Out Patient Care Center
1801 S Taylor North and South Tower. VIP valet parking services allows the patients to park at the door
entrance of the structures and enter the building avoiding commuting from the parking structure which could be
a challenge depending on the patients condition and it assists the patients with timely arrivals to their
appointments. This service also allows patients to arrive to their appointments more timely, many patients have
mobility challenges. We are in the process of contract negotiations to secure a valet services vendor for five
years. This emergency purchase request is to allow continued valet services until the contract terms for RFP
#PPA101 are completed.
IP Parking with attendants at the entrance of three locations; the Specialty Care Building (SCB), Outpatient Care
Center (OCC) North and South tower entrances which allows the patients to park at the door entrance.
This Emergency Purchase has an expected start date of 01/01/2024 through 03/31/2024 with an Original
Estimated Cost of $250,000.00, using Institution Funds.
Signed By: Debra Matlock, Exec. Diirector
Vendor: VIP Services Notary Date: 11/14/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $600,000.00 $144,074.00 $144,074.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
64 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item #64
The Actual Total Cost of FY25, Qtr 2, Item# 64 is $292,665.00, with a final contact term ending.
Second Filing - 05/23/2023: FY23, Qtr 4, Item# 303: Time Only
An Emergency Purchase Extension was received on May 23, 2023, requesting an extension for dates starting
06/30/2023 to12/31/2023 at an additional estimated cost of $0.00, keeping the estimated cost at $250,000.00.
Original Filing – 3/31/2023: FY23, Qtr 4, Item# 84
Using Institutional Funds
VIP provided these valet services on previous emergency procurement #JMG997. This Emergency Purchase is
needed while we complete the RFP process and select a vendor but still need to maintain valet operations at the
Specialty Care Building uninterrupted.
Valet services for the patients and visitors of UI Health at the Specialty Care Building.
This Emergency Purchase has an expected start date of 04/01/2023 through 06/30/2023 with an Original
Estimated Cost of $250,000.00, using Institution Funds.
Signed By: Debra Matlock, Exec Dir, Purchasing & Contract Mgmt.
Vendor: VIP Services Notary Date: 3/31/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $250,000.00 $292,665.00 $292,665.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
65 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 65
The Actual Total Cost of FY25, Qtr 2, Item# 65 is $1,158,803.55, with a final contact term ending.
Second Filing - 1/11/2023: FY23, Qtr 3, Item # 66
An Emergency Purchase Extension was received on January 11, 2023 requesting an extension for dates starting
01/30/2023 to 06/30/2023 at an additional estimated cost of $291,824.00, revising the total estimated cost to
$729,560.00.
Original Filing – 10/18/2022: FY23, Qtr 2, Item# 18
The University is experiencing a staffing shortage of building service workers, who provide custodial and
environmental cleaning services on campus. Our current vendor Southwest Service Corporation (SSC) (E&I /
IPHEC vendor), does not have the staff to meet the University needs for temporary cleaning, housekeeping, and
COVID-19 disinfection services. This situation means that the UI Hospital does not have personnel available to
provide cleaning and disinfection services - a threat to public health. The vendor is BEP certified and is able to
provide personnel to clean this building while the University works towards issuing an award for custodial
services via RFP #IDM631. The response period for RFP #IDM631 has ended and the University is reviewing
responsive submissions. Upon the award of this competitive solicitation and execution of a resulting contract,
the University will no longer experience conditions that necessitate an emergency purchase. This emergency
purchase serves as a stopgap to ensure custodial and environmental cleaning services on campus continue.
Apache Service and Supply Company will provide temporary EVS/hospital-grade cleaning, housekeeping, and
COVID-19 disinfection
services at the UI Hospital (Building 949). Vendor will provide all labor and required
equipment to complete the work.
This Emergency Purchase has an expected start date of 11/01/2022 through 01/29/2023 with an Original
Estimated Cost of $437,736.00, using Self-Supporting Funds.
Signed By: Debra Matlock, Exec Dir
Vendor: Apache Service & Supply Co. Notary Date: 10/18/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $437,736.00 $729,560.00 $1,158,803.55 $1,158,803.55 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
66 University of Illinois File Date: 11/1/2024
Final Cost Statement
Latest Filing – 11/1/2024: FY25, Qtr 2, Item # 66
The Actual Total Cost of FY25, Qtr 2, Item# 66 is $990,430.00, with a final contact term ending.
Second Filing - 1/11/2023: FY23, Qtr 3, Item #65
An Emergency Purchase Extension was received on January, 11, 2023 requesting an extension for dates starting
01/30/2023 to 06/30/2023 at an additional estimated cost of $285,412.00, revising the total estimated cost to
$713,530.00.
Original Filing – 10/14/2022: FY23, Qtr 2, Item# 16
The University is experiencing a staffing shortage of building service workers, who provide custodial and
environmental cleaning services on campus. Our current vendor Southwest Service Corporation (SSC (E&I /
IPHEC vendor), does not have the staff to meet the University needs for temporary cleaning, housekeeping, and
disinfection services. This situation means that campus buildings do not have personnel available to provide
cleaning and disinfection services - a threat to public health. The vendor Vargas Group is able to provide
personnel to clean these buildings while the University works towards issuing an award for custodial services
via RFP #IDM631. The response period for RFP #IDM631 has ended and the University is reviewing
responsive submissions. Upon award of this competitive solicitation and execution of a resulting contract the
University will no longer experience conditions that necessitate an emergency purchase. This emergency
purchase serves as a gap stop to ensure custodial and environmental cleaning services on campus continue.
The Vendor will provide temporary cleaning, housekeeping, and disinfection services in campus buildings;
Science and Engineering Labs East (607), Science and Engineering Labs West (608), Behavioral Sciences
Building (618), Science & Engineering South (619), Engineering Research Facility (648), and 2242 West
Harrison Street (980). The Vendor will provide all labor and required equipment to complete the work.
This Emergency Purchase has an expected start date of 11/01/2022 through 01/29/2023 with an Original
Estimated Cost of $428,118.00, using Self Supporting Funds.
Signed By: Debra Matlock, Exec Director
Vendor: Vargas Group Notary Date: 10/14/2022
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $428,118.00 $713,530.00 $990,430.00 $990,430.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
67 Central Management Services, Department of File Date: 11/7/2024
Final Cost Statement
Latest Filing – 11/7/2024: FY25, Qtr 2, Item# 67
An Actual Total Cost of FY25, Qtr 2, Item # 67 is $18,980.00 was reported in the same filing quarter.
Original Filing – 08/08/2024: FY25, Qtr 2, Item# 339
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 $18,980.00 $18,980.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
68 Capital Development Board File Date: 11/18/2024
Fourth Filing – 11/18/2024: FY25, Qtr 2, Item # 68
An Emergency Purchase Extension was received on November 11, 2024 requesting an extension for dates
starting 12/13/24 to 03/31/25 at an additional estimated cost of $75,555.78, revising the total estimated cost to
$3,065,155.78.
Third Filing – 08/12/2024: FY25, Qtr 1, Item #76
An Emergency Purchase Extension was received on August 12, 2024 requesting an extension for dates starting
09/30/2024 to 12/13/2024 at an additional estimated cost of $33,585.20, revising the total estimated cost to
$3,023,185.21.
Second Filing – 01/16/2024: FY24, Qtr 3, Item # 94
An Emergency Purchase Extension was received on January 16, 2024 requesting an extension for dates starting
01/29/2024 to 09/30/2024. The extension expenditure is not assessed and will be charged for time only.
Original Filing – 11/1/2023: FY24, Qtr 2, Item# 106
The scope of work provides for the removal and replacement of four existing heating boilers and four domestic
water heaters at two existing individual Boiler House buildings. Boilers and heaters supply building heating water
and domestic hot water to eight individual inmate Housing buildings and one inmate Segregation building.
Connecting piping, pumps, controls, and electrical feeds will be replaced or reconnected. New underground
piping will be added from each building, back to the Boiler Houses, to allow domestic hot water to be
recirculated and reheated.
Incorporated documents include the March 2009 Standard Documents for Construction & Supplement, design
documents provided by the Architect/Engineer of record and quote received by Henson Robinson Company.
Section 01 29 00 PAYMENT PROCEDURES, will be strictly followed and adhered to. The sum of all items
listed in the Contractor Schedule of Values should equal the contract award amount. Payment amounts will be
approved based on proof of work actually performed and materials actually used. Construction Services
provided under this procurement should not exceed $2,989,600.00, which is a place-holder prior to entering into
a Construction Contract, without prior authorization from the Capital Development Board in consultation with
the Chief Procurement Office. Final Actual Costs will be reported upon project completion and project close-
out.
In accordance with section 00 21 50 of the Standard Documents for Construction, the General Contractor shall
perform no less than 20% of work with its own staff. Each other trade shall perform no less than 40% of work
with its own staff. Work with own staff includes direct labor and supervision, as well as material purchases
where the material is installed by the contractor.
This Emergency Purchase has an expected start date of 11/1/2023 through 01/29/2024 with an Original
Estimated Cost of $2,989,600.00.
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
Signed By: Chris Miles, Exec II
Vendor: Henson Robinson Co. Notary Date: 11/1/2023
Original Revised Paid To Actual
Estimate Estimate Date Final Cost FY QTR
State Cost: $2,989,600.00 $3,065,155.78 $0.00 $0.00 25 2
Federal $0.00 $0.00
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
69 Capital Development Board File Date: 11/19/2024
Third Filing – 11/19/2024: FY25, Qtr 2, Item # 69
An Emergency Purchase Extension was received on November 19, 2024 requesting an extension for dates
starting 12/13/2024 to 03/31/2025. The extension expenditure is not assessed and will be charged for time only.
Second Filing – 08/12/2024: FY25, Qtr 1, Item #78
An Emergency Purchase Extension was received on August 12, 2024 requesting an extension for dates starting
09/30/2024 to 12/13/2024 at an additional estimated cost of $240,550.00, revising the total estimated cost to
$340,550.00.
Original Filing – 3/13/2023: FY23, Qtr 3, Item# 32
The boilers were part of the original construction in 2001. Two of the operational boilers have patches on them
which are not holding,and water is leaking heavily out of the bottom of the boilers. The other two boilers have
been condemned. Heavy corrosive buildup and the decay on the copper components within the tanks on the hot
water heaters have caused them to not work properly which recently caused portions of the Individuals in
Custody to go without showers for several days. With the heavy corrosion of calcium, the circulation pumps do
not work properly, and the facility has spent over $65,000 since October 2022 to correct the water circulation
issue and has not been successful. The piping valves no longer work correctly which is compounding the issue
to get hot water to all the housing units.
Therefore, IDOC has requested CDB's assistance to replace all necessary equipment in the boiler houses under
an emergency declaration. This project began through the emergency selection of an Architect/Engineer
(“A/E”); this exempts the selection from a 14- day solicitation required through Qualifications-Based Selection
(“QBS”). Considering the time frames needed for the selection,
negotiation and execution of an A/E contract followed by bidding and award procedures, design and
construction services for repair/ replacement work under the existing processes would likely not begin for
several months. For this reason, an emergency purchase is necessary to provide expedited engineering services
to support the repair/replacement of all necessary equipment in the boiler houses
as quickly as possible in order to provide proper heat and hot water to the cell houses. Additionally, to alleviate
calcium concerns at the facility, CDB is in the process of providing water softeners under CDB Project No.:
120-295-018.
Clark Dietz, Inc., located in Champaign, IL, was selected because they have experience working with CDB and
IL Dept. of Corrections with the mechanical expertise to provide the design services for the project, and they
have the resources to provide expedited design services
The scope of work provides for expedited design services to assess and replace the heating boilers, and
associated controls, pumps, selected piping, insulation, and accessories. Additionally, the scope includes the
replacement of domestic water heaters, storage tanks, controls, pumps, selected piping, insulation, and
accessories. Associated Electrical, General, and/or other supporting work may be required. The A/E is also to
LIST OF EMERGENCY PURCHASE STATEMENTS
FILED WITH THE OFFICE OF THE AUDITOR GENERAL
October 1, 2024 through December 31, 2024
determine whether any immediate temporary repairs can be imp